Loading...
HomeMy WebLinkAboutC-1293 - Annual water main replacement Corona del Mar & other areas, 1970-71OCT 12 1971 By fhO CITY COUNCIL CITY OF Niw404T BEACH TO: CITY COUNCIL FROM: Public Works Department SUBJECT: 'CEPTANCE OF WAT€�R MAIN COIT RACT 1293 \ RECOMMENDATIONS: October -12, 1971 REPLACEMENT CORONA DEL MAR, 1970 -71 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: 1/70 j y a The contract for the replacement of water mains in Corona del Mar (1970 -71) has been completed to the satisfaction of the Public Works Department. The bid price was: $61,184.50 Amount of unit price items constructed: $61,769.67 Amount of change orders: $970.09 Total contract cost: $62,739.76 Funds were.budgeted in Account No. 50- 9297 -074. The contract made provisions for the replacement of 1 -inch services; however five 2 -inch services were encountered. A change order was issued for the replacement of these services. The contractor is Dale Casada Construction Company of Anaheim, California: The contract date of completion was August 30, 1971. All work was completed by August 20, 1971. The separate contract for the reconstruction of alleys in which the water mains were placed is now approximately 50% complete. seph T. Devlin P blic o ks Director D /bg I APP, 1971 e�;, 1hc ..: ,, TO: CITY COUNCIL FROM: Public Works Department April 26, 1971 SUBJECT: ANNUAL WATER MAIN REPLACEMENT, CORDNA DEL MAR AREA, 1970 -71 (C -1293) RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 10:00 A.M. on May 18, 1971, DISCUSSION: �S This project provides for continuation of the program to replace deteriorated water mains throughout the City. This year's program includes replacement of mains in several alleys in the Corona del Mar area. When the work is complete, contracts will be awarded utilizing 1971 -72 street and alley reconstruction appropriations for the reconstruction of the deteriorated asphalt pavement surfaces in the affected alleys with new portiand cement concrete surfacing. This project has been delayed due to mid -year fund reduction adjustments in the 1970 -71 street and alley reconstruction appropriation. The new mains will maintain adequate flow for domestic and fire service requirements. The estimated cost of the work is $90,000.00. Funds have been budgeted in water fund appropriation 50- 9297 -066. The work will be performed by a private contractor. The plans were pre- pared by the City. The estimated date of completion is September 19, 1971. O jo, tg �'8 l3N Joseph T. Devlin Public Works Director ELM /ep JtECORDING REQUESTED $Y. AND MAIL TO Laura Lagics, City Clerk City of Newport Beach 3300 Newport Blvd. Newport Beach, CA 92660 18583 NOTICE OF COMPLETION PUBLIC WORKS 4 FREE C2 eaF 9853fa396 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 9:05 A.M. OCT 19 1911 J. WYLIE CARLYLE, County Recorder To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on August 20, 1971 _ the Public Works project consisting of Water Main Replacement Corona del Mar, 1970 -71 (C -1293) on which Dale Casada Construction Company was the contractor, and United States Fire Insurance Company was the surety, was completed. 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 October 15 VERIFICA I, the undersigned, say: at Newport Beach, California. r I am the City Clerk of the City of Newport Beach; the City Council of said City on October 12, 1971 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 October 15, 1971 at Ne ort Beach, California. � CLu2a 0 M October 28, 1971 Dale Casada Construction Company 15462 Coronado Street Anaheim, CA 92,806 Subject: Surety United States litre lnsurance Company Bonds No. 743814 Project: Annual Water Main Replacement - Corona del Mar Area 1970 -71 Contract No.: 1293 The City Council on October 12, 1971 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after Notice of Completion has been filed. Notice of Completion was filed with the Orange County Recorder on October 19, :1971 in Book 9853, Page 396. Please notify your surety company that bonds may be released 35 days after the recording date. Laura Lagios City Clerk dg cc: Public Works Department 0 0 CITY OF NEWPORT BEACH CALIFORNIA Date: October 15, 1971 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 Ccm pletion of Public Works project consisting of Water Main Replacement Corona 1970 -71 Contract No. 1293 on which Dale Casada Construction Companywas the Contractor and United States Fife insurance Cur, panywas the surety. Please record and return to us. Very truly yours, Laura Lagios City Clerk City of Newport Beach LL:dg Encl. 4L THE TRAVELERS 7 Certificate of Insurance . This is to certify that policies of insurance ds desc5ibed ,below, have been issued to the insured named below and are in force at this time.'. If such policies are canceled or changed during the, periods of coverage as stated' herein, 'In, "such a manner as to affect this certificate, 10 DAYS written notice will.he mailed "to the party designated belowifor whom this certificate is issued . 1. '.Name and address of party to whom this certifipate sltgqued "2:. Name, and address of insured . I CITY OF NEWPORT BEACH (DALE CASADA CONSTRUCTION CO. 3300 W. NEWPORT BLVD 15462 CORONADO ROAD NEWPORT BEACH, CALIF. ANAHEIM, CALIF. L J 3. Location of operations to which this certificate applies NNNUAL WATER MAIAIREPLACEMENT - 4. Coverages For Which — COROlh4 -DEL MAR_ AREA 1970 ._ Insurance is Afforded_' _ _Limits of Liability Workmen's Compensation and Compen=sation -- Statutory Employers' Liability in the state named in item 3 hereof Bodily Injury Liability — except automobile I N eluding Protective _________ _. ------------------ Property Damage Liability — except automobile Protective Bodily Injury Liability — automobile -------------------------------- Property Damage Liability — automobile 6 500 .000 each ptV.,u S S 1 NGLE 000 each occurrence t L I M I T , 000 aggregatet tCompleted Operations and Products once ............... .... . . . . .. . ............_-.._. NCL , 000 each occurrence 500 , 000 each person S I NGLE , 000 each accident LIMIT , 000 each occurrence I It CL , 000 each accident 000 each occurrence Liability (Bodily Injury and is , 000 each occurrence Property Damage) It , 000 aggregate is , 000 each occurrence Catastrophe or Excess $ , 000 each aggregate $ . 000 deductible amt. Policy Number 1109340 COF 650 1109340 COF < Policy Period'* –, 4- 1- 71/DOC 4- 1- 71 /DOC 'Absem c of an entr} in these spaces means that insurance is not afforded with respect to the coverages opposite thereto. **Policy s effective and expires at x' OI(k1 (?standard time at the address of the named insured as stated herei`* i 2— i11004— — Description of Operations, or Automobiles to which the policv applies: THE C I TY OF NEWPORT BEACH SHALL BE DEEMED AN ADDITIONAL NAMED INSURED ON THIS POLICY, BUT ONLY IN CONNECTION WITH WORK PERFORMED BY DALE CASADA CONSTRUCRTION COMPANY, INCIDENTAL WITH ANNUAL WATER MAIN REPLACEMENT - CORONA DEL MAR AREA 1970 -71 (C -1293) (OVER) The insurance afforded is subject to all of the terms of the policy, including endorsements, applicable thereto. COMMERCIAL INS BRO -SO CAL._ Producer Office —_. Date_..— C -SM REV. 1-68 PRINTED IN U.S.A. 1268 THE "TRAVELERS INSURANCE COMPANY THE "TRAVELERS INDEMNITY COM13ANY THE CHARTER OAK FIRE INSURANCE COMPANY By X' Authorized Representative r IT IS HEREBY UNDERSTOOD D AGREED THAT THE POLICY WHICH THIS CERTIFICATE REFERS AMY NOT BE CONCELLED, MATERIALLY CHANGED, NOT THE POLICY ALLOWED TO LAPSE UNTIL TEN (10) DAYS AFTER RECEIPT BY THE CITY CLERK OF THE CITY OF NEWPORT BEACH, CITY HALL, NEWPORT BEACH, CALIFORNIA OF A REGISTERED WRITTEN NOTICE OF SUCH CANCELLATION OR REDUCTION IN COVERAGE. 161 VENDOR 0%a. AY, PURCHASE ORDER No. 5843 OF NEWPORT BF H INVOICE IN DUPLIC�. 'PP ORDER NUMBER MUST PEAR ALL BILLS INVOICES, LAD- ING EXPRESS NOTICES, RECEIPTS OF LAO - 3300 NEWPORT BOULEVARD Ixc, Ex PRESS RECEIRTS ARD NEWPORT BEACH, CALIFORNIA 92660 "- PACKAGES. PHONE: (714) 673-2110 CLUDE DELIVERY TICKET SMALL IN- SHIP TO (SAME UNLESS. CTTRER'NkSE: NOTED) Dale Casada Construction Co. DAT5, 1971 15462 Coronado St. ' Anaheim, Calif. 92806 DEPTity Council QUANTITY DESCRIPTION OF ARTICLES OR SERVICES REQUIRED UNIT PRICE TOTAL Annual water main replacement - Corona del Mar Area- 1970 -71 61,184.5D As per contract Contract C -1193 Resolution 7442 FOR CITY USE ONLY IMPORTANT CODE AMOUNT CITY OF NEWPORT BEACH e 9'70 -074 1 1d4.5D The Artrclea mvered by this Purchase Order or Cantrset must con- f form Witt, the S:dety Order. of the State of California, Division of industrial Safety. Shea, as a separate item any retail sales tax, use tas or Federal - - tax sfaplioilbl. to this purchase. This order subject to California sales tax. D. W. MEANS All Alowe,ble transportation rhar6 must M! prepaid and .shown a PURCHASING AGENT sepnrah• ;fem en the invoac. Do not inc +.ude Federal tnnsportas lion tax. DEPARTMENT COPY L CITY OF NEWPORT BEACH TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 0-1293 Date June 14, 1971 Project Arinual Water Main Raplaoement - 00VMa del Mar Area Attached are 2 executed copies of subject contract for your files and for transmittal to the contractor. Contractor: Nie Cww1a oomtr~ action Coe¢f w Address: 15462 Omnado Street, Alghtim, CA 92806 Amount: $ 61,184.50 Effective Date: 6 -11 -71 Resolution No. 7442 adopted on LL:dg Att. cc: Finance Department ❑ 5 -24 -71 June 8, 1971 TO: CITY CLERK FROM: Public Works Department SUBJECT: ANNUAL WATER MAIN REPLACEMENT - CORONA DEL MAR AREA, 1970 -71 (CONTRACT 1293) Please execute on behalf of the city; retain your copy and the insurance certificates. Return the remaining copies to our department. Ed L. McDonald Project Engineer ELM /bg Att. "I am aware of and will comply with Section 3700 of the Labor Code, requiring every employer to be insured against liability for workmen's compensation or to undertake self - insurance before commencing any of the work." Signature 6,r) �2 � /2Z Oate THE TRAVELERS Certificate of Insurance This is to certify that policies of insurance as described below have been issued to the insured named below and are in force at this time. If such policies are canceled or changed during the periods of coverage as stated herein, in such a manner as to affect this certificate, 10 Day written notice will be mailed to the party designated below for whom this certificate is issued.. 1. Name and address of party to -w" this certificate is issued , .4. Name and address of. insured... . CITY,OF.NEWPORT.BEACH,, �. DALE jCASADA CONSTRUCTION CO. 3300 West Newport Boulevard. -.. -15462 Coronado Road Newport Beach, California. Anaheim, California: L J 3. Location of operations to which this certificate applies Annual Water Main Replacement- Corona del Mar Area 1970 -71 (C -1293) 4. Coverages For Which Insurance is Afforded Limits of Liability Policy Number Policy Period" Workmen's Compensation and Compensation— Statutory Employers' Liability in the state named in item 3 hereof Bodily Injury Liability_- - - -- - except automobile $ 500 , 000 each person Sombined000 each occurrence 650-8188029 COF 4/1/71 -72 Single , 000 aggregatet IN Limit tCompleted Operations eluding Protective _________ ___ .. . .... and Products only .. ..... .......... .. ..----- Property Damage Liability — except automobile $ 500 , 000 each occurrence IN eluding Protective fombine¢OOO aggregate single Limit Bodily Injury Liability — automobile $ 50O , 000 each person SOmbined000 each accident Single ,000 each occurrence 650 - 8188029 COF 4/1/71 -72 -- -- ---- - - -- --- -- -- -- - -- Property Damage Liability ( - -- Llm3.t — automobile $ 500 , 000 each accident fombineCJ000 each occurrence Single Limit Liability (Bodily Injury and $ , 000 each occurrence Property Damage) $ , 000 aggregate $ , 000 each occurrence Catastrophe or Excess $ , 000 each aggregate $ , 000 deductible amt. `Absence of an entry in these spaces means that insurance is not afforded with respect to the coverages opposite thereto. "Policy is effective and expires at 12:01 A.M., standard time at the address of the named insured as stated herein. Description of Operations, or Automobiles to which the policy applies: THE CITY OF NEWPORT BEACH SHALL BE DEEMED AN ADDITIONAL NAMED INSURED ON THIS POLICY, BUT ONLY IN CONNECTIO WITH WORK PERFORMED BY DALE CASADA CONSTRUCTION COMPANY, INCIDENTAL WITH ANNUAL WATER MAIN REPLACEMENT - CORONAD DEL MAR AREA 1970 -71 (C -1293) (OVER) The insurance afforded is subject to all of the terms of the policy, THE TRAVELERS INSURANCE COMPANY including endorsements, applicable thereto. THE TRAVELERS INDEMNITY COMPANY Commercial Insurance Brokers THE CHARTER OAK FIRE INSURANCE COMPANY Producerof Southern California if/?LCI- of%ce TUStin, 0M i f Date V28I71 VnVn_ By C -5918 REV. 7-68 rai erro �x as. n. 1268 Authorized Representative 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.. INSURANCE COMPANY OF NORTH AMERICA AND PACIFIC &LOYERS GROUP OF INSURANCE C4PANIES 40 CERTIFICATE OF INSURANCE (This Certificate of Insurance neither affirmatively nor negatively amends, extends or alters the coverage, limits, terms or conditions of the policies it certificates.) 94is is to terWg to CITY OF NEWPORT BEACH 3300 West Newport Boulevard Newport Beach, California COMPANY CODES Q ALLIED INSURANCE CO. PEG © PACIFIC EMPLOYERS INDEMNITY CO. F51 PACIFIC EMPLOYERS INSURANCE CO. L _J ❑y INSURANCE COMPANY OF NORTH AMERICA that the following described policy or policies, issued by The Company as coded below, providing insurance only for hazards checked by "X" below, have been issued to: DALE CASADA CONSTRUCTION CO. Name and Address 15462 Coronado Road of Insured — Anaheim, California covering in accordance with the terms thereof, at the following locatim(s): Job: Annual Water Main Replacement- Corona del Mar Area (C -1293) 1970 -71 TYPE OF POLICY HAZARDS CO. CODE POLICY NUMBER POLICY PERIOD LIMITS OF LIABILITY (a) Standard Workmen's Statutory W. C. Compensation & ® © PWC 019224 8/1/70 -71 $100,000 One Accident and Employers' Liability Aggregate Disease (b) General Liability Premises — Operations (including "in- cidental Contracts" as defined below) Elevators ❑ ❑ )❑ Accident > Independent Contractors ❑ ❑ $ Each 1 El Occurrence oo Completed Operations/Products ❑ ❑ m Contractual, (Specific type as de- ❑ $ Aggregate--Completed scribed in foomote below) _❑ Operations /Products Premises - Operations, (Including ❑ Accident m "Incidental Contracts' as defined F] El $ Each Occurrence ° below) E o Elevators ❑ ❑ $ Aggregate— Prem. /Oper. Independent Contractors ❑ ❑ $ Aggregate Protective 2 Completed O pe rations /Products $ Aggregate--Completed o. Operations /Products Contractual, (Specific type as de- ❑ ❑ scribed in footnote below) $ Aggregate--Contractual W Automobile Liability Owned Automobiles ❑ ❑ $ Each Person ?' o? Hired Automobiles ❑❑ ❑ Accident $ Each mc Non -owned Automobiles — — — — ❑ Occurrence — — — — — ry Owned Automobiles ❑ ❑ S❑ Accident Sqo' Hired Automobiles ❑ ❑ $ Each ) ❑ Occurrence C o`o Non.owned Automobiles ❑ El (d) Contractual Footnote: Subject to all the policy terms applicable, specific contractual liability coverage is provided as respects 0 a contract / 0 purchase order agreements / 0 all contracts (check applicable blocks) between the Insured and: Name of Other Party: Dated (if applicable): Contract No. (if any): _ Description (or Job): Definitions: "Incidental contract" means any written (1) lease of premises (2) easement agreement, except in connection with construction or demolition operations on or adjacent to a railroad, (3) undertaking to indemnify a municipality required by municipal ordinance, except in connection with work for the municipality, (4) sidetrack agreement, or (5) ele for rv(al tenance agreeme It is the intention of the company that in the event of cancelation of the policy or policies by the company, ten (10) days' written notice of such 5/28/71 vn cancelation will be given to you at the address stated above. LC-1389a 200Y 469 PTD. iNU.sa Authorized Representative 1. ORIGINAL COMiMERCIA), i • NOTICE THE ENCLOSED CONTRACT CONTAINS CERTAIN INSURANCE REQUIREMENTS WHICH MUST BE STRICTLY FOLLOWED. PLEASE READ THESE REQUIREMENTS CAREFULLY AND DISCUSS THEM WITH YOUR INSURANCE AGENT. YOUR COOPERATION WILL ELIMINATE DELAYS IN THE PROCESSING OF THIS CONTRACT. TITLE V OF THE CITY OF NEWPORT BEACH MUNICIPAL CODE REQUIRES THAT ALL CONTRACTORS, SUB - CONTRACTORS, SERVICES, OR INDIVIDUALS WORKING OR PERFORMING A SERVICE IN THE CITY OF NEWPORT BEACH HAVE A CITY OF NEWPORT BEACH BUSINESS LICENSE. ALL PRIME CONTRACTORS SHALL FURNISH A COMPLETE LIST OF THE NAMES AND COMPLETE ADDRESS OF SUB - CONTRACTORS, SERVICES, OR INDIVIDUALS PERFORMING A SERVICE AT THEIR JOB SITE. IT IS REQUESTED THAT YOU SUBMIT THIS LIST WITH YOUR EXECUTED CONTRACT DOCUMENTS. Sup C�vrQACr ©PS - /es�r6 �'Ec�u�i2ED ©eAg-wco S uploly co 1,790 S. ZGyN gNg Mrr/,I-,\, cc,g i, ga 8 oa L fn°3 n 3 �i I•w �� r� • VC��A CONTRACT NO. 1293 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR ANNUAL WATER MAIN REPLACEMENT - CORONA DEL MAR AREA Approved by the City Council this 26th day of April 1971 Laura Lagios, City C rk 1970 -71 SUBMITTED BY: Dale Caada Construction Comp 0 Contractor my� 15462 Coronado Street Address Anaheim. California 92806 City Zip 630 -1520 Phone $61.184.50 Total Bid Price w ` • f CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 1293 CONTRACT DOCUMENTS FOR ANNUAL WATER MAIN REPLACEMENT - CORONA DEL MAR AREA 1970 -71 ADDENDUM NO. 1 NOTICE TO BIDDERS: Please be advised that underground Newport Cablevision facilities exist in the following alleys: Alley 18 -C between Alley 24 -B between Alley 25 -A between Alleys 7 -A & 7 -C between Alley 4 -A between Alleys 3 -C & 3 -D between Alleys 1 -C & 1 -D between Alleys 13 -D & 13 -E between Acacia & Begonia - 2nd to 3rd - Approx.Z'E /� Goldenrod & Heliotrope - 1st to 2nd - Approx.2' /CL Heliotrope & Iris - 1st to P,C.Hwy.- Approx.2'E /CL Jasmine & Larkspur -2nd to 3rd,4th to 5th- Approx.2'E /CL Marigold & Narcissus - 4th to 5th - Approx.2'E{ Narcissus & Orchid -Alley 13 -C to 3rd- Approx.2' /CL Poinsettia & Poppy -Alley 13 -E to 3rd- Approx.2'E /CL P.C. Hwy. & 2nd Ave. - Orchid to Poppy- Approx.2'N /� Cablevision does not have facilities in the following alleys: Alleys 15 -B & 15 -C between Avocade & Acacia - 2nd to 4th Alley 24 -A between Goldenrod & Heliotrope - 2nd to P,C.Hwy. Alley 10 -A between Goldenrod & Heliotrope -4th to 5th Alleys 13 -A, 13 -B, between P.C. Hwy & 2nd Ave. - Marguerite & Orchid. & 13 -C The above information obtained from atlas maps furnished the City by Newport Cable - vision. Please sign and show date of receipt of this Addendum on the Proposal or insert a copy with your Proposal. Date of Receipt Ed McDonald Design Engineer CITY OF NEWPORT BEACH, CALIFORNIA Page 1 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 18th day of _, 1971 , at which time they wiffrTe opened and read, o p orming wort as o ows: ANNUAL WATER MAIN REPLACEMENT, CORONA DEL MAR AREA, 1970 -71 CONTRACT NO. 1293 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required and the orporate SeT sTiaTl_Fe— affixed to all 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 Documents 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 (1970 Edition and Supplements) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue., Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $2.00 per set. • w Page la 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). Revised 9 -15 -70 Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal., times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Sunday, after having received notice that the contract is ready for signature, the proceeds of check or bind accompany- ing this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 187183 Classification A Accompanying this proposal is Bid Bond (Cash, Certified ec , Cashier's Check or Bond in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. 6520_ Phone NUmber May 18 1971 Date i er s Rnamceo (SEAL) L. L. Dobkins Authorized Signature Authorized gnature Individual za& 4� Type-o Typ6-of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: Page 3 DESIGNATION OF SUB - CONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the sub - contractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these sub - contractors except upon the prior approval of the Engineer. Item of Work Sub - contractor Address 1. 2. 3. 4. 5. 6. 7. 8. 9 10 11 12 Dale Casada Construction Comoanv Bidders Name A4 6eeg� Atfthori zed Signature Individual Type o Organization (Individual, Co- partnership or Corp) �„ `. I ORIGINAL, SEE CITY CLERK'S FIL�COPY Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, Dale Casada Construction Company as Principal, and United States Fire Insurance Company as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of Amount Bid Dollars ($ 10% of bid ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of Annual Water Main.Replacement - Corona del Mar Area (Contract 1293) in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract.for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday and Sunday) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 17th day of May , 19 71. Corporate Seal (If Corporation) (Attach acknowledgement of Attorney in Fact) A. Virginia Nelson, Notary Public Commission Expires March 16, 1974 Dale Casada Construction Company rincipa /s/ L. L. Doobbkkins United States Fire Insurance Company Surety By /s/ John S. Parise Title Attorney -in -Fact Page 5 NON- COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrange- ment or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or material - man which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no induce- ment or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomesoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. DALE CASALIA COMT CO. e/• l Subscribed and sworn to before me by this 4th. 19 71. day of June My commission expires: OFFICIAL SEAL NOTARY PUBLIC• CALIFORNIA ORANGE COUNTY MyCommission Expires July31,1973 1311 E. Washington PI., Apt. 6, Santa Ana, Calif. 92701 • ON FILE µITN CITY CLERK • Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. Signed -- Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No._ PRIOR WORK FOR CITY W-3�FWA Oe M-/ s • Page 8 LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California by motion adopted May 24, 1971 has awarded to Dale Casada Construction Company hereinafter designated as the "Principal ", a contract for Annual Water Main Replacement - Corona del Mar Area - 1970 -71 (Contract 1293) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used in, upon, for, or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: as Principal, hereinafter designated as the Contractor and United States Fire Insurance Comoanv as Surety, are held firmly bound unto the City of Newport Beach, in the sum of Mllmwmf,Ttn+IT,,Eav N-11,11 10 It said sum being one -half of the estimated amount payable by the City of Newport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee.; to be fixed by the Court as required by the Provisions of Section 4204 of the Government Code of the State of California. (Labor and Material Bond - Continued) Page 9 This bond shall inure to the benefit of any and all persons, companies, and corporation entitled to file claims under Section 1192,1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California. And the said Surety, for value extension of time, alterations to be performed thereunder or affect its obligations on this extension of time, alterations work or to the specifications. received, hereby stipulates and agrees that no change, or additions to the terms of the contract or to the work the specifications accompanying the same shall in any wise bond, and it does hereby waive notice of any such change, or additions to the terms of the contractor or to the In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond, IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 28th day of May , 19 71 NOTARY PUBLIC A. Virginia Nelson Commission Ex ires March 16, 1974 See ttac e Approved as to form: ity Attorney This bond was approved by the City Council of the City of Newport Beach by motion on ate Attest: City Clerk (Seal) 1. Js/ John S_ Parise (Seal) 11nitpd Statps Fire insurance Co- (Seal) (See Attached) (Seal) AW bFO0.5rp4 UA*ED STATES FIRE INSURAIW COMPANY <� c`g ❑ THE NORTH RIVER INSURANCE COMPANY s ❑ WESTCHESTER FIRE INSURANCE COMPANY s &F9 wAN LDS ❑ INTERNATIONAL INSURANCE COMPANY 110 WILLIAM STREET NEW YORK, N. Y. 10038 BONDING DEPARTMENT LABOR AND MATERIAL BOND TO ACCOMPANY CONTRACT PUBLIC WORK BOND NO: 743814 (Premium included in faithful performance bond) KNOW ALL MEN BY THESE PRESENTS: THAT, WHEREAS CITY OF NEWPORT BEACH _ has awarded to DALE CASADA CONSTRUCTION CO. hereinafter designated as the "Contractor," a contract for the work described as follows: nual Water Main Replacement — Corona del Mar Area 1970 -71 (C -1293) and WHEREAS, said Contractor is required by the provisions of Chapter 3 Division 5, Title 1 Sections 4200 -4208, Government Code to furnish a bond in connection with said contract, as hereinafter set forth. the undersigned Contractor, as Principal, and UNITED STATES FIRE INSURANCE COMPANY , a corporation organized and existing under the laws of the State of New York, and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto CTTY OF NEWPORT BEACH Thirty Thousand Five Hundred and in the sum of Ninety Two and 25 /100 ------------------- Aollars (f30, 592.25 1 said sum being not less than one -half of the estimated amount payable by the said _ 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 and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That, if said Contractor, his or its heirs, executors, administrators, successors or assigns, or sub -contractors, shall fail to pay for any materials, provisions, provender or other supplies or teams, implements or machinery used in, upon, for or about the performance of the work contracted to be done, or for any work or labor .thereon of any kind, or for amounts due under the Unemployment Insurance Act with respect to such work or labor as required by the provisions of Chapter 3 of Division 5, Title 1 of the Government Code, and provided that the claimant shall have complied with the provisions of said Code, the surety or sureties hereon will pay for the same in an amount not exceeding the sum specified in this bond, otherwise the above obligation shall be void. In case suit is brought upon this bond, the said Surety will pay a reasonable attorney's fee to be fixed by the court. This bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Section 1192.1 of the Code of Civil Procedure, so as to give a right of action to them or their assigns in any suit brought upon this bond. And .the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. IN WITNESS WHEREOF, We have hereunto set our hands and seals this 28th day of_ May 19Z •M.309. .51 ^o CAL pEv. 6 /fib PRINTED IN U.R.A. j /, PRINCIPAL UNITED STATES FIRE INSURANCE COMPANY JOIT S. PARISE ATTORNEY-IN -FACT J �� ACKNOWLEDGMENT (SURETY) A. VIRGINIA NELSON • NOTARY PUI LN:. CALIFORNIA 0 STATE OF CALIFORNIA PRINCIPAL OFFICE IN • • ORANGE COUNTY is. • M �w r+as bobs Wa K MI ORANGE • orliaA� sFnt (,.OLTNTY OF ••••••�••����N����N•��N�•�• On this 28th day of May 19-Z-1, before me personally JOHN S. PARI SE known to me to be attorney -in -fact UNITED STATES III ING ANC COMPANY for and known to me to be the person whose name is subscribed to the above instrument, and acknowledged to a tha he aec fed same. �/.otary —� • aoa.00.aa• Page 10 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted May 24, 1971 has awarded to Dale Casada Construction Company hereinafter designated as the "Principal ", a contract for Annual Water Main Replacement - Corona del Map Area - 1970 -71 (Con . rar - 1 93) in the City of Newport Beach, in strict conformity with the drawings and specifications and other contract documents now on file in the office of the City Clerk of the City of Newport Beach. WHEREAS, said Principal has executed or is about to execute said contract and the terms whereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, Dale Casada Construction Company as Principal, hereinafter designated as the "Contractor ", and United States Fire Insurance Company As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of Sixty One Thousand One Hundred Eighty Four & 50/100 Dollars ($ 61,184.50 ), said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. Page 11 (Performance Bond - Continued) And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, this insthument has been duly executed by the Principal and Surety above named, on the 24th day of May , 19 71 . NOTARY PUBLIC A. Virginia Nelson Commission Ex ires March 16, 1974 See ttache Approved as to form: �sua City Attorney (Sear )... DALE CASADA CONSTRUCTIONN COMPANY (Seal) �/✓ (Seal) o Mac or (Seal) /s/ John S_ Parise (Seal) Attorney -in -Fact UNITED STATES FIRE INSURANCE COMPANY (Seal) urety (See Attached) 4 14 --#- ' - ❑ THE NORTH RIVER INSURANCE COMPANY CF P UNITED STATES FIRE INSURANCE COMPANY °F ❑ WESTCHESTER FIRE INSURANCE COMPANY ❑ INTERNATIONAL INSURANCE COMPANY 110 WILLIAM STREET NEW YORK, N. Y. BONDING DEPARTMENT Contract Bond KNOW ALL MEN BY THESE PRESENTS: Bond No..743814.... . That ........ .... R CASADA CONSTRUCTION CO. .... - -...... - .. ........................ ...-•-- °--- ........ - -..... ---------- ....... .................................... ................. ....... (hereinafter called Principal), as Principal, and UNITED STATES FIRE INSURANCE CO. , a corporation of the State of New York, with its Home Office in the City of New York, New York, and duly authorized and licensed to do business in the State of ....._California ....................... (hereinafter called Surety), as Surety, are held and firmly bound unto. -.__. -CITY OF - -_ NEW)?, QRT -.- FjACH _ ............. _............... called Owner), in the full and just sum of Sixty.. one -- -j_hopsand ... 4.i?e ... txydl4l d _ s<]4k1tiX -- .faux ... & --- .Q /..1.DQBollars($fz1..184.. -50 , to the payment of which sum, well and truly to be made, the Principal and Surety bind themselves, their and each of their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Signed, sealed and dated this ............. 28th.................. _ ... day of. ....... May . ............................... A.D. 19- 7.1•. WHEREAS, the Principal has entered into a certain written agreement, dated the - -- 24th. ... .................... day of..._ I ?aY.- _.._ ................... .............. A.D. 19.71..., with the Owner for --- ?nual_Water- _Main- __•.__• ReQlacement-- --- €a..2, 979- 2. 2..-.( G=. 12. 9- 1)_ .............. ............- --- --------------. which agreement is or may be attached hereto for reference. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, That, if the Principal shall well and truly perform and carry out the covenants, terms and conditions of said agreement, then this obligation to be void; otherwise to remain in full force and effect. WITNESS: DALE C��ANADA -- CONSTRUCTION_ CO.- (S�,) (IF INDIVIDUAL OR FIRM) Arn=: ........... _ ------------------------------------------- -------------- (SEAL) - "' ".. " "- "'- .- " " "... "• " "- UNITED STATES FIRE INSURANCE COMPANY (IF CORPORATION) I J HN S. PARISE, Attorney -in -Fact i �� liRA�CF SR.,a:.. I& STATE OF CALIFORNIA Go wry on iOn 1jYs �Stli ,- -day ACKNOWLEDGMENT aooeoeeeeoaeeoeeeeeeooaeaeeee� e A. VIRGINIA NELSON (SURETY) NOTARY PUBLIC - CALIFORNIA e e PRINCIPAL OFFICE IN e ORANGE COUNTY SS. 4 Mr r..10 W. burr+ #.n6 16, 1974 OFFICIAL SEAL e ` 04PP..lPO.oeeeoe. ♦eleeeeeeeeeee 19-7-L-, before me personally came___ JOHN S- PAR T SF. , known to me to be attorney -in -fact for UNITED STATES FIRE INSURANCE COMPANY , and known to me to be the person whose name is subscribed to the above instrument, and acknowledg" me that he executed same No Public losAO.ei1 r Page 12 CONTRACT THIS AGREEMENT, made and entered into this / /rVday of 63-v.vA , 19? f , by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and Dale Casada Construction Company hereinafter designated as the Contractor, party of the second part. WITNESSETH- 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 and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the Plans and Specifications therefor; to furnish at his own proper cost and expense all tools, equipment, labor, and materials necessary therefor, (Except such materials, if any, as in the said Specifications are stipulated to be furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2. For furnishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this Agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecu- tion of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly stipulated 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, Contractor's Proposal, and the Plans and Specifications, and all amendments thereof, when approved by the parties hereto, or when required by the City in accordance with the provisions of the Plans and Specifications, are hereby incorporated in and made part of this Agreement. LJ 0 Page 13 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the Director of Public Works, and their officers and employees, from all claims, loss, damage, injury, and liability of every kind, nature, and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury, and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the day and year first above written. ATTEST: Approved as to form: 6' 4k� City Attorney CITY OF NEWPORT BEACH By ayor Contractor (SEAL) By' 4.40 By. Title CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ANNUAL WATER MAIN REPLACEMENT - CORONA DEL MAR AREA 1970 -71 CONTRACT NO. 1293 PROPOSAL To the City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California Gentlemen: PR l of 3 The undersigned declares that he has carefully examined the locations of the work, has examined the Plans and Special Provisions, has read the Notice Inviting Bids, and hereby agrees to furnish all labor, materials, equipment, transportation, and services to do all the work required to complete Contract No. 1293 in accordance with the City of Newport Beach Drawing W- 5074 -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 UNIT TOTAL 1. 4550 Lineal Feet 2. 1100 Lineal Feet 6 -inch asbestos cement water main and appurtenances complete in place Four dollars Dollars and fort -five Cents $-4.45 $ 20,247.50 Per Linea Foot 10 -inch asbestos cement water main and appurtenances complete in place Seven dollars Dollars and ninety Cents $ 7.90 $ 8,690.00 Per Lineal Foot 3. 7 Each 6 -inch gate valve - Ring Tite Two hundred ten Dollars and nn Cents $ 210.00 $ 1,470.00 Per Each PR2of3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO._ AND UNIT UN_IT PRICE WRITTEN IN WORDS PRICE PRICE 4. 1 Each 10 -inch gate valve - Ring Tite 21,750.00 $ .40 @__ Four Hundred_ five _ Dollars and no Cents Per Each 5. 11 Each Fire Hydrant Assemblies with 6 -inch flange by Ring -Tite Valve @ Five Hundred Seventy Five Dollars and no Cents Per Each 6. 250 Each 1 -inch water services @ Eighty Seven Dollars and No Cents Per Each 7. 1400 Temporary asphaltic concrete trench Lineal Feet Resurfacing - 2 inches thick @ Forty Cents Dollars and Cents Per Lineal Foot 8. 2 Each 10 -inch x 6 -inch tapping sleeve connection assembly with 6 -inch gate valve @ Five Hundred Seventy Five Dollars and no Cents Per Each 9. 1 Each 12 -inch x 6 -inch tapping sleeve connection assembly with 6 -inch gate valve @ Five Hundred Eighty Seven Dollars and no Cents Per Each $ 405.00 $ 405.00 $ 575.00 $ 6,325.00 $ 87.00 $ 21,750.00 $ .40 $ 560.00 $ 575.00 $ 1,150.00 $ 587.00 $ 587.00 A'` i • TOTAL PRICE WRITTEN IN WORDS: Sixty One Thousand One Hundred Eighty Four Dollars and Fifty Cents CONTRACTOR'S LICENSE NO. 187183 DATE May 18, 1971 BIDDER'S ADDRESS 15462 Coronado Street Anaheim. California 92806 TELEPHONE NO. 630 -1520 PR3of 3 $ 61.184.50 Dale Casada Construction Company idder s ame &-dalck L. L. Dobkins Authorized Signature .;" • • INDEX TO SPECIAL PROVISIONS C -1293 I. SCOPE OF WORK II. COMPLETION AND ORDER OF WORK III. PAYMENT IV. TRAFFIC CONTROL Vo NOTIFICATION TO RESIDENTS VI. STORAGE YARD VII. ADJUSTING THE UTILITY BOXES, VALVE COVERS, ETC. TO GRADE VIII. SHUTTING DOWN THE EXISTING WATER MAINS IX. CONSTRUCTION DETAILS to Asbestos Cement Pipe Water Mains 2. Gate Valves 1 Fire Hydrant Assemblies 4. Temporary Asphaltic Concrete Trench Resurfacing - 2 Inches Thick 5. Water Services 6. Backfill 7. Tapping Sleeve Connection Assemblies, Including Gate Valves PAGE 1 1 1 2 2 2 3 3 3 3 3 4 4 I. II III. SP of CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR ANNUAL WATER MAIN REPLACEMENT - CORONA DEL MAR AREA 1970 -71 CONTRACT NO. 1293 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. The contract requires the completion of all the work as shown on the Plans (Drawing No. W- 5074 -S) and in accordance with these Special Provisions, the City of Newport Beach Standard Specifications for Public Works Construction (1970 Edition), 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. COMPLETION AND ORDER OF WORK The Contractor shall complete all the work covered within the contract within 80 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. 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 $100.00 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. 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. The cost of removing all improvements shall be included in the various items of work and no additional compensation will be allowed. . PAW 0 SP2of4 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. 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 renotification, 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 operations, shall be replaced at the Contractor's expense. All utility boxes, valve covers, etc., shall be reset to the existing adjacent pavement surfaces. The cost of adjusting these facilities to grade shall be included in the price bid for the various items of work and no additional payment will be made. 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. No shut downs will be allowed on Fridays, Saturdays, Sundays or legal holidays. • '� SP3of4 IX. CONSTRUCTION DETAILS 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 and fire hydrant assemblies. 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 in asphaltic concrete and Portland cement concrete pavement areas 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 con- tract. 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, 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 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. Backfi11 • SP4of4 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. Alleys 13 -A, 13 -B, 13 -C, and 13 -D are exceptions and shall be temporarily patched at locations shown on the plans. 7. Tapping Sleeve Connection Assemblies Including Gate Valves The unit price bid for all tapping sleeve connection assemblies shall include plugs, thrust blocks, fittings, 6 -inch gate valves and appurtenances required to connect the new 6 -inch asbestos concrete water main to the existing 10 and 12 inch water mains. TO: CITY COUNCIL FROM: Public Works Department SUBJECT: ANNUAL WATER MAIN REPLACEMENT, CORONA DEL MAR, 1970 -71 C -1293 RECOMMENDATIONS: May 24, 1971 1. Adopt a resolution awarding the contract to Dale Casada Construction Co. of Anaheim, California for $61,184.50. 470 2. Authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: Ten bids were received and opened in the office of the City Clerk at 10 :00 A.M. on May 18, 1971. BIDDER AMOUNT Dale Casada Construction Co. $ 61,184.50 Farmac Pipe Line, Inc. 75,094.00 G. R. McKervey, Inc. 78,732.20 Doty Bros. 820541.50 Cabildo Corp. 85,050.50 Witon Construction Co. 85,460.00 Jenkins Construction Co. 87,305.00 Ace Pipeline Construction 91,130.00 Gallacher Co., Inc. 114,989.00 Card Construction Co. 120,475.00 The low bid is 32% less than the engineer's estimate of $90,000.00. Funds are available in Account No. 50- 9270 -074. This project provides for the replacement of old water mains in the alleys in the Corona del Mar area. When the work is completed, a separate contract will be let for the reconstruction of the alley surfaces. The plans were prepared by the city. The estimated date of completion is September 8, 1971. seph 7 fev� in b lic W Director .. 7442 R"z3rX.L.1110S OF THZ CITY COMIL OF VnIZ CITY SeWPMT RFACIE, AMA"rING , N COMAM rM ANNUAL WATSR HhjM UPI. �X.-AT 1110 DALIF CAWO—DA CCMTRIICTION CC%WMs COM:'IACT NO. 1?93 WprRr-lkzs, pursuart, -.0 th:� ic%) in-VIlAng bids for *MA in cGWWct,J.',---rl the rtr.uFl Watoi r main, -Accord;; nca with thrt adoptA# bWe were. r'.>cftlived on the day of 14jy, 197".,, .;net publicly oEwned and and -�,RME# it that thir; U )W � —zn rvip�nsible bit-ider tbar�-for is cas.-,i< c4an.%truction avja-,Lnyj -3 rr RL3-0!,-,V,i c. by the City cmilcil of the City of Newport Tjac.c°h that tbtt bi.e. of Wile C.-,saada Con 4t-r ^uction COMP-51W fOr the work in th- anvount of t4 accepted* and th-C tfi. COntfzlCt for ttv.., de3cribed *io, -k bps avarded to said hild:.4f$ Z IT FURTHLI FU;S0!,VLJ) that the, Akyor zmd City cllt!er rc- hi--reby autlhorir.ed and lirWctod to vtm,:,cut,2 i-i coutrzct in -xitll bid av=d On WE th- Cit-y of W#Fwport BeUch, Inc? thx.,t t::-- City Cl��rk be L to ;!-Urni<,h C�Xecutad copy to the lmccc ,;Sful kddAt,-. ADOPk D this 2 a lay of A.,,y Ut- _ 4, � � ' . Mayor SATT ��-iT t C ity Clerk THStmh 5/74/71 q 7 � =r � Dale Casada Construction ?o. r PIPE LINE CONTRACTORS 15462 Coronado St. Phone 630 -1520 ANAHEIM, CALIF. 92806 BALANCE SHEET APRIL 30, 1971 CURRENT ASSETS: Cash in Bank & on Hand $45,698.37 $45,698.37 FIXED ASSETS: Office Building $20,000.00 LESS: Depreciation 5,569.00 $14,431.00 Trucks & Trailers 19,816.27 LESS: Depreciation 11,918.29 71897.98 Machinery & Equipmentd 77,748.73 LESS: Depreciation 49,676.28 28,072.45 Office Equipment 893.33 LESS: Depreciation 703.45 189.88 Land 22,120.00 TOTAL FIXED ASSETS: $72,711.31 TOTAL ASSE'9S: $118,409.68 LIABILITIES• Notes Payable $18,885.31 Vacation Pay Payble 691.33 Payroll Taxes Payable 4,148.13 TOTAL LIABILITIES: $23,724.77 CAPITAL• Dale Casada - Capital $80,209.24 PROFIT TO -DATE $23,730.67 LESS: Casada, Drawing 9,255.00 14,475.67 TOTAL CAPITAL $94,684.91 TOTAL CAPITAL & LIABILITIES: $118,409.68 NOTES PAYABLE: Security Pacific National Bank, - FOR LAND Payments $295.00 Balance $90332.73 Security Pacific National Bank, - FOR BACKHOE, " C.I.T. Corporation, FOR BACKHOE, " $282.82 Balance $8,201.78 $270.16 Balance $1,350.80 $18,885.31 INCOME• Contracts Sales Equipment Rental EXPENSES: Material Wages Equipment Rentals Sub - Contracts Accounting & Legal Gas & Oil Health & Welfare Insurance Interest Licenses & Taxes Payroll Taxes Repairs Telephone Utilities Dale Casada Construction ?o. PIPE LINE CONTRACTORS 15462 Coronado 54. Phone 630 -1520 ANAHEIM, CALIF. 92806 OPERATING STATEMENT APRIL 30, 1971 TOTAL INCOME: $262,784.92 7,879.88 $ 96,733.19 69,572.49 13,848.09 33,738.82 250.00 2,662.08 10,605.35 8,226.03 235.04 305.00 4,839.45 5,316.43 396.17 205.99 TOTAL OPERATING EXPENSES: NET PROFIT TO -DATE: $270,664.80 $246.934.13 $23,730.67 CARL E. PROCTOR PUBLIC ACCOUNTANT 4 ",'o CONTRACT NO. 1293 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR ANNUAL WATER MAIN REPLACEMENT - CORONA DEL MAR AREA 1970 -71 Approved by the City Council this 26th day of April 1971 a.,N -ems Laura Lagios, City CUbrk SUBMITTED BY: DALE CASALIA CONST. CO Contractor /5,/y 62 . Address City —T Zip 3016.24) Phone 61 l V4• Total Bid Price CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS Page 1 SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:00 A.M. on the 18 hhh day of 1971 , at which time they w —iTT-Se opened and read, or performing wort as o ows: ANNUAL WATER MAIN REPLACEMENT, CORONA DEL MAR AREA, 1970 -71 CONTRACT NO. 1293 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of'the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or `lice President and Secretary or Assistant Secretary are required and the orporate SaT- ssiaTl -6e affixed to all 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 Documents 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 (1970 Edition and Supplements) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue., Los Angeles, California 90034, (213) 870 - 9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $2.00 per set. • • Page la 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). Revised 9 -15 -70 Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal., times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of .work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. . The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing, the required contract with necessary bonds within ten (10) days, not including Sunday, after having received notice that the contract is ready for signature, the proceeds of check or bind 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 providin for the registration of Contractors, License No, / "11 �_3 Classification Accompanying this proposal is (cash, Gertitied Gheck, cashier's GheCk or in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self- insurance in accordance with the provisions of that code, and-agrees to comply with such provisions before commencing the performance of the work of this contract. lG3C /�2cl Phone NUmber Y Date Bidder's ame (SEAL) ill G4L J � ✓L Authorized Signature ` Authorized Signature Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: Page 3 DESIGNATION OF SUB - CONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the sub - contractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these sub - contractors except upon the prior approval of the Engineer. Item of Work Sub - contractor Address 2.. 3 4. 5. 6. 7. 8. 9. 10. 11. 12 Bidder's-Name Authorized Signature Type of Organization (Individual, Co- partnership or Corp) .Address I J� &FONT c Noy cot'¢ UK KNOW ALL MEN BY THESE PRESENTS: �I] UNITED STATI IRE INSURANCE COMPANY THE NORTH R R INSURANCE COMPANY WESTCHESTER FIRE INSURANCE COMPANY INTERNATIONAL INSURANCE COMPANY 110 WILLIAM STREET • NEW YORK 38, NY i i , l Bond No........ DALE CASADA CONSTRUCTION CO. That_.....__......._._._ .__.. ._ . ..............._..._....._...__ ................................... __ ........ .......... _.... (hereinafter called the Principal) as Principal, and UNITED STATES FIRE INSURANCE COMPANY, a corporation created and existing under the laws of the State of New York, with its principal office in the City of New York, New York (hereinafter called the Surety), as Surety, are held and firmly bound unto ....... _ CITY OF NEWPORT BEACH (hereinafter called the Obligee), in the full and just sum of.._Ten. Percent (10 %) of Principal's Bid * * * * * * * * * * * * ** * * * * * * * * * * * * * * * * * * * * * * *...... * * * * * good and lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the said Principal and Surety bind themselves, their and each of their heirs, executors, admin- istrators, successors and assigns, jointly and severally, firmly by these presents. Signed, sealed and dated this..._.._ ........ 11.th.__ __ ..........................day of ..... ... _ M._ aY... ........ __._...__ ... _........... A. D. 19_ 71 THE CONDITION OF THIS OBLIGATION IS SUCH, That, if the Obligee shall make any award to the Principal for .......e�13??ual Water _Main Replacement Corona Del Mar Area 1970 -71 — Contract No. 1293 __....aate....o£_.Bid: ••Malt_.1 d._.... 3Z_ l._.._. ..................................................... _. ..... _._ ................. ........ _ ----- _ 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 UNITED STATES FIRE INSURANCE COMPANY as Surety, or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay to the Obligee the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty of this bond, 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: ATTEST: (If Individual or Firm) ..._._ ........ ..._...__.__ (If Corporation) FM.SQS. -.10 REV. 9/62 DALE_CAASADA .CLQ�N, 1L.C.4E_.- ___(SEAL) BY:_..._,✓f �.._7 .._!v (� _...__may _(SEAL) ...... _ ............................ _...........__.........._..__ ....... _ .......... _.............. __ .......... __ ........ _ --- ._...____.__(SEEwr) Principal FIRE INSURANCE CO. S. PARISE, Attorney -in- Fact__ (�-i COMAIFRC IALI�'SCR:4 \G��:7�J�� :�. /-� � �_ ACKNOWLEDGMENT (SURETY) STATE OF CAISFORNIA SS. CoaN'u'v OF ORANGE aeosoeeeeoeeeoeoseooserooeeoo• A. VIRGINIA NELSON 2 NOTARY PUBLIC -CALIFORNIA PRINCIPAL OFFICE IN p '} ORANGE COUNTY i ' MY Ceovi Wm Mni 1A, W74 e �i OFFICIAL SERI ooe0000eeeoeesoe000000soe0000e On tls 17th ___day of May , 19 71, before me personally came JOHN S. PARISE , known to me to be attorney -in -fact for UNITED STATES FIRE INSURANCE COMPANY and known 4o me to be the person whose name is subscribed to the above instrument, and acknowledged j6 me that he executed same. N� Fublic soa.M.ea4 Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, as Principal, and as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Dollars ($ ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday and Sunday) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this day of , 19 Corporate Seal (If Corporation) (Attach acknowledgement of Attorney in Fact) 0 Title rincipal • Page 5 NON- COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrange- ment or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws. Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or material- man which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no induce- ment or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomesoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me by this day of 19 My commission expires: Notary Public Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility, igne Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. Signed 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ANNUAL WATER MAIN REPLACEMENT - CORONA DEL MAR AREA 1970 -71 CONTRACT NO. 1293 PROPOSAL To the City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California Gentlemen: PR l of 3 The undersigned declares that he has carefully examined the locations of the work, has examined the Plans and Special Provisions, has read the Notice Inviting Bids, and hereby agrees to furnish all labor, materials, equipment, transportation, and services to do all the work required to complete Contract No. 1293 in accordance with the City of Newport Beach Drawing W- 5074 -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 UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 4550 6 -inch asbestos cement water main Lineal Feet and appurtenances complete in place @ 1 E+�(2 emu.. Dollars 7 and F Cents i' Per Lineal FT oot 1100 10 -inch asbestos cement water main Lineal Feet and appurtenances complete in place @ Dollars and �S w Cents Per Lineal Foot 7 Each 6 -inch gate valve - Ring Tite $ 770 G C @ 1, CL4 ki j2j: t <-cQ Dol l ars and Cents $ 2 /x•00 $ I476`6c: Per Each ITEM QUANTITY ITEM DESCRIPTION 4. 1 Each 10 -inch gate valve - Ring Tite @ g+tiy ,2z Dollars and �- tom✓ Cents Per Each 5. 11 Each Fire Hydrant Assemblies with 6 -inch flange by Ring-Tite Valve @ vu .{t.�s,Q Pry �'r� Dollars and �. c5 ctd4r4 Cents Per Each UNIT PR2of3 TOTAL $1,15-06 $ 1�0!;'6 n $S7Sdc $ 6,3 -5'c01 6. 250 Each 1 -inch water services @ c /Le rc GCativ Dollars and Cents $ 8 7.G D $ �1,7�G• c Per Each 7. 1400 Temporary asphaltic concrete trench Lineal Feet Resurfacing - 2 inches thick @ �y � 2tj4 L`vn Dollars �1 and Cents $ 11t0 $ G�0•c Per Lineal Foot 8. 2 Each 10 -inch x 6 -inch tapping sleeve connection assembly with 6 -inch gate valve @���' K w.�c�u�w�wDoilors and a Cents $ 576.DO $ {' Per Each 9. 1 Each 12 -inch x 6 -inch tapping sleeve connection assembly with 6 -inch gate valve @ huMCLi�'dQt,, Dollars t/+— and o 5 h 7 c Cents $ � � %' $ Per Each 0 TOTAL PRICE WRITTEN IN WORDS: CONTRACTOR'S LICENSE NO. 7/8 3 DATE -, 0 Dollars and Cents Bidders Name PR3of 3 $ 66 l 8#f -s o (Authorized Signature BIDDER'S ADDRESS 14 LA- LxlvL4_� JCL TELEPHONE NO. G � & J , C? 0 0 INDEX TO SPECIAL PROVISIONS C -1293 PAGE I. SCOPE OF WORK 1 II. COMPLETION AND ORDER OF WORK 1 III. PAYMENT 1 IV. TRAFFIC CONTROL 2 V. NOTIFICATION TO RESIDENTS 2 VI. STORAGE YARD 2 VII. ADJUSTING THE UTILITY BOXES, VALVE COVERS, ETC. TO GRADE 2 VIII. SHUTTING DOWN THE EXISTING WATER MAINS 2 IX. CONSTRUCTION DETAILS 1. Asbestos Cement Pipe Water Mains 3 2. Gate Valves 3 3. Fire Hydrant Assemblies 3 4. Temporary Asphaltic Concrete Trench Resurfacing - 2 Inches Thick 3 5. Water Services 3 6. Backfill 4 7. Tapping Sleeve Connection Assemblies, Including Gate Valves 4 II SCOPE The work to be appurtenances in the Corona �i CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS 101[ 0 ANNUAL WATER MAIN REPLACEMENT - CORONA DEL MAR AREA 1970 -71 CONTRACT NO. 1293 SP 1 of 4 done under this contract consists of replacing water mains and in various alleys and surface restoration of street excavations del Mar area. The contract requires the completion of all the work as shown on the Plans (Drawing No. W- 5074 -S) and in accordance with these Special Provisions, the City of Newport Beach Standard Specifications for Public Works Construction (1970 Edition), 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. COMPLETION AND ORDER OF WORK The Contractor shall complete all the work covered within the contract within 80 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. 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 $100.00 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. 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. The cost of removing all improvements shall be included in the various items of work and no additional compensation will be allowed. i IV. TRAFFIC CONTROL • SP2of4 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. 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 renotification, 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 operations, shall be replaced at the Contractor's expense. All utility boxes, valve covers, etc., shall be reset to the existing adjacent pavement surfaces. The cost of adjusting these facilities to grade shall be included in the price bid for the various items of work and no additional payment will be made. 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. No shut downs will be allowed on Fridays, Saturdays, Sundays or legal holidays. • IX. CONSTRUCTION DETAILS 1. Asbestos Cement Pipe Water Mains 0 SP3of4 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 and fire hydrant assemblies. 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 in asphaltic concrete and portland cement concrete pavement areas 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 con- tract. 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, 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 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. 0 6. Backfi11 do SP4of4 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. Alleys 13 -A, 13 -B, 13 -C, and 13 -D are exceptions and shall be temporarily patched at locations shown on the plans. 7. Tapping Sleeve Connection Assemblies, Including Gate Valves The unit price bid for all tapping sleeve connection assemblies shall include plugs, thrust blocks, fittings, 6 -inch gate valves and appurtenances required to connect the new 6 -inch asbestos concrete water main to the existing 10 and 12 inch water mains. CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT CONTRACTORS CHECK -OUT LIST Bid Opening PROJECT l rJ f� j^✓l� Working Days Deposit Require L — /q3 Engineer's Estimate m qc, uOa NO. N ND ADDRESS PHONE DEPOSIT RKS � 7 \ L (/`�, '�/1 7-7- ^3-1 QWV 3rc S 32Z P� Z�i'f0 E Prc� ¢c-!o �•f1 9v...� -3 w7 -j'� KDHCo. 5947 Jasmine 689 -7409 5 -5 C- 6' ?V1 Syo -'3 3f — S'a7.4r X31 °'°7 i 3' Bop rza' �A oGS� 6 �O - 7 - 71 W'; 24 290 ey Blvd, Suite A X21 -�7s/ 25 c a Newman Backhoe Service, Inc. P6 P. 0. Box 1655, Hawaiian Gardens; CA 90716 mailed out 5/10/71 c�/ -71 Ct -D f S�� .2 ais �3iaiy� -7 V s, CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT CONTRACTORS CHECK -OUT LIST Annual Water Main. -Re lacement Bid Opening May IR_ In- AM PROJECT P Working Days CalAndar Deposit Requirec C -1293 Engineer's Estimate ggn,nnn NO. NAME AND ADDRESS PHONE DEPOSIT REMARKS Dale Casada C uction 15462 Cor o u ly- Miller Contracting Z P.O.Box 432 Orance. 92669 Wm W. Pearson Co. �j 212 Kings P1 Newport Beach 92660 KenrFedy Mechanical Constru Co. 919 E. a C F.W. Dod 41141475 -2 71 1540 Edinger Sj a Ana CA 92705 Or. Co. B er's %� /LEj7 _ 1535 dinger a Ana CA John Bebek /Construction Way West IvId r-D --2-9, 71 Santa Ana, 92705 Jen Cons ion Jf1j�` �� ,2 - % 8 P. 0. 7 Bea h Clow- Estey,Clow Corp P.O.Box 550 Anaheim. CA 9280 Daily Constrgrtion l 448 S. Hi ongley Construction )I 4301 Commonwealth R.L. Thibodo Construction Mfg /LcD4 1`j%f L P.O.Box 697 G: McK 3 2 tacia Avenue Ozi laniinA CA 92677 Santa Ana VAl ley tractors / //� �✓ �7� l�121 S. Sullivan Santa Ana CA 9?7nS Bejac Construction / Z97/ L 6559 Van Buren O �oK G 3V-ft �.o. s, A 7 -/� -' �- -7/ I TO: CITY COUNCIL FROM: Public Works Department C -i'z53 October 12, 1971 SUBJECT: ACCEPTANCE OF WATER MAIN REPLACEMENT CORONA DEL MAR, 1970 -71 CONTRACT 1293 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: P,/L9 The contract for the replacement of water mains in Corona del Mar (1970 -71) has been completed to the satisfaction of the Public Works Department. The bid price was: $61,184.50 Amount of unit price items constructed: $61,769.67 Amount of change orders: $970.09 Total contract cost: $62,739.76 Funds were budgeted in Account No. 50- 9297 -074. The contract made provisions for the replacement of 1 -inch services; however five 2 -inch services were encountered. A change order was issued for the replacement of these services. The contractor is Dale Casada Construction Company of Anaheim, California. The contract date of completion was August 30, 1971. All work was completed by August 20, 1971. The separate contract for the reconstruction of alleys in which the water mains were placed is now approximately 50% complete. 0 L) /-) ..., 4 DATE to UL. ! 1 Li 1� � jU1� seph T. Devlin P blic o ks Director D /bg CONTRACT NO. 1293 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR ANNUAL WATER MAIN REPLACEMENT - CORO 1970 -71 Approved by the City Council this 26th day of April 1971 v Laura Lagios, City CUbrk SUBMITTED BY: on rac or C�e�, Eal ilerni a 112806 hone ota Bi 5P rice CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 1293 CONTRACT DOCUMENTS FOR ANNUAL WATER MAIN REPLACEMENT - CORONA DEL MAR AREA 1970 -71 ADDENDUM NO. 1 NOTICE TO BIDDERS: Please be advised that underground Newport Cablevision facilities exist in the following alleys: Alley 18 -C between Alley 24 -B between Alley 25 -A between Alleys 7 -A & 7 -C between Alley 4 -A between Alleys 3 -C & 3 -D between Alleys 1 -C & 1 -D between Alleys 13 -D & 13 -E between Acacia & Begonia - 2nd to 3rd - Approx.2_'E /CL Goldenrod & Heliotrope - 1st to 2nd - Approx.2' /CL Heliotrope & Iris - 1st to P.C.Hwy.- Approx.2'E /CL Jasmine & Larkspur -2nd to 3rd,4th to 5th- Approx.2'E /CL Marigold & Narcissus - 4th to 5th - Approx.2'E/ Narcissus & Orchid -Alley 13 -C to 3rd- Approx.2' /CL Poinsettia & Poppy -Alley 13 -E to 3rd- Approx.2'E /CL P.C. Hwy. & 2nd Ave. - Orchid to Poppy- Approx.2'N /� Cablevision does not have facilities in the following alleys: Alleys 15 -B & 15 -C between Avocade & Acacia - 2nd to 4th Alley 24 -A between Goldenrod & Heliotrope - 2nd to P.C.Hwy. Alley 10 -A between Goldenrod & Heliotrope -4th to 5th Alleys 13 -A, 13 -B, between P.C. Hwy & 2nd Ave. - Marguerite & Orchid. & 13 -C The above information obtained from atlas maps furnished the City by Newport Cable- vision. Please sign and show date of receipt of this Addendum on the Proposal or insert a copy with your Proposal. � ��A EQ� Signature �— M€�c onald Design Engineer -iz 71 Date of Receipt q CITY OF NEWPORT BEACH, CALIFORNIA Page 1 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 18th day of Ifl , 1971 , at which time they w�T�6e opened and read, o r performing work as o ows: ANNUAL WATER MAIN REPLACEMENT, CORONA DEL MAR AREA, 1970 -71 CONTRACT NO. 1293 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of'the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or 'Dice President and Secretary or Assistant Secretary are required and the orporate SaT- s a e affixed to all 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 Documents 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 (1970 Edition and Supplements) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue., Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $2.00 per set. 0 City of Newport Beach, California Notice Inviting Bids Page la 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). Revised 9 -15 -70 • i Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal., times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, this corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under - signed in making up this bid. The undersigned agrees that in of default in executing, the required contract with necessary bonds within ten (10) days, not including Sunday, after having received notice that the contract is ready for signature, the proceeds of check or bind accompany- ing this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 187183 Classification _A Accompanying this proposal is %Y4J11, VW[ 611 O. VImC mj V 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. 530 -1520 Phone NUmber Mqy 18, 1971 Date M er s me (SEAL) L. L Dobkin AUtnorized signature Authorized gna ure Individual 4rZ4 Type organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: Page 3 DESIGNATION OF SUB - CONTRACTORS t The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the sub - contractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these sub - contractors except upon the prior approval of the Engineer. Item of Work Sub - contractor Address 1. 2.. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Data Casada Construction "May Bi der s Name /g4f�, Z/, � 5441rhorized Sig t ru e Individual Type of Organi zation (Individual, Co- partnership or Corp) 16462 Coronado Streetp Anaheim. Calif. ress ORIGINAL, SEE CITY CLERK'S FI OPY Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, Dale Casada Construction Company as Principal, and United States Fire Insurance Company , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of Amount Bid Dollars ($ 10% of bid ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of Annual Water Main Renlacement - Corona del Mar Area (Contract 1293 in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc_ tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday and Sunday) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect,-and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 17th day of May , 19 71,, Corporate Seal (If Corporation) (Attach acknowledgement of Attorney in Fact) A. Virginia Nelson, Notary Public Commission Expires March 16, 1974 Dale Casada onstdction ComaanY rindpa _United States Fire Insurance Company surety By /s/ John S. Parise Title Attorney-in-Fact. 0 0 Page 5 NON- COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrange- ment or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or material - man which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no induce- ment or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomesoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me by this 4th. 19 71. day of JUM My commission expires: OFFICIAL SEAL NOTARY PUBLIC•f"WFORNIA ORANGE COUNTY MyCommisslon Expirasluly31,1973 1311 E. Washington PI., Apt. 6. Santa Ana, Cart. 92701 /.� 1 rmmmna ON FILE WITH CITY CLERK Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. Signed 0 TECHNICAL ABILITY AND EXPERIENCE REFERENCES E Page 7 The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. PRIOR WORK FOR CITY 0 LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, That Page 8 WHEREAS, the City Council of the City of Newport Beach, State of California by motion adopted Nay 24, 1971 has awarded to Dale Casada Construction CompwW hereinafter designated as the "Principal ", a contract for 'Anmal Water Main Replacement - Cortina dal Mar Area - 1970 -71 (Contract 12931 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used in, upon, for, or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We Dale Canada Constriction Cang►a^#- as Principal, hereinafter designated as the Contractor and United States Fire Insurance Cnnnanv as Surety, are held firmly bound unto the City of Newport Beach, in the sum of 1 1+ i7, i i7.�:r said sum being one -half of the estimated amount payable by the City of Newport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee.; to be fixed by the Court as required by the Provisions of Section 4204 of the Government Code of the State of California. Page 9 (Labor and Material Bond - Continued) This bond shall inure to the benefit of any and all persons, companies, and corporation entitled to file claims under Section 1192,1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California, And the said Surety, for value extension of time, alterations to be performed thereunder or affect its obligations on this extension of time, alterations work or to the specifications, received, hereby stipulates and agrees that no change, or additions to the terms of the contract or to the work the specifications accompanying the same shall in any wise bond, and it does hereby waive notice of any such change, or additions to the terms of the contractor or to the In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond, IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 28th day of May , 19 71 NOTARY PUBLIC A. Virginia Nelson Commission E Tres March 16 1974 (See At ached) Approved as to form: 46b-wlo skete City Attorney This bond was approved by the City Council of the City of Newport Beach by motion on ae Attest: City Clerk Seal) wo 016200!7,t�UZG i A.1 3nhe _S, Parise (Seal ) United St-taft Five I "Vance C. (Seal) (See Attached) (Seal) J�b,p0.5iFq CPO UNITED STATES FIRE INSURAICE COMPANY ❑ THE NORTH RIVER INSURANCE COMPANY ❑ WESTCHESTER FIRE INSURANCE COMPANY ❑ INTERNATIONAL INSURANCE COMPANY 110 WILLIAM STREET NEW YORK, N. Y. 10036 BONDING DEPARTMENT LABOR AND MATERIAL BOND TU ACCOMPANY CONTRACT PUBLIC WORK BOND NO: 743814 (Premium included in faithful performance bond) KNOW ALL MEN BY THESE PRESENTS: TIIAT, Wx t CITY OF NEWPORT BEACH has awarded to DALE CASADA CONSTRUCTION CO. hereinafter designated as the "Contractor," a contract for the work described as follows:-Annusil Water Main Replacement — Corona del Mar Area 1970 -71 (C -1293) WHEREAS, said Contractor is required by the provisions of Chapter 3 Division 5, Title 1 Sections 4200-4208, Government Code to furnish a bond in connection with said contract, as hereinafter set forth. Now, THmFoRE, WE, DALE CASADA CONSTRUCTION CO. the undersigned Contractor, as Principal, and UNITED STATES FIRE INSURANCE COMPANY , a corporation organized and existing under the laws of the State of New York, and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound CITY OF NEWPORT BEACH Thirty Thousand Five Hundred and in the sum of Ninety Two and 25 /100 -- ----------- - - - - -- Dollars (f30._592.253 *') r said sum being not less than one -half of the estimated amount payable by the CITY OF NEWPORT BEAC_13 under the terms of the contract, for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF Tars OBLIGATION Is SUCH, That, if said Contractor, his or its heirs, executors, administrators, successors or assigns, or sub - contractors, shall fail to pay for any materials, provisions, provender or other supplies or teams, implements or machinery used in, upon, for or about the performance of the work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Act with respect to such work or labor as required by the provisions of Chapter 3 of Division 5, Title 1 of the Government Code, and provided that the claimant shall have complied with the provisions of said Code, the surety or sureties hereon will pay for the same in an amount not exceeding the sum specified in this bond, otherwise the above obligation shall be void. In case suit is brought upon this bond, the said Surety will pay a reasonable attorney's fee to be feed by the Court. This bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Section 1192.1 of the Code of Civil Procedure, to u to give a right of action to them or their assigns in any suit brought upon this bond. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder w the specifications accompanying the same shall In any wise affect its obligations on this bond, and it does hereby waive notice of any s•ob change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. IN Wnw= WH a>lor, We have hereunto set our hands and seals this 28th lay of 19-7.L 1111111 DALE ;•: •N 4' • • /, i BY: d66 RN.aoa. —.C,D CAL Rev. ./so PRINT &, IN u.R A PRINCIPAL UNITED STATES FIRE INSURANCE COMPANY 1�T1, JO N S. PARISE ATTORN[Y.IN.FACT ACKNOWLEDGMENT ,• •,•••••••••••••••••••••••••* (SURETY) O A. VIRGINIA NELSON • > NOTARY PUBLIC - CALIFORNIA S • PRINCIPAL OFFICE IN STATE OF CAIMRNIA , ♦ ORANGE COUNTY • is. OFFICIAL SEAL Mr Corl�lo� WM+ MrJ IM1. w7♦ Cooxrxof+ ORANGE ... ♦.,••••••••••••.•••••••••• On thin 2Rth --day of Maw , 19-UL, before me personally cant JOHN q PARTRR known to me to be attorney -in -fact for UNITED STATES FIRE INSURANCE COMPANY and known to me to be the v person whose name is subscribed to the above instrument, and acknowledged me that— he executed same. J Notsii7 Publm 17 w.,o.w Page 10 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted May 24. 1971 has awarded to Dale Casada Construction Combew hereinafter designated as the "Principal ", a contract for Annual Water Main Replacement - COrOna dal Map Area - 1970_71 (Contract 1293) in the City of Newport Beach, in strict conformity with the drawings and specifications and other contract documents now on file in the office of the City Clerk of the City of Newport Beach. WHEREAS, said Principal has executed or is about to execute said contract and the terms whereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, Dale Caaada Construction COMPM as Principal, hereinafter designated as the "Contractor ", and United States fire insurance Company As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of Sixty One Thousand one Hundred Eighty four 5 50/100 Dollars ($ 61,184.50 ), said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal,.his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers.and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. b K. y (Performance Bond - Continued) Page 11. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alteration or addition to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 24th day of NAY , 19 71 NOTARY PUBLIC A. Virginia Nelson Commission Ex ices March 18, 1974 ee ttacTied) Approved as to form: City Aftorney (Seal} DALE CASADA CONSTRUCTION COMPANY (Seal) (Seal) Contractor Seal) /s/ John $. Paris* (Seal) Attonw y-in -Fact UNITED STATES FIRE INSURANCE COMPANY (Seal) urety (See Attached) V 0 0 • ❑ THE NORTH RIVER INSURANCE COMPANY UNITED STATES FIRE INSURANCE COMPANY ❑ WESTCHESTER FIRE INSURANCE COMPANY ❑ INTERNATIONAL INSURANCE COMPANY 110 WILLIAM STRSST NSW YORE, N. Y. BONDING DEPARTMENT Contract Bond KNOW ALL MEN BY THESE PRESENTS: That _DALE_CASADA CONSTRUCTION CO_ Bond No..743.8141 -1., (hereinafter called Principal), as Principal, and UNITED STATES FIRE INSURANCE CO. , a corporation of the State of New York, with its Home Office in the City of New York, New York, and duly authorized and licensed to do business in the State of......California .............................. ...................(hereinafter called Surety), as Surety, are held and firmly bound unto...___!.TY.. QZ._N .QRT ... I1F'ACH ............. ............. _. ......_.. _.._.._ .......... __._._.._.___. _._____............(hereinafter called Owner), in the full and just sum of 5 red iaht £Qnr �c 1rQ�a.�QBO11Na(�F11��4.50' -�, to the payment of which sum, well and truly to be made, the Principal and Surety bind themselves, their and each of their heirs, executors, administrators, suoceesor and assigns, jointly and severally, firmly by these Presents. Signed, sealed and dated this__. 28th _.._..__._...day of_._._MaY.._.._.— A.D. 19-Z-1 WHEREAS, the Principal has entered into a certain written agreement, dated the 2At _ day of MaY _� �._ _ ._ _ _ , A.D. 19 71 ., with the Owner for _A m 1 Watu zl__,_ ReplacementL,w_ q(?z 2n;Af<�. �1 AS�� _1 �7.Q 21 which agreement is or may be attached hereto for reference. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, That, if the Principal shall well and truly perform and carry out the covenants, terms and conditions of said agreement, then this obligation to be void; otherwise to remain in full force and effect. WrrrrRse: AT=T: (v UWIViDUAL OR FIRM) (Er CORTORATTON) nLnL —d ■•r. in/•i DALE_C�ASADDAA CONSTRUCTION CO ;.(SBAL) ._(SEAL) (SUL) UNITED STATES FIRE INSURANCE COMPANY J HN S. PARISE, Attorney -in -Fact STATE OF CALIFORNIA COUNTY Or ORANGE ACKNOWLEDGMENT (SURETY) td. ♦ ♦NN�N ♦♦N ♦ ♦N ♦♦ ♦ANN ♦N�♦ A. VIRGINIA NELSON NOTARY PUBLIC - CALIFORNIA f + PRINCIPAL OFFICE IN • ORANGE COUNTY • Illi �Wm%pbW — N . W- 4 ♦ OFFICIAL SEAL On t1g, 28th A. Of May 19 71 , before me personally ramp JOHN S. PARISE known to me to be attorney -in -fact for• UNITED STATES FIRP NR AN F COMPANY , and known to me to be the person whose name is subscribed to the above instrument, and acknowledged to dme tha he aec Led same. oUry Pgb1Lc Page 12 CONTRACT THIS AGREEMENT, made and entered into this //T# day of 4-u Av s 197/ , by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and Dale Canada Construction Company hereinafter designated as the Contractor, party of the second part. WITNESSETHD 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 and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the Plans and Specifications therefor; to furnish at his own proper cost and expense all tools, equipment, labor, and materials necessary therefor, (Except such materials, if.any, as in the said Specifications are stipulated to be furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2. For furnishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this Agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecu- tion of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly stipulated tube 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, Contractor's Proposal, and the Plans and Specifications, and all amendments thereof, when approved by the parties hereto, or when required by the City in accordance with the provisions of the Plans and Specifications, are hereby incorporated in and made part of this Agreement. 0 0 Page 13 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the Director of Public Works, and their officers and employees, from all claims, loss, damage, injury, and liability of every kind, nature, and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury, and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the day and year first above written. CITY OF NEWPORT BEA H, CAL RN IA By. Mayor ATTEST: By By Approved as to form: City Attorney D o actor (SEAL) Title Title f • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ANNUAL WATER MAIN REPLACEMENT - CORONA DEL MAR AREA 1970 -71 CONTRACT NO. 1293 PROPOSAL To the City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California Gentlemen: PR 1 of 3 The undersigned declares that he has carefully examined the locations of the work, has examined the Plans and Special Provisions, has read the Notice Inviting Bids, and hereby agrees to furnish all labor, materials, equipment, transportation, and services to do all the work required to complete Contract No. 1293 in accordance with the City of Newport Beach Drawing W- 5074 -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 UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4550 6 -inch asbestos cement water main Lineal Feet and appurtenances complete in place @ Emir dollars Dollars and Cents $ 4.45 $ 20,247.50 errLl nea Foot 1100 10 -inch asbestos cement water main Lineal Feet and appurtenances complete in place @ SPVPn dollars Dollars and Cents $ 7.90 $ 8,690.00 er Linea Foot 7 Each 6 -inch gate valve - Ring Tite @ Two hundred ten Dollars and Cents $ 210.00 $ 1.470.00 er ach PR2of 3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 1 Each 10 -inch gate valve - Ring Tite @ Four Hundred five Dollars and no Cents $ 405.00 $ 405.00 Per Each 5. 11 Each Fire Hydrant Assemblies with 6 -inch flange by Ring -Tite Valve @ Five Hundred Seventy Five Dollars and no Cents $ 575.00 $ 6,325.00 Per Each 6. 250 Each 1 -inch water services @ Eighty Seven Dollars and No Cents $ 87.00 $ 21.,750.00 Per Each 7. 1400 Temporary asphaltic concrete trench Lineal Feet Resurfacing - 2 inches thick @ Forty Cents Dollars and Cents $ .40 $ 560.00 Per Lineal Foot 8. 2 Each 10 -inch x 6 -inch tapping sleeve connection assembly with 6 -inch gate valve @ Five Hundred Seventy Five Dollars and no Cents $ 575.00 $ 1,150.00 Per Each 9. 1 Each 12 -inch x 6 -inch tapping sleeve connection assembly with 6 -inch gate valve @ Five Hundred Eighty Seven Dollars and Cents $ 587.00 $ 587.00 er Each TOTAL PRICE WRITTEN IN WORDS: fa Sixty One Thousand Une Hundrgd Eighty Four Dollars and Fifty Cents CONTRACTOR'S LICENSE NO. 187183 DATE May 18, 1971 BIDDER'S ADDRESS 15462 Coronado Street M:1' p ,ri ' :•1. TELEPHONE NO. 630 -1520 PR3of 3 all m 1.11 Dale C s d ru n Company Bidders Name L hk Authorized Signature INDEX TO SPECIAL PROVISIONS C -1293 PAGE I. SCOPE OF WORK 1 II. COMPLETION AND ORDER OF WORK 1 III. PAYMENT 1 IV. TRAFFIC CONTROL 2 V, NOTIFICATION TO RESIDENTS 2 VI. STORAGE YARD 2 VII. ADJUSTING THE UTILITY BOXES, VALVE COVERS, ETC. TO GRADE 2 VIII. SHUTTING DOWN THE EXISTING WATER MAINS 2 IX. CONSTRUCTION DETAILS 1, Asbestos Cement Pipe Water Mains 3 2. Gate Valves 3 3. Fire Hydrant Assemblies 3 4. Temporary Asphaltic Concrete Trench Resurfacing - 2 Inches Thick 3 5. Water Services 3 6. Backfill 4 7. Tapping Sleeve Connection Assemblies, Including Gate Valves 4 ' • • SP 1 of 4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR ANNUAL WATER MAIN REPLACEMENT - CORONA DEL MAR AREA 1970 -71 CONTRACT NO. 1293 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. The contract requires the completion of all the work as shown on the Plans (Drawing No. W- 5074 -5) and in accordance with these Special Provisions, the City of Newport Beach Standard Specifications for Public Works Construction (1970 Edition), 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 the work covered within the contract within 80 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. Each alley must be returned to normal passenger vehicular use within 14 consecutive calendar days from 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 $100.00 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. 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. 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 • SP2of4 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. 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 renotification, 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 operations, shall be replaced at the Contractor's expense. All utility boxes, valve covers, etc., shall be reset to the existing adjacent pavement surfaces. The cost of adjusting these facilities to grade shall be included in the price bid for the various items of work and no additional payment will be made. 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. No shut downs will be allowed on Fridays, Saturdays, Sundays or legal holidays. ".� • SP3of4 IX. CONSTRUCTION DETAILS 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. Gate Valves The unit price bid for 6 -inch and 10 -inch gate valves shall include all valves excluding hot tap connection and fire hydrant assemblies. 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 in asphaltic concrete and portland cement concrete pavement areas 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 con- tract. 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, 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 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. Backfi11 • SP4of4 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., Alleys 13 -A, 13 -B, 13 -C, and 13 -D are exceptions and shall be temporarily patched at locations shown on the plans. 7. Tapping Sleeve Connection Assemblies, Including Gate Valves The unit price bid for all tapping sleeve connection assemblies shall include plugs, thrust blocks, fittings, 6 -inch gate valves and appurtenances required to connect the new 6 -inch asbestos concrete water main to the existing 10 and 12 inch water mains. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 1293 CONTRACT DOCUMENTS FOR ANNUAL WATER MAIN REPLACEMENT - CORONA DEL MAR AREA 1970 -71 ADDENDUM NO. 1 NOTICE TO BIDDERS: Please be advised that underground Newport Cablevision facilities exist in the following alleys: Alley 18 -C between Acacia & Begonia - 2nd to 3rd - Approx.2'E /fL Alley 24 -B between Goldenrod & Heliotrope - 1st to 2nd - Approx.2' /j Alley 25 -A between Heliotrope & Iris - 1st to P.C.Hwy.- Approx.2'E /CL Alleys 7 -A & 7 -C between Jasmine & Larkspur -2nd to 3rd,4th to 5th- Approx.2'E /CL Alley 4 -A between Marigold & Narcissus - 4th to 5th - Approx.2'E/ Alleys 3 -C & 3 -D between Narcissus & Orchid -Alley 13 -C to 3rd- Approx.2' /CL Alleys 1 -C & 1 -D between Poinsettia & Poppy -Alley 13 -E to 3rd- Approx.2'E /fL Alleys 13 -D & 13 -E between P.C. Hwy. & 2nd Ave. - Orchid to Poppy- Approx.2'N /i Cablevision does not have facilities in the following alleys: Alleys 15 -B & 15 -C between Avocade & Acacia - 2nd to 4th Alley 24 -A between Goldenrod & Heliotrope - 2nd to P.C.Hwy. Alley 10 -A between Goldenrod & Heliotrope -4th to 5th Alleys 13 -A, 13 -B, between P.C. Hwy & 2nd Ave. - Marguerite & Orchid. & 13 -C Tne above information obtained from atlas maps furnished the City by Newport Cable - vision. Please sign and show date of receipt of this Addendum on the Proposal or insert a copy with your Proposal. Signature Date of Receipt rJ-Mc >f onal d Design Engineer PROJ T NOTIFICATIONS AND PLAN DISTRION PROJECT !r/ clt e,✓r_,n,,; CONTRACT - Z BUDGET COST C N so - gz7o -074 ENGINEER /DESIGNER �� S zr✓<r,c nA ACTIVITY 1. Surveying Request 2. Foundation Request 3. Preliminary Notification and Utility Request a. O Orange County Utility Coordinating C Committee b. P Pacific Telephone c. S Southern California Edison d. S Southern Counties Gas Company e. C Cable Television f. C City Utility Division g. G General Services Department h. T Traffic Engineer i. P P.W. Director, Asst. P.W. Director, & & P.W: Engineers 4. Permit Requests a. S State Division of Highways b. O Orange County Flood Control c. O Orange County Sanitation District d. O Orange County Harbor District e. U U. S. Corps of Engineers f. U U. S. Coast Guard 9• h. 5. Preliminary Plan Distribution .a, P Pacific Telephone 1 1 set v b. S Southern California Edison Company 1 1 set ✓ ;.•< c. S Southern Counties Gas Company 1 1 set ✓.,_ -.:: d. C Cable Television 1 1 set e. G General Services Department 1 1 set .. f. C City Utility Division 1 1 set g. F Field Engineer 1 1 set ✓ ` 6. Final C Contract Plan Distribution a. P Pacific Telephone* 1 1 set b. S Southern California Edison Company* 1 set — c. S Southern Counties Gas Company* 1 1 set— d. C Cable Television* 1 1 set - e. G General Services Department*,, 4 4 sets— f. C City Utility Division* 2 2 sets — g. F Field Engineer ** 3 3 sets- - h. P Public Works Hanging File 1 1 set-, i. P Project Engineer ** 1 1 set - - j. C Contractor ** 4 4 sets minimum k. P Police* T Title Sheet o only - 1. F Fire* T Title Sheet o only- f N. 1 Z_ R .;•a n x . / ; r N Ix a R .;•a n x . / ; r N Ix a JS 41 CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST N0. Retention FOR PERIOD ENDING December 15, 1971 PROJECT- Water Main Replacement, Coroea del Mar, 1970 -71 4 BUDGET NO. 50- 9297 -074 CONTRACT NO. 1293 ORIGINAL CONTRACTC Send payment to: EXTRAS TO DATE CONTRACT TD DATE Dale Casa da Construction CO. 15462 Coronado Street ✓� �% Anaheim, Calif. 92806 AMOUNT EARNED 629739.76 LESS I0% RETENTION - LESS PREVIOUS .PAYMENTS 599680.54 AMOUNT DUE THIS REQUEST 3,059,22 I HEREBY CERTIFY THAT THE ABOVE AMOUNT'S AND VALUES ARE CORRECT. 51GNED� , SIGNED ENGINetR CONTRACTOR BY 1� i. I } N r I� 1 w1�.ar�aL Dale Casada Construction Co. SEWER AND PIPE LINE CONTRACTORS 15462 CORONADO STREET .,' ANAHEIM, CALIFORNIA 92606 . PHONE 630 -1520 DATE a.LGiti 14 Aq� TRACT NO SOAA` s f 41 IA" LOT NO. �/, n X, I- LOCATION 4- •� 11.19 Vld. +� Ai dMeA - o..ne Una real ��` r.. ✓ v 3 C . r7D ''9n � !! ke r x! n ' ✓ v ,2 S s2 J j+ gS•da o f'f f 6 l ' " �ti • 2' 54 ks 447, t ry ✓ �11F JB 4S- 14 O S IV Owner agrees to pay to the contractor for said work listed above the sum of Does not include replacing of pavement, all permits, inspection fees, and engineering fees. In the event contactor shall institute and prevail in any action or suit for the enforcement of any of its rights hereunder, owner shall pay to contractor all attorneys fee on account thereof. ACCEPTANCE You are hereby authorized to furnish and install the above Vegmpwent and materials at the price and under the terms and as set forth above. i Dale Casada Construction Co. ! Owner By ` Date Accept A 19— By CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT ESTIMATING FORM PROJECT TITLE / 9 70 -7/ lJrr� �{� f�irr� �ie� COReN// J..fFL �AIC Estimator's Name �1�� ST��ko .c Date 4-7-71 Preliminary 0 Final NO.1 ITEM QUANTITY UNIT PRICE AMOUNT j G " Ac i° N/.rrt is /9.tiN . 4SS0 <i• S �~s 39 TSo c M•ovN // d0-" LF /Z js Zoe' 3 (, Giw szr 6fl re 175-D 4 /o n y.9rc k/, vca z fi* 3 s° ;70,c) S 11VVPA4w7- Aso-.Hdc Y wl eOh V~0 j/ Pi! GfB � 684,-no, 6 /" !,/.� � Se < ✓ /cct z 45o 1290 ! zSaoe 7 2' 75 MPoeAav A.c. 8 /o 'x 6 '' T.�ryac Serra ✓s sa- A.Agc.Y Z ellf 1.300 9 j�-`xG � �, •, i� / cs/9 'oo" 700 7; I 1. - —7/ 9 AL t6 y "fic P �" �6,. ✓, f;,ts /yYO, sr_sc ✓gecff A. C , Ar ;V 1.5'- 3k-7345' O Q // -'O /5- //G /8- 177 p O 9 0 o z o z 9 0 z q -6 33z' 7 -G 3 -C. X38' a a /8 /L o /i 3' o 276 jl cx �So I 1 ._____._._.a0 .___._____.ON T33HZ _______________________________ ___________________________ :___ TO3LBUZ -------------- 3TAO ...._._... :_ ;_ ---- YB . - __.._._.____________..__ ...ON BOL ------ ,_t__._3TAO ._.___._..YB MAHO I i I i i i L97o-71 \ i4��eiY /o "!%c/� i /a "�. ✓ FKe h v, atR ✓iee ,¢ e Al r T P In asrzsa usf�qz - . :. CITY OREWPORT BEACH - PUBLIC WORKS OARTMENT ESTIMATING FORM PROJGECT TITLE,. / / / 70-71 IUY�6 MC N% Co.eoNA �ffL /� ?,C Estimator's Name J S Date p •.f �O �' 7I Preliminary ® Final O NO. ITEM QUANTITY UNIT PRICE AMOUNT -4 S'S'o ,c f 'cr 3i 3so ..� �,�c /iyoRN.✓r /TSSPi+l�Ly �✓ /d.H-.F vn ✓a B EA �zs� Sbcc t� /` w vr�,t �� Q ✓,cc Z3o �A fD6=° Z scD 2�J ,— ENii2r1Y /f "C, P.t �H Soo GF �°3 Sao /300 700 7z/ Obd CITY OFQIWPORT BEACH - P,UBLIC WORKS oOOMENT ESTIMATING FORM DIVISION DATE /- Z/- 7e C3 BY: :-J s PRELIMINARY FINAL 40. _ ITEM QUANTITY. UNIT PRICE AMOUNT �, G " G .� TE l//r � vim- 3 3 �'i✓. 8�'o 8 / r /'✓N TE/2 S�/li/�GE �ONNE<T /ON z�Q EA. � ' 9 Z ° S}, C, %cc�P n.vRir y, �A ✓ /.✓b fBQ,� LF f, v Fd2 'ro-v'c l.c.F"v., 0 CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. 4;0)) FOR PERIOD EKING January 12. 197 _ PROJECT: Alley Improvements, Corona del Mar, and Balboa Island BUDGET NO. 02- 3897 -177 CONTRACT NO. 1106 ITEM I CONTRACT PERCENT AMOUNT N0. CONTRACT ITEM PRICE COMPLETE EARNED Alley Approach $310.00 ea 26 EA $ 8,060.00 2. Alley Pavement (6; ") 0.90 /SF 72,494.5 SF 65,245.05 3. P.C.C. Trench Patch 1.08 /SF 163.25 SF 176.31 Garage Approach /Sidewalk (611) 0.86 /SF 9,225 SF 7,933.50 5. 4 -inch A.C. Pavement 1.08 /SF 4,2M 75 SF .� 4,616.73 6. 6 -inch A.C. Patching 1.24 /SF .3,741 SF 4,638.84 7. A.C. Feather Patch 0.36 /SF 81i SF 29.16 8. Retaining Wall 23.00 /LF 106 LF 2,438.00 9. P.C.C. Street Pavement 1.18 /SF 1,663. SF 1,962.34 10. Alley Pavement (6 ") 0.844/SF 12,025 SF 10,149.10 11. Garage Approach /Sidewalk (411)• 0.68 /SF 1,007 SF 684.76 12. 4 -inch A.C. Pavement 1.08 /SF 969 SF 1,046.52 106,980.31 Change Order #1 42.22 100% 42.22 Change Order #2 499.71 100% 499.71 Change Order #3 Change Order #4 400.00 --- 100% - -- 400.00 - -- 107,922.24 ORIGINAL CONTRACT 100,833.40 EXTRAS To DATE 3,421.93 E' CONTRACT To DATE 104,255.33 AMOUNT EARNED $ 107,922.24 LESS 101, RETENTION 5,041.67 LESS PREVIOUS PAYMENTS 101,938.64 AmouNT DUE THIS REQUEST 941.93 Send Payment to: Coxco, Inc. P. O. Drawer C Stanton, California I HEREBY CERTIFY THAT THE ABOVE AMOUNTS AND VALUES ARE CORRECT. SIGNED SIGNED ENGINEER CONTRACTOR - BY -Z= 0 MINUTES W9ter.Main Replacement Critiques C -1247 September 15, 1970 In Attendance: Steve Bucknam Ed McDonald Pat Dunigan Guy Prewitt Jim Frost Don Webb Joe Stucker 1. Project Planning and Financing No problems encountered 2. Design Features No problems encountered 3. Level of Inspection Good 4. Contract Administration No prob ems encountere 5. Quality of Work Excellent 6. Cooperation and Communications No problems encounterecT 7. Suggestions for Improving Procedures on Future Projects. "None Guy C. rewitt Administrative Assistant. ... ."„�,.._•.':., .. r�'X'`.`.;.. .�3k, s -i ..a -". __.i:.'�..k''�ia-`n"- ° -`* .. ._.:Si. w.- 1�.;6'ita.SonY''�zs'b Ae ), %-S - G A,w r ♦ Z s- -/F I /8e Z B.� 7 9 S pro i i. 3 I. I n.a.ws!.✓i -.,I J f I �f --ir i Ae ), %-S - G A,w r ♦ Z s- -/F I /8e Z B.� 7 9 S pro i i. 3 I. I J f I i. 3 I. I _ i i . ,.. .:: '... • �T.Ts /Z -z7- 70 , ;D_: ;...713._7,' if 7C mo_,. i IZ 330 - i y i7zcct Y All A«� i 33o IX / A'r&ey '3-e- LS ` 3 30 !Z_ 36 7 3 30 3S9 L.� - zr 33o /Z 36 7 f / i 12— i 33p 3S4 � ------------ 40 __________.ON T33H2 U*a ----------- _3TAO ----------------------- ya ------------------------------------------------------ __________________._______..ON SOL --------------------------- ------------------------- ----- -------------- 3TAG __._..._.YS OXH0 ------------------------------------------- ----------- ------------------- 7 ------------------ -------- ------------------ --------------------- --------- fItca Y z� n4 7 pit . _ NOTICE OF COMPLETION PUBLIC WORKS To All Laborers and Material Men and to'Every Other &jjff j0je;ggjed: Water Main Replacement Corona del Mar, Yqi4-ffij J�TAKE NOTICE that on the Public Work "roject c _ sisting of nale Caaada Construction Comnenv Limited Staten FYre Rsuranrn Company on which � was, the contractor, and was the surety, was:completed. ! TTv 11 HTL UTDl n T MW A f'L 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 ®gVjW& Qfgpe}jR ;y that the foregoing is. true and correct. Executed on VERIFICATION, at Newport Beach, California. I, the undersigned, say: October 12, 1971 I am the City Clerk of the City of Newport Beach; the City Council of said City on accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare.under pGt*j*Wrfl*rjiM that the foregoing is true and.correct. Executed.on at Newport Beach, California. CITY OF *PORT BEACH - PUBLIC WORKS DEPARRENT 10/70 PROGRESS PAYMENT REQUEST NO. 4 (F) FOR PERIOD ENDING Satmober 14, 1971 PROJECT Water Main hplaerent, Co rona del llar" 197041 BUDGET NO. 50 -9297 -074 CONTRACT NO. 1293 ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED 1. 6" ACP t 4.45/LF 4739.5 LF $21.064.07 2. 10" ACP 7.90 /LF 1062 LF 8.389.80 3. 6" G.Y. 210.00 EA 8 EA 1.680.00 4. 10" G.Y. 405.00 EA 1 EA 405.00 5. Fire Hydrant 575.00 EA 11 EA 6.325.00 6. In Service 87.00 EA 248 EA 21,576.00 7. 2" Temp. A.C. Paving 0.40/LF 1482 LF 592.80 8. 10" x 6" T.S. i V. 575.00 EA 2 EA 10150.00 9. 12" x 6" T.S. A V. 587.00 EA 1 EA 587.00 61,769.67 OM SE ORDER NO. 1 130.09 1005 130.09 CFANGE ORDER NQ. a 84D.00 1005 M* $62.739.76 Original Contract 619184.50 Extras to Date 970.09 Contract to Date 629154.59 Amount Earned 62.739.76 Less = Retention 3.059.22 Less Previous Payments 58.177.67 Amount Due this Request - 1.502.87 Rr 0. 4 6eo'ry ti�_I I hereby certify that the above /amounts a SIGNED... Field Wgineer payaant to; UL . i• u Casa" Constrettion Company Coronado Street Rio►. California 92806 re 'correct. SIGNED '-NLL CASADA CQN BY or .T .�— CITY OF NEWPORT BEACH PUBLIC WORKS PROJECT CHANGE ORDER 0 CHANGE ORDER NO. 2 DATE September 10, 1971 CONTRACT NO. 1293 PURCHASE ORDER NO. BUDGET NO. 50- 9297 -074 CONTRACTOR'S NAME Dale Casada Construction Company PROJECT NAME AND NO. Water Main Replacement, Corona del Mar, 1970 -71 ACTION: During construction it was found that five of the water services were 181 and 2 -inch instead of the 1 -inch as listed in the proposal. Per the list dated August 20, 1971, the cost of these services is: APPROVAL: 2 -inch service 4 @ 172.00 Each $6883.00 I;rinch service 1 @ 152.00 Each 152.00 TOTAL $340.00 neer DALE CASADA WNST. CO CONTRACTOR: BY )�f Z DATE I-a)K . 2/ T71 cc: Purchasing 1i 1 X . 1 110, .0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 W. NEWPORT BOULEVARD TO: Dale Casada Construction Company 15462 Coronado Street Anaheim, California 92806 ATTENTION: to Date September 17, 1971 SUBJECT: Water lacement, Corona del Mar, 1970 -71 Con = We are transmitting the following: No. Copies Description 3 Progross Payment Request No. 4 (F) 3 Change Order No. 2 Remarks: Please sign and return the original and one copy of the attached progress payment request and the original and one copy of the attached change order. The remaining copies are for your records. Copies to: GPD /bg Att. By: 4r 2 G. P. Dunigan, Jr. Field Engineer CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT MEMO TO: field eyo - "eer Date Zu9u3�' FROM: SeG O/ow SUBJECT:-04rjUe .4pprodC* Rep 1wccvwe*y;0' ea7l' 7e20 and 4Z2 (9,014do ►^od Crwt Ir"y 0#� 744 e P G- G. gap-g!v a 40m 0 - 4,dweh a f rl 7� /iwrt 6srn cwKS ed 6v <'wsw./is ' A4 AP k.. o%g.4 P7 *..A 4v /e . 41 aiti,•c/ 7 naei G f /► � e- e s'is c-df .Th tv P 7° Copies To: odffl�/r, PUT IT IN WRITING . . . . . . WRITTEN MESSAGES SAVE TIME,AND AVOID ERRORS i COMMERCIAL INS BROKERS THE TRAVELERS ! HARTFORD, CONNECTICUT 12 CANCELLATION NOTICE. Please take notice that the Policy designated below, heretofore issued to the insured named below, has been canceled, such cancellation being effective on the date stated below. ❑ NOT TAKEN NOTICE. Please take notice that the Insured named below has not accepted the Policy designated below and therefore no insurance has come into force thereunder. ❑ AMENDMENT NOTICE. Please take notice that, effective on the date stated below, the Policy designated below has been amended as follows: WRITTEN NOTICE IS HEREBY THE PERSON TO WHOM AN INSURANCE AN AMI)ONAL INSURED UNDER A RANK OR GIVEN TO YOU AS: ❑ CERTIFICATE WAS OU6INALLY ISSUED; ® IRE FEW OF THE POLICY; ❑ A NORTSAGEE; ❑ FINANCE CONFINE. DALE CASADA CONSTRUCTION CO OCFO 1 POLICY NO. EXTENSION CERTIFICATE NO. EFFECTIVE DATE OF THIS NOTICE DATE ISSUED - 8188029 -COF 8 -1 -71 650 4 -10 -71 LCITY OF NEWPORT BEACY -3300 WEST NEWPORT BLVD NEWPORT BEACH, CALIF L J C-SNSN REV. 7.67 m.re. x V.S./.. 6" THE TRAVELERS INSURANCE COMPANY THE TRAVELERS INDEMNITY COMPANY THE CHARTER OAK FIRE INSURANCE COMPANY 404 4 President i 4 CALIFORNIA PRELIMINARY t#TICE C -�Z 93 Section 11,93, Code of Civil Adure, and Section 4210, Government Cod 1 YOUR ATTENTION IS DIRECTED TO SECTION I I93(c) CALIFORNIA CODE OF CIVIL PROCEDURE WHICH REQUIRES US TO NOTIFY YOU - =3 "THAT.. IF BILLS ARE NOT PAID IN FULL FOR LABOR, SERVICES, EQUIPMENT OR MATERIALS FURNISHED, OR 70 BE FURNISHED, THE . - IMPROVED PRCIPERTY (WHICH IS DESCRIBED HEREON) MAY BE SUBJECT TO MECHANICS' LIENS ". (THIS STATEMENT IS APPLICABLE TO PRIVATE WORK ONLY.) To: F -1 Os+'NER OR CITY OF WD UM? MACH (710673 -2120 REPUTED OWNER 3 OR PUBLIC AGENCY 334 YOU ARE HEREBY NOTIFIED THAT THE. UNDER- SIGNED HAS FURNISHED OR WILL FURNISH: L IMPORT ) *..; C11,Lif . 92660 � = '1 Construction trucking; (truck A traiier.=Its A equipment) )Desu gmm� of Labor, Se: it es, Epuipmem or Mwre,i,IS Foinished or t, be Fu -4hed) FOLD FOR THE BUILDING, STRUCTURE OR OTHER WORK OF IMPROVEMENT LOCATED AT: YmArthur Ac Hwy 101 ..N/fi COner - Corms, Del Mar, tllit. ' Add,ea or Dea::pcm of the )obese Sufficient,for Idem,�y THE NAME AND ADDRESS OF THE PERSON WHO CONTRACTED FOR THE PURCHASE OF SUCH LABOR, SERVICES, EQUiPMfT OR MATERIAL IS: NAME DALE COADA 0ORSaWITlON COMPA" (n4)630 -1520 25462 CE1R ©NADA RT1tS6T — AiaiAATIM, CALIF. X803 ADDRESS TO: F- ORIGINAL CONTRACTOR DUE MADA (O1SMWrION CQ1IMNY .. OR REPUTED �j� /�yy����//��y� /�p� CONTRACTOR 15462 0ORONADA. SiRU L ANAHSINg CALIF. 92803 J DATED Se _* FOLD JOHNSON shin, Labor, Swam, (714)331-9040 ADDRESS •!"`� uv+s sss va..awavn ua.aa�u�La arvaSTATE SAWA ANAO CAMP. 92703 TO: CONSTRUCTION LENDER OR REPUTED CONSTRUCTION LENDER Re6lform 1 NOTICE TO CONSTRUCTION LENDER ONLY: Estimated total price of the labor, seri V ic U 4� _J ment or materials described hereon: $ � �-: -::• . OWNER COPY pr. m W H H b zO F� �HRio z � Tyro tQx O iv H ON ON Ui O 9 N � D � U D � D o Z E �y m rt n a D 70 r m 0 m o '2 a i^' K I. o M V � ♦ m '' '� v �_ CITY OF 41PORT BEACH - PUBLIC WORKS DEP*ENT 1070 PROGRESS PAYMENT REQUEST NO. #3 FOR PERIOD ENDING August 120, 1971 PROJECT Water Main Replacement, Corona del Mar, 1970 -71 BUDGET NO. 50- 9297 -074 CONTRACT NO. 1293 ITEM CONTRACT PERCENT AMOUNT NO. CONTRACT ITEM PRICE COMPLETE EARNED 1. 6" ACP 4.45/LF 4,600 LF $20,470.00 2. 10" ACP 7.90 /LF 1,062 LF 8,389.80 3. 6" G.V. 210.00 EA 7 EA 1,470.00 4. 10" G.V. 405.00 EA 1 EA 405.00 5: Fire Hydrant 575.00 EA 11 EA 6,325.00 6.' 1" Service 87.00 EA 250 EA 21,750.00 7. 2" Temp. A.C. Paving 0.40 /LF 1400 LF 560.00 8. 10" x 6" T.S. & V. 575.00 EA 2 EA 1,150.00 9. 12" x 6" T.S. & V. 587.00 EA 1 EA 587.00 $61,106.80 CHANGE ORDER NO. 1 130.09 100% 130.09 $61,236.89. Original Contract 61,184.50 Extras to Date Contract to Date /yr c Send Payment to: Amount Earned 61,236.8 Dale Casada Construction Company Less -W Retention 3,059. 15462 Coronado Street Less Previous Payments 42,449. Anaheim, California 92806 Amount Due this Request 15,728.39 it I hereby certify that the above amounts and values are correct. SIGNED SIGNED yea , 4? Field En neer o rac or BY CITY Of NEWPORT BEACH PUBLIC WORKS PROJECT CHANGE ORDER CHANGE ORDER NO. 1 DATE August 28, 1971 CONTRACT NO. 1293 PURCHASE ORDER NO. - -- BUDGET NO. 50 -9297 -074 CONTRACTOR'S NAME Dale Casada Construction Company PROJECT NAME AND NO. Corona del Mar Water Main Replacement, 1970 -71 ACTION: In Poppy Avenue at Alley 13 -E, the existing water main was not found in the location shown on the plans. After locating the line, it was necessary to re- excavate the street crossing to make the tie -in. The cost of the additional excavation, performed on a force account basis was: $130.09. • r�i� DATE . Cl 3 1, l 97/ APPROVAL: cc: Purchasing I HOURLY RATE' HOURS EXT91,113M AMOUNTS LABOR &qaA%14,f AJ Z071 CITY, OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 6 Z GaR AF_ ,✓.46je 1614 C.C.O. No- Amount Authorized $ eport No- fe . Work Performed 4 - 7 ZY DAILY EXTRA WORK REPORT Previous Expenditure $ Today $ 77— Date of Report 7 -7 1 To Date $ P rqle,4 Name '4j,4m4 9 _r —Contract No. /z Description of Work 100,4-7_h� J,:r 77A) gel 24�o Py I HOURLY RATE' HOURS EXT91,113M AMOUNTS LABOR &qaA%14,f AJ Z071 Y 6 Z GaR AF_ ,✓.46je 1614 !ML_� __7 11 -L If 443 77— &' 9 _r 2 Total Cost of Equipment s-/ MATERIALS and/or WORK DONE BY OTHER THAN CONTRACTOR'S FORCES Total Cost of Labor 7 -7 TOTAL Cost of Materials -HOURLY RATE SHALL INCLUDE ACTUAL WAGES PAID PLUS PAYMENTS REQUIRED UNDER STATE AND FEDERAL LAW$ AND COLLECTIVE BARGAINING AGREEMENTS INSPECTOR life to Inspector lloW:to •ublic Works Departmenit lr to Contractor For office use onl Pd. on Est Na I �/ Checked by 77 --- 7777777� &qaA%14,f AJ Z071 Z GaR AF_ ,✓.46je !ML_� 2 Total Cost of Equipment s-/ MATERIALS and/or WORK DONE BY OTHER THAN CONTRACTOR'S FORCES TOTAL Cost of Materials The above record is complete and correct Sub -Total CGN7CT0P'.5 RPRESENTATIVE Ofsec. 9-03 Sfd. Specs.) INSPECTOR life to Inspector lloW:to •ublic Works Departmenit lr to Contractor For office use onl Pd. on Est Na I �/ Checked by 77 --- 7777777� J CITY NEWPORT BEACH - PUBLIC WORKS.TMENT 10/70 PROGRESS PAYMENT REQUEST NO. 2 FOR PERIOD ENDING July 20, 1971 PROJECT Water Main Replacement, Corona del Mar, 1970 -71 BUDGET NO. 50 -9297 -074 CONTRACT NO. 1293 ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED 1. 6" ACP 4.45/LF 2,946 LF $13,109.70 2. 10" ACP 7.90 /LF 1,062 LF 8,389.80 3. 6" G.V. 210.00 EA 3 EA 630.00 4. 10" G.V. 405.00 EA 1 EA 405.00 5. Fire Hydrant 575.00 EA 7 EA 4,025.00 6. 1" Service 87.00 EA 192 EA 16,704.00 7. 2" Temp. A.C. Paving 0.40 /LF 1,270 LF 508.00 8. 10" x 6" T.S. & V. 575.00 EA 2 EA 1,150.00 9. 12" x 6" T.S. & V. 587.00 EA 1 EA 587.00 45,508.50 NI i � •7 l _ Original Contract Extras to Date Contract to Date Amount Earned Less 10% Retention Less Previous Payments Amount Due this Request 61918 C� \p`�•�'�v U O �N% ' of o� Q g4p 43,059.22 �, 25,57 .1 ! o o 16,9 2.13 _ice ..�k/�77 -Z-)-?i � end Payment t ��/1. Dale Casada Construction any 15462 Coronado Street Anaheim, California 92806 I here by certify that the above amounts and values are correct. SIGNED Field Engi eer SIGNED DUl CAMQA CONST. Cw Z aF) P� BY a CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 W. NEWPORT BOULEVARD TO: Dale Casada Construction Company 15462 Coronado Street Anaheim, California 92806 ATTENTION: 11 Date July 21, 1971 SUBJECT: 293 W in Replacement, Corona del Mar, 1970 -71 - We are transmitting the following: No. Copies Description 3 Progress Payment Request i%'o. 2 Remarks: Please sign and return the original and one copy of the attached progress payment request. The remaining copy is for your records. Copies to: GPD /bg Att. By: /i/'i G. P. nigan, Jr. Field Engineer CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ANNUAL WATER MAIN REPLACEMENT, CORONA DEL MAR Date Dear Property Owner and Resident: This is to notify you that the City's annual Water Main Replacement Program is scheduled to begin in your alley in approximately 40 hours, as stated in our previous letter. This work will necessitate the temporary closing of your alley. Please find temporary parking locations outside the work area for the automobiles you intend to use while the alley is closed. The contractor will renotify you from three to five hours prior 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. Very truly yours, 4e I M 6&hdk E. L. McDonald Project Engineer ELM /bg 0 PUBLIC WORKS DEPARTMENT City of Newport Beach NO 1 INIT. DATE ACTION Handle P. W. DIRECTOR and Comment 2. See P.W.D. 7. ASST. P. W. DIRECTOR Written Report -- Information B. UTILITY SUPERINTENDENT Reply 4. File 9. TRAFFIC ENGINEER Atlas Map 5. Signature 10. ADMINISTRATIVE ASST. ASST. CITY ENGINEER DESIGN ENGINEER — —i SUBDIVISION ENGINEER CO-OP PROJECTS ENGINEER FIELD ENGINEER C L PLEASE: 1 1. Handle 6. Review and Comment 2. See P.W.D. 7. Prepare Written Report 3. Information B. Prepare Reply 4. File 9. Post on Atlas Map 5. Signature 10. For your Approval REMARKS: M. 1 ❑ Preliminary tests prior COUNTY OF ORANGE to award ° contract. ROAD DEPARTMENT 71 Materioi. 7.9stin; Section OTEST NO. C— 1430 +. FIELD NO. I,Q.F� ( .: ... .. CUNT �. : 6NO ON ;o'`'ll aRP.a ORANRM oal �C� TION.fsn .. snf r.;: `�nta works. ' DATE REPTD. G ^ 30 T 71 If contract, u cont,-T -item aoc: - 1. PRIOWCT CaRaI. 4 MAR-AGENCY- !! AZJV W1VRT BEACf/ RESIDENT ENGINEER (INSPECTOR) F.4RRAJR. CONTRACTOR CA<gj7,4 SEND REPORT TO:' CONSTRUCTION ❑ AGENCY la MAINTENANCE ❑ SUBD. ❑ PERMITS ❑ LOCATION Af_4'CX .5.< ' RT LT OF � STA REPRESENTING LIMITS TYPE MATERIAL N. S. „ DEPTH `'' Lr PTO— DATE .TUNE 2 9. I97/ TESTED -. ASAI& RAWI-N IN PLACE DENSITY_ Al _ INITIAL WT. TEST SAND 44.30 B WT. SAND RETAINED I C WT. SAND USED X20 D TEST SAND DENSITY Q, 0O E VOLUME SAND USED _ .30857 F VOLUME CONE + RING . G I VOLUME TEST HOLE I 12.7P H!WT. EXC. SAMPLE + TARE p I TARE WEIGHT R J WET WT EXC. SAMPLE K WET DENSITY IN PLACE L DRY DENSITY IN PLACE Od METHOD A MOISTURE SAMPLE FIELD— .LAB _ WET WT. MOLD NO. DRY WT. 6,G2 MOIST. 1 M N SP. GR. ROCK INITIAL WT. SPECIMEN WET WT. ROCK Q, 0O DRY WT. ROCK WET WT. - WET WT. AT COMPACTION DRY WT. - 4 3e+4o TOTAL DRY WT. '7, ROCK DRY WT. COMP. SPEC. CORR.MAX.DENSITY REMARKS: Test Method Calif. • v RESIDENT ENGINEER F301111 1 B METHOD A ❑ 13 SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY IZG MOISTURE U D TENT. RIC SPECIFICATION: NIL_% BILLING WILL BE MADE AT END OF MONTH BY MATER 1 1STIVE COPACTIDN (sC) MAXIMUM DENSITY RATHOLE DATA MOLD NO. Cv.CI 6,G2 3 4 O INITIAL WT. SPECIMEN Q, 0O P WET WT. AT COMPACTION z 4oO 3e+4o Q DRY WT. COMP. SPEC. R % MOISTURE FI L L _ CONDITION OF MOLD Od S HT. COMPACTED SPECIMEN O. 2 T WET DENSITY 1 i a$, VI DRY DENSITY CONV. FACTOR =0.592 FACTOR x Q = VOLUMES, C.F. C= A- B E= C UNIT CONE +UNIT G = E - F K =J - G CONE .1667 - L = K _ (100"'. +N) Q = 0 = (100`7, + N) SM. RING _ .0143 .1810 R - (P -Q) _ Q V = FACTOR x Q= S LG. RING .0302 1 .1969 REMARKS: Test Method Calif. • v RESIDENT ENGINEER F301111 1 B METHOD A ❑ 13 SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY IZG MOISTURE U D TENT. RIC SPECIFICATION: NIL_% BILLING WILL BE MADE AT END OF MONTH BY MATER 1 1STIVE COPACTIDN (sC) ❑Preliminar tests prior COUNTY OF ORANGE to award or contract. ROAD DEPARTMENT %/ ,s p ' Material Testing Section T.E ST- N0. C— ` /.7s.I' FIELD NO- W �. QF Control tests on RELATIVE COMPACTION` i.o.'aR P:OpOR AXFPi 47.4 'k materials actually ent!!' wirito works. AL 5. A F eWA-rLr*) DATE REPTD. % s30 7f If contract, use contract ittem PROJECT k4d:rrZe 0-41N iP.EOL�fC��GI.tNTAGENCY �e / NEWPORT BEAGN RESIDENT ENGINEER (INSPECTOR) F'4RRAR Ip CONTRACTOR SEND REPORT TO: CONSTRCTION ❑ AGENCY Kfl MAINTENANCE ❑ SUBD. ❑ PERMITS ❑ LOCATION ,4Le E.,Y � /—� RT LT OF q- STA REPRESENTING LIMITS TYPE MATERIAL N• S- DEPTH ir TO 1C BELOW FINISHED GRADE DATE 1TUNIE 4 1971 TESTED BY: ASNE ♦ AAWL /N IN PLACE DENSITY A _ INITIAL WT. TEST SAND _ B WT. SAND RETAINED C7ovf2 C WT. SAND USED N D ___ TEST SAND DENSITY_ $ , 6 E VOLUME SAND USED _ rl F VOLUME CONE + RING I .19/0 GI VOLUME TEST HOLE to HIWT. EXC. SAMPLE + TARE CORR.MAX.DENSITY I TARE WEIGHT_ R J WET WT EXC. SAMPLE - I -/.7�/ K L WET DENSITY IN PLACE _ DRY DENSITY IN PLACE I'1'- METHOD A MOISTURE SAMPLE WET WT. FIELD LAB DRY WT. A1- C7ovf2 '4. MOIST. I M N SP. GR. ROCK 24 00 WET WT. ROCK DRY WT. ROCK P WET WT. - 3 a Op DRY WT. 3 — 4 TOTAL DRY WT. Q % ROCK CORR.MAX.DENSITY REMARKS: Test Method Calif. 216 -F B� SPECIFICATION: NL_% ❑ BILLING WILL BE MADE AT END OF MONTH 0 ` By �r� �✓ MAT Rt LS EN EER RESIDENT ENGINEER (CITY. ENGR.) RELATIVE COMPACTION (SC) L F 3011-83 2 MAXIMUM DENSITY RATHOLE DATA MOLD N0. A1- C7ovf2 3 4 CT-INITIAL WT. SPECIMEN 24 00 a44-0 P WET WT. AT COMPACTION Op 24 �0 Q DRY WT. CQMP. SPEC. R %MOISTURE fi /6LJ) - I -/.7�/ CONDITION OF MOLD D S HT. COMPACTED SPECIMEN /0,40 Id, 33'" T WET DENSITY / 3&. G 137113 V1 DRY DENSITY CONV. FACTOR =0.592 FACTOR x Q = VOLUMES, C.F. C = A - B E = C.,:• D., i UNIT CONE +UNIT G =E - F K= T:'G... CONE .16 -. L =K_(I DO% +N) Q =0_(I OO -x +N) SM. RING .0143 .1810 R = (P -Q) _ Q V = FACTOR x Q _ S LG. RING 1 .0302 .1969 REMARKS: Test Method Calif. 216 -F B� SPECIFICATION: NL_% ❑ BILLING WILL BE MADE AT END OF MONTH 0 ` By �r� �✓ MAT Rt LS EN EER RESIDENT ENGINEER (CITY. ENGR.) RELATIVE COMPACTION (SC) L F 3011-83 2 ❑Preliminary tests prior COUNTY OF ORANGE to award of contract. • ROAD DEPARTMENT 71 2 �s Material Testing Section TEST NO. C— .Z / p 3 x FIELD NO. 3 Or Ar Control testa RELATIVE" CQMPACTION (.O. R P Op OR AHFP) 42.4 K materials octuatly _ entertttp -into works. DATE REPTO. 6- 36 If contract, use contract item PROJECT rCLH.itNA DEL MAR 40 EN y Se('Ajs.WPQ -RT AEA Aj RESIDENT ENGINEER (INSPECTOR) FAR ACA At CONTRACTOR C SARA . WTSIDE SEND REPORT TO: CONSTRUCTION El 2T MAINTENANCE ❑ SUBD. ❑ PERMITS ❑ Ir LOCATION ,d(L -Y AI -1, RT LT OF rL.STA REPRESENTING LIMITS TYPE MATERIAL N.S. DEPTH TO /Ro BELOW FINISHED GRADE DATE 3'UNE 29. /U/ .TESTED BY: Asma 4 RAwim _ IN PLACE DENSITY A INITIAL WT. TEST SAND _ B C WT. SAND RETAIN ED _ WT. SAND USED __ _ 2 D TEST SAND_DEN 51 TY_ (� /,`,/ E VOLUME SAND USED_ DRY WT. -_ F1 VOLUME CONE + RING GI VOLUME TEST HOLE CORR.MAX.DENSITY W INT. EXC. SAMPLE + TARE 2-1 , 6 f9 I TARE WEIGHT J WET WT. EXC. SAMPLE / K WET DENSITY IN PLACE L DRY DENSITY IN PLACE , METHOD A MOISTURE SAMPLE WET WT. DRY "' MOIST. FIELD ' M LAS N SP. GR. ROCK 3 WET WT. ROCK DRY WT. ROCK 'Z o0 WET WT.- a RESIDENT ENGINEER DRY WT. -_ P TOTAL DRY WT. %, ROCK COMPACTION CORR.MAX.DENSITY Q MAXIMUM DENSITY RATHOLE DATA MOLD N0: 1 2 3 4 INITIAL WT. SPECIMEN 'Z o0 RESIDENT ENGINEER (CITY ENGR.) P WET WT. AT COMPACTION RELATIVE COMPACTION (SC) Q DRY WT. COMP. SPEC. .; ; R %, MOISTURE / _ CONDITION OF MOLD__ , S HT. COMPACTED SPECIMEN p T WET DENSITY /36r VI DRY DENSITY CONV. FACTOR =0.592 .FACTOR x Q = VOLUMES, C.F. C= A- B E= C= D UNIT CONE +UNIT G =E - F K =J +G CONE - L =K +(I00""0 +N) Q =0 +.(100 %i +N) SM. RING _.1667 .0143 .1810 R = (P -Q) _ Q V = FACTOR x Q + S LG. RING .0302 1 .1969 .REMARKS: Test Method Calif. 216 -F IL METHOD A ❑ B SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY i✓3 X �o MOISTURE RC = TENT. RC SPECIFICATION: NL_ %, ❑ BILLING WILL BE MADE AT END OF MONTH • BY RESIDENT ENGINEER (CITY ENGR.) MATERIALS ENCyNEER RELATIVE COMPACTION (SC) F 7D „-» z. _� .; ; Y :� :�. i �� 1 ❑Preliminory tests prior to award o contract. Control tssts.. on.' rmatarw IP'. ' yatf* enterSq,n works. • NR A G COUNTY OF ORANGE • ROAD DEPARTMENT Material .Testing Section RELATIV tOMPACTM 71 AlINITIAL OTEST NO. C— / 33 c c.No. WT. SAND RETAINED C S: NO.OR I I_ RTe iw:OR l.O OR ANFP) 4 D DATE REPTD. '.3e* PROJECT COR6414 ivi ftR AGENCY C/JV&WPOQT BEACH RESIDENT ENGINEER (INSPECTOR) FAR AP CON�TOR eAS'A44 SEND REPORT TO: CONSTRUCTION ❑ AGENCY MAINTENANCE ❑ SUBO. ❑ PERMITS ❑ LOCATION 0A 1. L F- RT LT OF (L STA REPRESENTING LIMITS TYPE MATERIAL N• 5• DEPTH 9 " TO IS—" BELOW FINISHED GRADE DATF T-UAIE' 2 Q, 19-➢L TESTED BY; AS116 a RAWL tN IN PLACE DENSITY AlINITIAL _ WT. TEST SAND _ j B WT. SAND RETAINED 2 C WT. SAND USED WET WT. - a D TEST SAND DENSITY E VOLUME_ SAND USED _ r� F VOLUME CONE + RING .19/0 G VOLUME TEST HOLE 6 HIWT. EXC. SAMPLE +TARE p I J TARE WEIGHT WET WT. EXC. SAMPLE R K WET DENSITY IN PLACE L DRY DENSITY IN PLACE METHOD A MOISTURE SAMPLE FIELD WET WT. DRY WT. MOIST. I M LAB N SP. GR. ROCK MOLD N0. WET WT. ROCK 2 DRY WT. ROCK 4 WET WT. - a WT. SPECIMEN DRY WT. 3 - s TOTAL DRY WT. `X, ROCK WET WT. AT COMPACTION CORR.MAX.DENSITY REMARKS Test Method Calif. 216 -F • RESIDENT ENGINEER (CITY ENGR.) RELATIVE CO 1 a� METHOD A ❑ B ❑ SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY //S- MOISTURE �NDFR r« RC = % TENT. RC = 19.3,3% SPECIFICATION: NL_% ❑ BILLING WILL BE MADE AT END OF MONTH BY AOt.D�ri.✓.i ISA'TERIA_LS ENG�E R 'ACTION (SC) e MAXIMUM DENSITY RATHOLE DATA MOLD N0. C. 2 3 4 OTTNITIAL WT. SPECIMEN 2_400 P WET WT. AT COMPACTION Z Q _ DRY WT. COMP. SPEC. R % MOISTURE FIE L CONDITION OF MOLD t it S _ HT. COMPACTED SPECIMEN T WET DENSITY V DRY DENSITY CONV. FACTOR =0.592 . FACTOR x Q = VOLUMES, C.F. C= A- 8 E= C= D UNIT CONE +UNIT G =E -F K =G CONE .1667 - L =K_(I DO -, +N) Q= 0_(1OO %, +N) SM. RING .0143 .1810 R = (P-Q) _ Q V = FACTOR x Q - S LG. RING 1, .0302 .1969 REMARKS Test Method Calif. 216 -F • RESIDENT ENGINEER (CITY ENGR.) RELATIVE CO 1 a� METHOD A ❑ B ❑ SUMMARY RECORD WHOLE NUMBERS IN OPT. PLACE DENSITY //S- MOISTURE �NDFR r« RC = % TENT. RC = 19.3,3% SPECIFICATION: NL_% ❑ BILLING WILL BE MADE AT END OF MONTH BY AOt.D�ri.✓.i ISA'TERIA_LS ENG�E R 'ACTION (SC) e ❑ Preliminary tests prior COUNTY OF ORANGE to .word of ccntract. .. AA Control tests on 5j 4 materials ao idly entonny info works N,r o PROJECT 1­-QjRc24f RESIDENT ENGINEER ROAD DEPARTMENT 71 . Material Testing Sectiea TEST NO. C— A7 3 ' FIELD NO. S (,fF G �- RELATIVE COMPACTION �woTOR °.o- otie+vnt 424 DATE REPTD. If contract, use contract i em d ,gL AAAR AGENCY CzNEWpfIRT As"g t (11NSPECT-OR) EARRA "R CONTRACTOR T IDE SEND REPORT TO: CONSTRUCTION ❑ AGENCY LK MAINTENANCE ❑ SUEID. ❑ PERMITS ❑ LOCATION ALLEY -5-G RT LT OF 4, STA REPRESENTING LIMITS TYPE MATERIAL N. S. DEPTH TO BELOW FINISHED GRADE DATE XVNE Z- l /97� TESTED "6Y: A44 rN6 i RA WL /A/ IN PLACE DENSITY A _ INITIAL WT. TEST SAND _ O El WT. SAND RETAINED N C WT. SAND USED 6 D TEST SAND DENSITY IS E VOLUME SAND USED _ _• F VOLUME CONE +RING , G VOLUME TEST HOLE CORR.MAX.DENSITY HIWT. EXC. SAMPLE +TARE + TARE WEIGHT ,•!I� -Q J WET WT. EXC. SAMPLE K WET DENSITY IN PLACE L DRY DENSITY IN PLACE METHOD A MOISTURE SAMPLE FIELD WET WT. LAB DRY WT. MOLD NO. MOIST. 1 M N SP. GR. ROCK 4 ' WET WT. ROCK INITIAL WT. SPECIMEN DRY WT. ROCK ' WET WT. — DRY WT. -4_ WET WT. AT COMPACTION _ TOTAL DRY WT. % ROCK CORR.MAX.DENSITY DRY WT. COMP. SPEC. REMARKS: Test Method Calif. 216 -F DENSITY. 2 MOISTURE L• T• RC = TENT. 'RC = SS 9 SPECIFICATION: NL_% ❑ BILLING WILL BE MADE AT END OF MONTH • SY COMPACTION MATERIALS ENGIt R RESIDENT ENGINEER (CITY ENGR,) RELATIVE (oul F 3011-63-2 MAXIMUM DENSITY RATHOLE DATA MOLD NO. ca..C. 1 2 3 4 ' 01 INITIAL WT. SPECIMEN Q ' P WET WT. AT COMPACTION Q DRY WT. COMP. SPEC. R % MOISTURE CONDITION OF MOLD OS S HT. COMPACTED SPECIMEN T WET DENSITY V DRY DENSITY CONV. FACTOR =0.592 . FACTOR x Q = VOLUMES, C.F. C= A— B E= C= D UNIT CONE +UNIT G =E — F K =J_G CONE .1667 — L = K + (100",', +N) Q = 0 - (100% + N) SM. RING .0143 .1610 R = (P —Q) _ Q V = FACTOR x Q+ S LG. RING .0302 .1969 REMARKS: Test Method Calif. 216 -F DENSITY. 2 MOISTURE L• T• RC = TENT. 'RC = SS 9 SPECIFICATION: NL_% ❑ BILLING WILL BE MADE AT END OF MONTH • SY COMPACTION MATERIALS ENGIt R RESIDENT ENGINEER (CITY ENGR,) RELATIVE (oul F 3011-63-2 0.'. Preliminy tests prior COUNTY OF ORANGE El ar to award o� contract. ROAD DEPARTMENT %J Material Testing Section TEST NO. C— f93yy' FIELD No'- B Q V }erW lsaatChtO {1y fW Q ?OR D:OROw -ANFPI i RELATIVE COMPACTION 9a . - anYe tjs Rtp .works. - Mir _ DATE REPTO. 34D-7/ If contract-, 'Me contra item PROJECT /s�111.4 Q,g�.�s -1�FrP AGENCY ,r`�N�2!/�biP7 l�.E.4G.rl RESIDENT ENGINEER (INSPECTOR) iT 105*"..f Ag, CONTRACTOR i*DA SEND REPORT TO: CONSTRUCTION ❑ AGENCY W MAINTENANCE ❑ SUBD. ❑ PERMITS ❑. LOCATION �LL�,x .rI�A RT LT OF (� STA RE'PR.ESENTING LIMITS - - - TYPE MATERIAL -A/.S, DEPTH g r� TO /J BELOW FINISHED GRADE k- DATE rL- 2cj- %/ TESTED BY: Le4,w,"Al 't" .4. 0 ff, .� IN PLACE DENSITY A INITIAL .WT. TEST SAND , BI C WT. SAND RETAINED' _ WT. SAND USED a.R.1 D TEST SAND DENSITY :.(.,. E VOLUME SAND USED F VOLUME CONE +RING WET WT. - G VOLUME TEST HOLE 2.400 HIWT. EXC. SAMPLE + TARE %, ROCK I TARE WEIGHT 70. J WET WT. EXC. SAMPLE , K WET DENSITY IN PLACE _ L DRY DENSITY IN PLACE METHOD A MOISTURE SAMPLE FIELD LAB WET WT. -- - -- -- DRY WT. a.R.1 -. MOIST. ' M "N SP'. GR. ROCK 01 WET WT. ROCK DRY WT. ROCK WET WT. - P DRY WT. - 3 2.400 TOTAL DRY WT. ' %, ROCK Q CORR.MAX.DENSITY REMARKS: Test Method Calif. 216 -F IN OPT. - PLACE DENSITY I.2� MOISTURE *0P . RC = F3 0j % TENT. RC = % SPECIFICATION: NL—_% ❑ BILLING WILL BE MADE AT END OF MONTH By /.1GQiY2 RESIDENT ENGINEER (CITY :ENGR.) tAA TERU LS a NeeR - FHD, 1-8e.2 REf.ATIVE: COMPACTION (SC) } ,.aa -`±- 4 MAXIMUM DENSITY RATHOLE DATA MOLD NO. a.R.1 C.2 2 3 4 01 INITIAL WT. SPECIMEN 2- 00 P WET WT. AT COMPACTION 2.400 .24 3 Q DRY WT. COMP. SPEC. R %MOISTURE CONDITION OF MOLD_ CV C o✓ S HT. COMPACTED SPECIMEN MA ' T WET DENSITY V DRY DENSITY CONV. FACTOR =0.592 . FACTOR x Q = , VOLUMES, C.F. C= A- B E= C- D - UNIT CONE +UNIT G =E - F K =J +G CONE .1667 - L =K +(1007. +N) Q= 0- (100% +N) SM. RING .0143 .' 1810 R = (P -Q) _ Q V = FACTOR x Q _ S LG. RING .0302 .969 REMARKS: Test Method Calif. 216 -F IN OPT. - PLACE DENSITY I.2� MOISTURE *0P . RC = F3 0j % TENT. RC = % SPECIFICATION: NL—_% ❑ BILLING WILL BE MADE AT END OF MONTH By /.1GQiY2 RESIDENT ENGINEER (CITY :ENGR.) tAA TERU LS a NeeR - FHD, 1-8e.2 REf.ATIVE: COMPACTION (SC) } ,.aa -`±- 4 CITY OFOWPORT BEACH - PUBLIC WORKS DESMENT 10/70 PROGRE PAYMENT REQUEST NO. FOR PERIOD ENDING d-20 ZD -71 PROJECT Water Main 'Replacement, Corona del Mar, 1970 -71 BUDGET NO. 50- 9297 -074 CONTRACT NO. 1293 ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED 163 341 338 382 1. 6" ACP 270 334 384 378 4.45/LF 2,590 LF 11,525.50 2. 10" ACP 7.90 /LF 3. 6" G.V. 210.00 EA 3 EA 630.00 4. 10" G.U. 405.00 EA 5. Fire Hydrant 575.00 EA 4 EA 2,300.00 43 66 6. 1" Service . 22 22 87.00 EA 153 EA 13,311.00 7. 2" Temp. A.C. Paving 55 0.40 /LF 55 LF 22.00 8. 10" x 6" T.S. & V. 1 575.00 EA 1 EA 575.00 9. 12" x 6" T.S. & V. 587.00 EA 28,363.50 Original Contract Extras to Date Contract to Date Amount Earned Less 10% Retention Less Previous Payments Amount Due this Request PULIC WORKS 28, CS3.50�,_;;; ,c 71 2,36.35 CITY OF NEWPORT BEAD& 27:15 25,5 - CALIF. h iI hereby certify that the above �am- >nt�sii'' SIGNED Field Engneer `I II ! 6K C -2-9- � Send Payment to: Dale Casada Construction Company 15462 Coronado Street Anaheim, California 92806 fines are correct. DALE CASABA C,0n5rt, Co, SIGNED on ra or BY , . 1 P CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 W. NEWPORT BOULEVARD TO: Dale Casada Construction Company 15462 Coronado Street Anaheim, CA 92806 i Date June 29, 1971 ATTENTION: SUBJECT: Water Main Replacement, Corona del Mar <C -1293 1970 -71 We are transmitting the following: No. Copies Description E Remarks: Copies to: gPD/em Progress Payment Request 1 By: /1/'!� G. P. Dunigan Field Engineer • c -,� s3 Uale Casada Construction Compary 15462 Coronado Street ;uiaheiin, Califoraia 928u6 June 15, 1871 Subject: Annual dater rain 2eplar- went - Corona del ;bar Area, 1970 -71 C -1193 Cientl emien: Encloses is your fully executed copy of the subject contract. Please continue with the construction in accordance with the Plans, Specifications, Special Provisions and as agreed upon in our previous pre - construction meeting. The contract was executed uy tiie city on June 11, 1971, Section II of the Special Provisions stipulates that the contractor s`%ll complete all wort within W consecutive calendar days after execution by the city. The final completion date will ue August 3J, 1971. If you have aqy questions, please call iAr. Uunigan, the city's Field Engineer or me at 673 - 211110 Ext. 271. Very truly yours, Ed L. McWnald Design Engineer ELM/ 1dg Enc. cc: Field Engineer Utility Superintendent .. ,. 0 CITY OF NEWPORT BEACH TO: Public Works Department FROM: City Clerk SUBJECT: Contract No, C -1293 0 Date June 14, 1971 Project dual Water_ Main Replacenent - Corona del Mar Area 1970 -71 Attached are _ 2 executed copies of subject contract for your files and for transmittal to the contractor. Contractor: Dale Casada Construction gg=gny Address: 15462 Coronado Street, Anaheim, CA 92806 Amount: $ 61,184.50 Effective Date: 6-11 -71 Resolution No. 7442 adopted on 5 -24 -71 i LL:dg Att. cc: Finance Department ❑ ILI ar June 11, 1971 Mr, and Mrs. H. W. Jadwin 2993 Country Club Drive Glendale, California 91209 Subject: Corona del Mar 'Water Main Replacement and Alley Pavement Reconstruction on Alley 15 -B and Various Other Alleys in Corona del Mar Dear Mr. and Mrs. Jadwin: Reference is made to your letter of Maf 280 1971 and the city's letter of February 23, 1971. The city encountered a short delay in starting construction on the subject projects due to reduced operating revenues and deferred budget allocations. We are happy to announce that a contract has been awarded to the Casada Construction Company for the water main replacement portion of the construction. The contractor started work on Tuesday, June 1, 1971. adjacent to Poppy Avenue and progressing in a westerly direction. It is anticipated that water main construction will begin in the alley behind your property in mid4uly to the 1st of August. An alley reconstruction contract is scheduled to begin in mid- August in the easterly alleys between Poppy and Poinsettial and also will progress in a westerly direction. It is anticipated that alley reconstruction work will begin in your alley by mid- September or October. Very truly yours, 7 �__� 5 E. L. McDonald \mil Project Engineer ELM/bg r � May 28, 1971 City of Newport Beach Newport Beach, Calif. E. L. McDonald Design Eng. Public Works Dept. Dear Sir: As of your letter of Feb. 23, 1971 regarding reconstruction of the alley (15 -B) behind our property at 600 -600'k Avocado Avenue in Corona del Mar, work was to commence in May, 1971. As of the past week end there was no indication of a water main replacement which was to be the first step toward the project. Hope this is still in your plans for spring 1971 program, Sincerely, ` m . , Mr. and Mrs. 0. W. Jadwin 2993 Country Club Dr. Glendale, Calif. G • C-1,2-s3 June 8, 1971 TO: CITY CLERK FROM: Puulic ,.orks :,epart,eent SUBJE=CT: kii1UAL WATLR WkIN REPLACEMENT - CORONA DEL MAR AILA, i.71 -'77 (;.0AIT::ACT 12 93) "Please •axecute on ue;;aN of t:ic city, retain your copy and the i,iurance certificates. aeturn toe rewainiag copies to our department. Ed L. McDonald Prujuc;. L:- .;ineer LLI,Vb,j Att. 0 0 C -/a53 June 70 1971 TO: ACTING CITY ATTORNEY FROM: Public Works Department SUBJECT: ANNUAL WATER MAIN REPLACEMENT - CORONA DEL MAR AREA, 1970 -71 C -1293 Attached are three sets of contract documents and insurance certificates for the subject project as executed by the contractor. Please review as to form and contents and return at your earliest convenience. Ed L. McDonald Project Engineer ELM /ldg Att. E 4 fCC June 7, 1971 United States Post office 06 Orchid Corona del ;tar, California 92625 Attention: F1 Grant- iioe:ald — - -. Subject: 1975�7�__ria er Main Replacement Gentienen: -- Attacked fur your information is the title sheet for the subject project. I will have Don Robison, the inspector for the project, contact you regarding accass to the Post Office during construction. If you have any questions, please call me at 673 -211J, Extension 271. Very truly yours, J Stucker P ect engineer JJS /b9 Att. ':� ,, �- -- 3 l `, 's% j4� is / -- �� o/Z aoo� 12 �L —._ -__ 41 a - C - - - - - - - - - - - - - LI) Llyl- O Ef 20 2G 1� i� 5-7! 06 X 4- Vt', ?�Lo- To� -- - A -41 2 Fix, a, A, mvs 7-09 t 7 � � - --"- 4 .r . _�..� ,rr i:__ ��! --.. -- ;� -?- - 7; mll sr , s�� OEM r �/ Z - zll.)v I Z -.0-0y, � 4-yz, Yll loo' I# 0 071� /3 Ase - 01 o- :777 10 J. T. 77 9 \Voolo" i i � li � • � I: 0-6 ' -7 ,y i i z f City of Newport Beach City Hall 3300 W. Newport Blvd. Newport Beach, California Attention: Ed L. McDonald Dear Mr. McDonald: 4W i 5022 Poinsettia Avenue Corona del Mar, Calif. June 2, 1971 Reference is made to my telephone conversation of June 1, 1971 relative to the extensive work to be done in the alley, which is our only access to our residence, over the next several months. Per our conversation, you . were to have one of your men in the field check out the construction (and destruction) that will be necessary and if it would interfere in our using our home as a place of residence. And, if so, what measures would be taken so that we would not be deprived of our "roof- over -our- head" and were to return my call. As of this date, I have not heard one word from you and I would appreciate the courtesy of your returning my telephone call with a logical reply. Your consideration and cooperation will be most appreciated. Sincerely, r2ranroffi-0-1. , l R Business phone: 546 -3844 - --�_ 7. Residence phone: 673 -7846 s VIE WORKS -1 / /F- �•�.,.. ���� Cily pF NEWPORT C/ EACH 1CALIF. , ��i CITY OF NEWPORT BEACH CALIFORNIA Dear Property Owner and Resident: City Hall 3300 W. Newport Blvd. Area Code 714 673 -2110 May 28, 1971 The City has awarded a contract to Dale Casada Construction Company of Anaheim 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 con- struction, 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 271. Very truly yours, Ed L. McDonald Design Engineer ELM /bg Addressees below Subject: Gentlemen: 0 0 <� -129'3 CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd. Area Code 714 673 -2110 May 27, 1971 Annual Water Main Replacement - Corona del Mar Area 1970 -71 (Contract 1293) This is to inform you that Dale Casada Construction Company of Anaheim, California, submitted the low bid of $61,184.50 for the subject project. We wish to thank you for submitting a bid and hope that you will continue your interest in future projects for the City of Newport Beach. Very truly yours, Ed L. McDonald Project Engineer ELM /bg Farmac Pipeline, Inc. 1240 E. Hunter Avenue, S. A. 92705 Cabildo Corporation 10506 S. Shoemaker Santa Fe Springs 90670 Ace Pipeline Construction, Inc. 1312 W. First St., Pomona, 91766 Doty Bros. G. R. McKervey, Inc. 9936 East Ramona 16802 Construction Way West P. 0. Box 757 Santa Ana, 92705 Bellflower, 90706 Witon Construction Co., Inc. Jenkin Construction Co. 2908 W. Valley Blvd. P. 0. Box 1427 Alhambra, 91803 Long Beach 90801 Gallacher Co., Inc. 1127 Baker Street Costa Mesa, 92626 Card Construction Co., Inc. 16642 Construction Way West Santa Ana, 92705 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ANNUAL WATER MAIN REPLACEMENT, CORONA DEL MAR Date Dear Property Owner and Resident: This is to notify you that the City's annual Water Main Replacement Program is scheduled to begin in your alley in approximately 40 hours, as stated in our previous letter. This work will necessitate the temporary closing of your alley. Please find temporary parking locations outside the work area for the automobiles you intend to use while the alley is closed. The contractor will renotify you from three to five hours prior 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. Very truly yours. E. L. McDonald Project Engineer ELM /bg a \ p! rZ cl Ze, �i t Ix F\ it i is '.% .�*i�� v F f ✓ i( r , L I (��� 1 Elr Jdlfl� L) 0 U z LI L, �. Nfi A.i. .1i 111 ( rbll'7F ll)1N; � i r �t I 1 /r ,� _ r zr7 �� r(r I�UllyI I 'JO L fill it l+ C it � \�� '� 1�'t1�(IFrfIMFI'�S�l!"�rll��,lr �l 'j! �61 n (r I �.�✓- + ,•� •, J( � �•. gt> Q 7p � IVA �� C. ;p �-•� �k! Uri Zl Y +� w �.rrorj' ,S 1•vY ^• _,c. _ 'DL I .. 9 !_ -. �t. . - ; �.( �/"�'' alb ��Lm ' :� �.•.. _._�° . _� . 7 /._C _�'wit+�• /. .'� � +sx I`d It �t 7 h, —�•� r In zi Rz �l _ - N a) Y ro O H N_ J Z O I- m C H N 2 a) 4J ro WrIvIlm r, . � i U O r J C U C U o ar•r 0 ++ o ar i 0 O O 0 U 10 ro O N Co r Nn Y W 4- r LL L m •L i 01 Y O L, •r X 10 O W Z U U O U W Z r NrOr R OM Y U O O M N 101 - rr N 01 rr v v +) M M r 10 to M Rr N N N r n U I I 1 1 1 1 1 1 1 1 a) r O ar 10 10 M M VLOV V V 4D nn 7 i ck t1') li'r l0 t0 10 10 b O b U LL m 0 \II�d C U \+-III co cli N Z i a M a l0 i+ C O C •r a) 01 Lo 00 a C OU O 0 = U i VI •r ar C 1 14.6 9 X01 LLA V (a r a) ro ct 10 -zt a i W C0 > C0 C W d C a) a >> W N ro ro r ro C C Z a) d r •r U •C W 3 O C O ¢z O r N •r C i i U T .N a) S- N >1 G C s- V1 o O O L 4- +� •r a) (0 L O LL O O r L- 0 N a) ar N U K U F > m L 7 •r C i. C 4) , a) r r O W U N U C ro d •r r ro ro O. E H C) •r LL •O O J Si a) U U 3 E E L i O.F-- r tl' ca C a) O O i VI O Y ro W IL (..> LL CD d 0_ a 3 C X U a) C WrIvIlm a) rl.a F- 4•r U i C 0 U i O u U ro i C O U r, r N 10 ro O N Nn Y W Y r L m •L i 01 Y O L, •r X 10 •r W Z U U O U W Z r NrOr R OM O U') C; LO O M N 101 - rr N 01 rr r 01 N N V n M M r 10 to M Rr N N N O n N N I I 1 1 1 1 1 1 1 1 1 I NI�IWNa Q MM 10 10 M M VLOV V V 4D nn mr tl• 1\n t1') li'r l0 t0 10 10 b O b U 10 LO a) rl.a F- 4•r U i C 0 U i O u U ro i C O U N ro K U W r m i C 10 U U O Z a) •r a) r C Y C W 7 •> Z C W CD C CL C 3 d U N co cli W E O i a M a l0 i+ C O C •r a) 01 Lo 00 a C OU O 0 i a) 1l co a 01 VI •r ar C 1 14.6 9 X01 V (a r a) ro ct 10 -zt a i W C0 > C 10 0) Ln to ro a) a V W n ro ro r ro C O) a) r •r U •C C O C O W C ro 0 O r N •r C i i U T .N a) S- N >1 G C s- V1 o O O L 4- +� •r a) (0 L O LL O O r L- 0 N a) ar N U ., •r i C > m L 7 •r C •> 4) , a) r r O U N U C ro d •r r ro ro O. E C) •r LL •O O 0) Si a) U U 3 E i O.F-- r tl' ca C a) F- a1 O i VI O Y ro W N C C Z U •r N a 3 C X U a) C U i O �--1 (a (a a) O ^ r a) L L •• L- -, r V 4- i -, •U O F-• Y1 d ar ro C ro o 0 Q a) 3 •r i 6 N 1n U ) C' =3 � d LL F-- D C0 a) rl.a F- 4•r U i C 0 U i O u U ro i C O U r� u TO: ACTING CITY ATTORNEY FROhI: Public Works Uepartment SUBJECT: Annual Water Main Replacement, CDM L -1293 6 3 May 28, 1971 Attached are three sets of contract documents and insurance certificates for the subject project as executed by the contractor. Please review for compliance with City requirements and return at your earliest convenience. Ed McUonald Project Engineer ELH /em Act: —S OEPARTMENT REsOLI'fT:Eft.go. 7 4 42 A PESOWrXCW of 'TW CITY COWCIL OF 2220 CITY OF WwRaT Aw"Dna A CMTRAM RM ANWAL WATER MhXX RRPLACZKSW TO DAYS CAWMA COMMUCTICH 0014 ,`^F7Y0 1293 wHEp,1,AK3, par,uea:►t to t b4 .-jestic:y inviting bids for work in connection with the :annual water main replacmment, in accordance with tzto plans and specifications heretofore adopted, bids were received on thin Lgth day !)f May, 1971, .snd publicly Oocned and c e;clareadp and WIMRZMO it appaars that the lowest responsible bidder therefor, is Dais Canada. Construction Company' NOW, TEERZFME, BE IT AE.SOT,VZD by the City council Of than City of lgewport Beach that the 110 of bale a�4sadaa Conu.truction Company for the work in the arw=t o €.$6.1,184.59 be aceaepted, and that the contract for the described work be awarded to said bidddrj 8B IT FAR RSSOLVI D that the Mayor and City Clerk acre h�reeby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Sewport Beach, and that they City Clark be directed to furnish an eax.ecutad copy to the successful. bidder. ADOPTED this 24th day of M<v, 1971. ATTE Tz City Clerk Hayor T., 5/24/71 7 :rai :. ,... 0 ! CITY OP NEWPORT BEACH CALIFORNIA Dear Property Owner and Resident: City Hall 3300 W. Newport Blvd. Area Code 714 673 -2110 May 28, 1971 The City has awarded a contract to Dale Casada Construction Company of Anaheim 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 con- struction, 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 271. Very truly yours, ��C�.� Ed L. McDonald Design Engineer ELM /bg E 0 MINUTES PRE - CONSTRUCTION CONFERENCE WATER MAIN REPLACEMENT, CORONA DEL MAR, 1970 -71 The pre- construction conference was held on Thursday, May 27, 1971 at 1:30 P.M. The following attended: a C -i-Z 93 Gil Gomez Water Department Charley Roman Cablevision Wade Beyeler General Services L. L. Dobkins Casada Construction Co. Alfred Grizzle Casada Construction Co. Ed McDonald City of Newport Beach Engineering Joe Stucker City of Newport Beach Engineering L. H. Love Fire Department Pat Dunigan City of Newport Beach - Field Engineer The following is an outline of the main points brought out in the pre- construction conference with Dale Casada Construction Co.: 1. Casada was told to notify the Utilities Division 24 hours prior to any shutdowns. No shutdowns will be permitted on Friday mornings or Mondays before 10:00 A.M. Utilities will allow A.C. plugs in cast iron lines 6" and under. 2. Cablevision will mark all possible crossings of their cable. CATV will start relocations after the new water mains are completed in each alley. 3. Casada will notify the Fire Department of all shutdowns. 4. Residents will be notified to start putting trash on the street starting Wednesday. 5. Casada will be responsible for new main locations. 6. Casada will begin at the east end of Corona del Mar and work west. 7. Casada will begin construction Tuesday, June 1, 1971, if all contract documents are completed. A s� k-, e Stucker stant Civil Engineer JS /ldg • 0 0 May 24, 1971 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: ANNUAL WATER MAIN REPLACEMENT, CORONA DEL MAR, 1970 -71 C -1293 RECOMMENDATIONS: 1. Adopt a resolution awarding the contract to Dale Casada Construction Co. of Anaheim, California for $61,184.50. C -iX93 2. Authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: Ten bids were received and opened in the office of the City Clerk at 10:00 A.M. on May 18, 1971. BIDDER AMOUNT Dale Casada Construction Co. $ 61,184.50 Farmac Pipe Line, Inc. 75,094.00 G. R. McKervey, Inc. 78,732.20 Doty Bros. 82,541.50 Cabildo Corp. 85,050.50 Witon Construction Co. 85,460.00 Jenkins Construction Co. 87,305.00 Ace Pipeline Construction 91,130.00 Gallacher Co., Inc. 114,989.00 Card Construction Co. 120,475.00 The low bid is 32% less than the engineer's estimate of $90,000.00. Funds are available in Account No. 50- 9270 -074. This project provides for the replacement of old water mains in the alleys in the Corona del Mar area. When the work is completed, a separate contract will be let for the reconstruction of the alley surfaces. The plans were prepared by the city. The estimated date of completion is September 8, 1971. J 7blic evlin P s Director APPRDVED BY CITY DATE MAY P 4 1971 CuUlVUIL V BALBOA ISLAND IMPROVEMENT ASSN P. O. BOX #64 BALBOA ISLAND, CALIFORNIA 42662 May 13, 1971 Honorable Mayor Hirth and Members o£ the City Council 3300 Newport Blvd. Newport Beach, California 92660 Subject: Sand Replenishment on Balboa Island and Little Island. Mr. Mayor and Members of City Council: The Board of Directors of BIIA and residents of Balboa Island would like to express our thanks to the City Council, Public Works Director and the City crews for the sand that was placed around our Island.. There are several items that we are grateful for which should be mentioned, such as the cooperation, efficient processing of the work, high quality of the sand, and the exceptional clean -up. We think that the City Council, Public Works Dept. and the City crews should be commended on a job well done. Very truly your, Donald A. Pennington Chairman of Beaches & Piers Balboa Island Improvement Assn. DAP:pw ? , • e - /z93 CITY OF NEWPORT BEACH CALIFORNIA Dale Canada construction Co. 15462 Coronado Street Anaheius, California 92806 City Hall 3300 W. Newport Blvd. Area Code 714 673 -2110 May 269 1971 Subject: Annual Yatar Main keDlacenaat • Corona del Mar Area 1970 -71 (0-1293) Gentlemen: The City Council awarded the subject contract to you on NaV 24, 1971% Enclosed are four copies of the contract documents for the construction of the project. It will be necessary for you to execute and return a Material and Labor Bond for 50% value of the contract amount; a Faithful Performance Bond for 100% of contract amount; and four copies of 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 processed contract documents will be distributed as follows: (1) City Clerk, (2) Public Works Department, (3) Contractor, and (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 insured on the public liability and property damage insurance. The public liability and property damage 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 cancellation or reduction in coverage." a 1 0 Page Two 46 2. The minimum limit of the insurance shall be as follows: A. Limit of liability for bodily injury or accidental death: Each person $2509000 Each accident $500,000 Aggregate products $500,000 B. Limit of liability for property damage: Each accident $100,000 Aggregate protective $500,000 Aggregate products $500,000 Aggregate contractual $5000000 3. A signed certification regarding workmen's compensation insurance shall be as follows: "I am aware of and will comply with Section 3700 of the Labor Code, requiring every employer to be insured against liability for workmen's compensation or to undertake self- insurance before commencing any of the work." 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, EA L: ftimatd Prefect EadlMeer ELQI/ld� End cc: Insurance company 6aawmial Irawsace BroWn 17332 Irvine Bm1*nrd Tustlat Caiit M& C La J4 !All I I fir. tit, i z p is la 0, N *1 rl Nt I tn a ki I - [11 1 H� N"', z a f f D m i%E r 0 u o� �t-nm BIZ N Of Lo r t -r y a D 0 $ i � v v N CY F J `C \4„ v 4 V .� ♦i .E -r y r t F5 11 Ua F oF-Om r f f N :, _ 1 1 to 4� 1 ` U W Q L7 F- vw 4 O F W W Z N 'z a Y h QZ a 1 z I o�0 N N v 1 a M. W F 4 C1 N M o o c O v c L \ 1 CY N , 4 O F W W Z N �f 0 TO: r PACIFIC TELEPHONE" SO. CALIFORNIA EDISON CO.'S SO. CALIFORNIA GAS CO. CATV GENERAL SERVICES UTILITIES DIVISION FIELD EINGINEER PUBLIC WORKS HANGING FILE PROJECT ENGINEER FROM: Public Works Department SUBJECTT ANNUAL WATER MAIN REPLACEMENT, 1970 -71 C -1292 0 April 30, 1971 Attached for your information are the Plans for subject project. Joe J. Stucker Project Engineer JJS /em Att: %G C April 30, 1971 TO: PACIFIC TELEPHONE SO. CALIFORNIA EDISON CO_ SO. CALIFORNIA GAS CO. , CATV General Services Utilities Division Field Engineer Public Works Hanging File Project Engineer FROM: Public. Works Department SUBJECT:% ANNUAL WATER MAIN REPLACEMENT 1970 -71 / ( C -1293 Attached for your information are the Plans for Balboa Island Alley Construction, 1970 -71. Construction will begin on Wednesday, May 5, 1971. J e. Stucker P J. `t Engineer JJS /em Att: M April 30, 1971 TO: POLICE DEPARTMENT FIRE DEPARTMENT P.B. & R. DEPARTMENT HARBOR AND TIDELANDS ADMINISTRATOR TRAFFIC DIVISION OFFICE SECRETARIES CHAMBER OF COMMERCE POST OFFICE NEWSPAPER (S) AFFECTED HOMEOWNERS ASSOCIATIONS FROM: Public Works Department /{( SUBJECT: NNUAL MATER MAIN REPLACEMENT, 1970 -71 C -129333 /// Attached for your information is the Title Sheet for the subject project. Joe J. Stucker Project Engineer JJS /em Att: April 26, 1971 TO: CITY COUNCIL — S FROM: Public Works Department SUBJECT: ANNUAL WATER MAIN REPLACEMENT, CORONA DEL MAR AREA, 1970 -71 (C -1293) RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 10:00 A.M. on May 18, 1971. DISCUSSION: This project provides for continuation of the program to replace deteriorated water mains throughout the City. This year's program includes replacement of mains in several alleys in the Corona del Mar area. When the work is complete, contracts will be awarded utilizing 1971 -72 street and alley reconstruction appropriations for the reconstruction of the deteriorated asphalt pavement surfaces in the affected alleys with new Portland cement concrete surfacing. This project has been delayed due to mid -year fund reduction adjustments in the 1970 -71 street and alley reconstruction appropriation. The new mains will maintain adequate flow for domestic and fire service requirements. The estimated cost of the work is $90,000.00. Funds have been budgeted in water fund appropriation 50- 9297 -066. The work will be performed by a private contractor. The plans were pre- pared by the City. The estimated date of completion is September 19, 1971. Avil�13fjN Joseph T. Devlin Public Works Director ELM /ep LIS DATE n �J CITY OF NEWPORT BEACH - PUBLIC WORKS MEMO Ta+' ,, S 0 DEPARTMENT Date 4- 2( --t1 - M9 "T> SOEfidL C-e Rb JLS. o&xs , --y-", 9 �p,U��EL: %% cr ,& G ACC Copies To: PUT IT IN WRITING . . . . . WRITTEN MESSAGES SAVE TIME AND AVOID ERRORS CITY OF SORT BEACH - PUBLIC WORKS DEATMENT ESTIMATING FORM PROJECT TITLE / 9 70 -71 U, 4r2! .c Hyy v Estimator's Name Srw "e- Date Preliminary Q Final LEI N0. ITEM QUANTITY UNIT PRICE AMOUNT G 44/0 W/A7Z/t H,riv . gSSo �� 8 39 3S0 457A-M' 7Sz g 3 > S FiR� %fyvR/h✓T /h :o-.rscv w�s�r.� v.KVe // �i� 6�� -vr 6�R� 6 /" ls�.lr�t Se < ✓rccY, Z So. Ga /D0 zS000 % Z T,ypnRRRY /f. S /� 'K 6 7�.y,�c Serra ✓� �sra rsdcY E� /,-do) 1300 90 0 00 J-$ ...... DATF-.X:-.f:!-7 CHKV. BY............ DATE .............. ............. I .................... ............... SUBJECT.._. ---------- ... — .................. /9.7.0..- 7,/............._............. -' sHrFT NO..--/- _ OF ....... JOB NO, ---------------------- //t ca "At P C . ✓, i (a /✓O. Aiwa: Sdt ✓�ca Trrt1. /f. C , j6►r ell C- /77 jr .5-6 4-A 4-0 .7 of 7-C op -Tee roo Ire Air L 3-P -74 334' Z 70 err ........ .. a IL ... ^L-�T.S DATCrnj /Z %/ SUSJECT...a:.P,!�... � _... L/ilS:7- .w.......... "SHEET NO ..... 4,,. Of........... 0 - 7/ D. BY :.......... DATE.. _...._.... ....I- _. /........._.... _.` JOB NO...- ..-- ....._. ........ _..... /0 *iIGI> /0 wQ . ✓. fK.- /jy0. N,�A« 9" c /. stR ✓ise ,¢., i+L.- Too is fI '�liilllulllllllllf dlllllulul �wmemmmnnammi� '��IllAlllllllulllllll�llll �NIII�IIIIIIIIIIIIIIIINAI '��Illulllllllullll�l��' IIIIYIIIIIIIIIN� ■N I�II�II�I�I�I�II ■�� �Ii1mICIC1 @IICIQICII�IOISIIIII� A F] 0 CITY OftEWPORT BEACH - PUBLIC WORKS PARTMENT ESTIMATING FORM PROJECT TITLE l 9 70 -7 / GJ*r�- /N.rn� /ierc sir. Estimator's Name �E Sri crc� �G Date 4 - 9- 71 Preliminary Q Final NO. ITEM QUANTITY UNIT PRICE AMOUNT /:f 70e- li 6ow+x l/i9zre ? �� ZSS '= 175o `f /oGa lnhrt l�sn vs Z " 700 5 / /R�' �YAR/h✓T /,�so-•rseY t✓ /6.rg vr+ve // �A -Ar 68 6 /" !a/� Setvrce Z /Do as, o®o: Z• T NrPo,t'Me Y /¢. G, /.tr<N /:�00 « O / Z O O �00 < 700 s t CITY AEWPORT BEACH - PUBLIC WORKS *ARTMENT ESTIMATING FORM PROJECT TITLE /9 7d - 7/ CVCT6L� /1% /�V Estimator's Name �/. ODE' 6 D Date - 2/- 71 Preliminary Final NO. ITEM QUANTITY UNIT PRICE AMOUNT o ",4Gp h/A�'E,e ,Qi X477 /0� ,4 e,d „ �� /Dloz 3 d " 7 /0" 4�dP-d k414 P4& ! `s/ rE40 S�,rzvre� 23 9 7 0&— "Op , W B : W.W .7AD L? D "M• Yt/s7,Ve ht / Z -7/ 4GLEY Nd. �.O• P. G "' 6 I! ll 7llee .UYD. /-7-7' 0 0 9 o a 14-,d 24 -� /9B 7 —,1 370 ' O eo 7— 3 - D J94 / -0- o 14 O O 8427 l0 7 22 5 237 3 e fit/ /9170. 7! i ,tlLL6Y NO /O 4.0• R /6 m. tsec �E :: F /CAE NYA�NT / /k'07ZZd° mil' T6/VP .0.11.: N`s Two , i 43 -c Idea / f .2 /G4 v At i0_dZ d fM • i0 -r -------------- ---------- ON T33HR ----------- ---------- ---- ------------- .............. ----------- 3TAG 3TAO ------- ----------------------- -___ __ ________ -- yal Yo GAHO March 11, 1971 TO: FIELD ENGINEER FROM: Design Section SUBJECT: 1970 -71 WATER MAIN REPLACEMENT - CORONA DEL MAR CONTRACT 1293 Attached for your information is a set of preliminary plans for the subject project. The project is scheduled to go out for bids on April 27, 1971, with construction to begin approximately the middle of June. This project will be followed by a paving project in the same alleys to begin construction in August, 1971. Stucker project Engineer JJS /bg Encl. c� Marcia 11, 1971 Paci f c TO aphune 347 Via Lido Suite 213 iiewport heath, California Subject: 1970 -71 dater Main Replacement - Corona del ,iar Contract 1293 Gentlemen: -Enclosed for your information is a set of preliminary plans for the subject project. The project is scheduled to go out for bids on April 27, 1971, with construction to begin approximately the iAddle of •June. This project will be followed by a paving project in the same alleys to begin construction in august, 1971. Very truly yours, Jc Stucker Project Engineer JJS /bg Encl. r1 Soutir:rn California Edison Company Z371 San Joaquin Hills Road iteaport Beacii, California 92660 Marcie 11, 1)71 Subject: 1370 -71 Slater Aain 3eplacement - Corona del Nar Contract 1293 Gentlemen: Enclose for your information is a set of preliminary plans for tare subject project. The project is scheduled to go out for bids on April 27, 1971, with construction to begin approrinatel,y the riiddle of June. Tnis project will be followed by a paving project in the same alleys to begin construction in August, 1971. Very truly yours, Joe' Stucker Project Engineer JJS /bg Encl. E • Southern California Gas Company 1919 S. State College Boulevard Anaheim, California a / / c[t March 11, 1971 Subject: 1970 -71 stater 'Main Replacement - Corona del Mar Contract 1293 Gentlemen: Enclosdd for your information is a set of preliminary plans for the subject project. Tie project is seneduled to go out for bids on April 27, 1971, with construction to begin approximately the middle of June. This project will be followed by a paving project in the same alleys to oegin construction in August, 1971. Very truly yours, Jde GY Stucker Project Engineer JJSJbg Encl. L iiewport Beach Cablevision, Inc. Post Office jox 2325 i +er:port beach, California 92660 March 11, 1.171 Subject: 1970 -71 rater Plain geplacement - Corona del Mar Contract 1233 Gentlemen: Enclosed for your information is a set of preliminary Plans for the subject project. The project is scheduled t^ go out for bids on April 27, 1971, with construction to begin approximately tho middle of June. This project will be followed by a paving project in the same alleys to begin construction in August, 1971. Very truly yours, 1 Ztucl:er Project Engineer JJS /bg Encl . TO: GENERAL SERVICES DEPARTMEdT 0 fL CZ March 11, 1971 FROM: Public Works Department SUdJ- T: 1970 -71 WATER MAIN REPLACEMEff - CORONA:DEL MAR CO:4Tr ",AST 1233 Attached for your information is a set of preliminary plans for the subject project. The project is scheduled to go out for bids on April 27, 1971, with construction to begin approximatelj the middle of June. This project will be follo +. +eJ by a paving project in the same alleys to begin construction in August, 1971. J. S *,ucker rujact Engineer JJS /bg Encl. • TO: FIELD ENGINEER FROM: Design Section March 11, 1971 SUBJECT^ 1J70 -71 JATcR AAIiJ REPLACEMENT - COR04IA DEL MAR COATVW7 1 _]3 Attached for your iciformation is a set of preliminary plans For t;ie subject projec'. Tae project is scheduled to go out for bids on April 27, 1971, with construction to begin approximately tae middle of June. This project will be fulloaci by a paving project iu the same alleys to begin co,-,str ,iction in .august, 1971. -/J. Stucker Project Engineer JJS /bg End . l y l 1 CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT MEMO TO: &ece Date FROM: J�)es /6.a/ SUBJECT: Al iyT —,7 ��n�.s�co issr� � '/S� i o�� ��� Pc�r,✓s /1��02 x Afl-,y w.y_ / 4issa* 14"4 -m-Y /Ai✓% iYrtc'or0 GQ 4eg <774Q6eeF ifb✓! o�iI//("A/ Copies To: j /u3 9 a CITY NEWPORT BEACH - PUBLIC WORKS DEPARTMENT C —kz g3 MEMO TO: Field Engineer: Attn: Survey Party Chief Date June 11, 1970 FROM: SUBJECT: Surveying Request for Alleys in Corona del Mar Area, 1970 -71 Water Main Replacement C -1293 It in quested that the Survey Party obtain elevations and topography on the following alleys: Ally Inratien /Setkeen 1D Poinsettia and Pop py. lst and 2nd 4A Marigold and 25A Heliotrope Copies To: If you have any questions PUT IT IN WRITING . . . . ssus0 , ng this request please contact irwln rn ner.� signed WRITTEN MESSAGES SAVE TIME AND AVOID ERRORS '