HomeMy WebLinkAboutC-3004(M) - Groundwater 36-inch water transmission main, #4, Phase ICITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768
January 26, 1996
(714) 644 -3005
Steve Casada Construction Co.
1426 So. Allec Street
Anaheim, CA 92805
Subject: Surety: The Explorer
Bond No.: 1372708
Contract No.: C- 3004 -M
Project: Groundwater
Insurance Company
Development Project
The City Council of Newport Beach on December 11, 1995,
accepted the work for the subject project and authorized the
City Clerk to file a Notice of Completion and release the
bonds 35 days after the Notice of Completion has been
recorded in accordance with applicable portions of the Civil
Code.
The Notice was recorded by the Orange County Recorder on
December 28, 1995, Reference No. 19950579681.
Sincerely,
1�4 tj9nllt /V, /Vla r N
LaVonne M. Harkless, CMC /AAE
City Clerk
LMH:lm
cc: Public Works Department
3300 Newport Boulevard, Newport Beach
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk/-6� % '-2�
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
F1
__ yin n3
3I
Recorded in the county of orange, California
Gary L. Granville, Clerk /Recorder
1111111111111 No fee
19950579681 09:01am 12/28/95
005 136409 02 19 MB1
N12 1 7.00 0.00 0.00 0.00 0.00 0.00
`Exempt from recording fees pursuant
to Government Code Section 6103"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the Cii:y of Newpor" Beacli, 3300 Newport
Boulevard, Newport Beach, California, 92663, as owner, and
Steve Casada Construction Co., 1426 So. Allec St., Anaheim, CA 92805 as
Contractor, entered into a Contract on July 11, 1995
Said Contract set forth certain improvements, as follows:
Groundwater Development Project - 36 -Inch Water Transmission Main - Reach
No. 4 - Phase I (C- 3004 -M) - located in the City of Newport Beach, County of
Work on said Contract was completed on October 24, 1995
and was found to be acceptable on December 11, 1995
by the City Council. Title to said property is vested in the Owner,
and the Surety for said Contract is The Explorer Insurance Company,
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and
correct to the best of my knowledge.
Executed on
Beach, California.
O
BY
City Clerk �• '
at Newport
i,
it
•
December 11, 1995
CITY COUNCIL AGENDA
ITEM NO. 15
TO: MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: PUBLIC WORKS DEPARTMENT
SUBJECT: NOTICE OF COMPLETION
GROUNDWATER DEVELOPMENT PROJECT, 36 -INCH
WATER TRANSMISSION MAIN REACH NO. 4 - PHASE I
CONTRACT NO. C- 3004 -M.
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days
after the Notice of Completion has been recorded in
accordance with applicable portions of the Civil Code.
DISCUSSION:
The contract for the construction of the Groundwater Development
Project 36 -Inch Water Transmission Main Reach No. 4 - Phase I, which
consisted of 16 -inch water main installation work within 15th Street,
between Irvine Avenue and Signal Road (around Newport Harbor High
School). The Phase II work will include the 36 -inch transmission main
between the Utilities Yard and Dover Drive, see attached project vicinity
map. The work has been completed by Steve Casada Construction
Company to the satisfaction of the Public Works Department.
The bid price was $ 214,395.00
Amount of change orders $ 25,160.48
Total contract cost $ 239,555.48
There were three (3) change orders for this project, two of them were
initiated by City staff. The change orders centered around connecting to
existing water mains and services. Also, additional paving repairs were
necessary due to the poor condition of the pavement sub -base.
Funds for the project were budgeted in the following account:
Description Account Number Amount
16th Street Transmission Main 7504- C5500096 $239,555.48
a 0
Groundwater Development Project -Page 2
Reach No. 4, Phase I, Water Transmission Pipeline
Notice of Completion C- 3004 -M
December 11, 1995
The scheduled completion date was October 18, 1995. However, because •
of the above mentioned change orders and the delays associated with
minimizing impacts to the Newport Harbor High School, the- contractor
completed the project on October 24, 1995.
Staff recommends acceptance of the work.
Respectfully submitted,
G)w
PUBLIC WORKS DEPARTMENT
Don Webb, Director
By: 1�
chael J. Sinacori, P.E.
(Acting) Utilities Manager
MJS:tam
Attachments: Project Vicinity Map
is
•
o
• � o �r
W
(r
LLJ
Q 4
Q W 3
QD C
ui
J
VI1N3JV7d
x �
&(7
m g W
W Q
'1bJ
Q
M i
•� I
Qj cr
WNOIS
\ Y X O
wa
\I
Ln
_004
i
i
I
O
t
=f
_
m V//106'NOW
Q
o�
N
6
\F
tICONOE,0
i =
._.� WO m >
W
�
i•
a
F-
U
W
O'
w
CL
c
Zg
W
C
a p
O .N
J
W E
w c
c�
L
W
Q M �
3 0
Z c
= c U
'� N
� ip d
TO:
FROM:
DATE:
CITY OF NEWPORT BEACH
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
PURCHASING /ADMINISTRATIVE SERVICES DEPARTMENT
CITY CLERK
August 4, 1995
SUBJECT: Contract No. C- 3004(M)
/�w A4
Description of Contract Groundwater Development Project
36 -Inch Water Transmission Main - Reach No. 4 - Phase I
Effective date of Contract July 11, 1995
Authorized by Minute Action, approved on July 10, 1995
Contract with Steve Casada Construction Co.
Address 1426 So. Allec St.
Anaheim, CA 92805
Amount of Contract $214,395.00
Wanda E. Raggio
City Clerk
WER:pm
Attachment
3300 Newport Boulevard, Newport Beach
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, Post Office Box 1768, Newport Beach, California 92658 -8915
until 2:00 o'clock v.m. on 28th day of June, 1995,
at which time such bids shall be opened and read for;
GROUNDWATER DEVELOPMENT PROJECT
36-INCH WATER TRANSMISSION MAIN - REACH NO. 4 - PHASE I
V
Title of Project
C- 3004 -M
Contract No.
$272,500
Engineer's Estimate
���`
\�IFOFi%
Approved by the City Council
this 12th day of June, 1995
,f wlx�6 L t—rexr o
Wanda E. Raggilg
City Clerk
Prospective bidders may obtain aset of contract documents for $25.00 at
the office of the Public Works Department, 3300 Newport Boulevard,
Post Office Box 1768, Newport Beach, California 92658 -8915
For further information, call
Michael Sinacori at 644 -3011.
Project Manager
CITY CLERK
CITY OF NEWPORT BEACH
UTILITIES DEPARTMENT
GROUNDWATER DEVELOPMENT PROJECT
36 -INCH WATER TRANSMISSION MAIN
REACH NO.4 - PHASE I
CONTRACT NO. C- 3004 -M
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard, P.O. Box 1768
Newport Beach, California 92658 -8915
Gentlemen:
The undersigned declares that he has carefully examined the location of the work, has
read the Instructions to the Bidders, has examined the Plans and Special Provisions, and
hereby proposes to furnish all materials and shall perform all work required to complete
Contract No. C- 3004 -M in accord with the Plans and Special Provisions, and will take in
full payment therefore the following unit prices for the work, complete in place, to wit:
NOTE: All applicable sales taxes, State and /or Federal, and any other special taxes,
patent rights or royalties shall be included in the prices quoted in this proposal.
SCHEDULE OF WORK ITEMS
ITEM APPROXIMATE UNIT TOTAL
NO. QUANTITY DESCRIPTION PRICE AMOUNT
1. Lump Sum Mobilization, demobilization and
clean-up for the lump sum price of
Ten Thousand Dollars
and
Cents L.S. $10,000.00
Lump Sum
2. 85 L.F. Furnish and install 12 -inch DR 14
C -900 PVC water main complete and
in place including potholing of all
existing utilities for the unit price of
One Hundred Seventy -Five Dollars
and
No Cents
Per Lineal Foot
P -1a
$175.00 $14.875.00
�]
SCHEDULE OF WORK ITEMS
ITEM
APPROXIMATE
UNIT
TOTAL
NO.
QUANTITY DESCRIPTION
PRICE
AMOUNT
3. 8 EA. Furnish and install 12 -inch butterfly
valve with box and cover complete
and in place for the unit price of
One Thousand Five Hundred Dollars
and
No Cents $1,500.00 $12.000.00
Per Each
4. Lump Sum
Furnish and install 8 -inch DR -14
C -900 PVC pressure reducing station
water mains including valves and
fittings complete and in place for
the lump sum price of
Thirty Thousand
Dollars
and
No
Cents L.S.
Lump Sum
5. Lump Sum
Furnish and install 6 -inch and
8 -inch DR -14 C -900 PVC water
main connections complete and
in place for the lump sum price of
Fifteen Thousand
Dollars
and
No
Cents L.S.
Lump Sum
$30,000.00
$15,000.00
6. 1 EA. Furnish and install 2 -inch air and
vacuum valve assembly complete
and in place for the unit price of
Three Thousand Five Hundred Dollars
and
No Cents $ 3.500.00 $ 3,500.00
Per Each
P -lb
SCHEDULE OF WORK ITEMS
ITEM
APPROXIMATE
UNIT
TOTAL
NO.
QUANTITY DESCRIPTION
PRICE
AMOUNT
7. 1,376 L.F. Furnish and install 16 -inch DR 18
C -905 PVC water main complete and
in place including potholing of all
existing utilities for the unit price of
Seventy Dollars
and
No Cents $ 70.00 $ 96.320.00
Per Lineal Foot
8. Lump Sum Furnish and install 8 -inch fire service
connection from 16 -inch PVC
pipeline complete and in place for
the lump sum price of
Five Thousand Three Hundred Dollars
and
No Cents L.S. $ 5.300.00
Lump Sum
9. 6 EA. Furnish and install 16 -inch butterfly
valve with box and cover complete
and in place for the unit price of
Two Thousand Five Hundred Dollars
and
No Cents $ 2.500.00 $15,000.00
Per Each
10. Lump Sum Pressure test, disinfect and
flush all new water mains for
the lump sum price of
Two Thousand Dollars
and
No Cents
Lump Sum
PAC
L.S. $ 2.000.00
SCHEDULE OF WORK ITEMS
ITEM APPROXIMATE UNIT TOTAL
NO. QUANTITY DESCRIPTION PRICE AMOUNT
11. Lump Sum Provide traffic control for the
project for the lump sum price of
Two Thousand Dollars
and
No Cents L.S. $ 2,000.00
Lump Sum
12. 3 EA. Furnish and install 6 -inch resilient
wedge gate valve with box and cover
complete and in place for the unit price of
Eight Hundred Dollars
and
No Cents $ 800.00 $ 2,400.00
Per Each
13. 4 EA. Furnish and install 8 -inch resilient
wedge gate valve with box and cover
complete and in place for the unit price of
One Thousand Dollars
and
No Cents $1,000.00 $ 4,000.00
Per Each
14. Lump Sum Excavation safety measures including adequate
sheeting, shoring and bracing or equivalent
methods for the protection of life and limb,
which shall comply to applicable safety
orders for the lump sum price of
Two Thousand Dollars
and
No Cents L.S. $ 2,000.00
Lump Sum
P -ld
i
Total Price in Written Words:
Two Hundred Fourteen Thousand Three
Hundred & Ninety -Five Dollars
and
No Cents
•
$ 214,395.00
Total Price
I declare under penalty of perjury that all representation made above are true and correct.*
*Effective January 1, 1990, Business and professional Code Section 702.8.15 provides that any bid not
containing the above requested information, or a bid containing information which is subsequently proven
false, shall be considered non - responsive and shall be rejected.
J Bidder's Name Steve Casada Construction Co.
Bidder's Address 1426 So. Allec St.
Anaheim, California 92805
Bidder's Telephone Number (714)991 -8350
Contractor's License No. & Classification 528559 "A" 4/30/96
Expiration Date
-:�
Date
-&e Lza aA.#t"
Authorized Signature & Title
P -le
• INSTRUCTIONS TO BIDDERS• Page 2
The following documents shall be completed, executed and received by the City
Clerk in accord with the "NOTICE INVITING BIDS ".
L PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3. DESIGNATION OF SUBCONTRACTOR(S)
4. BIDDER'S BOND (sum not less than 10% of total bid price)
5. NON - COLLUSION AFFIDAVIT
6. TECHNICAL ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not less than 10% of the total bid
price) may be received in lieu of the Bidder's Bond. The title of the project and the
words "SEALED BID" shall be clearly marked on the outside of the envelope containing
the documents.
The City of Newport Beach will not permit a substitute format for the documents
listed above. Bidders are advised to review their content with bonding and legal agents
prior to submission of bid.
BIDDER'S BOND shall be issued by an insurance organization or surety (1)
currently authorized by the Insurance Commissioner to transact business of insurance
in the State of California, and (2) listed as an acceptable surety in the latest revision of
the Federal ReZister Circular 570.
The estimated quantities indicated in the PROPOSAL are approximate, and are
given solely to allow the comparison of bid totals.
Bids are to be computed upon the estimated quantities indicated in the
PROPOSAL multiplied by unit price submitted by the bidder. In the event of
discrepancy between wording and figures, bid wording shall prevail over bid figures.
In the event of error in the multiplication of estimated quantity by unit price, the correct
multiplication will be computed and the bids will be compared with correctly
multiplied totals. The City shall not be held responsible for bidder errors and omissions
in the PROPOSAL.
In accord with the California Labor Code (Sections 1770 et seq.), the Director of
Industrial Relations 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. A copy of said determination 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 -7981 inclusive). The Contractor shall be responsible for compliance with Section
1777.5 of the California Labor Code for all apprenticeable occupations.
All documents shall bear signatures and titles of persons authorized to sign on
behalf of the bidder. For corporations, the signatures shall be of a corporate officer or
an individual authorized by the corporation. For partnerships, the signatures shall be
of a general partner. For sole ownership, the signature shall be of the owner.
STEVE CASADA CONSTRUCTION CO.
Contr's Lic. No. & Classification Bidder
Date Authorized Signature /Title
0 !
Page 3
DESIGNATION OF SUBCONTRACTOR(S)
State law requires the listing of all subcontractors who will perform work in an
amount in excess of one -half of one percent of the Contractor's total bid. If a
subcontractor is not listed, the Contractor will be responsible for performing that
portion of the work. Substitution of subcontractors shall be made only in accord
with State law and /or the Standard Specifications for Public Works Construction, as
applicable.
The Bidder, by signing this designation certifies that bids from the following
subcontractors have been used in formulating the bid for the project and that these
subcontractors will be used subject to the approval of the Engineer and in accord
with State law.
1
7
1
11
1
Subcontractor Address Subcontract Work
STEVE CASADA CONSTRUCTION CO.
Bidder
At CI.a.N/A 0'..A.
Authorized Signature /Title
• • Page 4
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, STEVE CASADA CONSTRUCTION CO. as bidder,
and as Surety,
are held and firmly bound unto the City of Newport Beach, California, in the sum of
THE EXPLORER INSURANCE COMPANY Dollars
($ 214.395.00), 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 bidder for the construction of
GROUNDWATER DEVELOPMENT PROJECT
36 -INCH WATER TRANSMISSION MAIN REACH NO.4 - PHASE 1 C- 3004 -M
Title of Project Contract No.
in the City of Newport Beach, is accepted by the City Council of said City, and if the
above bounden bidder shall duly enter into and execute a contract for such
construction and shall execute and deliver to said City the "Payment" and "Faithful
Performance" contract bonds described in the Specifications within ten (10) days (not
including Saturday, Sunday, and Federal holidays) after the date of the mailing of
Notice of Award to the above bounded bidder by and from said City, then this
obligation shall become null and void; otherwise it shall be forfeited to the said City.
In the event that any bidder above named executed this bond as an
individual, it is agreed that the death of any such bidder shall not exonerate the
Surety from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 26TH
day of JUNE 1995.
(Attach acknowledgement of
Attorney -in -Fact)
S /I. JOHNSTON
Notary Public
10/22/97
Commission Expires
STEVE CASADA CONSTRUCTION CO.
Bidder
S /STEVE CASADA, OWNER
Authorized Signature /Title
THE EXPLORER INSURANCE COMPANY
Surety
By: S /DWIGHT REILLY
Title:DWIGHT REILLY, ATTORNEY -IN-FACT
0 0 Page 5
NON - COLLUSION AFFIDAVIT
The bidder, by its officers and agents or representatives present at the time of filing
this bid, being duly sworn on their oaths, say that neither they nor any of them
have, in any way, directly or indirectly, entered into any arrangement or agreement
with any other bidder, or with any public officer of such CITY OF NEWPORT
BEACH whereby such affiant or affiants or either of them, has paid or is to pay to
such bidder or public officer any sum of money, or has given or is to give to such
other bidder or public officer anything of value whatever; or such affiant or affiants
or either of them has not directly or indirectly, entered into any arrangement 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 bidder
from considering any bid from any subcontractor or materialman which is not
processed through said bid depository, or which prevent any subcontractor or
materialman from submitting bids to a bidder who does not use the facilities of or
accept bids from or through such bid depository; that no inducement of 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
said bid or awarding of the contract; nor has the bidder any agreement or
understanding of any kind whatsoever with any person whomsoever to pay, deliver
to or share with another person in any way or manner, any of the proceeds of the
contracts sought by this bid.
STEVE CASADA CONSTRUCTION CO.
Bidder
j� e./.dMe
Authorized Signature/Title
Subscribed and sworn to before me
this d day of
19�
My Commission Expires:
Notary Public
W.E. WILSON, X
COMM. #1001934
NOTARY PUBLIC -CALIFORNIA
ORANGE COUNTY
MY �ffm Expires Aug. 22,1997
Page 6
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
STEVE CASADA CONSTRUCTION CO.
Bidder
1L.4 ®..,,
Authorized Signature /Title
NOTICE
0 Page 7
The following contract documents shall be executed and delivered to the
Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays)
after the date of mailing the Notice of Award to the successful bidder:
PAYMENT BOND (pages 8 & 9)
FAITHFUL PERFORMANCE BOND (pages 10 & 11)
CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12,13 &14)
CONTRACT (pages 15 & 16)
WORKERS' COMPENSATION INSURANCE CERTIFICATION (page 17)
The City of Newport Beach will not permit a substitute format for these
contract documents. Bidders are advised to review their content with bonding,
insuring and legal agents prior to submission of bid.
Payment and Faithful Performance Bonds shall be issued by an insurance
organization or surety (1) currently authorized by the Insurance Commissioner to
transact business of insurance in the State of California, and (2) listed as an acceptable
surety in the latest revision of the Federal Register Circular 570. and (3) meeting
Policyholders' Rating and Financial Size Category criteria in the paragraph above.
Insurance Companies affording coverage and sureties issuing bonds shall be
(1) currently authorized by the Insurance Commissioner to transact business of
insurance in the State of California, and (2) assigned Policyholders' Rating A (or
higher) and Financial Size Category Class VII (or larger) in accord with the latest
edition of Best_s�Keu Rating Guide: Property- Casualty except as modified by the
Special Provisions.
All costs associated with the specifications of these contract documents shall
be absorbed in the bid. Such specifications shall include those contained in (1) each
contract document and (2) the Standard Specifications for Public Works
Construction except as modified by the Special Provisions.
07,17%95 132:1 S 714 991 0643 STEVE CQSQDP CO„ P.04
BOND #137 27 08
PREMIUM INCLUDED ON PERFORMANCE BOND.
BONDS EXECUTED IN DUPLICATE.
PAYME LLIC)Nll_
KNOW ALI, MEN BY TI IIiS11 PNI-NEMS, That
WIIP.REAS, the City Council of the City of Newport !leach, State of California,
by motion adopted has awarded to„„
STEVE CASADA CONSTRUCTION CO. hereinafter
designated as the "Principal ", a contract for GROUNN1 WRIER DEVELOPMENT
PROIEQ -- 36•INCH WATER Tli NSMISS1ON� MAIN - ft AC ki NO, 4 - PHASE I _
NCONTRACI NO. C -2782 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 of
the City of Newport Beach;
WHEREAS, said principal has executed or is about to execute said contract
and the terms thereof require the furnishing 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, pnivisinm, or ulh+ r suppliest used in, %Ap+m, for +.r AN10 {he prrformmnr
t,t Ih1, tv,14 111tn•1,,1 to t., ,hgt+l, +q' Ittr 11111' JV10 +n blrntr -lone I1111r1,on Ill any k6111,
I111, 11111,11' tilt Ihb, 10,111,) %%-Ill J,i4r the 41,41114- to Ih1, 1,x11,++1 h1,u4n11111,r "lit 11111111
NOW, TillighFORE, We .5TBVE_,C ADA,_,CON$TfliTCTION CO.
as Principal, and THE EXPLORER, INSURANCE COMPANY
as Surely, arc lield firmly bound unto the City of Newport Beach, in the sum of
TWO HUNDRED FOURTEEN THOUSAND
'laeaa FUND ED uTUV.'ry j+Iyl;_AND, NO /100 Dollars ($ 214,395.00 )
said sum being equal to IW% cut the estimated amount payable by the. City of
Newport Beach under the terms of the contract; for which payment well and truly
made, we bind ourselves, our heirs, exettdors and administrators, successors or
assigns, jointly and severally, firmly by these presents.
THE CONDI'11(.)N Or THIS OBLIGATION IS SUCH, that if the above
bounden principal or his subcontractors, fail to pay for any materials, provisions or
other supplies, 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
allurney'r hr, M lq• fixed by the Court ;t,% n•+ptired by tilt' provilcinns cif Section 3250
of I111, t'ivil t',hir „i Iht' .44,01, 0l' t',tlti,nnL+.
I
91,17,93 1':31 'J E ilk 99l 0643 STEVE CaSGDO CON 4.85
Page 9
The bond shall inure to the benefit of any and all persons, companies and
corporations entitled to file claims under Section 3181 of the California Civil Code so as
to give a right of action to them or their assigns in any suit brought upon this bond as
recluired by the provisions of Section 3297 et seq. of the Civil Code of the State of
California.
And said Surety, for value revived, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the work to
be performed thereunder or the specifications accompanying the same shall in any wise
affect its obligations on this bond, and it does hereby waive notice of any such change,
extension of time, alterations or additions to the terms of the contract or to the work or
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 -14TH-.—.,— day of - JULY,_- 19 95 -
STEVE CASADA CONSTRUCTION C0..(Sval)
N,uic of Cnmr tur (Principal)
Authorized Signature and lidr
Auauttimd Signature snd'INtr �•
THE ESPLORER INSURANCE COMPANY (Sea))
Name of Sully
P. 0. BOX 85563. BREA. CA 92138 —
AddmzaotSurely
Si lure md'11W 14 Auttmrized Ate�_.nt --
DWIGHT REILLY, ATPORNKT —IN —FACT
60 E. NINTB STREET,OPLAND, CA 11786
nadnejnyml — -- —
'rrlcptum Number of ft hit
STATE OF CALIFORNIA
COUNTY OF sAN sERNARDINO
On JULY 18, 1995 , before me, J. JOHNSTO14
Notary Public, personally appeared
%%% personally known to me - OR
DWIGHT REILLY
_ proved to me on the basis of satisfactory
evidence to be the oerson(s) whose name(s)
is /are subscribed to the within instrument and
acknowledged to me that he/she /they executed
the same in his /her /their authorized
capacity(ies), and that by his /her /their
signature(s) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, executed the instrument.
J.JOHNSTON
Cona(�f. #1007524 4EN and and official seal.
Nufary Public Califirrnia
Q wr (1P1fiGLCOURTY
-� A..y Commission Fxo. 10/22/4
tary Public
OPTIONAL
Though the data below is not required by law, a may prove valuable to persons relying on the document and could prevent fraudulent
reattachment of this form.
CAPACITY CLAIMED BY SIGNER
Individual
Corporate Officer
Title(s)
Pa'ner(s) _Limited
_General
ffi Anornev- In-Fact
Truslee(s)
_ Guatoian/Conservalor
Other:
SIGNER IS REPRESENTING:
Name of Person(s) or Entity (ies)
DESCRIPTION OF ATTACHED DOCUMENT
BOND
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
PRINCIPAL
SIGNER(S) OTHER THAN NAMED ABOVE
Explorer Insurance CoAny
HOME OFFICE: SAN OIEGO, CALIFORNIA
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That THE EXPLORER INSURANCE COMPANY, an Arizona Corporation, does hereby appoint:
Dwight Reilly
its true and lawful Attorney(s) -in -Fact, with full power and authority, to execute, on behalf of the Company, fidelity and surety bonds, undertakings,
and other contracts of suretyship of a similar nature.
This Power of Attorney is granted and is signed and sealed by facsimile under the authority of the following Resolution adopted by the Board
of Directors on the 22nd day of November, 1994, which said Resolution has not been amended or rescinded and of which the following is a
true copy:
"RESOLVED, that the Chairman of the Board, the President, an Executive Vice President or a Senior Vice President of the Company,
and each of them, is hereby authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute
on behalf of the Company, fidelity and surety bonds, undertakings_orr other contracts of suretyship of a similar nature; and to attach thereto
the seal of the Company; provided however, that the absence of the seal shall not affect the validity of the instrument.
FURTHER RESOLVED, that the signatures of such officers and the seal of the Company, and the signatures of any witnesses, the
signatures and seal of any notary, and the signatures of any officers certifying the validity of the Power of Attorney, may be affixed by facsimile.'
IN WITNESS WHEREOF, THE EXPLORER INSURANCE COMPANY has caused these presents to be signed by its duly authorized officers
this 24th day of April 19 95•
a
STATE OF CALIFORNIA
COUNTY OF SAN DIEGO SS:
THE EXPLORER INSURANCE COMPANY
On this 24th of April, 1995 before me personally appeared John L. Hannum, Senior Vice President of THE EXPLORER
INSURANCE COMPANY, personally known to me to be the individual and officer who executed the within instrument, and acknowledged to
me that he executed the same in his official capacity and that by his signature on the instrument the corporation on behalf of which he acted,
executed the instrument. --
WITNESS my hand and official seal.
OFRCIAL SEAL �
FRANCIS FAFAUL
NOTARY PUMJC•CAIFCRNIA
r SAN DIEGO COUNTY Notar Pu c
MY COMMISSION EXPIRES
CERTIFICATE: AUGUST 11,1995
I. Alden F. Miller, III, Assistant Vice President of THE EXPLORER INSURANCE COMPANY, do hereby certify that the original POWER
OF ATTORNEY, of which the foregoing is a true copy, is still in full force and effect, and that this certificate may be signed by facsimile under
the authority of the above quoted resolution.
IN WITNESS WHEREOF, I have subscribed my name as Assistant Vice President, on this 18TH day of JIILY
1995,
tNeuq THE EXPLORER INSURANCE COMPANY
SEAL n
'qt *wa Alden F. Miller, III, Assistant Vice President
EXP 37
07,17,95 13:33 a 714 991 0643 51EVE CASAOA CON P.06
BOND 1137 27 08
PREMIUM: $5,288.00
BONDS EXECUTED IN DUPLICATE. Page to
j_Q.11'=l L PERFORMANCE BONN
KNOW ALL MEN BY THESE, PRESN.NTS, ']'hat
WHEREAS, the City Council of the City of Newport Beach, State of California,
by motion adopted has awarded to STEVE CASADA CONSTRUCTION CO., --
hereinafter designated as the "Principal ", a contract for VpROUNDWATE&
DEVELOPMENT MQ EC'1 - 3G -INCH WA'ER TRANSMj SSION PROJECT -
REACH NO.4 - MIMI:I CON'1'B�►CT NO�.«7$�___ _ _�
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 of
file City of Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract
and the terms thereof require the furnishing of a bond for the faithful performance.
of said contract;
Now, 1'IiFR1iVORTi, We,
STEVE CASADA CONSTRUCTION CO.
_ -_- -.
as Principal THE E%PLORIi_g- INSURANCE COMPANY
as Sure are held and firmly found unto tine City of Newport Beach, in the sum of
THO HDND16 FOURTEEN THOUSAND
THREE HUNDRED NINETY FIVE AND NO /100 – Ihnllnrs ($ 214,395.00—
said sum being equal to 100% of the estimated amount of the contract, to be paid to
said City or its certain attorney, its successors and assigns; for which payment well
and truly made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
T1.18 CONDITION OF THIS OBLIGA110N 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, condition's and agreements in said contract and any alteration thereof
made as therein provided on his or their part, to be kept and performed at the time
anti 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 Iherc;n stipulated, then tits obligation shall become
null and void; otherwise it shall remain to full force and virtue.
I
07,17,95 13:34 E 714 991 0643 STEVE CASQDa CON 7.07
14 Page I I
And 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 to the specifications accompanying the
same shall in any wise affect its obligations on this bond, and it does hereby waive
notice of any such change, extension of lime, alterations or additions 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 WIlEKEOF, this instrument has been duly executed by the
I Principal and Surety above named, on the 18TH day of JULY 1995
ASTEVE
CASADA CONSTRUCTION CO. (Seal)
Name of Contractor (Principal)
Audloriwd Signature and Title
Authorized Signalure and Titlr
I
THE EXPLORER INSURANCE C014PANY . (,Seal)
Name of Surely
P. 0. BOB 85563, SAN DIEGO, CA 92138
Addrers of Surely
Signau a and 11 le of Authorized A ent '-
DWIGHT REILLY, ATTORNEY -IN -FACT
60 E. NINTH STREET, UPLAND, CA 91786
Address of Agent
— - --
Telephone Numbei of Agent
0
STATE OF CALIFORNIA )
COUNTY OF SAN BERNARDINO )
On JULY 18, 1995 before me, J. JOHNSTON
Notary Public, personally appeared DWIGHT REILLY
ffi personally known to me - OR - _ proved to me on the basis of satisfactory
evidence to be the persons) whose name(s)
is /are subscribed to the within instrument and
acknowledged to me that he /she /they executed
the same in his /her /their authorized
capacity(ies), and that by his /her /their
signature(s) on the instrument the person(s),
or the entity upon behalf of which the
person(s) acted, executed the instrument.
J. JOHNSTON WIT nd and official seal.
COMM. #1007524 D 9
` bli
No P
Q ll[�- e�, ;•`,j, y ur.California
1
*_ ORANGE COUNTY Vl
My Commission Fxp. 10/22/97 N tart' Public
OPTIONAL
Thouoh the data below is not required by law. V. may prove valuable to persons relying on the document and could prevent fraudulent
reattachment of this form.
CAPACITY CLAIMED BY SIGNER
Individual
Corporate Officer
Title(s)
Panner(s) _Limited
_General
ffi Adornev -In -Fact
Trustees)
GuardiardConservalor
Other:
SIGNER IS REPRESENTING:
Name of Person(s) or Entily(ies)
DESCRIPTION OF ATTACHED DOCUMENT
BOND
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
PRINCIPAL
SIGNER(S) OTHER THAN NAMED ABOVE
Se Explorer Insurance Con*ny
HOME OFFICE: SAN DIEGO, CALIFORNIA
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That THE EXPLORER INSURANCE COMPANY, an Arizona Corporation, does hereby appoint:
Dwight Reilly
its true and lawful Attorney(s)-in -Fact, with full power and authority, to execute, on behalf of the Company, fidelity and surety bonds, undertakings,
and other contracts of suretyship of a similar nature.
This Power of Attorney is granted and is signed and sealed by facsimile under the authority of the following Resolution adopted by the Board
of Directors on the 22nd day of November, 1994, which said Resolution has not been amended or rescinded and of which the following is a
true copy:
"RESOLVED, that the Chairman of the Board, the President, an Executive Vice President or a Senior Vice President of the Company,
and each of them, is hereby authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute
on behalf of the Company, fidelity and surety bonds, undertakings._ or other contracts of suretyship of a similar nature; and to attach thereto
the seal of the Company; provided however, that the absence of the seal shall not affect the validity of the instrument.
FURTHER RESOLVED, that the signatures of such officers and the seal of the Company, and the signatures of any witnesses, the
signatures and seal of any notary, and the signatures of any officers certifying the validity of the Power of Attorney, may be affixed by facsimile.'
IN WITNESS WHEREOF, THE EXPLORER INSURANCE COMPANY has caused these presents to be signed by its duly authorized officers
this 24th day of April 1995
a
STATE OF CALIFORNIA SS:
COUNTY OF SAN DIEGO
THE EXPLORER INSURANCE COMPANY
On this 24th of April, 1995 before me personally appeared John L. Hannum. Senior Vice President of THE EXPLORER
INSURANCE COMPANY, personally known to me to be the individual and officer who executed the within instrument, and acknowledged to
me that he executed the same in his official capacity and that by his signature on the instrument the corporation on behalf of which he acted,
executed the instrument.
WITNESS my hand and official seal.
OFFICIALSEAL NCIS FAFAUL
Y PUBL1CLAlFORNYt [02F DIEGO COUNTY Notar Pu 'c MMISSION EXPIRES
CERTIFICATE: GUST 11, 1995
I, Alden F. Miller, III, Assistant Vice President of THE EXPLORER INSURANCE COMPANY, do hereby certify that the original POWER
OF ATTORNEY, of which the foregoing is a true copy, is still in full force and effect, and that this certificate may be signed by facsimile under
the authority of the above quoted resolution.
IN WITNESS WHEREOF, I have subscribed my name as Assistant Vice President, on this 18TH day of JDI•y
1995 .
\Nauq THE EXPLORER INSURANCE COMPANY
rbQ' °�rO,rY:'Ys
SEAL n
SOY• � ��
Alden F. Miller, III, Assistant Vice President
EXP 37
Ah
Ah
eERTIFIATE:bF,FNS,URANG ;' °!
7 -27- 5
PRODUCER
COMPANIES AFFORDING COVERAGE
SIGNER INSURANCE AGENCY, INC.
COMPANY T'RANSAMERICA INSURANCE GROUP
736 -B EAST LINCOLN AVENUE
LETTER
ORANGE, CALIFORNIA 92665
COMPANY B
INSURED
COMPANY C
STEVE CASADA
LETTER
COMPANY
DBA: CASADA CONSTRUCTION
1426 ALLEC STREET
LETTER
COMPANY
ANAHEIM, CALIFORNIA 92805
LETTER
COVERAGES ''
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE
TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE.
co
TR
TYPE OF INSURANCE
POLICY
NUMBER
EFFECTIVE
DATE
EXPIRATION
DATE
ALL LIMITS IN THOUSANDS
A
GENERAL LIABILITY
(OCCURENCE BASIS ONLY)
GENERAL AGGREGATE
$1,000,000
COMMERCIAL
COMPREHENSIVE
PRODUCTS/COMPLETED
$1 , 000,000
OPERATIONS AGGREGATE
OWNERS &CONTRACTORS
50 000
PROTECTIVE
CONTRACTUAL FOR SPECIFIC
91444-
5- 1.1 -95
5 -11 -96
PERSONAL INJURY
$
CONTRACT
9405358
PRODUCTS /COMPLETED OPERATION
EACH OCCURENCE
$1,000,000
XCU HAZARDS
BROAD FORM PROPERTY DAMAGE
SEVERABILITY OF INTEREST CLAUSE
FIRE DAMAGE
$ 50,000
P. I. WITH EMPLOYEE EXCLUSION
(ANYONE FIRE)
MEDICAL EXPENSES
$ 1 , OOD
REMOVED
MARINE
(ANY ONE PERSON)
A
AUTOMOBILE LIABILITY
SINGLE EMIT
$ 1,000,0
ANY AUTO
ALL OWNED AUTOS
91444-
5 -11 -95
5 -11 -96
BODILY INJUR)
$
SCHEDULED AUTOS
9405358
BODILY INJURY
$
HIRED AUTOS
(PER ACCIDENT)
NON- OWNEDAUTOS
PROPERTY
$
GARAGE LIABILITY
DAMAGE
EXCESS LIABILITY
EACH
7EMPLOYEE
OGCURENCE
UMBRELLA FORM
OTHER THAN UMBRELLA FORM
$
WORKERS' COMPENSATION
EACH ACCIDENEMPLOYERS'
&
$
DISEASE- POLICDISEASE
LIABILITY
-EACH
OTHER
ADDITIONAL INSURED:
CONSULTI
G ENGINEE
S & ALBA CO
#RUCTION MOAGEMENT
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES /RESTRICTIONS /SPECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF
NEWPORT BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH, BUT NOT LIMITED TO THE FOLLOWING CONTRACT:
Groundwater Development Project 36 -Inch Water Transmission Main Reach No. 4 - Phase I
PROJECT TITLE AND CONTRACT NUMBER
GER'f'TFICATEHOLDER'1: `, .' ',; ,CANG)rI,LATION
CITY OF NEWPORT BEACH
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON - RENEWED, CANCELLED OR
P.O. BOX 1768
COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE COMPANY AFFORDING
COVERAGES ALL PROVIDE 30 DAYS MINIMUM ADVANCE NOTICE TO THE CITY OF
3300 NEWPORT BOULEVARD
NEWPORT CH BY FIRST CL SMAIL.
NEWPORT BEACH, CALIFORNIA 92658 -8915
t 7
ATTENTION: Michael L Sinacori
.� %'V "l , i�L'✓ 7 -27 -95
AUTHORIZED REPRSENTATIVE ISSUE DATE
Ll
• Tf • :
0
A;1"K•Taya":-:lurrwFYn ME* ► s• • u ►
It is agreed that:
Page 13
With respect to such insurance as is afforded by the policy for Automobile Liability, the City of
Newport Beach, its officers and employees are additional insureds, but only with respect to liability
for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or an
behalf of the named insured in connection with the contract designated below. The insurance extended
by this endorsement to said additional insured does not apply to bodily injury or property damage
arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased
or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded
said additional insured(s) shall apply as primary insurance and no other insurance maintained by the
City of Newport Beach shall be called upon to contribute with insurance provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured who is seeking coverage
or against whom a claim is made or suit is brought, except with respect to the limits of liability of
the company affording coverage."
3. The limits of liability under this endorsement for the additional insureds named in Paragraph 1. of
this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit:
[ ] Multiple Limits
Bodily Injury Liability $ 1,000,000 per person
Bodily Injury Liability $ 11000.000 per accident
Property Damage Liability $ 1.000,000
[ ] Combined Single Limit
Bodily Injury Liability $ 1,000,000
and
Property Damage Liability
The limits of liability as stated in this endorsement shall not increase the total liability of the
company affording coverage for all damages as the result of any one accident or occurrence in excess of
the limits of liability stated in the policy as applicable to Automobile Liability Insurance.
4. Should the policy be non - renewed, cancelled or coverage reduced before the expiration date thereof,
the Issuing Company shall provide 30 days advance notice to the City of Newport Beach by
registered mail, Attention: Public Works Department.
GROUNDWATER DEVELOPMENT PROJECT
5. Designated Contract: 36 -INCH WATER TRANSMISSION MAIN REACH NO. 4- PHASE 1 C- 3004 -M
Project Title Contract No.
This endorsement is effective JULY 27, 1995 at 12:01 A.M. and forms part of
Policy No. 91444- 4905358
of
TRANSAMERICA INSURANCE GROUP
(Company Affording Coverage)
Insured CASADA CONSRTUCTION Endorsement CG 2010
Issuing CompanyBIGNER INSURANCE AGENCY, INC. By L4,4- 7�1
(Authorized Representative)
0 0
CITY OF NEWPORT BEACH
GENERAL LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
Page 14
With respect to such insurance as is afforded by the policy for General Liability, the City of Newport
Beach, its officers and employees are additional insureds but only with respect to liability arising out of
operations performed by or on behalf of the named insureds in connection with the contract designated
below or acts and omissions of the additional insureds in connection with its general supervision of such
operations. The insurance afforded said additional insured(s) shall apply as primary insurance and no
other insurance maintained by the City of Newport Beach shall be called upon to contribute with
insurance provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured against whom claim is made or
suit is brought, except with respect to theLmtts of the liability of the company affording coverage."
3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions
and exclusions applicable to such insurance) includes liability assumed by the named insured under the
indemnification or hold harmless provision contained in the written contract, designated below, between
the named insured and the City of Newport Beach.
4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the
explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU"
hazards) are deleted.
5. The limits of liability under this endorsement for the additional insured(s) named in paragraph I of this
endorsement shall be the limits indicated below written on an "Occurrence" basis:
[ ] Commercial[ ] Comprehensive
General Liability
$ 1.000.000 each occurrence
$ 11000,000 each occurrence
The applicable limit of the Contractual Liability for the company affording coverage shall be reduced by
any amount paid as damages under this endorsement in behalf of the additional insured(s).
The limits of liability as stated in this endorsement shall not increase the total liability of the company
affording coverage for all damages as the result of any one occurrence in excess of the limits of liability
stated in the policy as applicable to General Liability Insurance.
6. Should the policy be non - renewed, cancelled or coverage reduced before the expiration date thereof, the
Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail,
Attention: Utilities Department.
GROUNDWATER DEVELOPMENT PROJECT
5. Designated Contract: 36 -INCH WATER TRANSMISSION MAIN REACH NO. 4 - PHASE 1 C- 3004 -M
Project Title Contract No.
This endorsement is effective JULY 27, 1995 at 12:01 A.M. and forms part of
Policy No. 91444- 4905358
of
TRANSAMERICA INSURNACE GROUP
(Company Affording Coverage)
Insured CASADA CONSTRUCTION —FndorsementNo.z CG 2.010
Issuing Company BIGNRR INSURANCE AGENCY, INC $y
(Authorized Representative)
POLICY NUMBER: 914445358 �MMERCIAL GENERAL LIABILITY
CASAD NSTRUCTION
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - (FORM B)
Thit endorsement modifies insurance provided under [tie following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
SCHEDULE
Name of Person or Organization:
CITY OF NEWPORT BEACH
AKM CONSULTING ENGINEERS
ALBA CONSTRUCTION MANAGEMENT
(If no entry appears above, information required to complete this endorsement will be shown In the Declara-
tions as applicable to this endorsement.)
WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown In the
Schedule, but only with respect to liability arising out of "your work" for that Insured by or for you.
CG 2010
0
CONTRACT
• Page 15
THIS AGREEMENT, entered into this 11TH day of IULY,192L
by and between the CITY OF NEWPORT BEACH, hereinafter "City," and STEVE
CASADA CONSTRUCTION CO. . hereinafter "Contractor," is made with
reference to the following facts:
(a) City has heretofore advertised for bids for the following described public work:
GROUNDWATER DEVELOPMENT PROJECT
36 -INCH WATER TRANSMISSION MAIN REACH NO.4 - PHASE I C- 3004 -M
Project Title Contract No.
(b) Contractor has been determined by City to be the lowest responsible bidder on
said public work, and Contractor's bid, and the compensation set forth in this contract,
is based upon a careful examination of all plans and specifications by Contractor,
NOW, THEREFORE, the parties hereto agree as follows:
1. Contractor shall furnish all materials and perform all of the work for the
construction of the following described public work:
GROUNDWATER DEVELOPMENT PROJECT
36 -INCH WATER TRANSMISSION MAIN REACH NO.4 - PHASE I C- 3004 -M
Project Title Contract No.
which project is more fully described in the contract documents. Contractor shall
perform and complete this work in a good and workmanlike manner, and in
accordance with all of the contract documents.
2. As full compensation for the performance and completion of this work as
prescribed above, City shall pay to Contractor the sum of Two Hundred Fouteen
Thousand Three Hundred and Forty -Five & No/ 100 Dollars ($ 214,395.00)
This compensation includes (1) any loss or damage arising from the nature of the work;
(2) any loss or damage arising from any unforeseen difficulties or obstructions in the
performance of the work; (3) any expense incurred as a result of any suspension or
discontinuance of the work; but excludes any loss resulting from earthquakes of a
magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or
expense occurs prior to acceptance of the work by City.
3. All of the respective rights and obligations of City and Contractor are set
forth in the contract documents. The contract documents are incorporated herein by
reference as though set out in full and include the following:
(a) Notice Inviting Bids
(b) Instruction to Bidders and documents referenced therein
(c) Payment Bond
(d) Faithful Performance Bond
(e) Certificate of Insurance and Endorsements(s)
(f) Workers' Compensation Insurance Certification
9
0
(f) Plans and Special Provisions for GROUNDWATER DEVELOPMEN
PROTECT - 36 -INCH WATER TRANSMISSION MAIN REACH NO.4 -
PHASE I C- 3004 -M
Title of Project Contract No.
(g) This Contract.
4. Contractor shall assume the defense of, and indemnify and hold
harmless, City and its officers, employees and representatives from all claims, loss or
damage, except such loss or damage proximately caused by the sole negligence of
City or its officers, employees and representatives.
IN WITNESS WHEREOF, the parties hereto have caused this contract
to be executed the day and year first above written.
CITY OF NEWPORT BEACH
a municipal corporation
JJan Debay, M or Pro Tem
ATTEST:
r
it �ii1
Assistant City Attorney
STEVE CASADA CONSTRUCTION CO.
Name of Contractor (Principal)
Authorized Signature and Title
Authorized Signature and Title
Page 16
+� s
Page 17
WORKERS' COMPENSATION INSURANCE CERTIFICATION
" I am aware of the provisions of Section 3700 of the Labor Code which requires
every employer to be insured against liability for workers' compensation or to
undertake self- insurance in accordance with the provisions of that code, and I will
comply with such provisions before commencing the performance of the work of
this contract."
STEVE CASADA CONSTRUCTION CO.
Date Name of Contractor (Principal)
Authorized Signature and Title
GROUNDWATER DEVELOPMENT PROJECT
36 -INCH WATER TRANSMISSION MAIN - REACH NO.4 - PHASE I C- 3004 -M
Title of Project Contract No.
•
•
r 1
�J
a
•
July 10, 1995
CITY COUNCIL AGENDA
ITEM NO. 41
TO: Mayor & Members of the City Council
FROM: Public Works Department
SUBJECT: CONTRACT FOR CONSTRUCTION OF WATER PIPELINE
REACH NO. 4 PIPELINE - PHASE I
GROUNDWATER DEVELOPMENT PROJECT
(CONTRACT No. C- 3004 -M)
RECOMMENDATIONS:
1. Find that the lowest bidder, Steve Casada Construction
Company can meet the requirements for completing the
proposed contract work and declare them the "low bidder ".
2. Award Contract No. C- 3004 -M in the amount of
$214,395 to Steve Casada Construction Company.
3. Authorize the Mayor and the City Clerk to execute the
contract on behalf of the City.
DISCUSSION:
At 2:00 p.m. on June 28"', 1995, the City Clerk opened and read
bids for the subject project. A summary of the results are listed below and a
more detailed itemized bid summary is attached as Exhibit "A ":
Rank Contractor /Bidder Total Bid Price
low Steve Casada Construction Company
2 Sully- Miller Contracting Company
3 Riverside Pipeline, Inc.
4 Savala Construction Company, Inc.
5 Vido Artukovich & Son, Inc.
6 G.R. McKervey, Inc.
$ 214,395.00
$ 268,233.38
$ 274,000.00
$ 282,423.00
$ 291,117.08
$ 360,065.00
Six bids were received. The low bid was ($58,105) 21.3 % below
the Engineer's Estimate of $272,500. The reduced cost is primarily due to
the current competitive construction market and the fact the 'low bid"
Contractor is currently doing work within the City.
OS)
Groundwater Development Project - Page 2
Reach No. 4. Phase I. Water Transmission Pipeline
Award of Contract (C- 3004 -M)
July 10'", 1995
THE LOW BIDDER:
The low bidder, Steve Casada Construction Company, is a •
qualified general contractor licensed to do business in California. This
company has successfully completed pipeline construction projects for other
reputable public water agencies and municipalities in Southern California,
including the City of Newport Beach. This firm has a solid reputation in the
pipeline construction industry and has significant experience with similar
water pipeline construction projects.
Reference checks on the contractor's recent projects revealed a
number of comments favorable to their ability to perform work in an
efficient manner. The contractor has also completed projects for the City of
Newport Beach in a satisfactory manner.
The insurance policies and bidder's bond submitted by the
contractor meet the City's requirements. Staff believes that the contractor will
be able to complete the proposed work satisfactorily.
In addition, On June 12'h, 1995, Council awarded this
Contractor the Avocado Avenue Waterline Extension Project, Contract
No. C -2942. Staff suspects that the 21 % savings was realized because •
he is currently doing construction for the City.
GENERAL PROJECT BACKGROUND:
The Groundwater Development Project is comprised of a series of
capital projects that will provide for extraction and delivery of groundwater
from water wells in Fountain Valley through pipelines between there and
Newport Beach. To convey the groundwater pumped from the wells to
Newport Beach, the project requires construction of approximately four miles
of large diameter pipeline, together with two miles of existing leased pipeline.
Some additional pipe replacement is required within the City's
existing distribution system. The subject of this report is the project segment
dealing with the first of two phases of construction of pipeline improvements
within the City's existing distribution piping system.
REACH NO. 4 PROJECT SEGMENT:
The overall project plan calls for transmission pipelines to be •
designed and constructed in segments. This portion of the overall project deals
with the segment of pipeline that lies within the City's existing distribution
system. It consists of approximately 5,000 linear feet of 36 -inch diameter
pipeline, 1,600 linear feet of 16 -inch diameter pipeline and five pressure
regulating stations. This project segment is referred to as Reach No. 4. The
Reach No. 4 pipeline will run in 16'h Street from Monrovia Avenue to Superior
Avenue; then in 15' street from Newport Boulevard to Dover Drive through
parts of Costa Mesa.
0 0
Groundwater Development Project - Page 3
Reach No. 4, Phase I, Water Transmission Pipeline
Award of Contract (C- 3004 -M)
July 10' , 1995
• PROJECT SPLIT INTO PHASES:
During design, it was determined that a portion of the project
near Newport Harbor High School, (now referred to as Phase I), should be
completed prior to the start of school this Fall.
A revised schedule was recommended by the Public Works
Director and the Newport Mesa Unified School District to minimize the affects
of construction on student pedestrians and parent drivers near the school.
To facilitate this schedule plan, the project was split into two
separate phases which will be bid and constructed independently. The goal is
to have the Phase I Contract completed before September, 1995. Refer to the
attached vicinity map (Exhibit "A") for specific locations. This staff report
addresses the approval of the Phase I plans and their advertisement for bids.
The Phase I portion of the project provides for installation of
approximately 1,370 linear feet of new 16 -inch diameter pipeline; 240 linear
feet of 8 -inch water pipeline and relocation of approximately 100 feet of
existing 12 -inch diameter water pipeline. Phase I will provide for future
installation of a pressure regulating station and facilitate future relocation
is of the existing 30 -inch diameter water pipeline to clear the way for a
proposed storm drain construction project.
PROJECT CONSTRUCTION MANAGEMENT:
The project construction will be performed by this pipeline
contractor under the supervision of a construction project manager and the
City. The City previously approved a contract to retain ALBA Construction
Management, Inc. to provide field construction management services and
inspection services for all six different pipeline contracts related to the
Groundwater Development Project.
CONCLUSION:
The contractor's bid price for the project totaled $214,395.
This price is 21.3 % below the engineer's cost estimate of $272,500,
Funds for the work were approved in the water capital projects
• budgets in the previous four years and are available in the Water Enterprise
Fund under Capital Project Account No. 7504- P500096A.
The contract allows 100 calendar days to complete the Phase I
work. The project specifications allow the contractor until September 1", 1995
to complete pipeline work within the 15th Street right -of -way. This schedule
should reduce disruption to Newport Harbor High School during this phase of
the Reach No. 4 construction project.
r �
Groundwater Development Project - Page 4
Reach No. 4, Phase I, Water Transmission Pipeline
Award of Contract (C- 3004 -M)
July 10'", 1995
The bid price is favorable in that it is well below the Engineer's
Construction Cost Estimate.
Staff believes the contractor can complete the project satisfactorily
and recommends award of the contract to the successful bidder Steve Casada
Construction Company of Anaheim, California.
Respectfully submitted,
Michael J. Sinacori, P.E.
(Acting) Utilities Manager
Attachments: Exhibit "A ": Project Vicinity Map
Exhibit 'B ": Bid Summary
h7JS:sdi
List of Prior Relevant Council Actions:
City Council
January 25', 1993........ Approve and Certify Project EIR
February 13", 1995...... Approve Reach No. 4 Pipeline Design Contract
June 12". 1995 .............Approve Plans & Advertise Reach No. 4, Phase 1 Pipeline Contract
•
•
I
0
0 0
EXHIBIT "A"
VICINITY MAP
N.T.S.
E
E
CITY OF NEWPORT BEACH
UTILITIES DEPARTMENT
BID SUMMARY •
Groundwater Development Project 36 -Inch
TITLE Water Transmission Main -Reach #4 Phase I LOCATION City Clerk's Office -City Hall
ENGINEER'S ESTIMATE $ 272.500.00 TIME
CONTRACT NO C- 3004 -M
CONTRACTOR
Steve Casada Construction Co., Anaheim
2. Sully - Miller Contractors, Inc., Anaheim
3. Riverside Pipeline Inc., Riverside
4. Savala Construction Co., Inc., Irvine
5. Vido Artukovich & Son, Inc., South El Monte
6. G. R. McKervey, Inc., Irinve
DATE
AMOUNT
$214,395.00
$268,233.38
$274,000.00
$282,423.00
$291,117.08
$360,065.00
2:00
Wednesday, June 28th, 1995
EXHIBIT "B"
W
W
Q
a
N
m
W:
\i
I m'
f`
Q
U
Oi i m. y
s U
r W
U
V'
Z.
L
V.
N�
K
O
c i 0
VI o .mo
� O
Ip
� � O
jp O n N
E m N
m
u fiJ
a 2
W Z
P W U
W Z W
J 7 Z p
P O Z a
•
Z
I
O
Q
Q Z
o W F ..
�_
Co
m 0 M
cc
0
cc
Q
0
a0 a
0
� D
W
Z WL
LL r
2
0
0
0
0
0
0
0
0
0
V'
Z.
L
V.
N�
K
O
c i 0
VI o .mo
� O
Ip
� � O
jp O n N
E m N
m
u fiJ
a 2
W Z
P W U
W Z W
J 7 Z p
P O Z a
O
O
O
O
O
o
0
0
0
0
0
0
0
0
2
0
0
0
0
0
0
0
0
0
0
0
0
0
0
O
Z
O
O
N
O
M
vi
p
0
0
0
0
vi
m
0
O
_-
O
O
m
m
r
N
p
0
0
M
O
n
n
0
m
cs
P
m
(D
m
m
W
m
t0
r
N
N
P
N
N
2
m
w
M
N
v�
N
r
N
vl
P
N
V
P
Z
Q
w
w
N
w
N
w
w^
w
w
w
w
w
w
w
m
O
G
w
N
w
0
0
0
0
0
0
0
0
0
0
0
0
0
0
v~i
Z
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
f
0
0
P
O
�n
of
0
0
0
0
0
�n
m
0
U
Z
O
m
r
N
0
0
of
M
O
N
O
=
w
w
w
P
a=
>
w
w
N
N
w
w
w
w
w
w
w
w
w
0
0
0
0
0
0
0
0
0
00000
F
0
�n
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
O
p
Z
z^
N
0
0
0
0
m
0
0
0
0
0
0
0
O
2
^
O
<p
O
O
M
O
m
O
m
O
M
O
tp
v
m
m
w
vi
mw
W
Z
a
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
o
p
o
0
000000000000
0
w
z
m
o
n
0
o
0
o
0
^
0
p
0
0
0
O
0
m
0
o
0
m
¢
&
w
w
w
P
O
m
W
m
m
tO
N
m
�/1
tD
P
m
ZF
m
mC6
m
m
0
0i6
m
L/1
mrN
N
W
n
v
W
v
m
v
r
m
n
W
y�
Z
m
0
m
m
ci
O
N
M
N
m
r
m
Cli
w
N
w
N
P
w
f
w
w
w
w
w
a
Q
w
w
w
w
m
N
H
w
ty
Z
O
U
P
P
l0
W
m
VI
M
N
W
N
l0
(O
m
m
m
m
m
�n
Cp
m
M m
m
v
r
�
Ol
N
of
ai
�c
ai
ni
N
m
TD
N
w
w
O
O
O
O
O
O
o
0
0
0
0
0
0
0
0
O
0
0
0
0
0
0
0
0
0
0
0
0
0
0
O
Z
O
M
0
0
0
0
0
0
0
0
0
0
0
0
C
O
O
r
0
0
0
0
N
0
0
0
0
0
0
0
m
0
o
O
m
o
N
0
0
Ln
M
M
M
o
0
o
v
o
o
N
m
P
O
In
l0
IA
V1
N
N
N
P
F
Q
w
w
w
w
w
w
w
N
N2
w
O
O
o
O
O
O
O
0
0
0
0
0
0
0
0
0
N
F
O
M
O
O
o
0
0
0
0
0
0
0
0
0
3
Z
o
o^
r
0
Ln
0
o
0
o
I o
r
w
O
m
0
�n
0
00
0
0
W
0
00
0
O
O
w
w
w
M
w
w
w
w
w
w
w
F
N
w
w
w
r
00
0000-0
O
N
0
0
0
0
Z
O
O
O
O
O
O
P
O
O
O
o
0
0
0
O
~
O
m
l0
m
n
n
N
P
O
M
N
M
N
M
v
0
0
N
N
E
O
w
w
N
m
w
w
w
n
w
w
M
w
O
m
w
a
w
w
c
O
O
O
O
O
O
m
O
O
N
0
0
0
0
F
O
.0
0
0
0
m
0
000
0
N
v�
r
O
O
W
n
w
w
p
W
w
N
m
w
w
w
w
w
J
J
W
J
J
W
J
J
lil
J
J
W
W
J
m—
m
^^
m
P^
Q^
O
H
>
Z
O
u
3
U
p
w
3
m
io
c>
>
p
O1
E
i
c
Yj
d
o 0
E
a
m°
a>
w
m
U
eL
m
W
O
Uy
U
d
tg
C
C
O>
�
y
v
o
N
N
co
W
N
W
m
m
d
m
m
W
F-
NI
W
0
Nj
W
Q
a
m
.F
I
f
I
N
if
i I
AI ,I I
U
i
LIW
W EI WI=
U N �
r- 'I
z
H
Z
0
F
I
U H
QZ
w ti
o��
2
m f
<
a
0 Q
Oa
CL
3: O
w
z
Z W
LL �
0
-I
U
P;
zi
L,
C
O
-
ils;°o
P M
�
C
O
N
❑I
M N
YI
H
C
U H
E
1-
3
V
n
2 wz
= W7
0i
f <
LL Z
z
N Q
U
W
W U
il F Z W
Z 0 o
uU
F w d
r- 'I
t
•
•
•
z
z
0
O
i
a
H
Z
m
F
Z
0
O
K
�
0
0
0
0
0
0
0
0
0
0
0
0
0
0
Z
o
0
o
d
o
0
00
o
0
d
d
0
°
O
O
O
O
O
O
O
O
O
/O
O
O
0
.
w
P
O
O
N
O
N
V1
N
M
N
H
N
H
H
H
H
H
¢
HHHH
H
f
H
H
w
M
H
H
u
2
>
O
O
0
0
0
0
0
0
0
0
0
0
0
0
>
0
0
0
0
0
0
0
0
0
0
0
0
0
0
c
O
o
O
P
N
N
0
0
0
0
0
0
0
0
0
0
O
0
O
0
o
N
N
O
W
O
O
=
Y
Z
O
W
v�
0
0
O
�
N
N
m
of
O
N
w
0
�
2�
O
H
N
t0
N
P
H
C
N
H
M
N
H
H
H
H
H
H
H
H
H
H
H
l'J
0
0
0
0
0
0-
0
0
0
0
0
0
0
Z
0
O
0
O
0
o
0
0
0
0
0
0
0
N
0
0
0
0
0
0
0
0�
0
0
0
0
0
W
°
Lj
-.=
O
O
M
N
O
N
O
O
O
O
O
W
P
m
o
O
0
W
o
O
O
O
N
n
0
P
0
0
n
Z
H
N
N
N
H^
H
H
H
H
H
H
N
a
H
H
H
H
H
N
W
H
H
O
O
O
O
O
O
M
O
0
0
0
0
0
0
Y
0
0
0
0
0
0
0
0
0
0
0
0
0
NF
o
o
---
0
o
0
-
0
0
0
0
�
�
0
0
0
0
0
0
0�
0
n
o
0
0
0
=
a0
vi
8
H
H
N
N
H
H
H
H
H
H
H
H
H
O
O
O
O
O
O
O
0
0
0
w
z
0
0
0
N
o^
O
W
(O
O
N
v�
M
w
O
N
11
of
0
0
N
N
E
O
H
w
w
n
N
n
m
N
H
P
m
M
H
M
N
H
n
H
H
M
H
O
'�.
2
w
a
H
H
w
c
O
0
O
w
O
o
O
0
O
o
O
O
W
m
O
0
O
0
N
0
O
0
0
0
0
�n
0
o
'
O
H
O
vt
W
to
H
O
N
of
in
n
0
W
H
N
M
H
H
H
H
H
N
H
H
H
QQ
yy��
NN
Q
QQ
H
e
O
L
N
>
w
>
o
>
-y
o
O>
U
0
N
a
0
v
t5
m
m
m
Ew2
>
m
_
0>
0
o
0
>
^
w
4
y
O
c
>
W
❑
^�
a
2
w
w
N
W
W
N
Im p
n
W
m
O
N
M<
H
t
•
•
•
q IN ' 21995
•
June 12', 1995
CITY COUNCIL AGENDA
ITEM NO. 33
TO: Mayor & Members of the City Council
FROM: Utilities Department
SUBJECT: CONTRACT FOR CONSTRUCTION OF WATER PIPELINE
REACH NO. 4 PIPELINE - PHASE I
GROUNDWATER DEVELOPMENT PROJECT
(CONTRACT NO. C- 3004 -M)
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids for
construction of the project.
a. Bids to be opened at two o'clock in the afternoon,
(2:00 p.m.) on Wednesday, June 28"', 1995, at the
office of the City Clerk.
DISCUSSION & BACKGROUND:
The Groundwater Development Project is comprised of a series of
capital projects that will provide for extraction and delivery of groundwater
from water wells in Fountain Valley through pipelines between there and
Newport Beach. To convey the groundwater pumped from the wells to
Newport Beach, the project requires construction of approximately four miles
of large diameter pipeline, together with two miles of existing leased pipeline.
Some additional pipe replacement is required within the City's
existing distribution system. The subject of this report is the project segment
dealing with the first of two phases of construction of pipeline improvements
within the City's existing distribution piping system.
The overall project plan calls for transmission pipelines to be
designed and constructed in segments. This portion of the overall project
deals with the segment of pipeline that lies within the City's existing
distribution system. It consists of approximately 5,000 linear feet of 36 -inch
diameter pipeline, 1,600 linear feet of 16 -inch diameter pipeline and five
pressure regulating stations. This project segment is referred to as Reach
No. 4. The Reach No. 4 pipeline will run in 16'h Street from Monrovia Avenue
to Superior Avenue; then in 15' street from Newport Boulevard to Dover
Drive through parts of Costa Mesa.
01f)
• •
Groundwater Development Project - Page 2
Reach No. 4, Phase 1, Water Transmission Pipeline
Authorization to Advertise Bids
June 12'". 1995
PROJECT SPLIT INTO PHASES:
On February 13', 1995, the City Council approved the
Professional Services Agreement with AKM Consulting Engineers to prepare
plans, specifications and the contract documents for Reach No. 4. During
design, it was determined that a portion of the project near Newport Harbor
High School, (now referred to as Phase I), should be completed prior to the
start of school this Fall.
A revised schedule was recommended by the Public Works
Director and the Newport Mesa Unified School District to minimize the affects
of construction on student pedestrians and parent drivers near the school.
To facilitate this schedule plan, the project was split into two separate phases
which will be bid and constructed independently. The goal is to have the
Phase I Contract completed before September, 1995. Refer to the attached
vicinity map (Exhibit 'A") for specific locations. This staff report addresses
the approval of the Phase I plans and their advertisement for bids.
The Phase I portion of the project provides for installation of
approximately 1,370 linear feet of new 16 -inch diameter pipeline; 240 linear
feet of 8 -inch water pipeline and relocation of approximately 100 feet of
existing 12 -inch diameter water pipeline. Phase I will provide for future
installation of a pressure regulating station and facilitate future relocation
of the existing 30 -inch diameter water pipeline to clear a proposed storm
drain reconstruction project.
The design of Phase II of the Reach No. 4 pipeline should be
completed by the end of June, 1995. Phase II work will be advertised for
bids at that time. The construction on it should be underway by early Fall
1995, and will immediately follow the Phase I work.
PROJECT COSTS:
The Engineers' Estimate of construction costs for Phase I of
Reach No. 4 is $272,500. These construction costs are distributed as
indicated in the table below.
Engineers' Cost Estimate
Item
Amount
Install 1,371 linear feet of 16 -inch pipeline $ 184,700
Install 237 linear feet of 8 -inch pipeline 21,300
Relocate 100 linear feet of existing 12 -Inch water main 29,500
Pressure test, flush & disinfect pipelines 3.000
Construct tie -ins to existing pipelines
24,000
Provide traffic control, signage & delineation 10.000
Total Estimated Cost $272,500
0 0
Groundwater Development Project - Page 3
Reach No. 4, Phase I, Water Transmission Pipeline
Authorization to Advertise Bids
June 12`". 1995
STAFF RECOMMENDATION, SCHEDULE & FUNDING:
Funds for the work were approved in the water capital projects
budgets in the previous four years and are available in the Water Enterprise
Fund under Capital Project Account No. 7504- P500096A.
The contract allows 90 calendar days to complete the Phase I work.
The project specifications allow the contractor until September 1s` to complete
pipeline work within the 15' Street right -of -way. This schedule should reduce
disruption to Newport Harbor High School during this phase of the Reach No. 4
construction project.
If the City Council approves the award of the contract
immediately after bids are received, the resulting completion for the Reach
No. 4, Phase I Pipeline Construction Project should be September, 1995.
Staff recommends approval to advertise for construction bids.
Respectfully submitted,
JEFF- SrArJEAp-T-
Jeff Staneart, P.E.
Utilities Director
MI5: sdi
Attachment: Exhibit "A ": Project Vicinity Map
List of Prior Relevant Council Actions:
City Council
January 25'", 1993........ Approve and Certify Project EIR
February 13`°, 1995...... Approve Reach No. 4 Pipeline Design Contract
Ear
0 0
EXHIBIT "A"
\e
N"W T HAROM G 1 HIGH SCHOOL
Reach No. 4, Phase
�AwES.o J-.♦O
r ISM,
} 1
• a %� �
•
v SKr s ♦ a u 6 ° m � o S ,o �� � S
.i
ST.
MICREWa CHURCH
1•
-0
w
i D
•
B6UB. ltJ .(
. i i
I
n
u
w
v
e
T
a
n
..m
♦ W
b� s
N
HAVEN
PL. �_ t
t �
�._. {,
k
e t
t
w
la
w
IT Is
Iv
zo zl
°a
3o s
zz a z♦ a za n Lis L E.,
>�
CLAY
m .'9C.
It
0 m IS Ie ❑ it la I♦ la
2 l a ♦ I a l a I T I B y
s b ti B
b ♦
q � 4
� 8
0
u o a
6 e
VICINITY MAP
N.T.S.