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-