Loading...
HomeMy WebLinkAboutC-1625 - Miscellaneous concrete reconstruction Cliff Haven 1973-74REQUFSt£il SY J 13 1 74 � %:-V OK 11220PG 1287 LP,U LAU ,. :T''CLERK E�(F:ialF I `' 330G ::. ; ., . ... t YARD RECORDED IN OFFICIAL RECORDS ::!F.92660 OF ORANGE COUNTY, CALIFORNIA NOTICE OF COMPLETION 5 min- 11 A.M. AUG 14 1974 Post J. WYLIE CARLYLE, County Recorder PUBLIC WORKS 'I'o All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on July 18, 1974 the Public Works project consisting of Miscellaneous cone e reconstruction Cliff Haven Area, 1973 -74 on which was the contractor, and was the surety, was completed. I, the undersigned, say: R. Hess VERIFICATI( CITY OF NEWPORT BEACH lie Wdrks Director 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 August 13, 1974 at Newport Beach, California. I, the undersigned, e I am the City Clerk of the City of Newport Beach; the City Council of said City on 8}ymiat- 12, 1974 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 August 13, 1974 at Newport Beach, California. 0 CITY CLERK CONTRACT NO. 1625 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR MISCELLANEOUS CONCRETE RECONSTRUCTION Approved by the City Council this 13th day of May 1974 Dods George, Deputy City Clerk CLIFF HAVEN AREA 1973 -74 SUBMITTED BY: Don R. Hess Co. Contractor :,, :0i Address Long Beach, CA 90808 City Zip 421 -0211 P one $32,410.40 Total Bid Price R CITY OF NEWPORT BEACH,.CALIFORNIA NOTICE INVITING SIDS Page 1 SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:30 A.M. on the 28 day of May , 19 74, at which time they will be opened and read, for performing work as follows: MISCELLANEOUS CONCRETE RECONSTRUCTION CLIFF HAVEN AREA 1973 -74 CONTRACT NO. 1625 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 an t� he Corporate Seal shall be affixed to all documents requiring signatures. In the case of a Partnership, the signature of at least one general partner is required. 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. One set of 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. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) Page la The City has adopted the Standard Specifications for Public Works Construction (1973 Edition) as prepared by the Southern California Chapters of t e erican 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 $5.00 per set. A standard "Certificate of Insurance for Contract Work for City" form has been adopted by the City. This form is the only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds, and Faithful Performance Bonds must be an insurance company or surety company licensed by the State of California. The companies must also have a current General Policy Holders Rating of A or better; and a Financial Rating of at least AAA as per the latest edition of Best's Key Rating Guide (Property - Liability). In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seg.), 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 Resolu- tion No. 8090 adopted September 10, 1973. 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). The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 12 -10 -73 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 unissio;',� 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 Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying 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. 206518 Classification C- 8C -12A. Accompanying this proposal is 10% Bid Bond Cash, Certified Check, Cashier's Check or in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self - insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. 421 -0211 Phone Number ate DON R. HESS CO. Bidder's Name (SEAL) S/ Don R. Hess Authorized Signature Authorized Signature Individual 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: None R • • Page 3 DESIGNATION OF SU3- CONTRACTORS The undersigned certifies that he has used the sub -bids of the follcwing 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. None 2. 3. 4. 5. 6. 7. 8. 9. 10. 11 12. DON R. HESS CO. Bidder's Name S/ Don R. Hess Authorized Signature Individual Type of rganization (Individual, Co- partnership or Corp) P. 0. Box 8007, Long Beach, CA 90808 -dress FOR ANAL SEE CITY CLERK'S FILE COPO Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, Don R. Hess , as Principal, and Pacific Employers Insurance Company as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of the 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 Miscellaneous Concrete Reconstruction Cliff Haven Area 1973 -74 - Contract No. 1625 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, Sunday and Federal Holidays) 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 22 day of May 19 74 Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) May 22, 1974 S/ Don R. Hess Principal Janet M. Wheeler, Notar Public Pacific Employers Insurance Company ommission expires ov. Surety By R. D. McManus 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 ary 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. DON R. HESS CO. S/ Don R. Hess Subscribed and sworn to before me by this 28 day of May , 19 74 . My commission expires: October 26, 1975 S/ Donald L. Webb, Jr. Notary Public FOR ORIGINAL SEE CITY CLERK'S FILE COPY Page 6 ; STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. One was submitted for Balboa Island Alley job which was fairly current; if a more current one is needed I'll be glad to furnish. ._Don R. Hess 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 1974 City of Newport Beach 113M Director of Public Works 1973 City of Bellflower Mr. Bill McConnell To 69003 S/ Don R. Hess Signed LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, That • Bond No. M- 164,521 Page 8 WHEREAS, the City Council of the City of Newport Beach, State of California by motion adopted June 10, 1974 as awarded to Don R. Hess Co: hereinafter designated as the "Principal ", a contract for Miscellaneous Concrete - Reconstruction Cliff Haven Area 1973 -74 - Contract No. 1625 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 Don R. Hess Co. as Principal, hereinafter designated as the Contractor and PaM f;r F.mpl_ayp_ra as Surety, are held firmly bound unto the City of Newport Beach, in the sum of Dollars ($ 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. Bond No. M- 164,521 • • 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 received,.hereby stipulates and agrees that no change,' extension of time, alterations or additions to the terms of the contract or to the work. to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive'botice of any such change, extension of time, alterations or additions to the terms of the contractor or to the work or to the specifications. In the event that any principal above named executed 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 12 t . day of June 19 74 . Premium included in performance charge Executed in triplicate I ;f Approved as tg, forme _. • �fy/ City . Attorney This bond was approved by the City Council of the City of Newport Beach by motion on Attest: ae City Clerk (Seal) ontractor Pacific F.mTnlevPra^ Tnnur= (Deal) STATE OF CALIFORNIA j } ss. Couxn OF ................ .._LQ.5 _._ANGELES.._._... w i On t his ..... _..._............___12...th . . day of ............ .......... June ............................................................. 19...7..4......, before me Ji m M,_NJHEELER a Notary Public, in and for the County and State aforesaid, residing therein duly commissioned and sworn, personally appeared OF7iC:, \L F'AL JA 1 v. 1. 4lr1E E -- -R ho PLC I0 C rORNIA H - U:'. L C H tY L011 nr.GE.ta COUNly My Como.isc5on E> pires r;ov. 7, 1976 PEB 724 known to me to be the Attorney -in -Fact of Pacific Employers Insurance Company, the Corporation that executed the within instrument and also known to me to be the person who executed the within instrument on behalf of the Corporation therein named and acknowledged to me that such Corpora- tion executed the same. / ..............._ j.- :y.4. %L�. v..:: �.........._......_l;t;�r ......�..._ /..L'LL..:i /......_....... Nonrytt�lic in and for the State of California, County • •Bond No. M- 164,521 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 June 10, 1974 has awarded to Don R. Hess Co. hereinafter designated as the "Principal ", a contract for Miscellaneous Concrete Reconstruction Cliff Haven Area 1973 -74 - Contract 1625 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, as Principal, hereinafter designated as the "Contractor ", and As Surety, are held.and firmly bound unto the City of Newport Beach, in the sum of Thjr ,r,.•^ Thoussmd Four Hundred Ten and 40/100 -- Dollars ($_32.,!,10..40 )s 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. • (Performance Bond - Continued). Bond No. M- 164,521 • 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 12 th, day of June , 19 74 . Premium: $ 324.00.per annum Executed in triplicate Approved as to form: City Attorney Don R. Hess Co. (Seal.) - By: �e( i.�� (Seal) (Seal) Contractor C. Ingersoll (Seal) (Sealy etyJ r.—1 W ct-, +: STATE OF CALIFORNIA COUNTY OF- ................ LCYS ... ANGELES On this ......... ........ 12 th . ........ day of .... ........... ........... ...... ....... ................................... 19...._74..., before me ...... .......... ........ ......................................................................... -.1-1.1 ................. a Notary Public, in and for the County and t PEB 124 State aforesaid, residing therein duly commissioned and sworn, personally appeared ­ ........ ­1 .................. ...... J..Q1M ... ... _ ........... ....................... ........... ....................... known to me to be the Attorney-in-Fact of Pacific Employers Insurance Company, the Corporation that executed the within instrument and also known to me to be the person who executed the within instrument on behalf of the Corporation therein named and acknowledged to me that such Corpora- tion executed the same. Notary Putsl�;n and for the State of California, County of.L S .......... • CONTRACT 0 Page 12 THIS AGREEMENT, made and entered into this iti qa day of j,, w. , 19_il�_, by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and Don R. Hess Co. hereinafter designated as the Contractor, party of the second part. WITNESSETHo 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 Miscellaneous Concrete Reconstruction Cliff Haven Area 1973 -74 - Contract No. 1625 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. 0 9 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. Approved as to form: "t4 TY OF NEWPORT BEACH, CALIFORNIA mayor- contractor �a By, Z By, Tit e • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT r] MISCELLANEOUS CONCRETE RECONSTRUCTION CLIFF HAVEN AREA 1973 -74 CONTRACT NO. 1625 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: PR 1 of 3 The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby pro- poses to furnish all materials and do all the work required to complete Contract No. 1625 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 310 Remove existing and construct 6" Lin. Feet Type "A" P.C.C. curb and gutter @ Five Dollars and Sevent -two Cents $ 5.72 $ 1,773.20 er 1nea Foot 2. 3300 Remove existing and construct 8" Sq. Feet thick P.C.C. splash pads and cross gutters over 4" of agg. base @ Three Dollars and Ninety -seven Cents $ 3.97 $ 13,101.00 Per Square Foot 3. 1300 Remove existing and construct 8" Sq. Feet thick P.C.C. spandrels including curb within the spandrel, over 4" of agg. base Seventeen Per Square Foot Dollars and Cents $ 4.17 $ 5,421.00 4 5 a 11 E? a WRITTEN IN WORDS 1000 Remove existing and construct 6" Sq. Feet thick P.C.C. alley approach over 4" agg. base • PR2of 3 PRICE PRICE @ Two Dollars and Ninety -six Cents $ 2.q6 $ 2,C)60_nn Per Square Foot 60 Remove existing and construct 6" Sq. Feet thick P.C.C. residential drive approach over native material @ One Dollars and Eighty -three Cents Per Square Foot 130 Remove existing and construct 4" Sq. Feet thick P.C.C. sidewalk @ One Dollars and Sixty -four Cents Per Square Foot 70 Construct 15" A.C.P. Class IV Lin. Feet storm drain pipe as shown on the plans complete in place $ 1.83 $ 109.80 a 1.64 a 213.20 @ Twenty -nine Dollars and Eighty -six Cents $ 29.86 $ 2,090.20 Per Linea Foot 2 Construct Type OS curb inlet as Per Each shown on the plans, complete in place @ Seven Hundred Fifty -Five Dollars and No Cents $ 755.00 $ 1,510.00 60 Remove existing and construct 8" Tons thick asphaltic concrete pavement as shown on the plans @ Forty -three Dollars and Sixty Cents $ 43.60 $ 2,616.00 Per .Ton • • PR3of3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 60 Construct variable thick asphaltic Tons concrete overlay as shown on the plans @ Forty -three Dollars and Six y Cents $ 43.60 $ 2,616.00 Per Ton TOTAL PRICE WRITTEN IN WORDS: Thirty Two Thousand Four Hundred Ten Forty 5 -28 -1974 Date CONTRACTOR'S LICENSE NO. 206518 C- 8C -12 "A" Dollars and Cents DON R. HESS CO. (Bidder's Name $ 32,410.40 S/ Don R. Hess (Authorized Signature TELEPHONE NUMBER 421 -0211 CONTRACTOR "S ADDRESS Mail - P. 0. Box 8007, Long Beach, CA 90808 Yard - 2439 Artesia Blvd., Long Beach, CA 90805 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR MISCELLANEOUS CONCRETE RECONSTRUCTION CLIFF HAVEN AREA 1973 -74 CONTRACT NO. 1625 Section page I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. BUSINESS LICENSE . . . . . . . . . . . . . . . . . . . . . . . . . 1 III. COMPLETION AND SCHEDULE OF WORK . . . . . . . . . . . . . . . . . . 1 IV. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 V. TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . . . . . . . 2 VI. EXISTING UTILITIES . . . . . . . . . . . . . . . . . . . . . . . . 2 VII. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 VIII. CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . . . . 2 1. Pavement Removal, Excavation, and Subgrade Preparation 2 2. Portland Cement Concrete . . . . . . . . . . . . . . . . . . . 2 3. Asphaltic Concrete . . . . . . . . . . . . . . . . . . . . . . 3 4. Storm Drain Improvements . . . . . . . . . . . . . . . . . . . 3 5. Storm and Nuisance Water . . . . . . . . . . . . . . . . . . . 3 6. Project Site Maintenance . . . . . . . . . . . . . . . . . 3 7. Adjustment of Utility Boxes, Vaults, etc. to Grade . . . . . . 3 i. II III IV • • SP 1 of 3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR MISCELLANEOUS CONCRETE RECONSTRUCTION CLIFF HAVEN AREA 1973 -74 CONTRACT NO. 1625 SCOPE OF THE WORK The work to be done under this contract consists of furnishing all labor, equipment, transportation, materials and services necessary to construct, including the required removals, various portland cement concrete, asphaltic concrete, and storm drain improvements as shown on the plans, complete in place. The contract requires completion of all work in accordance with these Special Provisions, the Plans (Drawing No. R- 5227 -S), and the City's Standard Drawings and Specifications. The City's Standard Specifications are the Standard Specifications for Public Works Construction, 1973 Edition. Copies may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, Telephone: (213) 870 -9871. Copies of the City's Standard Drawing and Special Provisions may be purchased from the Public Works Department at a cost of $5.00. BUSINESS LICENSE The contractor must have a valid City business license prior to starting work. COMPLETION AND SCHEDULE OF WORK The contractor shall complete all of the work within 60 consecutive calendar days after notification of award of the contract. fhe contractor shall submit a proposed work schedule to the City for approval within five calendar days after notification of award of the contract. Said schedule will be returned to the contractor within 5 calendar days after receipt. If necessary, the contractor shall revise his work schedule. No additional time will be allowed for revision to and resubmittal of the proposed work schedule. After approval, the engineer shall be immediately notified and approve any proposed changes to the work schedule. PAYMENT All incidental items of work not separately described in the proposal shall be included in the unit price bid for the various items of work and no additional compensation shall be made. Any asphaltic concrete patching and /or feathering needed to meet existing street grades at joins with new concrete construction, except where A.C. removal and replacement or variable thickness A.C. overlay is specifically shown on the plans, shall be paid for under the price bid for the associated item of concrete construction. VI VII VIII 0 TRAFFIC CONTROL • SP2of3 The contractor shall provide traffic control in compliance with Section 7 -10 of the Standard Specifications. Work shall progress in such a manner that one half of the street will remain open to vehicular traffic at each street location. A sufficient number of traffic control devices shall be provided by the contractor to ensure safe travel through the construction zones. EXISTING UTILITIES The contractor shall investigate and protect all existing utilities in confor- mance with Section 5 of the Standard Specifications. Known utilities are in- dicated on the plans. Prior to performing construction work, the contractor shall be responsible for requesting each utility company to confirm the location of its facilities. Any utilities damaged as a result of the contractor's operations shall be promptly repaired at the contractor's expense. WATER The contractor shall make his own provisions for obtaining and applying water necessary to perform his work. If the contractor desires to use available City water, it shall be his responsibility to make arrangements for water purchase by contacting the City Utilities Superintendent, Mr. Tom Phillips at (714) 673 -2110 extension 267. CONSTRUCTION DETAILS Pavement Removal, Excavation, and Subgrade Preparation Existing portland cement concrete and asphalt concrete improvements to be removed shall be sawcut a minimum of 2" deep at locations as shown on the plans, or as directed by the engineer. Final removal at the sawcut lines may be accomplished by the use of jack hammers or sledge hammers. It is emphasized that edges created by other mans or final removal accomplished by other means will not be acceptable. Hard blow pavement breakers, such as stompers, will not be permitted on the job. Subgrade preparation and excavation shall be in conformance with Section 301 of the Standard Specifications. All pavement to be removed and all material to be excavated down to the subgrade plane shall become the property of the contractor. It shall be his responsibility to dispose of the material away from the job site in manner and at a location acceptable to all cognizant agencies. Portland Cement Concrete Portland cement concrete construction shall be in conformance with Section 302 -6 and 303 -5 of the Standard Specifications. The portland cement concrete used for construction shall be class 564 -C -3000. The Portland cement concrete shall be placed within four (4) working days after removal of the existing improvement at each location. Barricades shall be set out immediately following placement of the concrete and no vehicular traffic will be allowed thereon for a minimum of seven (7) days. r • SP3of3 3. Asphaltic Concrete The asphaltic concrete to be furnished and placed for the various patches, join strips, and overlays shall be Type III- C2- AR4000. a) The 2' wide A.C. join strip adjacent to new P.C.C. curb and gutter shall be vibratory tamped. b) The asphaltic concrete patches and overlay shall be placed in accord- ance with Section 302 -5 of the Standard Specifications. 4. Storm Drain Improvements a) General Storm drain bedding shall conform to Class 2B per City of Newport Beach Std.- 316 -L. Backfill material in all pipe trenches above the bedding material and around associated structures shall be placed and compacted in accordance with Section 306 of the Standard Specifications, except that water densified backfill including jetting will not be permitted for any part of the backfill. All native materials excavated from the storm drain trench and associated structures not utilized as backfill will become the property of the contractor and shall be hauled and disposed of away from the job site as it is excavated. b) Storm Drain Pipe, Curb Inlets, and Appurtenances Storm drain pipe and fittings shall be 15" asbestos cement pipe (3000 -D /Class IV). Curb inlets shall be Type OS constructed in accordance with C.N.B. Std. -305 -L and to the depths as shown on the plans. The Unit price bid for each curb inlet shall be in accordance with subsection 306 -1.6 of the Standard Specifications. 5. Storm and Nuisance Water The contractor shall provide for the continuous flow of storm and nuisance water during the progress of the work by constructing temporary berms, sand- bags, etc. to avoid damage to the improvements and adjacent properties. 6. Project Site Maintenance The construction site shall be maintained in accordance with Section 7 -8 of the Standard Specifications. The contractor shall be required to furnish and operate a self loading motor sweeper with spray nozzles when, in the opinion of the engineer, street areas are not kept acceptably clean. 7. Adjustments of Utility Boxes, Vaults, etc. to Grade All miscellaneous utility boxes or vaults shall be adjusted to finish grade prior to placement of portland cement concrete. No separate compensation will be made for this work. 0 CITY OF NEWPORT BEACH W - PUBLIC WORKS DEPARTMENT 1/72 PROGRESS PAYMENT REQUEST NO. Retention FOR PERIOD ENDING Septander 1R- 1071 PROJECT Miscellaneous Concrete Reconstruction 1973 -74 BUDGET N0. 02- 3373 -014 CONTRACT NO. 1625 ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED t Original Contract Extras to Date Contract to Date Amount Earned $35.438.07 Send payment to: Less 10% Retention - Don R. Ness Company Less Previous Payments 33.817.57 P.O. Box 8007 Amount Due this Request 11620.50 Long Beach, CA 90808 I hereby certify that the above amounts and values are correct. SIGNED SIGNED Field EWneer Contractor BY CALIFOFSA PRELIMINARY NICE '_- IN ACCOh. E WITH SECTION 3097 AND 3098, CALI FOR NI;MW- CODE THIS IS NOT ALIEN, THIS IS NOT A R E FLECTION ON.,THE INTEGRITY OF ANY CONTRACTOR OR SUBCONTRACTOR YOU ARE HEREBY NOTIFIED THAT ... LONG BEACH IRON WORKS, INC, 21Q0 W ®St Anaheim Street name of ®ea NCalif 9flS13 ( pe on or Ire furmshmg labor, serves, CONSTRUCTION LENDER or equipment or material Reputed Construction Lender, if any. (address of person or firm furnishing labor, services, ORIGINAL CONTRACTOR or Reputed Contractor, if any (name) (address) . (name) (address) (name) (address) (name) (address) (Material men not required to furnish the above) If bills are not paid in full for labor, services, equipment or materials furnished or to be furnished, the improved property may be subject to mechanic's liens. Dated: July 11, 1974 erif Vise, vice ' —till Telephone Number ( '133 ) This form (No. 594 Revised) distributed through BUILDING MATERIAL DEALERS CREDITASSOCIATION - (213) 382 -7151 equipment or material has furnished or will furnish labor, services, equipment or .� materials of the following general description: Basing L -1Catch (general description of the labor, services, equipment it material furnished or to be furnished) OFOLD HERE for the building, structure or other work of improvem=nt R"Mstrmtieat Of located at _ W(address or description of job site Cliff Haves Area Nsufficient for identification) The name of the person or firm who contracted for the Epurchase of such labor, services, equipment or material is: OWNER or PUBLIC AGENCY Blsn Hess Ceatst:llction Ror Reputed Owner Ion public work) (name and address of person or firm) (on private work) p 0 Box $007 F Ions Beach, Calif. C OCity City of Hswpolt Bach Hall 3380 Newport Blvd An estimate of the total price of the labor, services, equipment or materials furnished or to be furnished is: L Newport Bache Calif. 5 P(Dollar J amount must be furnished to construction lender - optional as to owner or contractor) Construction loan no. (if known) YTrust Funds to which Supplemental Fringe Benefits are FOLD HERE Payable. ORIGINAL CONTRACTOR or Reputed Contractor, if any (name) (address) . (name) (address) (name) (address) (name) (address) (Material men not required to furnish the above) If bills are not paid in full for labor, services, equipment or materials furnished or to be furnished, the improved property may be subject to mechanic's liens. Dated: July 11, 1974 erif Vise, vice ' —till Telephone Number ( '133 ) This form (No. 594 Revised) distributed through BUILDING MATERIAL DEALERS CREDITASSOCIATION - (213) 382 -7151 0 August 29, 1974 Don R. Hess Company P. 0. :?ox 8007 Laing Beach, CA 90808 it Subject: Surety : Pacific bhployers Insu once Company Bonds No. : H164,521 Project : Street Improvements, Cliff Haven Aria Contrwt No. : 1626 The City Council on August 12, 1974 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bands 35 days after Notice of Com- pletion has been filed. Notice of Completion was filed with the Crmge County Pecoader on August 14, 1974, in Book No. 11220, Page 1287. Please notify your surety copy that bonds may be released 36 days after recording date. Laura IagiosI city Clerk cc: Public Works Department a f'16 Z� August 12, 1974 CITY COUNCIL AGENDA ITEM N0. M -10 1 TO: CITY COUNCIL FROM: Public Works Department C,ATEE i 2 197 SUBJECT: ACCEPTANCE OF MISCELLANE C TE RECONSTRUCTI CLIFF HAVEN AREA 1973 RECOMMENDATIONS: 1. 1. Accept the work, 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for the miscellaneous concrete reconstruction in the Cliff Haven area has been completed to the satisfaction of the Public Works Department. The bid price was $32,410.00 Amount of unit price items constructed 35,213.07 Amount of change orders 225.00 Total contract cost 35,438.07 Funds were budgeted in the General Fund, Street and Alley Account During the course of the construction, it was decided to replace two additional cross gutters and spandrels at the intersection of Catalina Avenue and Clay Street, thus increasing the quantity of unit price items constructed. One change order was issued providing for the enlargement of a catch basin on King's Road. The design engineering was performed by the Public Works Department. The contractor is Don R. Hess Company of Long Beach, California. The contract date of completion was August 23, 1974. The work was completed by July 18, 1974. I vlin lic W s Director \ �JPD:jd 41 0 KINDLER, LAUCCI & DAY* INSURANCE 1545 WILSHIRE BOULEVARD • LOS ANGELES, CALIFORNIA 90017 T E L E PHONE -(213J484-0220 CABLE: June 13, 1974 The City of Newport Beach City Hall 3300 Newport Blvd. Newport Beach, California 92660 Att: Re: Don R. Hess Company Gentlemen: We are pleased to enclose certificate evidencing the following coverages: John S. Wolter Public Works Dept. of Insurance Type of Insurance company Number Workmen's Compensation �r A % i X Comprehensive Liability Aetna Casualty & Surety Co., 33AL 179372CMA Yosemite Ins. Co., YXL 102031 Broad Form Property Damage Automobile Physical Fire Insurance The above certificate following: Contract No. 1625 has been issued in connection with the If you have any questions regarding these enclosures, please feel free to contact us. V r truly yours, ��� Evelina Fata encl. cc: Don R. Hess MEMBER: CUIOIC INSURISTS GROUP • SAN FRANCISCO • PASADENA • PHOENIX • CHICAGO Pse M 4� J CITY OF NEWPORT BEACH • CERTIFICATE OF INSURANCE FOR CONTRACT WORK FOR CITY IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. 1625 Project Description: Miscellaneous Concrete Reconstruction Cliff f4aven ,Tree - Aetna Casualty and Surety Company and This is to certify that the Yosemite Insurance Company -- -dame of Insurance Company has `issued to Don R. Hess Company, Don R. Hess DBA: -- ---- ?r�a,me o Insure ) 2303 E. Artesia Blvd./ P.O. Box 8007, Long Beach, California lAoo.ress oT insure the policy of liability insurance certif ed herein. CITY CONTRACT ENDORSEMENT This endorsement is attached to the policy described herelr, to assure compliance by the named insured with the terms and provisions of the contract or other agreement(s) entered into between the insured as contractor and the City of Newport Beach. The Company amends the policy described herein as follows: 1. It is hereby understood and agreed that the policy ;.o which this certificate refers may not be cancelled or materially changed until thirty days after receipt of registered written notice of cancellation or change by the City of Newport Beach, c/o City Clerk; 3300 Newport Boulevard, Newport Beach, Ca. 92660. 2. The City of Newport Beach, its officers and employees are hereby declared to be additional insureds in the ooricy described nsofar as they may be held liable for injuries, death or damage to property excluding the sole negligence of the City, its officers and employees, It is further agreed that any other insurance carried by the City, its officers and employees shall not be contrib- uting or primary with the insurance provided by this policy. *In a manner which adversely affects the interest of the City of Newport Coverage -�"-�y Policy No, i Term i �- Limits of -Each Occurance is i ity Aggregate (Minimum: (Minimum: $500,000) $ 500,000 Protectiv $1,000,000 Products r 500,000 Contractu COMPREHENSIVE LIAB. i 33AL17g87.cm _ omi g /1/7 $ ,000.Bodil �� � I_n u�1ryn protectivE Combined Single + 1 $ 100 000. 303 0/10 Products Limit Bodily Injury i Toe 8/1/74 ; Each occ ence 5001100 Contractu< or Property Damage ;From: 8/1/73 �Up to $1,000,C DO Each Occurrent Excess Liability YXL102031To: 8/1/74 !and in the Aggregate in excess rr1111ary J,_Lm_LLs This policy includes at least the following coverages: a. Contractual or Assumed Liabi' icy, rei.,ting to contract(s) between the Named Insured and the Certificate Holder named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability ('When Insured engages d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. MRXaXKbrKI(Y}f�rK4K���'lo Name of Agency or Broker: Kindler, Laucci & Day Address of Agency or Broker Countersigned by: Effective date of this endorsement Wilshire B3_vd a Subcontractors). ve June 11, , 1974 , Endorsement No 11) 1 e of CITY OF NEWPORT BEACH • CERTIFICATE OF INSURANCE FOR CONTRACT WORK FOR CITY IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. 1625 Project Description: Miscellaneous Concrete Reconstruction Cliff Haven lea y -_ Aetna Casualty and Surety Company and This is to certify that the Yosemite Insurance Com an —�� ;came of lrisurance Company has issued to Don R. Hess Company, Don R. Hess DBA: 'i. erne o insura , 2 -0- E. - Artesia Blvd./ P.O. BW: 3007, Lon.- Bea (Address o= Insure the policy of liability insurance certified herein. CITY CONTRACT ENDORSEMENT California This endorsement is attached to the policy described 'herein to assure compliance by the named insured with the terms and provisions of the contract or other agreement(s) entered into between the insured as contractor and the City of Newport Beach. The Company amends the policy described herein as follows: 1. It is hereby understood and agreed that the pollic'y to which this certificate refers may not be cancel"" +.ed or materially changed'until thirty days after receipt of registered written notice of cancellation or change by the City of Newport Beach, c/o City Clerk; 3300 Newport Boulevard, Newport Beach, Ca. 92660. 2. The City of Newport Beach, its officers and employees are hereby declared to be additional insureds in the policy described Insofar as they may be held liable for injuries, death or damage to property excluding the sole negligence of the City, its officers and employees. It is further agreed that any other insurance carried by the City, its officers and employees shall not be contrib- uting or primary with the insurance provided by this policy. *In a manner which adversely affects the interest of the City of Newport Term .i... Limps of Lia i ity ;seacn Coverage Policy No. ! ac ccurance Aggregate (Minimum: (Minimum: p€ $500,000) $ 500,000 Protective $1,000,000 Products 500,000 Contractual) COMPREHENSIVE LIAB, L17y37 "R�gm:8jl /7� $- OO,000.Podily n ury protective Combined Single + i 1 $100 000 n � nn Products Limit Bodil y Injur y `o° 8/l�7ti Contract ual r«ch occ rence or Property Damage From: 8/1/73 i, !UP to $1,000,000 Each Occurrence Excess Liability YXL1020:;1t'o: g�l/74 Qand in the ,i�r of -;ate in e': ess of rimary L mite This policy includes at least the fo' +lowing coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages Subcontractors). d, Products Liability or Completed Operations, e. Explosion and Underground Hazards (when, applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. 1d�i�EX�tIGXiiH#pD63EX�Cke Name of Agency or Broker: Kindler, Laucci & Day Address of Agency or Broker: 1545 Wilshire Blvd, Los ,?nreles Countersigned by: (Authorized Insurance Company Representative Effective date of this endorsement: June 11, 1V4 , Endorsement No.7 CITY UOEWPORT BEACH - PUBLIC WORKS DOTMENT 1172 PROGRESS PAYMENT REQUEST NO. 2(F) FOR PERIOD ENDING Julv 18, 1974 PROJECT Miscellaneous Concrete Reconstruction 1973 -74 BUDGET NO. 02- 3373 -014 CONTRACT NO. 1625 Contract to Date PERCENT AMOUNT ITE" Amount Earned CONTRACT N0. I CONTRACT ITEM PRICE COMPLETE ,EARNED 27,247.30 1. 6" Curb and gutter 5.72/LF 295 LF $ 1,687.40 2. 8" P.C.C. Cross gutter 3.97/SF 3663 SF ( 14,524.11 3. 8" P.C.C. Spandrel 4.17 /SF 1494 SF ! 6,229.98 BY i 4. 6" P.C.C. Alley approach 2.96/SF 979 SF 2,897.84 5. 6" P.C.C. Driveway 1.83 /SF 30 SF 54.90 6. 4" P.C.C. Sidewalk 1.64/SF 130 SF 213.20 7. 15" A.C.P. Storm Drain 29.86/LF 74 LF ; 2,209.68 8. Curb inlet 755.00 EA 2 EA 1,510.00 9. 8" A.C. pavement 43.60 /Ton 60 Tons I 2,616.00 10. Variable A.C. pavement 43.60/Ton 75 Tons fj 3,270.00 C.C.O. #2 225.00 f 100% 35'225.00 35,438.07 Original Contract $32,410.00 Extras to Date 3,246.00 Send payment to: Contract to Date 35,656.00 Don R. Hess Company Amount Earned 35,438.07 P.O. Box 6007 Less = Retention 1,620.50 Long Beach, CA 90808 Less Previous Payments 27,247.30 Amount Due this Request _6,570.27 I hereby certify that the above amounts and values are correct. SIGNED ��— � SIGNED ��Dh�i�SSlo Field Eng' eer C trac�or BY DON R HESS C04". t. Tw 1 IL GZNWt^L EN6INKIER11442 CONTRACTORS - A, 90000 P.O. BOX 8007 LONG alz^cm. c sus 0 Tu, 'Ifts Total t. Tw 1 IL k, = )ON R HESS GICNXMU- "N6iRM0 CON - - P.O. Box LONG � ' CA. *d&60 -011 July; 18, 19 Y �j�'pFFf 1 To City of Eewport Deach AyJ`� . En;;•ineering Dept. T'TT;;,� \/ o� yam !fin- aZ yob tk /T EMAREM CITY OF NEWPORT BEACH PUBLIC WORKS PROJECT CHANGE ORDER CHANGE ORDER NO. CONTRACT NO. 1625 PURCHASE ORDER NO. CONTRACTOR'S NAME Don R. Hess Company DATE June 28, 1974 PROJECT NAME AND NO. Miscellaneous Concrete Reconstruction 1973 -74 ACTION BUDGET NO-02- 3373 -014 At the westerly catch basin on the southerly side of Kings Road, increase the size of the catch basin from 3.5 feet to 7 feet. The cost of this work, per the letter dated June 15, 1974 is: $225.00 A APPROVAL: e cc: Purchasing Mrs. Margie Andrews 2420 15th Street (2426 15th Streit) Newport Beach. California 92660 Juno 14. 1974 Subject: Sidewalk Construction (15th Street. Irvine Avenue to Tustin Avenue) Dear Mrs. Andrews: In response to public concern over the lack of sidewalks in the vicinityr of the Newport High School. the City's Public Works Department proposes to construct sidewalk on the north side of 15th Street bob - Irvine Avenue and Tustin Avenue. The City will pay for constructing the 4' wide sidewalk and the work is tentatively scheduled for sometime in July by the Dan R. Hess Co. It 1s the City's intent to construct the sidewalk with the least amount of interference to existing landscaping. We therefore propose to build the sldowalk adjacent to the curb in front of your property at 2420 15th Street and adjacent to the property line (6' parkway) in front of your property at 2426 15th Street. The constriction at 2426 15th Street would require the removal of the large cactus. All of the construc- tion wilt be within the existing street right of way which extends 10' back of the curb. If you have any questions or suggestions please contact me at 673 -2110. extension 271. cry truly yours. 64hn S. Walter Project Engineer JSW:hh 1/ a ORANGE COUNTY DIVISION P. O. BOX 3334, ANAHEIM, CALIF. 92803 Mr. John Wolter City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92660 Subject: Miscellaneous Concrete Reconstruction 111625 Thanks for the opportunity to review your plans ahead of construction. We find no apparent interference with your proposed con- struction and currently plan no new installations in this area. if you have any questions, please contact Lee Weight at 538 -0211. Sincerely, W. R. PerY.ins Distribution Planning Supervisor LW /d cc: M. B. Anderson DON R HESS CO. 6m6R4L 2Nop4KsmINO CONTRACTOR& P.O. BOX 8007 LONG BRACH. CA. 90006 421 -0211 June 15, 1974 To City of Newport Beach Engineering Dept. Att: Mr. John Wolters Work Schedule Cliff Haven Misc. Concrete Work C -1625: The Order we wish to start this project is tae following 7 5,7,8,9,10,11,6,12 13,14,15,16,3,2,1,4. Approx working Time will be 20 working days, the effort will be made to do locations per day after the starting day..If V e City desires another routinS we will be glad to :�.ccomidate, for this type of job is very flexible. With Cities permission we will st.rt on Tues.June 18, 1974, if insurance certificates are in order. If not the first day after that,that we can. RRB Submitted ully ..I rat", 1914 �t1N o� Nip �`gEAGH 11,3\ 3', -DON R HESS CO. GENERAL ENGINEERING CONTRACTORS Sate Lic # 206518 P.O. BOX 8007 LONG BFACH, CA. 00008 021 t )-a P 15, 1 74 To City of Iie.w,_,ort Beach 7Dr..­ineerinI- Dept Att Mr. John Wolters Proposal for Constructing sidewalIr discussed on 15t'- St. Bet,.,ee_n Tustin arid Irvine This biO, includes removir.� soft, small bushes,] small trees and for sidei,,plk as Cit­ directs. Sidc"70.1h incl. Sredin 1.0^ P. S app--ox. 2700 5'-'. 7t. _ esrecfully Stbmitte,3 4aM of 11,3\ 3', -119 June 17, §q4 TO: blic Works FROM: u n Department SUBJECT: MISCELLANEOUS CONCRETE RECONSTRUCTION CLIFF HAVEN AREA 1973-74 (CONTRACT NO. 1625) Attached are the subject contract documents and insurance certificates. Please check as to form and content and return to this department for further processing. ohn S Wolter roj eci Engineer JSW:h Att. r 0 0 DON R HESS M n- GENERAL ENGINEERING CONTRACTORS P.O. BOX 8007 LONG p[ACM. CA. 90808 June 15v 1974 To City of Newport Dsash awgiaeering Dept Mr. John Wolters Letter confiraing Prins on aWasal width of catch basin on Contract # 0-1625 Cliff Haven Area. Increasing Catch Basin fro® 31 to 7* vide as agreed additional 225.00 Respectfully Submitted WINDLER, LAUCCI & D10 INSURANCE 154S WILSHIRE BOULEVARD • LOSANGELE5, CALIFORNIA 90017T El E PHONE -(213)484-0220 CABLE: June 13, 197+ The City of Newport Beach City Hall 3300 Newport Blvd. Newport Beach, California 92660 Att: Re: Don R. Hess Company Gentlemen: John S. Wolter Public -Works Dept. 41�Rt C We are pleased to enclose certificate evidencing the following coverages: of Insurance Tvoe of fnwranee company Number Workmen's Compensation X Comprehensive Liability Yosemite Ins. Co., Broad Form Property Damage Automobile Physical Damage Fire Insurance The above certificate following: Contract No. 1625 YXL has been issued in connection with the If you have any questions regarding these enclosures, please feel free to contact us. V truly yours, Evelina Fata encl. cc: Don R. Hess MEMBER: CUM INSURISTS GROUP • SAN FRANCISCO • PASADENA • PHOENIX • CHICAGO OAg" i �MPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT N0, 1625 Project Description: Miscellaneous Concrete Reconstruction Area ly(j -'(4 Aetna Casualty and Surety Company and This is to certify that the Yosemite Insurance Company ,;game of Insurance Company has issued to Don R. Hess Company, Don R. Hess DBA: - - -- -(time o Insure 2303 E. Artesia Blvd./ P.O. Box 8007 (A . Tess o- Ins the policy of liability insurance certified herein. Long Beach, California CITY CONTRACT ENDORSEMENT This endorsement is attached to the policy described herein to assure compliance by the named insured with the terms and provisions of the contract or other agreement(s) entered into between the insured as contractor and the City of Newport Beach. The Company amends the policy described herein as follows: 1. It is hereby understood and agreed that the polio+ to which this certificate refers may not be cancelled or materially changed until thirty days after receipt of registered written notice of cancellation or change by the City of Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, Ca. 92660. 2. The City of Newport Beach, its officers and employees are hereby declared to be additional insureds in the policy described insofar as they may be held liable for injuries, death or damage to property excluding the sole negligence of the City, its officers and employees. It is further agreed that any other insurance carried by the City, its officers and employees shall not be contrib- uting or primary with the insurance provided by this policy. *In a manner which adversely affects the interest of the City of Newport Coverage Policy No. Polity erm LiMits'elf'Liabi I it ac ccurance ggregate (Minimum: (Minimum: $500,000) 500,000 Protectivi $1,000,000 Products 500,000 Contractui COMPREHENSIVE LIAB. 33AL17987 pna m• 8/1/73 30MOO.Bodi1 I.n�Q Protectiv( Combined Single To: 8/1/74 $ 100 000, jQQ�1�Q_ P roducts Limit Bodily Injury Each occ ence 3OO/lC)0 Contractue or Property Damage From: 8/l/73 Up to $1,,000,,0)0 Each Occurrent Excess Liability YXL102031jTo: 8/1/74 and in the Agg7egate in excess CL'1!!lfil'y 1'_LM_L .5 This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. MaX1XtKi1+3C3(jy>�)IX�) . Name of Agency or Broker: Kindler, Laucci & Day Address of Agency or Broker: 1545 Wilshire Blvd., Countersigned by: ve Effective date of this endorsement: June 11, 1974 , Endorsement No. 7 il) 11 of Me JUN 10 1974 RESOLUTION NO. 8273 By the CITY COUNCIL CITY aF WGMT UACki A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT FOR MISCELLANEOUS CONCRETE RECONSTRUCTION, CLIFF HAVEN AREA, CONTRACT NO. 1625 WHEREAS, pursuant to the notice inviting bids for work in connection with miscellaneous concrete reconstruction in the Cliff Haven area, in accordance with the plans and specifications heretofore adopted, bids were received on the 28th day of May, 1974, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is Don R. Hess Company; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport.Beach that the bid of Don R. Hess Company for the work in the amount of $32,410.40 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 10th day of June , 1974. Mayor ATTEST: City Clerk DDO/bc 6/4/74 • C �_ / (zs CITY OF NEWPORT BEACH CALIFORNIA June 119 1974 City Hall 3300 W. Newport Blvd. Area Code 714 673 -2110 Don R. toss Co. P. 0. Box 6007 Log back. CA 90608 SUBJECT: Nloaollaoo Concrete Reconstruction Cliff Haven Ara 1973 -74 Contract No. 1625 Gentlemen: The City Council awarded the subject contract to you on Jae 10. 1974 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 the 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 REQUIREMENTS MUST BE STRICTLY FOLLOWED: 1. The attached copies of the City's Certificate of Insurance are to be completed by your insurance company. Please note that this form is the only form acceptable to the City. 2. A signed certification by an authorized representative of the company carrying your Workmen's Compensation insurance must include the following statement: "I am aware of and will comply with Section 3700 of the Labor Code, requiring every employer to be insured against liability for Work- men's Compensation or to undertake self - insurance before commencing any of the work." 3. For any required bonds, the company issuing Bid Bonds, Labor and Mater- ial Bonds, and Faithful Performance Bonds must be an insurance company or surety company licensed by the State of California. The companies must also have a current General Policy Holders Rating of A or better; and a Financial Rating of at least AAA as per the latest edition of Best's Key Rating Guide (Property - Liability). 0 Page Two The specifications require that all of the above documents be executed and returned to the Public Works Department, City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California 92660, within ten (10) days (not in- cluding Saturday, Sunday, and federal holidays) after they have been mailed to you. Very truly yours, tar "Set Eeg1M JSM :hh Enclosure cc: Insurance Company • Kindler. Laaaoi K Dar fkW Aetna Cuaalty and Surely Company 1845 Wish /re Bird. and Y000aite iesWw" Company Los Angelus CA 9M I June 10, 1974 TO: CITY MANAGER FROM: Public Works Department SUBJECT: SIDEWALK CONSTRUCTION (15TH STREET, IRVINE AVENUE, ,,, TO TUSTIN AVENUE) In response to public concern over the lack of sidewalks in the vicinity of the Newport High School, the Public Works Depart- ment proposes to construct sidewalk on the north side of 15th Street between Irvine Avenue and Tustin Avenue. The proposed work could be constructed by the Don R. Hess Company, concrete contractor that is currently working for the City in the Newport Heights area. The estimated cost of construction is $3,000. Funds are available in the miscellaneous sidewalk construction fund, Budget No. 02- 3997 -028. Joseph T. Devlin Public Works Director JW:jd Att. June 10, 1974 CITY COUNCIL AGENDA ITEM NO. H -2 (e) TO: CITY COUNCIL AP PR` y > u i Vi Y Nv, FROM:" Public Works Department DATE UN 1 0 1974 x`•45 UBJECT: MISCELLANEOUS CONCREjTE RECONSTRUCTION CLIFF HAVEN AREA 4..,� 1973 -74 (C -1625) f' Adopt a resolution awarding Contract No. 1625 to Don R. Hess Co. for $32,410.40 and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: Three bids were received and opened in the office of the City Clerk at 10:30 A.M. on May 28, 1974. Bidder Amount Don R. Hess Co.; Long Beach $32,410.40 G. C. Burney Co.; Santa Ana 35,255.00 Markel Cement Contracting Co., Inc; 37,666.00 Costa Mesa The low bid. is 7.4% less than the engineer's estimate of $35,000. Funds have been provided for this work in the annual Street and Alley Program, budget number 02- 3373 -014. This project provides for the reconstruction of cross gutters, span- drels, curb and gutter, and other miscellaneous deteriorated concrete street improvements in the Cliff Haven area. Also included is the construction of two drainage inlets and connection pipes on Kings Road. This work is part of the continuing street maintenance program and is being done in conjunction with resurfacing work scheduled for late summer or early fall, 1974. The low bidder has performed similar work satisfactorily for the City in the past. The estimated date of completion is August 9, 1974. The plans and specifications were prepared by the Public Works Department. Joseph T. Devlin Public Works Director JW:jd May 13, 1974 CITY COUNCIL AGENDA ITEM NO. H -12 TO: CITY COUNCIL f`li C ,,_ �- �•; o o sYi'viYui� FROM: Public Works Department DATE MAY 13 1974 SUBJECT: MISCELLANEOUS CONCRETE RECONSTRUCTION CLIFF HAVEN AREA 1973 -74 C -1625 RECOMMENDATIONS: 1. Approve the Plans and Specifications. 2. Authorize the City Clerk to advertise for bids for Contract 1625 to be opened on May 28, 1974 at 10:30 A.M. DISCUSSION: This project provides for the reconstruction of cross gutters, spandrels, curb and gutter, and other miscellaneous deteriorated concrete street improvements in the Cliff Haven area. This work is part of the continuing street maintenance program and is being done in conjunction with resurfacing work scheduled for late summer or early fall, 1974. The plans were prepared by the City. The estimated date of completion is August 9, 1974. The estimated cost of the work is $35,000. Funds have been provided for this work in the annual street and alley program, budget number 02- 3373 -014. 1 eph Devlin lic rks Director Pi11 • 3/00• 0 roo' ? ip i I+iI !9 41' I Z I�I A IL �z cars � L A Y �I�Iha ti �oiN FE C� 3/O/• I-) w 28' g+' q 4.0r -Ta,V% A.;� /51 r N tw Q I Z I I my � Q Q U PLAN STREET i ti9"G. /.P. iHIT1F.@ ,eEF: NEW,op,¢TFlE /G.vT T?gLT M4P P �32 oF3.5 CITY OF NEWPORT BEACH DRAWN qL• DATE 7 -s -7 PUBLIC WORKS DEPARTMENT APPROVED M 15CE1-1-A1VE0U5 CONCRETE ggs•T. PUBLIC WORKS DIRECTOR /NTERSECT /O/V AT R.E. NO .IZSOr- CL AYST?EET 4V 4A7A4 /NA OR, DRAWING NO. Q1 ,eEF: NEW,op,¢TFlE /G.vT T?gLT M4P P �32 oF3.5 CITY OF NEWPORT BEACH DRAWN qL• DATE 7 -s -7 PUBLIC WORKS DEPARTMENT APPROVED M 15CE1-1-A1VE0U5 CONCRETE ggs•T. PUBLIC WORKS DIRECTOR /NTERSECT /O/V AT R.E. NO .IZSOr- CL AYST?EET 4V 4A7A4 /NA OR, DRAWING NO. CITY OF NEWPORT BEACH PUBLIC WORKS PROJECT CHANGE ORDER CHANGE ORDER NO. 1 DATE June 28, 1974 CONTRACT NO. 162ti PURCHASE ORDER NO. BUDGET NO. 02-3373 -074 (1973 -74) CONTRACTOR'S NAME Don R. Hess Company PROJECT NAME AND NO. Miscellaneous Concrete Reconstruction 1973 -74 ACTION At the intersection of Catalina Avenue and Clay Street replace the cross gutters and spandrels as shown on sketch R- 5246 -L. The approximate quantities are: 2. 8" P.C.C. Cross gutter = 480 SF @ $3.97 = $1905.60 3. 8" P.C.C. Spandrel = 270 SF @ 4.17 = 1115.90 Payment will be made based ,on quantities as constructed. APPROVAL: 6— eld #3,021.50 cc: Purchasing Y Q g N D m O 1i l C� V Z N Ld {a� w Z ~ O Z F— U tat U. O F W W S co lwIlluddlRll�lp�Nll�ll� �IIIIIiAINIINIUIINIIIIIIA IQIIIYd�tl�IdI�I��IIAI�II �I� RN�II�I��IN�II�I� 191N�1�1111�11�1�� ��ex�e�xene�e�x�xexex� U. O F W W S co .Ah"AL NOTICE LEGAL — W'CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, .City Hall, Newport Beach, California, until 10:30 a.m. on the 28th day of May, 1974,, at which time they will be opened and read, for performing work as follows: MISCELLANEOUS CONCRETE RECONSTRUCTION CLIFF HAVEN AREA 1973 -74 CONTRACT N0, 1625 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 con- taining 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 Presi- dent and Secretary or Assistant Secretary are required and the Corporate Seal shall be affixed to all documents requir- ing 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. One set of 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. 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 (1973 Edition) 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 Stand- ard Drawings. Copies of these are available at the Public Works Department at a cost of $5.00 per set. A standard "Certificate of Insurance for Contract Work for City" form has been adopted by the City. This form is the only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds, and Faithful Performance Bonds must be an insurance company or surety company licensed by the State of California. The companies must also have a current General Policy Holders Rating of A or better; and a Financial Rating of at least AAA as per the latest edition of Best's Key Rating Guide (Property - Liabilityl 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 to the locality In which the work is to be performed for each craft, classifi- cation, or type of workman or mechanic needed to execute the contract and has set forth these items in Resolution No. 8090 adopted September 10, 1973. 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). The city reserves the right to reject any or all bids and to waive any informality in such bids. LAURA LAGIOS, CITY CLERK CITY OF NEWPORT BEACH, CALIFORNIA Publish: May 16, 1974, in the Newport Harbor Ensign. . r Detach here- - --- - - - - -- -- -- - - -- FIRST NOTICE REPLY FORM C -1625 We the undersigned, . t 1. Have prior rights and will submit proof to your office w hi ys. ),e 2. Do not have installations within the improvement are �`� '� 0 3. Have installations that will definitely.not reguira�� u ill mark them on request. 4. Have facilities that will definitely be affected` Q���1 fi t4' �pG�^ _ (a) The following work is contemplated: d0� (b) days required for construe n (c) Construction can start on �J- c� 5. Our work will require coordination with the contract to fully). rTJ. °.N ONE COPY TO: City of Newport Beach - Public Works 3300 W. Newport Boulevard Newport Beach, California 92660 Attn. John Wolter (7141,673-9110, ,.xx, P.civ�-Lc' zLC.c.= Ps✓oaft -; CCU _ 673- c�c�y3 Company Phone No. 6 NOTICE OF PROPOSED IMPROVEMENTS To: Southern Calif. Edison Co. 8120 SWIM HIMM59M INS". CA 9201 Gentlemen: a SECOMC ,t„T Date: June 4. 1974 The Public Works Department is scheduling the following improvements: Project Title: Miscellaneous Concrete Reconstruction 1973 -74 Contract No. 1625 Plan No. R- 5227 -S Tentative Bid Dates May 289 1974 Work to be Performed: Cross gutter and CY1b repair and saw stem drain work. SRO low „ MM I is Sam ..................... .... ..... .. . .. ........ ......... .. .. ... ...... ... .. . Please fill out the attached form and return one copy to this office by June 19, 1p74 Your replies will be transmitted to prospective bidders and used in coordinating this project. Please be sure that the information is complete. Very truly yours, Wolter Project Engineer Detach here FIRST NOTICE REPLY FORM We the undersigned, C -1625 1. Have prior rights and will submit proof to your office within 30 days. 2. Do not have installations within the improvement area. 3. Have installations that will definitely not require relocation but will mark them on request. 4. Have facilities that will definitely be affected. (a) The following work is contemplated: (b) EStimated wor ing days required for construction: (c) Construction can start on 5. Our work will require coordina ion with the contractor (explain fully). RETURN ONE COPY TO: City of Newport Beach - Public Works Company Phone o. 3300 W. Newport Boulevard Newport Beach, Calif. 92660 Attn. Signature Date _.:___714) 673 2lQ1.:Ext,_71 46 NOTICE OF PROPOSED IMPROVEMENTS To: Telepeompter T.Y. Y. newport DIM, Gentlemen: ..r��TIrr & SECMD N Tnc Date: Jwe 4, 1974 The Public Works Department is scheduling the following improvements: Project Title: Miscellaneous Concrete Necoutruction 1974 -74 Contract No. 1625 Plan No. R- 5227 -S Tentative Bid Dates Nay 28. 1974 Work to be Performed: Cross Sutter and curb repair and Please fill out the attached form and return one copy to this office by Junelg,, 1974 Your replies will be transmitted to prospective bidders and used in coordinating this project. Please be sure that the information is complete. Vetruly yours, John Wolter Project Engineer -- - - - - - - - - - - - - - - Detach here FIRST NOTICE REPLY FORM We the undersigned, 1. Have prior rights and will submit proof to your office within 30 days. 2. Do not have installations within the improvement area. 3. Have installations that will definitely not require relocation but will mark them on request. 4. Have facilities that will definitely be affected. (a) The following work is contemplated: (b) Estimated working days required for construction: (c) Construction can start on 5. Our work will require coordination with the contractor (explain fully). RETURN ONE COPY TO: City of Newport Beach - Public Works 3300 W. Newport Boulevard Newport Beach, Calif. 92660 Attn. 1 (714) Company Phone No. Signature Date C -1625 9 NOTICE OF PROPOSED IMPROVEMENTS To: M1110 191SPOM 3411 Via LIGO aw"n Sachs CR gum Gentlemen: (�zS r.. — .; ^TIC: &DM6aMD MICE 'Jun 40 1914 The Public Works Department is scheduling the following improvements: Project Title: Contract No. _ Plan No. Tentative Bid Dates 99, 1974 . 1625 Work to be Performed- Please fill out the attached form and return one copy to this office by Mae 109 1974' Your replies will be transmitted to prospective bidders and used in coordinating this project. Please be sure that the information is complete. Very truly yours, ?MtMEM11neer Detach here IRST NOTICE REPLY FORM C -1525 We the undersigned, 1. Have prior rights and will submit proof to your office within 30 days. 2. Do not have installations within the improvement area. 3. Have installations that will definitely not require relocation but will mark them on request. 4. Have facilities that will definitely be affected. (a) The following work is contemplated: (b) Estimated working days require or construction = (c) Construction can start on 5. Our work will require coordination with the contractor exp a n u y . RETURN ONE COPY TO: City of Newport Beach - Public Works Company Phone No. 3300 W. Newport Boulevard Newport Beach, Calif. 92660 �Attn. Signature Date - 714 673- 211Qr,.Ext J r� NOTICE OF PROPOSED IMPROVEMENTS To: So. California Gas Company — F.U.. x J An&MIMs Gentlemen: 0 F ?, ^�T r:l?Tlrr A Second Notim, Date: June 4, 1974 The Public Works Department is scheduling the following improvements: Project Title: Miscellaneous Concrete Reconstruction 1973 -74 Contract No. 1625 Plan No. R- 6227 -S Tentative Bid Dates May 28, 1974 Work to be Performed: Cross gutter and barb Please fill out the attached form and return one copy to this office by June 19. 1974 Your replies will be transmitted to prospective bidders and used in coordinating this project. Please be sure that the information is complete. V 'truly yours, -V John Bolter Project Engineer -- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Detach here FIRST NOTICE REPLY FORM We the undersigned, 1. Have prior rights and will submit proof to your office within 30 days. 2. Do not have installations within the improvement area. 3. Have installations that will definitely not require relocation but will mark them on request. 4. Have facilities that will definitely be affected. (a) The following work is contemplated: .... ............................. . (b) Estimated working days required for construction (c) Construction can start on 5. Our work will require coordination with the contractor (explain fully). RETURN ONE COPY TO: City of Newport Beach - Public Works 3300 W. Newport Boulevard Newport Beach, Calif. 92660 Attn. (714) 67- 27- 1.D,::Ext. -:2?1 C -1625 Company Phone No. Signature Date �1 . .._: CITY ONEWPORT BEACH - PUBLIC WORKS DEPARTMENT ESTIMATING FORM PROJECT TITLE 2cG srRVCr /s+? 1!����,� Estimator's Name Date Preliminary .0. Final cS N0. ITEM QUANTITY UNIT PRICE AMOUNT �en►9r ✓v (�/bTirJ {�1+r1rI'vC1 o PE ` ?` SSo49 Z �e»>7ov.G /L�a'Kt•��� C'o. /�srruCT B��T� /G I� l'L' • 3 �ai�j 1�4 �t L o+ a I t, ec - Glf ,ll. 0 e !I 0. n vt4 r A. C P .Q I aeL 1414 -40,00°_' 6000 Uibva`}ea �1�� SYr//. 1LOr� J1''L L' 7Do O Ads tt i G C _3400 d7-1-02a' aZt sw- L'oe.n5 .4�43D : (�3,L .If `iA ! m i; 1'y 0061 - 9,o tom, -zA,.& r,c;: 5 ' '_ , a saco 04' x �. /Af*c [s 000wx .onli] 9195.0,7X 3i = 3.3 Soo AJ 9 9a sS X -3 6 (ale 5 � /NAC �37o5oX.00G� /&SO 85 X 36 = Go�foo /ail C-;' / ~AC (6o Bao x co (0) /T r4 17-, (C %o% SY f0 S >.7.+sos W) 8LL $ X 36 7 110A & /' "/JC (z 9600,+ , Coto) Bj t 5 th sr, ¢vrvt to a�wj ) /psS �f�'GL - G73oo /V togI"/!C (673c0X •ooG) t /A"3;;;i 65 sL,n TYsi ZZL 3 6S 78 'Ts+, . T.+r Z7097:: •.tij qj fJAP - PC, -j S C T /t) C,;P 41 A/' (1ZV1WX 70- f�` Lo qvo 0 - 1"AC -P-"-S (zo . Op . x - 0 - - ---- ----- - 7 2 S 7 Z. 72"S - ------- — ----- - iti e ardi fir­,,.nct ZGOOO --- ------- ------- ■■ lullOmni ni DI II n Sul an lk- -1 Illlliilll ZOO a� ■■ lullOmni ni DI II n Sul an I: !®E a ®■ 11111 id Illlliilll ZOO a� on I: !®E a ®■ 11111 id ZOO a� on p .. a aw - - f. a J N m n o s y Z At r � r e C Ni C2... C -1625 See Contract File for Cliff Haven Area Map i r j V �z r 2 'n — r i BALBO� IjOY r'LJ8 i I tti P� I� I - i i 1 l pQC4i1 '3l 1 �t '�t.i� lB.1 tCIQC 1�1' 1 .. BA- Y SHOR -i S It �CH.4, ni ti .` 156- -k ar RZ-l=E. y. \\ 9V j y +�'• LIDO ;C'` \ G /ENOd n _. .... 4........ q Ow 7. Irl ��� r-�tl �� tau ✓. C> `- yypO�T,,. AGE s �A i� x o. y. \\ 9V j y +�'• LIDO ;C'` \ G /ENOd n _. .... 4........ q Ow 7. Irl ��� r-�tl �� tau ✓. C> `- yypO�T,,. AGE s �A i� lt7vo 17*1 0 e,, i -� — a,uw CITY OF NEWPO PUBLIC WORKS DE 3EACH DRAWN DATE RENT APPROVED PUBLIC WORKS DIRECTOR R.E. N0, DRAWING NO. r4 loo� -fG x I V jr 00 `, ��' °a LIP Or V A 6 T*#M 0 90% 7,' CITY OF NEWPORT BEACH mA'#' . w - DATE PUBLIC WORKS DEPARTMENT APPROVED PUBLIC WORKS DIREC7MR R.E. NO. f DRAWING NO. TAM v' A r G� %iS3uME �G lO.Op f o� ►� 4 11 p 'v b F � 1 Ile Al in JJJ 4. , CITY OF NEWPORT BEACH DRAWN DATE PUBLIC WORKS DEPARTMENT APPROVED i PUBLIC WORKS DIRECTOR R E. NO. DRAWING N0. tv 00 00,000�� gag' y3 e 1. 1 Ow 40% 0. lig : hZ b z� L 0 71 0. 07 % 1 60 1 14-, o/ , 0 Pl- 0 z 4-0 CITY OF NEWPORT BEACH DRAWN DATE PUBLIC WORKS DEPARTMENT APPROVED PUBLIC WCRXS DIRECTOR lo, R.E. No. OiplWIN6 NR ;- FA 0 R �y t 2 - FV �' IA Ifl �P' eI 00 ✓' I.. 3a �s Z00,00, 0 1$2 $ �A.N4 u av SGy S.oE er �%^i65 Gip CITY OF NEWPORT BEACH DRAWN DATE _ PUBLIC WORKS DEPARTMENT APPROVED PUBLIC *DRx 30' 30' .r ,I 230x• � +e�ys � Fj —.± � ��R!:�y ��• • 2220• i 191 cr IPA; a LL 0 l0 >g 1 1 4y� PI t. 9 iob '��,�g/s�'� 9_ .�'� 9pj�F 1 fit' � 5flK- � N N C LI F F DRIVE 454/7-TE.2 222/• 1 .0200- �? f' �i � %� "� ,. �- -;,. 2 _ I_ (. � _ ... 1 {' //. �... i1 :/ ; ` '� �. ;,� � �f ;1 �,. �_. J is i l gL�yc I. I I i r � 71 x 5z yy Z. vrrr- 8y t N �.441, V i 11 i � � E� 8i• 93 CITY OF NEWPORT BEACH DRAW" DATE PUBLIC WORKS DEPARTMENT APPROVED F� PUBLIC Wofws DIRECTOR �j R-E. ND. xkli • IL r. it i. 'I . I 7-6n4,' VA i.Hyor '57i 57- Amoop,69.15 ^10AA Ec /o, o p I X < :30 I � , I %\ 7or -.446 CITY OF NEWPORT BEACH DRAWN- DATE PUBLIC WORKS DEPARTMENT APPROVED PUBLIC WORKS DIRECTOR R.E. NO. DRAWING NO. i TG go F� loo L 1 Nere ; v �.s i a 'e h TRM.- Tb,� F 6y 0 rc: Hex /v% r CITY OF NEWPORT BEACH DRAWN DATE PUBLIC WORKS DEPARTMENT APPROVED PU8UC WORKS DIRECTOR RE. NO. .DRAWING NO:. ;1 4 T13rY1: Ton f. Nypr.- w �Y ti6,Y N47- /S� /,ST. 94 /6 -_. 1 .. � tS �q o_ �Al 1.ahlG may. . CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 5 DO 70 fs aL YI V 80 G - Zs DRAWN DATE APPROVED PUBLIC WCPXS DIRECTOR DRAWIN* NO. 1 l TG FL 5• ., , A" J. 4. o b o- 9d t TBM- To f%%y0> i7 AA, -r oh slim s EL /O.00 CITY O1= NEWPORT BEACH °R"'"" DATE PUBLIC WORKS DEPARTMENT APPROVED PUBLIC WORKS DIRECTOR R.E. N0. �� DRAWtNB NO. n/�r�FS/yO7, $ c. GDe GG /FF Ti /L'i v6s /�ap,J �SSuis -iE �L /O, p� CITY OF NEWPORT REACH PUBLIC WORKS DEPARTMENT 0 zz5 DRAWN DATE APPROVED PUBLIC WORKS DIRECTOR NO, DRAWING,,HP. � • � t • • _ . - .� i j ,��, JJ /LA�NR�� P2GF.I(_EIiJ `� r �� �����'�� ��: i, \ io y 1 �•1, � Q` IIII14 19 �( i I � 'q.L'' � � l89.rt9i j f� SCHOOL U� 1. 71 'I Oia opv.400 -� IA 4 r P Wk. t4 M 4, •• ,.zoo. M 7 1 - pa SA(A M Jw. pa SA(A M �� ... �w I 9� a,7 : � �q/ i� �� � t3 to r9 Ip� 3 n%'�e lo•' /' � 80/13 I i ^3 I , ql- I I a> A• � ,. + F a• c 4 � 9 y dJ0'hIT _ � q• � U � . + �a 11 t �• ✓ G � I i 1 � eq1 �•o ,{JIQ � q•0 � Ri N + 9 q� �o o� RG _ /Vo Tb7-1 6 TDT-4A, K pAis, C ZS"O Mee • 4 3" cl,4 6 ,5-qrTi / -loo 70. X- C71117-7�IZ6 X-Ckmpe Vo I //0 2 IW7 C-to/v TLp /Vo /Vo 17 /Z,- V-0 p 1'V6F 2' 2-" �6? /Vo, Ivo. /0 /Vo Tb7-1 6 TDT-4A, K pAis, C ZS"O Mee • 4 3" cl,4 6 ,5-qrTi +03LBLID 3TA(3 OM T33H8 --------- - --------------------- -------- ------- ------- -1 ---- -- -------------------- �ye OmSOL --------- ----------------------------------------------- ------------ 3TAG._.,____._Y9 G)4H3 --------------------- ------- ----------- ----------------------------------------------- ------------------ ---------------------------------------------- g� w ( ZA/ F-I � _ t kn it A L I F J JE3.4i 7i Ak; CIA 400MO i Axe- 4 /0 Gmp R So /71 )3o to kAI�A+- CrIOPKI 7br C04 TO it L 0-7 c r n� sej3 - -5 5,l J6 4'X-6�rr T A CW7 57- 5 9e5 5. JoiN7- 4vL70 TINT ze 4-451 z,;; 5. 215 10 3 ;J/ 3186 / lsG , SA71� .3440- G73 3155 6.79 6 -37 Geyet 31zs `. -,o I 6.10 D M,,j x 9� Z,1761 4.174 czWf x Z,1-4 /1 •99 II sv,z - /flu /OE wo eve" 6 6� 4"o TO Z4/3 le7l 1 2 S.- - 97 11,54 7 1 756 7./7 ®1,9917'47 7 -P Cz, I 0,:�- 0,�96 ?F7 7.�Rl 7 a o,1711 , I I I I 0"60i F 5� , O.f zS i 7 = Ec2 67- T A CW7 57-