Loading...
HomeMy WebLinkAboutC-847 - Jamboree Road Realignment between Pacific Coast Highway and Palisades RoadMAIL TO: Laura Lagios, City Clerk 3300 West Newport Blvd. Newport.:Beach, California 92660 NOTICE - LETION PUBLIORKS esc 8493 649 'ORANGE COUNTY, CALIF. 9:05 AM JAN 16 1968 L Nng pWLU C=q 1 To All Laborers and Material Men and to'Every Other -Person - Interestefd FREE CE YOU WILL PLEASE TAKE NOTI�C that on June 14, 1967 , the Public Works project consisting of ramhernn Rend Roalianmant RaRrhlnff nriv. to PAli Add &R ReAd (C 847) on which Coxco, Tnc. t was the contractor, and The Aetna Casualty and Surety Company was the surety, was :completed. CITY OF NEWPORT BEACH I, the undersigned, say: I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own -knowledge. I declare. under penalty of perjury that the foregoing is true and correct. Executed on January 12, 1968 at Newport Beach, California. I, the undersigned, I am the City Clerk of the City of Newport Beach; the City Council of said City on iAnuary 1969 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 January 12, 1968 at Newport Beach, California. v::b Comes, Inc. P. 0. Ion C Stanton, California 90680 � I Subject: Surety : Tha Aetna-Casualty and anrety Company Loads s Faithful Performance: Labor and Material land Project: Janboree'leed RealiSsment =astbluff �:iw to Palisades Road Gentleman: The City Council an January I, 1968 accepted the worle of subject project and authorised the City Clerk to file a Notice of Completion and to role&" the beads 95 days after Notice of Completion bas boon filed. Notice of Completion was filed with the Orange County Recorder os January 16, 1968, is look No. 64999 Pap 669. Planes notify Your surety company that bonds any be released 35 dmys after recording data'. Very truly yours, Laura Lagios City Clark City of Newport Ieacb M ca: Public Nerke Department 0 CERTIFICATE OF INSURANCE PACIFIC EMPLOYERS GROUP OF INSURANCE COMPANIES HOME OFFICE - LOS ANGELES - CALIFORNIA PACIFIC EMPLOYERS INSURANCE COMPANY ❑ ALLIED INSURANCE COMPANY ❑ CALIFORNIA FOOD INDUSTRY INSURANCE COMPANY HAS ISSUED TO THE INSURED NAMED HEREIN A VALID WORKMEN'S COMPENSATION INSURANCE POLICY APPROVED BY THE INSURANCE COMMISSIONER. iP-PS POLICY IS CANCELLED. TEN DAYS ADVANCE NOTICE WILL BE MAILED TO THE CERTIFICATE HOLDER NAMED BELOW C FP �I E F yyy�y. I Producer R H �s11'wii R MAO 1 O Cm *A" F L wPIr /t+F1 "ins�rR"��� D1F�1� �1RNsapm�e and Adss d Insured C E cams INC, MRS A R I � E L. J � / OUR"" LOCATION AND DESCRIPTION OF WORK s€ANSMFi WJM SOM IM `44"M WM�* sLWW= No, 147 POLICY NO. a pa 324M EXPIRATION DATE ju. it 1967 ADDITIONAL INFORMATION VOLUNTARILY FURNISHED BRANCH OFFICE THIS CERTIFICATE IS ISSUED FOR INFORMATION ONLY AND �ps CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. N DATE ISSUED Jam * 194 ISSUED BY PACT Pic aw%mas INSURANCE COMPANY S "a 6 vjw ""It Ws NO. MAILED 10 CERTIFICATE HOLDER 10 PRODUCER_ AUTHORIZED R FORM PEGC 110 ZOOM 1 -ee This notice Is sent In Compliance with Section 3800 Labor Code ❑ The Etna Casualty and Surety Company —_ ❑ The Standard Fire Insurance Company Hartford, Connecticut 0� To 'e"hAak ol f"""we CITY OF MIVFM BEACM CITY MALL MEMFW KAO1I, CAUF(?BMIA I � Date Jm 3s. It" Gentlemen: This is to certify that insurance policies, subject to their terms, conditions and exclusions, ate at present in force in the Cum- - pang indicated above by ®, as follows: Name of Insured CQ=q IMC. 6 s W EXPIRATION KIND OF INSURANCE LIMITS OF LIABILITY POLICY NO. EFFECTIVE Workmen's Compensation 1 Manufacturers' & Contractors' Thousand Dollars Each Person Bodily Injury Liability Thousand Dollars Each Accident Property Damage Liability Thousand Dollars Each Accident Thousand Dollars Aggregate Owners' or Contractors' Protective Thousand Dollars Each Person Bodily Injury Liability Thousand Dollars Each Accident Property Damage Liability Thousand Dollars Each Accident Thousand Dollars Aggregate Comprehensive Automobile t Thousand Dollars Each Person Bodily Injury Liability • Thousand Dollars Each Accident Property Damage Liability Thousand Dollars Each Accident Comprehensive General • Thousand Dollars Each Person Bodily Injury Liability ♦ Thousand Dollars Each Accident • Thousand Dollars Aggregate Property Damage Liability f Thousand Dollars Each Accident f Thousand Dollars Aggregate Thousand Dollars Each Person Bodily Injury Liability Thousand Dollars Each Accident Thousand Dollars Aggregate Property Damage Liability Thousand Dollars Each Accident Thousand Dollars Aggregate MD . MBE11 i YAM ALWe MC. to whom this certificate is aclares2iea. The /Etna Casualty and Surety Company The Standard Fire Insurance Company By ........._......-- ..... --- -. ----- ----- --= ------ Autho ' resentative (C- 206 -P) 3 -65 * E N D O R S E NT IT IS 11ER i B' U'riD:i::STC' ;'1 AND AGREED TrIAT TIE POLICY TO PIiS CERTiPIC';i'I: 'i::i "rERS MAY NOT BE CANCELLED, MATERIALLY CHXNGED, NO2 THE X,MXT OF COVERAGE THEREOF REDUCED, NOR THE °POLICY ALLOt%ED TO LAPSE UNTIL TEN (10) DAYS AFTER RECEIPT BY THE CITY CLERK OF TIHE CITY OF NEWPORT BEACH, CITY HALL, NE1PORT BEACH, CALIFOMIA, OF A REGISTi37\!:D, i'dRITTEN NOTICE OF SUCH CANCELLATION OR REDUCTION IN COV:i This endorsement, issued by one of the below named companies, forms a part of the policy to which attached, effective on the incep- tion date o: the policy unless otherwise stated herein. (The information below it required only whey this endorsemew issued subsequent to preparation: of the policy.) Endorsement Effett' JULY 1, 1966 Named Insured &KCO, INC. PREMIUM: Additional $ Return $ ICREN 6 VAN ALEN, INC. Policy No.o3AL 45699 C:, Endorsement No. The .> tna CLL"�wlsy and Surety Co ^; r_ny Thee Z2� .lord 1-ire Insurance Corn; any ' -7? ` Harticrd, Connecticut Countersigned ...............�...� /'f 1! rt4s- . ✓.............. Authorized Agent �iSX Y� President (90455 -0) 1165 i BRANCH KEY comm. TERRITORY i PAY'T� STATE RATE i i FIRE a :!ITS CLASSIFICATION DISTRICT , : C I LIRE I� PkE :1101A W PO 1 CLASS OR FORM. CCMPREHENSITh G`r EYU. L LI..BILIi'Y ENDORSLT;ENT i,DDITIONiL INTI,?EST - PRINCIPIiL IT IS izGREED TH.,T THE POLICY IS E::TEMED TO C05ER THE : DDITIONX�L INSURED DESIGN:;TF,.D BEL9,,1 SUBJECT TO THE FOLLOI,JING PROVISIONS: (1) THE COVERIZE IFFGNLED BY THIS L.NDGRSLd,DJT SHnLL ,.PPLY ONLY TO OPE 1,TIOiVS PERFCF '11 FOR SUCH :,DDITIGid:,L INSURED BY TPE Ni31D INSUREL OR HIS SUBCONTPE.CTORS IND GENER;,L SUPERVISION TH:::;GF BY SUCH i,UDITION'l INaUI D, IF THE i- .CCIDENT OCCURS IN THE COU16SE OF SUM OPEiil.TIONS. (2) THE PRI2,1IUI11 FOP. THIS hNDGRSE1,!1dT SHi.LL BL Bi;SED ON "COST1.. Tii_, WORD IICOSEV 1,aN'L TiL TOT,.L COST TO THE i.DDITIONInL IN- SURF.D OF .;LL 'u•t017X LET OR SUBLET TO OR BY THE N11v= INSURED, INCLUDING TH : COST OF :.LL L.,BOR, KATLRL;LS IUND EQUIP11,MI.NT FUIIQIS. 11, USED OR DELIV i D FGrc USE IN THE E ECUTION OF SUGH WORK WHETHER FURNISHED DY THE PhINCIPi',L CONTRI,CTOR OR SUB— CONTRI.CT*OR, INCLUDING i:LL FLES,_ ,JLOU;LNCES, BONUSES OR C014iISSIONS D:0E, PhID OR DUE. I,DDITION:,L INSUP,ED: TINE CITY OF NEv1PORT 3EACH JOB: JA130REE ROAD ^.EALICNNENT (CONTRACT NO. 847) IT IS FUttTHLR i,GREED THE P.RITLIUi: Slii LL Bli DETEPIIINED AS FOLLOWS. RTES PR,ENiIUM COST B. I. P.D. B.I. P.D. '1. 3.D. T.3.D. T,3.D. T.B.D. T.3.1). I J C E%POSURE P I C U -152 This indorsement, issued by one of the below named companies, forms a part of the policy to which attached, effective on the incep- tion date of the policy unless otherwise stated herein. (The information below is required only wben ibis endersemeni is issued subsequent to preparation of The policy.) Endorsement EffectiveJULY 11 1900 policy No. 33AL 40099 C4 Endorsement No. Named Insured COXCO, INC. PREMIUM: Additional $ Return $ WREN $ VAN ALEN, INC. The .mctna Casualty and Surety Company The Standard .':.3 insurance Company Hartford Connecticut Countersigned ... _._.:......_....._ ......_......... �.../ '✓!-.. . _... ' % Authorized Agent President ident (90455 -1 -S) 1/65 CERTIFICATE OF INSURANCE PACIFIC EMPLOYERS GROUP OFINSURANCE COMPANIES NOME OFFICE LOS ANGELES - CALIFORNIA PACIFIC EMPLOYERS INSURANCE COMPANY ❑ ALLIED INSURANCE COMPANY ❑ CALIFORNIA FOOD INDUSTRY INSURANCE COMPANY HAS ISSUED TO THE INSURED NAMED HEREIN A VALID WORKMEN'S COMPENSATION INSURANCE POLICY APPROVED BY THE INSURANCE COMMISSIONER. IF THIS POLICY IS CANCELLED, TEN DAYS ADVANCE NOTICE WILL BE MAILED TO THE CERTIFICATE HOLDER NAMED BELOW C E F ProdncaF R H . CM OV 1111100911117' INBAW I O CMT OALL F Rii`p�-aws L ApLI I p 8�'S'At'�W� nRN�nmwwnnnond A�d�dy�.Ea of Ima,.ad E L J STJIlff�i, CALIRi1tIiIA. LOCATION AND DESCRIPTION OF WORK ' Jima= 'am BALI f+RltSllrtlm M" TV PAJOAM me* Odin we $47 POLICY NO ft pW 1"3" EXPIRATION DATE My * 1967 A rilr fsl+iiY Y l L• I ADDITIONAL INFORMATION VOLUNTARILY FURNISHED BRANCH OFFICE THIS CERTIFICATE IS ISSUED FOR INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. DATE ISSUED JOU 28m 1966 ISSUED BY PAUPrC MM IS INSURANCE COMPANY S nm i Y�ia�r � ►,<.e DWa�I, NO MAILED TO CERTIFICATE HOLDER TO PRODUCER- By By AUTHORIZED FlYPRESENTATWE L I, ORM PEGC tt0 1DOM 1 -64 This notice IS Sent in compliance with Section 3800 Labor Code •RI'v' ✓ l i i ❑ Th,�Etna Casualty and Surety Company ❑ The Standard Fire Insurance Company Hartford, Connecticut i o� e To CITY OF NErPORT BEACH CITY HALL NEWPOIZT BEACH, CALIFORINIA Q/ 9?/.1LUIwlwe Date \�yL:`tdv JLNE 28, 1966 Gentlemen: This is to certify that insurance policies, subject to their terms, conditions and exclusions, are at present in force in the Com- pany indicated above by ®, as follows: Name of Insured COXCO, INC. _ - JAK30313.13 8 E<:S=Mr- nl?rv: To PAI.iSAi1AS R- ,:O, 847 KIND OF INSURANCE LIMITS OF LIABILITY POLICY NO. EFFECTIVE EXPIRATION Workmen's Compensation Manufacturers' & Contractors' Thousand Dollars Each Person Bodily Injury Liability Thousand Dollars Each Accident I I Property Damage Liability Thousand Dollars Each Accident ` Thousand Dollars Ago regare Owners' or Contractors' Protective Thousand Dollars Each Person Bodily Injury Liability Thousand Dollars Each Accident Property Damage Liability Thousand Dollars Each Accident Thousand Dollars Aggregate Comprehensive Automobile * Thousand Dollars Each Person i Bodily Injury Liabi Thousand Dollars Each Accident i i Property Damage Liability Thousand Dollars Each Accident�� Comprehensive General * Thousand Dollars Each Person Bodily Injury Liability * Thousand Dollars Each Accident * Thousand Dollars Aggregate Property Damage Liability * Thousand Dollars Each Accident * Thousand Dollars Aggregate Thousand Dollars Each Person Bodily Injury Liability Thousand Dollars Each Accident Thousand Dollars Aggregate Property Damage Liability Thousand Dollars Each Accident Thousand Dollars Aggregate "$2_,000,000. SING LIMIT BODILY INJURY AND PROPS DAI::.:..: CG:: "_i'ED. XXli7.'XXn"{XnX'X3'.l' VAN INC. The AF-tna Casualty and Surety Company By....................._... n The Standard Fire Insurance Company AuchoteE Rcptesentauve ' (C- 206 -P] 3.65 • E N D O R S E M E N T • IT IS HEREBY UNDERSTOOD AND AGREED THAT THE POLICY TO WHICH THIS CERTIFICATE REFERS MAY NOT BE CANCELLED, MATERIALLY CHANGED, NOR THE AMOUNT OF COVERAGE THEREOF REDUCED, NOR THE °POLICY ALLOWED TO LAPSE UNTIL TEN (10) DAYS AFTER RECEIPT BY THE CITY CLERK OF THE CITY OF NEWPORT BEACH, CITY HALL, NEWPORT BEACH, CALIFORNIA, OF A REGISTERED, WRITTEN NOTICE OF SUCH CANCELLATION OR REDUCTION IN COVERAGE. 5 O W This endorsement, issued by one of the below named companies, forms a part of the policy to which attached, effective on the incep- tion date of the policy unless otherwise stated herein. (Tbe information below is required only when ibis endorsement is issued subsequent to preparation of the policy.) JULY 1 1986 .33AL 45699 CM Endorsement Effect ' ' Policy No.. Endorsement No. Named Insured NCO, INC. PREMIUM: Additional S Return S . WREN f, VAN ALEN, INC. The AEtna Casualty and Surety Company The Standard Fire Insurance Company Hartford, Connecticut Countersigned .... .... .. ... /,�= �YY.... Authorized Agent /J President (90155 -B) 1/65 ... • :� ioinlicaY I i � LIrd ITS I CLFSSIFlCATIG:. J I C PAY'T r F,.... ! ' LI.N PR E.M. I N1 EXPOSURE P 9;JTi;1CT " 1 G • �� i STATE I FATE I ',; N I � I BI PD j CLFSS O:t fv:iLi �j C COMPREHEivSIPE GEJQZRAL L- . -ILItI :=;QDGRS ENT ADDITION:;L INTLIIEST - PRINCIPAL IT IS I,G EZI) TH..T THE POLICY IS E :T MED TO MER THE ZDITION;LL INSURED DESIGN;ikD BELOW SUBZHCT TO THE FOLLMIING PROVISIONS: (1) THE COVEM.GE AFF01WED BY THIS E1XRSEDI,NT SHnLI, .,PPIY ONLY TO OPI I,TIONS PLRMd.ED FOR SUCH ',DDITION,,L INSU ;LD BY THE N.kED INSUP&D OR HIS SLBCGNT1,CTORS :,ND GENERt L SUPERXISION THE: OF BY SUCH ADDITIGN„L IN.UI D, IF THE :.CCIDE!iT OCCURS IN THE COURSE OF SUCH OPER1,TIONS. (2) THE PREKIU1K FCR THIS LiSDCRSZ',!1iT SPi.LL BL B:;S& ON "COST ". Tii 'JURD '1CGST" h'E N5 l i TOT,,_ COST TO THE ;,UDITI 1N IN- SURED OF i,LL 1107a LET OID SUB12T TO OR BY THE N.K :D INSURED, INCLUDING T'rils COST CF :.LL L..BGR, i .T ItL iS' dND EQUIPS3 tiT FUMIS. ;;D, USM O:t DELIVLr i�D Kit USE IN THE &C" C-�TIC 4 OF SUCH WORIl b•13ETHER FU11NISHED DY THE P INCIP .L CONTRI:CTUR OR SUB- CONTR'.CTO;:, INCLUDING i.id. F EE,,. I LLO;aI tNGES, BONUSES OR COP.hISSIONS Ki DL', R,ID OR DU . /.DDITION L INSURED: THE CITY OF NE`„VITMT BEACH JOB: JX43OMiL ROAD ".LALICN ?LENT (CONTRACT NO. 847) IT IS FUkTHEh t,GP,+.1;;n THE PF0MI: 'Ei LL K, DETEiuIIiNED AS FOLLOWS: PATES PRE11IUhl COST B. I. P.D. B.I. P.D. T. 3. 1). T.3.D. T.B.D. T. ii. D, T. B. U. U -152 This endorsement, issued by one of the below named companies, forms a part of the policy to which attached, effective on the incep- tion date of the policy unless otherwise stated herein. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective JULY 1, 1900 Policy No. 33AL 45, `99 Cl Endorsement No. Named Insured CORCO, I \C, PREMIUM: Additional S Return S WREN & VAN ALEN, INC. The .Etna C:..vualty and Surely Comp —any The Standard Fire Insurance C.ornpa�.Y Hartford, Connecticut Countersigned ....... .... .. .....G.�.— ..c.�..,.�{',p4"..... ...�Y.'..��-F:�.?-?'!- .�...... ._... U Authorized Agent N : reri4ia (90155 -1.8) 1/65 _ CERTIFICATE OF INSURANCE PACIFIC EMPLOYERS GROUP OF INSURANCE COMPANIES HOME OFFICE - LOS ANGELES - CALIFORNIA ® PACIFIC EMPLOYERS INSURANCE COMPANY ❑ ALLIED INSURANCE COMPANY ❑ CALIFORNIA FOOD INDUSTRY INSURANCE COMPANY -IIAS ISSUED TO THE INSURED NAMED HEREIN A VALID WORKMEN'S COMPENSATION INSURANCE POLICY APPROVED BY THE INSURANCE COMMISSIONER. IEA}9IS POLICY IS CANCELLED, TEN DAYS ADVANCE NOTICE WILL BE MAILED TO THECERTIFICATE HOLDER NAMED BELOW C r E I Producer R H CITY OF NEWPORT BEACH o CITY HALL F L NEWPORT BEACH, CALIFORNIA Name ..d Address of Insured C E COXCO, INC. , E .._' L LOCATION AND DESCRIPTION OF WORK DRAWER °CTL —]STANTON, CALIFORNIA JAMBOREE ROAD AEALIGNMENT- EASTBLUFF DRIVE TO PALISADES ROAD, CONTRACT Noe 847 POLICY NO 01 PEC 120356 EXPIRATION DATE JULY 1, ADDITIONAL INFORMATION VOLUNTARILY FURNISHED 1967 BRANCH OFFICE THIS CERTIFICATE IS ISSUED FOR INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. DAZE ISSUED JUNE 28, 1966 ISSUED BY PACIFIC EMPLOYERS INSURANCE COMPANY 5 WREN g VAN ALEN, INC. NO MAILED TO CERTIFICATE HOLDER TO PRODUCER- AUTHORIZED R RESENTATIVE FORM PEGC no 1OOM I -e4 This notice is sent in compliance with Section 3800 labor Code The Etna Casualty and Surety Company ❑ The Standard Fire Insurance Company Hartford, Connecticut I C/ A"Nwl"c To CITY OF NEWPORT BEACH CITY HALL NEWPORT BEACH, CALIFORNIA r ❑ F- 1 6k Date JUNE 28, I9" Gentlemen: This is to certify that insurance policies, subject to their terms, conditions and exclusions, are at present in force in the Com- pany indicated above by ®, as follows: Name of Insured COICO, INC. Covering XXI R +� WREN E VAN ALEN, INC. The /Etna Casualty and Surety Company The Standard Fire Insurance Company By "".-------------------- - ------utho-- Autho ed Reprexntau7illr (C- 206 -P) 3 -65 I LIMITS OF LIABILITY POLICY NO. EFFECTIVE EXPIRATION KIND OF INSURANCE Workmen's Compensation Manufacturers' & Contractors' Thousand Dollars Each Person Bodily Injury Liability Thousand Dollars Each Accident Property Damage Liability Thousand Dollars Each Accident Thousand Dollars Aggregate Owners' or Contractors' Protective Thousand Dollars Each Person Bodily Injury Liability Thousand Dollars Each Accident Property Damage Liability Thousand Dollars Each Accident Thousand Dollars Aggregate Comprehensive Automobile * Thousand Dollars Each Person Bodily Injury Liability,--- "' * Thousand Dollars Each Accident Properry Damage Liability Thousand Dollars Each Accident Comprehensive General * Thousand Dollars Each Person Bodily Injury Liability * Thousand Dollars Each Accident * Thousand Dollars Aggregate Property Damage Liability * Thousand Dollars Each Accident * Thousand Dollars Aggregate Thousand Dollars Each Person Bodily Injury Liability Thousand Dollars Each Accident Thousand Dollars Aggregate Property Damage Liability Thousand Dollars Each Accident Thousand Dollars Aggregate *$2, . LIMIT BODILY INJURY AND PROPEW DAMAGE W. XXI R +� WREN E VAN ALEN, INC. The /Etna Casualty and Surety Company The Standard Fire Insurance Company By "".-------------------- - ------utho-- Autho ed Reprexntau7illr (C- 206 -P) 3 -65 I AGENT'S CODE AND NAME YCOMM. S TERRITORY FIRE A I LIMITS CLASSIFICATION C F PAY'T DISTRICT A O LINE PREMIUM EXPOSURE P STATE RATE al I PD CLASS OR FORM s ry C CIS BRANCH KEY C/S 4 DIGIT CODE CSF E POLICY EFFECTIVE POLICY EXPIRATION COMPREHENSIVE GENER, LL.BILITY ENDORSEMENT ADDITIOIGL INTLREST - PRINCIPAL IT IS AGREED TH.,T THE POLICY IS EXTENDED TO COVER THE ADDITIONAL INSURED DESIGN::TF,D BELOW SUBJECT TO THE FOLLOWING PROVISIONS: (1) THE COVEIL'.GE AFFORDED BY THIS ENDORSLIIENT SH/,LL APPLY ONLY TO OPK'.HTIONS PERFOII-.ED FOR SUCH ADDITIONAL INSURED BY THE Ni DiED I143UR.ED OR HIS SUBCONTRiLCTORS AND GENERAL SUPERVISION THLhEOF BY SUCH i,DDITIONtL INbUlu-ll, IF THE ACCIDENT OCCURS IN THE COUI.SE OF SUCH OPERbTIONS. (2) THE PRENiIUhi FOR THIS L,NDCRL -aEIJT SHILL BE BASED ON °COSTII. THL WORD "COST" h& N6 THL TOT L COST TO THE ADDITIONAL IN- SURED OF i.LL WOPX LET OR SUBLET TO OR BY THE N110I INSURED, INCLUDING TH1 7 COST OF i.LL L.,BOR, i,ATERIALS' AND EQUIPMENT FUFLNIS. ;.D, USED CIt DELIVhk I FOrc USE IN THE EI(3CUTICN OF SUCH WORK WHETHER FURNISHED DY THE PRINCIPi.L CONTRACTOR OR SUB- CONTR'.CTOR, INCLUDING i;I.L FEES, ,J WWANCES, BONUSES OR COI.1iISSIONS Nu.DE, RhID OR DUE. i;DDITION.s INSURED: THE CITY Or NEWPORT BEACH JOB: JA'1BOREE ROAD CCALIWTENT (CONTRACT NO, 847) IT IS FURTHER i.GREED THE PRENiIUN, SHi.LL B DETERMINED AS FOLLOWS: RitTES COST B. I. P.D. 'f. B.D. T.B.D. T.B.D. PREMIUM B.I. P.D. T.B.D. T.B.1). U -152 This endorsement, issued b} one of the below named companies, forms a part of the policy to which attached, effective on the incep- tion date of the policy unless otherwise stated herein. (The information below it required only when this endortement it ittued tubtequem to preparation of the policy.) Endorsement Effective ILLY 1, 1966 Policy No. 33AL 45699 C•1 Endorsement No. Named Insured COXCO, INC. PREMIUM: Additional $ Return $ WREN 6 VAN ALEN, INC. The .4Etna Casualty and Surety Company The Standard Fire Insurance Company .-' Hartford, Connecticut Countersigned .. .. .. � � 2" " "` "" "` Authorized Agent ` \ N• President (90455 -1 -8) 1/65 •E N D O R S F %• E N T • IT IS aEREBY UNMERSTCG:) A1ND AGREED THAT THE POLICY TO P;:iICH TIIS CERTIFICATE 'r`d FcRS AY NOT BE CANCELLED, MATERIALLY CHANGED, NOR THE XMN"i OF COVERAGE THEREOF REDUCED, NOR THE °POLICY ALM'I'ED TO LAPSE UNTIL TEN (10) DAYS AFTER RECEIPT BY THE CITY CLERK OF THE CITY OF `:E ":PORT BEACH, CITY HALL, NEWPORT BEACH, CALIFORNIA, OF A RHGISTERID, I :RITTEN NOTICE OF SUCH CAVCELLATIO \' OR REDUCTIO\ IN COQ P.,1G . This endorsement, issued by one of the below named companies, forms a pan of the policy to which attached, effective on the incep- tion date of the policy unless otherwise stated herein. (The information below it required only when this endorsement it issued subsequent to psepmaticn of tae policy.) Endorsement Effect JULY 1, 1966 6SCO, INC, Named Insured PREMIUM: Additional $ Return $ 14REN & VAN ALEN$ INC. 33AL 45699 C; Policy No. Endorsement No. The .4--trta Casualty and Surety Company The S-2andard =:*.,-- lnee. _ -noo Company ' ;Ilee 'y Hartford, Cc ..... acticut Countersigned .................... Authorized Agent President (90455.8) 1/65 CERTIFICATE OF INSURANCE �� Y PACIFIC EMPLOYERS GROUP of INSURANCE coMPANiES� F�— XOME OFFICE - LOS ANGELES - CALIFORNIA El PACIFIC EMPLOYERS INSURANCE COMPANY ❑ ALLIED INSURANCE COMPANY ❑ CALIFORNIA FOOD INDUSTRY INSURANCE COMPANY HAS ISSUED TO THE INSURED NAMED HEREIN A VALID WORKMEN'S COMPENSATION INSURANCE POLICY APPROVED BY THE INSURANCE COMMISSIONER. IF THIS POLICY 15 CANCELLED, TEN DAYS ADVANCE NOi10E WILL BE MAILED TO 1HE CERTIFICATE HOLDER NAMED BELOW C E l Produce. T H CITY OF NEWPORT 13MC I o CITY HALL F L NEWPORT pEACHs A CALIFORNIA Name and Addr.o of Insured c E COXCOO INC. T R DMAWER°C"' L —jSTANTON0 CALIFORNIA LOCATION AND DESCRIPTION OF WORK JAMRSE ROAD WALI6tUffiNT- EAMLUFF DRIVE TO PALISAM ROADa, CONTRACT NO. 847 i POLICY NO. of PEC I2O3S5 EXPIRATION GATE JULY I, 1967 ADDITIONAL INFORMATION VOLUNTARily FURNISHED BRANCH OFFICE THIS CERTIFICATE IS ISSUED FOR INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. i DALE ISSUED JUNE 'j$' 1465 ISSUED BY PACIFIC 5IIIPW,D� INSURANCE COMPANY 5 WREN $ VAN ALE s, DrW NO MAILED 10 CERIIFICAIE HOLDER TO PPODUCER By AUTHORIZED REPOkSENTATIVE '1 3 FORM PEGC 110 100M 1 -ee This notice IS sent 111 compliance with Section 3800 Lobw Code • F] The tna Casualty and Surety C• pany ❑ The Standard Fire Insurance Company Hartford, Connecticut To CITY OF NEWPORT BEACH CITY HALL NEWPORT BEACH, CALIFORNIA qLrNP Date JUNE 28, 1966 Gentlemen: This is to certify that insurance policies, subject to their terms, conditions and exclusions, are at present in force in the Com- pany indicated above by ®, as follows: Name of Insured COXCO, INC. i —1-'15 JAMBOREE ROAD REALIGNMENT - EASTBLUFF DRIVE TO PALISADES ROAD CONTRACT NO. 847 KIND OF INSURANCE LIMITS OF LIABILITY POLICY NO. EFFECTIVE EXPIRATION Workmen's Compensation Manufacturers' & Contractors' Thousand Dollars Each Person Bodily Injury Liability Thousand Dollars Each Accident Property Damage Liability Thousand Dollars Each Accident Thousand Dollars Aggregate Owners' or Contractors' Protective Thousand Dollars Each Person Bodily Injury Liability Thousand Dollars Each Accident Property Damage Liability Thousand Dollars Each Accident Thousand Dollars Aggregate Comprehensive Automobile * Thousand Dollars Each Person Bodily Injury Liability * Thousand Dollars Each Accident Property Damage Liability -x— Thousand Dollars Each Accident 7_I--Ci Comprehensive General * Thousand Dollars Each Person Bodily Injury Liability * Thousand Dollars Each Accident * Thousand Dollars Aggregate Property Damage Liability * Thousand Dollars Each Accident * Thousand Dollars Aggregate Thousand Dollars Each Person Bodily Injury Liability Thousand Dollars Each Accident Thousand Dollars Aggregate Property Damage Liability Thousand Dollars Each Accident Thousand Dollars Aggregate *$2,000,000. SINGLE LIMIT BODILY INJURY AND PROPERTY DAMAGE COMBINED. XXxKxdhl(16, xxxx WREN $ VAN ALEN, INC. ��a�$i�`����,`����kX The Etna Casualty and Surety Company % �L � The Standard Fire Insurance Company BY -...----_ ............... - - - - - - - -..._._..- -- ..-------------------------- Authoriz Representative (C- 206 -P) 3-65 F] 1111EN DC RSE E`;T • IT IS HEREBY UNDERSTOOD AND AGREED THAT THE POLICY TO WHIC;' THIS CERTIFICATP. RSFE%`S MAY NOT BE CANCELLED, MATERIALLY CHANGED) NOR TIME AMOUNT OF COVERAGE THEREOF REDUCED, NOR THE °POLICY ALLOnED TO LAPSE U\TIL TEN (10) DAYS AFTER RECEIPT nY TEE CITY CLERK 0:' T-IE CITY OF NE &ORT BEACH, CITY HALL, NEWPORT BEACH, CALIFORNIA, OF A RE�;ISTERED, WRITTEN NOTICE OF Su3i CANCELLATION OR REDUCTION IN COVE RASH. This endorsement, issued by one of the below named companies, forms a part of the policy to which attached, effective on the incep- tion date of the policy unless otherwise stated herein. (The information below is required only when this endorsement is issued sr hsequenl to preparation of the policy.) Endorsement Eff JULY 1, 1966 '' 18SCO, INC. Named Insured PREMIUM: Additional S Return S WREN $ VAN ALEN, INC Policy No,33AL 45699 C,1 Endorsement No. The .4_4na Casualty and Sure:., Gc::;oany The Ztandard =Ira Insurance Company Hartford, Connecticut Countersigned ........ .. �... Authorized Agent `��_ /) _ y/• i� �/ Pr /etident (045sw ims TER RITvRL � LRd 17S CLA`SI FICATiOH PA L'T DISIR I T j't' I LINE PREGP,ULt ERPOSURE P II STATE I RATE 15 y BI PG CLASS OR FORM I C ll,� —� COMPREHENSIVE; GLNER,' L LL.BILITl ENDORSETENT I;DDITION;;L IIM NEST – PRINCIPnL IT IS RGREED TH.,T THE POLICY IS E LADED TO COGFdR THE - ZDITIONAL INSURED DESIGN -TED BELOW SUBJECT TO THE FOLLLWING PiROVISIOIvTS: (1) THE COVM.GE :;FFGItLED BY THIS ENDGRSrJ hid ^1 SHALL .,PPLY ONLY TO OPi:'I,TIONS PERFOId-M FOR SUCH :DDITICN:,L INSURED BY THE N,,ArM INSUPhD OR HIS SUBCONTmICTORS I,ND GENERLL SUPWISION THT2CF BY SUCH f,L'DITIONt L INbUH D, IF TIE icCCIDENT OCCURS IN THE COUILSE OF SUCH OPERATIONS. (2) THE PPOaUH FCR THIS LNDCALZI, 14T SH:.LL BL B: >SED ON "COST ".. TH;L WORD IICGSTII I•Z NV T'HI� TOT..I. COST TO THE J)DITIONiLL IN- SURED OF LL WOib: LET OR SUBLET TO OR BY THE NE.IE -D INSU _FD, INCLUDING TH's COST OF :.LL L J30, 1,Z TERIaLS AND EQUIM. -,NT FU,udIS. i•.D, USED OR DELIVLt,il FOtc USE IN THE EXECUTION OF SUCH WORX l'THETHER FURNISHED DY THE PIdNCIPi,L CONTrULCTOR OR SUB– CONTR.CTOR, INCLUDING :J1 F4ES,.:JILO d,.NCES, BONUSES OR COhlISSIONS N;d)E, PAID OR DUIE. l.DDITION:LL INSURED: Tail CITY OF NE :PORT LEACH JOH: JV30REE ROAD 'TALICN%IENT (CONTRACT NO. S47) IT IS FUi,THLIR t,GREED THE PR MI, SHALL BL DETERI -TINED AS FOLLOWS: RATES PP.EP' Mi COST B. I. P.D. B.I. P.D. T. 3. D. T.B.D. T.B.D. ..B.D. T. 3.1). U -152 This endorsement, issued by one of the below named companies, forms a part of the policy to which attached, effective on the incep- tion date of the policy unless otherwise stated herein. (The information below it required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective ULY 1, 1900 policy No. 33AL 45699 C ".4 Endorsement No. Named Insured COXCO, INC. PREMIUM: Additional $ Return $ WREN 4 VAN ALEN, INC. The .C-tna Casualty and Surety Company The Standard t=ire insurance Countersigncd � //M Hartford, Connecticut Authorized Agent President t /] Pretidn (90455 -1 -B) 1/65 CERTIFICATE OF INSURANCE ��►� PACIFIC EMPLOYERS GROUP OF INSURANCE COMP HOME OFFICE - LOS ANGELES - CALIFORNIA PACIFIC EMPLOYERS INSURANCE COMPANY E] ALLIED INSURANCE COMPANY ❑ CALIFORNIA FOOD INDUSTRY INSURANCE COMPANY HAS ISSUED TO THE INSURED NAMED HEREIN A VALID WORKMEN'S COMPENSATION INSURANCE POLICY APPROVED BY THE INSURANCE COMMISSIONER. IF THIS POLICY IS CANCELLED. TEN DAYS ADVANCE NOTICE WILL BE MAILED TO THE CERTIFICATE HOLDER NAMED BELOW C E� E 1 Am Praducer 1 O C *A" F L w y 0"fa I D iili.R Nom�I r e�ynrd A�d�d�ress of Insured A R IT E L STMM9 CAiriPEMIA LOCATION AND DESCRIPTION OF WORK JANKAN I " 1UUQk*W-9AMVM MVE ='+sue *WS CMITXIV.T W* 64? POLICY NO $1 M 1"3" EXPIRATION DATE My It ADDITIONAL INFORMATION VOLUNTARILY FURNISHED 19,57 BRANCH OFFICE THIS CERTIFICATE IS ISSUED FOR INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. DATE ISSUED " 2*e 194 ISSUED BY me a forgas INSURANCE COMPANY 5 "m i YPA mma nwm NO MAILED TO CERTIFICATE HOLDER TO PRODUCER- A WTHORIZEO FORM PEGC`110 TOOM 1-e4 This notice is sent in compliance with Section 3800 Labor Code *_ ❑ The (Etna Casualty and Surety Compa,4y ❑ The Standard Fire Insurance Company Hartford, Connecticut To CM OP IMNpolC! ZVI= CM HALL M WORT SU Mis COM PONIA C. r�/9/SGUl{CUU/? e EIN 10 Date im =ai 19" Gentlemen: This is to certify that insurance policies, subject to their terms, conditions and ezdusions, are at present in force in the Com- pang indicated above by M, as follows: Name of Insured 00X00, Iii. V M i VAM ALHM* DW. The /Etna Casualty and Surety Company. The Standard Fire Insurance Company By .-.....-----..- .---- -- ..--- -.-....._....-... -- ----- --------------------------------- (G306 -II 3 -65 ALLtIfO[taed Rtp[ tanVE F LIMITS OF LIABILITY POLICY NO. EFFECTIVE EXPIRATION KIND OF INSURANCE Workmen's Compensation Manufacturers' & Contractors' Thousand Dollars Each Person Bodily Injury Liability Thousand Dollars Each Accident Property Damage Liability Thousand Dollars Each Accident Thousand Dollars Aggregate Owners' or Contractors' Protective Thousand Dollars Each Person Bodily Injury Liability Thousand Dollars Each Accident Property Damage Liability Thousand Dollars Each Accident Thousand Dollars Aggregate Comprehensive Automobile * Thousand Dollars Each Person Bodily Injury Liability. * Thousand Dollars Each Accident Property Damage Liability Thousand Dollars Each Accident Comprehensive General * Thousand Dollars Each Person Bodily Injury Liability * Thousand Dollars Each Accident * Thousand Dollars Aggregate Property Damage Liability * Thousand Dollars Each Accident * Thousand Dollars Aggregate Thousand Dollars Each Person Bodily Injury Liability Thousand Dollars Each Accident Thousand Dollars Aggregate Property Damage Liability Thousand Dollars Each Accident Thousand Dollars Aggregate * =2 000 000. SINQ4 LIiaT BODILY IM URY MD PRWMM DNiM OMMU. V M i VAM ALHM* DW. The /Etna Casualty and Surety Company. The Standard Fire Insurance Company By .-.....-----..- .---- -- ..--- -.-....._....-... -- ----- --------------------------------- (G306 -II 3 -65 ALLtIfO[taed Rtp[ tanVE F IT IS '1ERE3Y UM`-; 2ST00D AND AGREED THAT TI11E POLICY TO 111IS CERTIFICATC !TFEP6 MAY NOT BE CNL CELLED, 'MATERIALLY C11MCE -D, NOR T11E AMOUNT OF COVERAGE THEREOF REDUCED, NOR THE - °POLICY ALLO'�ED TO LAPSE UNTIL TEN (10) DAYS AFTER RECEIPT BY T>' 'L CITY CLERK OF THE CITY OF XE'r,PORT BEACH, CITY i'iALL, \E;'dPORT BEACH, CALIFORNIA, OF A REGIST':. °D, WRITTE-N NOTICE OF SUM CANCELLATION OR REDUCTION IN COVi;P.',G�, This endorsement, issued by one of the below named companies, forms a part of the policy to which attached, effective on the incep- tion date of the policy unless otherwise stated herein. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effect JULY 1, 1986 itco, INC. Named Insured 1. PREMIUM: Additional $ Return $ 1'1RFN ft VAIN ALEN, INC, Policy No.33AL 45699 CM Endorsement No. The Etna Casua -:.,i and Surely Company The Standard Fire lnstzvz _ae Company 7 Hartford, Connecticut Countersigned .. ........ .G?�`�'.- . -�.� -� t Aur hot ized Agent ( \ n ~ P�'dent (90455 -8) 1/65 AILNI S 0J, AN, . %A.4c GOid lr'' TERRITORY - _, FIFE 4' LIN'"T3 ,ClASSIP „ +i ID6 �IPAVE DISTnlei LIRE � STATE RATE ; I, , BI PD CLASS OF FORM CONIPREHENSIVn GENZR,;L LL.BILITY E;NDORSaXNT ADDITIONi: L INT ;PEST - PRINCIPI.L PREMIUM EXPOSURE P C IT IS iiGREED TH..T THE POLICY IS EITENDED TO COVER THE DDITION,SL INSURED DESIGNLT$D BLLUd SUBJECT TO THE FOLLOII[ING PROVISIONS: (1) THE COVER(.GE 0FGItUED BY THIS SHnLL „ PPLY ONLY TO OPECbTIONS PLITCIdZ) FOR SUCH 0DITIO14 ;.L INSURED BY THE N.,S,.ED INSURED OR HIS SUBCONTR';CTORS AND GENERiL SUPERVISION THDIsi;CF BY SUCH i;DDITIONt,L INaUhI0, IF THE iXCIDENT OCCURS IN THE COURSE OF SUCH OPER TIONS. (2) THE PREI<;IUI,f FOR THIS I. :"DCRSEr -liT SP,t Ll BL B.;SED ON 11COST1. THE, WORD 110GSTII PsE P '1H5 TOT L COST TO THE ,DDITIONAL IN- SURED OF LLL 'W101- S LET 01, SUBLET TO OR BY THE NI;,Ni D INSURED, INCLUDING T:is COST OF :.LL L. BOR, hl; TERI: LS` AND EQUIPIMNT FUISIS. L,D, USED OR DELIVLI:, 5D FOrc USE IN THE EMCUTIGN OF SUCH WOIUC b''1HETHE? FURNI5HED EY THE PxINCIPr.L CON'TRI'XTOR OR SUB- CONTR'.CTOR, INCLUDING i;I.L FLES,- : ISO d LACES, BGNUSES OR Coix;IdSSIONS 4v DE, PLID OR DUE. E.DDITION, L INSURED: THE CITY OF SENPORT BEACH JOB: JX120REL ROAD r!EALICN),tE :NT (CONTRACT N0, 547) IT IS FUiiTHEh .,GREED THE PROIIU . Sii LL BL DETEFdMaD LS FOLLOWS: R: TES I'MlIUM COST B. I. P.D. B.I. P.D. T. 3.D, T.B.D. T.B.D. T.B.D. T.3.!), U -152 This endorsement, issued by one of the below named companies, forms a part of the policy to which attached, effective on the incep- tion date of the policy unless otherwise stated herein. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective ULY 1, 1966 Policy No. 33AL 45699 C4 Endorsement No. Named Insured COXCO, INC. PREMIUM: Additional $ Return $ WREN i, VAN ALEN, INC. The dEtna Casualty and Surety Con %pang The Standard [-,: zt 1nsurz_ -oz Company �j Hartford, Connecticut Countersigned ...._......;.... ......... Authorized Ag_ent President (90455.1.8) 1/65 M January #. 1968 Mr. J. Wylie Carlyle County Recorder Box 238 Santa Anal California 92702 Dear Mr. Carlyle: Attached for recordation is Notice of Completion of Public Works project consisting of Jamboree Road Realignment OContract No. C • 847) on which Coxco. Inc. was contractor and The Aetna Casualty and Surety was Surety. Please record and return to us. Very truly yours. Laura Lagios City Clerk City of Newport Beach am Bncl. 0 6 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: ACCEPTANCE OF JAMBOREE ROAD REALIGNMENT (C -847) RECOMMENDATIONS: 1. Accept the work, December 27, 1967 /L/-'? 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 filed. 4. Assess liquidated damages in the amount of $12,800. DISCUSSION: The contract for the realignment of Jamboree Road has been completed to the satisfaction of the Public Works Department, Due to the possibility of the assessment of liquidated damages, a financial accounting for the project has not been submitted at this time. Upon Council action on the damages and receipt of a final billing from the Orange County Road Department, a complete accounting will be submitted. During construction of the bridge, it was discovered that the deck slabs had been improperly fabricated. It was agreed by the City, State, and County Flood Control District that the contractor could repair the defective deck by placing a cast -in -place concrete slab over the precast panels. A delay in completion of the project of over 8 months resulted. Attached is a brief history of the delays and computation of the re- commended amount of liquidated damages. The contractor on the project was Coxco, Inc., of Stanton, California. The bridge deck sub - contractor was Rockwin Prestressed Concrete Corporation of Santa fe Springs, California. seph Devlin P blic W s Director GPD:naj Att: uiarvoi nvil �e eR1ed g/ �.e / c, FILE o13Le ,l ( // 7-1-y %� R 7i /O ��c / /; e f%S �P&Jen-Teal Ova 711e C' ✓.Y /_ r/lnio2 REALIGN: ;ENT OE JAMBOREE ROAD (1047) CC.; ?UTATION OF REVISED COMPLETION DATE AND LIQUIDATED DAMAGES ;•. cen Tact called for completion of the project in 250 working days. Any placement of fill due to high pore pressure were to be added :1_.2 of co ;:,pletion. she fill was to be placed at the rate of one -half I- — r wee".. Most of the fill was placed at the rate of one foot in one lee;<, ti @5: a `Beek off to allow for stabilization, resulting in an average cf 1/2 .cot per week. The engineer might delay the paving up to 6 months attar the -completion of the fill to allow the rate of settler,ent to decrease. lI. ONRu ;OL�uY: A certain amounl. of clearing started on December 2, 1964, however ;,he actual start was delayed until January 11, 1965 due to errors in _h- plans •relative to alignment. Start of construction. 1 -11 -65 250 working days 1 -6 -66 Rain and wet ground (23 days) 1 -29 -66 Opr. Engr. strike (31 days) 3 -1 -66 1z r:as dacided to take advantage of the above mentioned 6 month period to ccnst'ruct the 13 inch water main parallel to the roadway while the fill was settling. The water main contractor completed his work in the paved areas by September 1, 1966. The work on the bridge had been stopped in March, 1966. C.oxco elas notified on April 2E, July 13, and July 19, 1966 that the rate of sattlenent had slowed to a nearly acceptable. rate, that the repairs should -.ada to the bridge deck as soon as possible, and that paving of the road:!ay could begin by about September 1, 1966. Through the summer of 1966 tce: -e ';:as much correspondence from Rockwin and Coxco suggesting remedial „cds anal fro^ the City indicating that the methods did not appear to be aoc p able. In July, 1956; it was agreed by all parties that a consultant A Pace 2 Sunj ct: Realignment of Jamboree Road (0-847) . he ,• r& to .mare Mars and specifications for the remedial work. These were sulnizzK. reviewed. returned, revised, etc. through the fall of 1966. Due to =her of public agencies involved in the project, review and approval took up to 3 weeks in some cases. Also during this period, the County Road Depart- ..nn t ineidated they would withdraw their funds unless the deck was removed and replaced rather than repaired. The City attempted to convince the County that their stand should be reversed, however the County remained adamant. On December 30, 1966, the remedial work plans were approved by the City and the c;hara order issued. On January 9, 1967 the repairs were begun. There were soma further delays and correspondence due to portions of the work b9 ing per - formed in a Tess than acceptable manner. Upon completion of the deck, work was started on the barrier railing. The City's letter of May 24, 1967, indicates the dissatisfaction with the progress of that phase of the work. Upon actual completion of the bridge; the remaining grading, paving and drainage operations required approximately 30 days. M. Assuming that the grading and paving work had started on Septembeer 1, 1966, the project could have been completed by October 1, 1966. The date on which the work was sulstatially completed and the roadway opened to traffic was June 14, 1967, HE days laoar. Section 8 -06 of the Standard Specifications fixes the amount of liquidated damages at $50.00 per day. 256 days C $50.00 per day = $12,800.00 - s BAKER, FARNHAM & BEGAN ATTORNEYS AT LAW JAMES J. BAKER DANIEL W. FARNHAM WILLIAM D. BEGAN December 20, 1967 c' 7 COUNCIL: I °.No U ,✓��'t r /it YcL SMCk' /J Fl LE: , , � EA CODE 213 FI TELEPHONE 426-7155 ✓ie �. �`�;,, j;; 3610 LONG BEACH BOULEVARD ' LONG BEACH, CALIFORNIA 9060 i�11 c: Honorable Mayor and Members of the City Council City Hall 3300 Newport Boulevard Newport Beach, California 92660 RE: Jamboree Road Realignment (C -847) Rockwin Prestressed Concrete Corporation As legal counsel for Rockwin Prestressed Concrete Corporation, we are writing to respectfully request that we be afforded time to present, at your meeting of December 27, 1967, the position and contentions of Rockwin Prestressed Concrete Corporat- ion with respect to acceptance of the above improvement, and the intended assessment of "liquidated damages ". We are informed that the City's Department of Public Works intends to recommend acceptance of this improvement but with the assessment of $12,800.00 as "liquidated damages ". In general, the law and public policy of California provides that every contract by which the amount of damages to be paid, or other compensation to be made, is determined in anticip- ation thereof, is to that extent void, except as expressly or narrowly provided by law. A mere recital in a contract to support a provision for "liquidated damages" that the damages for a breach would be impracticable or difficult to ascertain is not conclusive. It is our contention that the amount of "liquidated damages" as computed in this case is an arbitrary sum under the circumstances, and does not represent a reason- able endeavor by the parties to estimate a fair compensation for any loss which may have been sustained by any breach. It is also our position that to assess in the form of "liqui- dated damages ", the time consumed in obtaining approval of the remedial work by the participating governmental agencies Honorable Mayor and Members of the City Council Page Two December 20, 1967 would constitute an inequitable and invalid enforcement of a forfeiture. Additionally, the execution of the change order for the remed- ial work performed would, under the facts of this case, include by necessary implication a reasonable time within which to complete such remedial work without penalty or forfeiture. It will be greatly appreciated if you will accord to us a rea- sonable opportunity to relate and substantiate the above and related factors pertaining to your consideration of what, if any, "liquidated damages" should properly be assessed as an adjunct to the acceptance of the work in question. Very respectfully, BAKER, FARNHAM & BEGAN DBegan WDB:mra cc: Director of Public Works cc: City Attorney cc: Mr. L. A. Compton cc: Mr. Russell A. Bergemann "? i i 6 T0: CITY COUNCIL FROM: PUBLIC WORKS DIRECTOR SUBJECT: JAMBOREE ROAD REALIGNMENT, C -847 RECOMMENDATION: M► - 5 APRIL 24, 1967 I -5 APPROVE CHANGE ORDER NUMBER 7 FOR THE SUBJECT PROJECT. DISCUSSION: SECTION 4 -03 OF THE CITY STANDARD SPECIFICATIONS REQUIRES COUNCIL APPROVAL OF ALL CHANGE ORDERS IN EXCESS OF $500. THE ORIGINAL PLANS FOR THE REALIGNMENT OF JAMBOREE ROAD FROM EASTBLUFF DRIVE TO PALISADES ROAD CALLED FOR THE CONSTRUCTION OF TWO DOWN DRAINS IN THE AREA SOUTHERLY OF THE BRIDGE. AS A RESULT OF THE DESIGN OF THE SECOND BRIDGE AND ROADWAY, IT HAS BEEN DETERMINED THAT THE DRAINAGE IN THIS AREA SHOULD, BE HANDLED BY AN UNDERGROUND SYSTEM, INCLUDING AN INLET SOX AND APPROXIMATELY 50 FEET OF PIPE BENEATH THE ROADWAY PRESENTLY UNDER CONSTRUCTION. AT IS FELT THAT THIS PORTION OF THE WORK SHOULD BE DONE AT THIS TIME RATHER THAN AS A PART OF THE SECOND ROADWAY. BY DELAYING THE WORK, THE COST WOULD BE NEARLY DOUBLED AND TRAFFIC WOULD BE GREATLY INCONVENIENCED. THE ESTIMATED COST OF THE INLET AND PIPE IS APPROXIMATELY•$I,000. THIS WILL BE PARTIALLY OFFSET, IN THE AMOUNT OF APPROXIMATELY $500 BY THE ELIMINATION OF THE TWO DOWN DRAINS. THE COST OF THIS WORK IS ELIGIBLE FOR REIMBURSEMENT BY BOTH GAS TAX AND A.H.F.P. FUNDS. APPROVAL OF CHANGE ORDER NUMBER 7 WILL PERMIT CONSTRUCTION AT THIS TIME. JOSEPH EVLIN PU LIC WO S DIRECTOR :NAJ CERTIFICATE OF INSURANCE !, -j PAC!* EMPLOYERS GROUP OF INSURANCE 4&MES. HOME OFFICE - LOS ANGELES - CALIFORNIA �. (PACIFIC EMPLOYERS INSURANCE COMPANY ❑ ALLIED INSURANCE COMPANY ❑ CALIFORNIA FOOD INDUSTRY INSURANCE COMPANY ❑ CALIFORNIA UNION INSURANCE COMPANY HAS ISSUED TO THE INSURED NAMED HEREIN A VALID WORKMEN'S COMPENSATION INSURANCE POLICY APPROVED BY THE INSURANCE COMMISSIONER. IF IHIS POLICY IS CANCELLED, TEN DAYS ADVANCE NOTICE WILL BE MAILED TO THE CERTIFICATE HOLDER NAMED BELOW C E I T H CITY OF NEWPORT BEACH, O CITY HALL,' F u NEWPCRT MACH, CALIF. Nome and Address oT Insured A R I COXCO, INC., E L IRAWER LVIA LOCATION AND DESCRIPTION OF WORK STAMON, CALIF. JOBt JAMBOREE ROAD REALIGNIIENT — EAS70W ]RIVE TO PALISADES ROAD, CONTRACT NO, 847 L" 1.I'i OVED AS TO FORM POLICY NO. 01 PEG 24433 EXPIRATION DATE I ADDITIONAL INFORMATION VOLUNTARILY FURNISHED I BRANCH OFFICE DATE ISSUED November 17 !96 4 ISSUED BY NO. MAILED TO CERTIFICATE HOLDER_ 5 TO PRODUCER_ 1 i(lFN P[ff -Iln IMM '/.R2 Dated: CITY ATTORNEY. Au JULY1 196 THIS CERTIFICATE 15 ISSUED FOR INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. . PACIFIC EI,`Pi 7AYERS IN CE COMPANY AUTHORIZED s j .T c� 8T .rt� (AMENDED CANCELIATION PROVISION) It is agreed that this Policy shall not be cancelled or reduced in coverage until 10 days after the parties listed below shall have received notice of such cancellation of reduction in coverage as evidenced by return receipt of REGISTERED NAIL notice addressed to: CITY CLERK OF THE CITY OF NEWPORT BEACH, CITY HALL, NEWPORT REACH, CALIFORNIA It is further agreed that the first two sentences of the cancellation condition of the policy are amended to read as follows. This policy may be cancelled by the insured by mailing written notice to the Company stating when, not lesss than 15 days thereafter, such cancellation shall be effective. This policy mad be cancelled by the Company by mailing to the insured at the address shown in this policy written notice stating when, not less than 10 days thereafter, such cancellation shall be effective. This end ro seme-df forms a part of the policy to which attached, effective from its date of issue unless otherwise stated herein. (The information below it required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective November 17, 1964 Policy No. 33 AL 35662 SC Endorsement No. Named Insured CO %CO3 INC. PREMIUM: Additional $ Return $ The /Etna Casualty and Surety Company The Standard Flee Insurance Company Hartford, Connecticut - WREN & VAN ALEN, INC. Countersigned ----- _ -_ €-� +�-�'� ,• Z �l'1''1�` Authorized Agent President. Code and Producer: Cum iccinnc� (90455 -1 -A) 1 -62 Territory Code Premium Jr. Kind (Sum & County or City) Policy Year Term Expiry Form Class Accounts Experience (90455 -1 -A) 1 -62 •I 1" 1 0 a10 1100 ' D4 N rxmw L 10! ADDITIONAL INTERF,ST - PRINCIPAL IT IS AGREED THAT THE POLICY IS EXTENDED TO COVER THE ADDITIONAL INSURED DESIGNATED BELOW SUBJT= TO THE FOLLMUNG PROVISIONS: (1) THE COVERAGE AFFORD°D BY THIS ORSEFM SHALL APPLY ONLY TO OPFRIMONS PERFORhED FOE SUCH ADDITIONAL INSURED BY THE NAMED INSURED OR HIS SUBCONTRACTORS AND G'7"i.ItAL SUPERVISION THEREOF BY SUCH ADDITIONAL INSURE?, IF TH Z�, ACCID-, nlT OCCURS IN THE COURSE OF SUCH OPIMATIONS. (2) THE PREP :IUM FOR THIS ENDORSIMP SHALL B BASED ON "COST ". ThM WOFD "COST" I ANS THE TOTAL COST TO THE ADDITIONAL IAYSURED OF ALL `TURK LET OR SUBLET TO OR BY THE NAITM INSURED, INCLUDING THE COST OF ALL LABOR, MATERIALS AND EIQUIPSt�iT FURNISM, USED OR DELIV:,]iED FOR USE IN THE FXBCUTION OF SUCH WORK WRrTHER FURNISHED BY TH7E PRINCIPAL CONTRACTOR OR SUB- CONTRACTO% INCLUDING ALL FEES, AIWUANCES, BONUSES OR COMPSISSIONS MADE, PAID OR DUE. ADDITIONAL INSURED, CITY OF NEWPORT BEACH, CALIFORNIA JOB: JAPIBOREE ROAD REALINGMENT - EASTBLUFF DRIVE TO PALISADES ROAD, CONTRACT N0. 847 IT IS FIMHM AGRFED THE PREMIUM SHALL BE DETMaNED AS FOLLOWS: RATES PREMIUM COST B.I. P.D. B.I. P.D. T.B.D. T.B.D. This endorsement forms a pact of the policy to which attached, effective from its dare of issue unless otherwise stated herein. (The information below is required only when this endorsement is issued .subsequent to preparation of the policy.) Endorsement Effective NOVEMBER 17, 1964 Policy No. 33 AL 35662 SO Endorsement No. Named Insured COg00, INC. PREMIUM: U-152 Additional $ Return $ The /Etna Casualty and Surety Company The Standard Fire Insurance Company Hartford, Connecticut EN & VAN AL) , INC. Countersigned ....� �— I .. 7 — :_-.�:--:--^ - ------ ------ ------ -- -t __._...._. . Authorized Agent President. Code and Producer: Commissions: (90455 -1 -A) 1 -62 Territory Code Premium Jr. Kind (State & County or City) Policy Year Term Expiry Form Class Accounts Experience (90455 -1 -A) 1 -62 r• • ! The Etna Casualty and Surety Company Hartford, Connecticut To CITY OF NEWPORT BEACH, CITY HALL, NEWPORT BEACH, CALIFORNIA TO 'S' Ca`ad: //.�7� �f C i "i Y ATTQ R :1 EY / EY +Date By . ..... 11/17/64 1 1 Gentlemen: This is to certify that insurance policies, subject to their terms, conditions and exclusions, are at present in force in this Com- pany as follows: Name of Insured COYCO, INC. Covering JAMBOREE ROAD REALIGNNENr — EASTBWFF DRIVE TO PALISADES ROAD,CONPRACT NO. 847 ' KIND OF INSURANCE LIMITS OF LIABILITY POLICY NO. EFFECTIVE EXPIRATION Workmen's Compensation - Manufacturers' & Contractors' Thousand Dollars Each Person Bodily Injury Liability Thousand Dollars Each Accident Property Damage Liability Thousand Dollars Each Accident Thousand Dollars Aggregate Owners' or Contractors' Protective Thousand Dollars Each Person Bodily Injury Liability Thousand Dollars Each Accident Property Damage Liability Thousand Dollars Each Accident Thousand Dollars Aggregate Comprehensive Automobile * Thousand Dollars Each Person Bodily Injury Liability # Thousand Dollars Each Accident 33 AL 35662 SC 7/1/64 7/1/65 Property Damage Liability Thousand Dollars Each Accident Comprehensive General # Thousand Dollars Each Person Bodily Injury Liability # Thousand Dollars Each Accident # Thousand Dollars Aggregate Property Damage Liability # Thousand Dollars Each Accident dF Thousand Dollars Aggregate Thousand Dollars Each Person Bodily Injury Liability Thousand Dollars Each Accident Thousand Dollars Aggregate Property Damage Liability Thousand Dollars Each Accident Thousand Dollars Aggregate # 2,000,000. SINGLE LIM :L. {C:3:t;C••.i• ?.rr•.a: c.rrT.n. The AEtna Casualty and Surety COmpany (C•20&0) 9-62 WREN ALEN,� By............. �- A ized Rtpresentadve V, t /rY czrw CONTRACT NO. C -847 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR JAMBOREE ROAD REALIGNMENT EASTBLUFF DRIVE TO PALISADES ROAD REVISED FIRST CONTRACT Approved by the City Council on this day of SF-pr.- n) BE 2 , 1964 to Ae Ty City Clerk 9� .1 0 JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road REVISED FIRST CONTRACT TABLE OF CONTENTS Page Title 1 Notice of Inviting Bids 2 Proposal (6 sheets) 3 Designation of Sub- Contractors 4 Bidders Bond 5 Labor and Material Bond 7 Performance Bonds 9 Non Collusion Affidavit 10 Bidders Statement of Financial Responsibility 11 Contract 13 Scope of Work 14 Standard Specifications 14 Working Time 15 Modifications to Standard Specifications 16 Soil Test Borings 17 Measurement of Pressure and Settlement 18 Maintenance of Traffic 18 Relocation of Overhead Utilities 19 Clearing and Grubbing 20 Roadway Excavation 21 Embankment Construction 22 Ditch Excavation 22 Compacting Original Ground 23 Imported Sand Borrow 24 Aggregate Base 25 Paving Items 27 Furnishing and Driving Piles 30 San Diego Creek Bridge 31 Special Drop Inlets 31 Standard Precast Manholes 32 Storm Drains and Culverts 33 Metal Beam Guardrail 33 Guide and Culvert Markers 33 Setting Road Signs 34 Removing Traffic Stripes 35 Modifying Manhole 36 Septic Tank System 37 Construction Surveys w . • 0 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE OF INVITING BIDS SEALED PROPOSALS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:30 a.m. on the 21sT day of OCTOBER, 1964 at which time they will be publicly opened and read, for performing work as follows: Jamboree Road Realignment Eastbluff Drive To Palisades Road Revised First�Coritract No bid will be received unless it is made on a proposal form furnished by the Public Works Department. 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, such guaranty to be forfeited should the bidder to whom the contract is awarded fail to enter into the contract. In accordance with the provisions of Section 1T70 of the Labor Code, 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 or type of workman or mechanic needed to execute the contract and is set forth in Resolution No. 5729. A copy of said Resolution is available in the office of the City Clerk in the City of Newport Beach. All bids are to be compared on the basis of the Engineer's estimate of the quantities of work to be done. No bid will be accepted from a Contractor who has not been licensed in accordance with the provisions of Chapter 9, Division 111 of Business and Professions Code. Plans and specifications,.forms of proposals, bonds, and contract may be obtain- ed at the Public Works Department, City Hall, Newport Beach, California. A non - refundable charge of $2.00 will be required for each set of Standard Specifications. A refundable deposit of $5.00 will be required for each set of plans, special provisions, and contract documents. The City of Newport Beach reserves the right to reject any or all bids and to waive any informality in such bids. CITY OF NEWPORT BEACH, CALIFORNIA Margery Schrouder, City Clerk 1. PROPOSAL -• To The Honorable City Council City of Newport Beach California The undersigned declares that he has carefully examined the location of the proposed work, that he has examined the plans and specifications, and read the accompanying instructions to bidders, and hereby proposes to furnish all materials and do all work required to complete the Realignment of Jamboree Road, Eastbluff Drive to Palisades Road, Contract No. C -847 as shown on City of Newport Beach Drawing No. R- 5010 -S, in accord- ance with the Plans, Standard Specifications, and Special Provisions, and that he will take in full payment therefor the following unit prices for each item complete in place, as applicable: Item Quantity Item Description Unit Total No. and Unit Unit Price Written in Words Price Price 1 Lump Sum Clearing and Grubbing @ ELEVEN THOUSAND FOUR Dollars HUNDRED and No Cents Per Lump Sum 2 70,000 Roadway Excavation @ Cubic Yards No Dollars and EIGHTY -FIVE Cents Per Cubic Yard 3 1550 Ditch .. Excavation @ Cubic Yards Two Dollars and FORTY Cents Per Cubic Yard 4 7,000 Compacting Original Ground @ Square Yards No Dollars and TEN Cents Per Squ$re'-Yai7d 5 18,000 Imported Sand.Borrow @ Cubic Yards ONE Dollars and Five Cents Per Cubic Yard $ r,i,400.00 $ 11 400.00 $ 0.85 $_521 500. 00 $ 2.4o $ 36g,X 2b. JAMBOREE ROAD REALIGNMENT Zastbluff Drive to Palisades Road Revised First Contract Item Quantity Item Description Unit Total No. and Unit Unit Price Written in Words Price Price 6 5,800 .Aggregate Base .@ Tons THREE Dollars and No Cents $ x.00 $17- 400.00, Per Ton 7 18 Liquid Asphalt (MC -1) @ Tons FIFTY Dollars and No Cents Per Ton 8 14 Asphaltic Emulsion (RS -1) @ Tons FIFTY Dollars and No Cents $5n_nn $ ;no Per Ton 9 2,150 Asphalt Concrete @ Tons Six Dollars and No Cents $ ti-nn $ 12 PGqQg_ Per Ton 10 2,350 Placing A. C. Ditches @ Linear Feet No Dollars and THIRTY -FIVF Cents $ 0.35 $ 822.50 Per Linear Foot 4,28 11 1;,.52 Furnishing Piles @ Linear Feet NINE Dollars and No Cents $ 9.00 $ 37,962.00 Per Linear Foot 7 4 lla 8r- Driving Piles @ Each FoUR HUNDRED Dollars No Cents $ 400.00 $ 29,600.00 Per Each JAMBOREE ROAD REALIGNMENT Eastbluff Drive to Palisades Road Revised First Contract i 2c. Item No. Quantity and Unit Item Description Unit Price Written in Words Unit Price Total Price 12 Lump Sum San Diego Creek Bridge @ THOUSAND ONE HUNDRED TWENTY - SEVEN Dollars SIX HUNDRED /W/ No Cents $127,600.00 $ 1-2; 4nn 00 Per Lump Sum 13 3 Special Drop Inlets @ Each THREE HUNDRED FIFTY Dollars and No Cents $ 350-on $ _I nn5n, n)n Per Each 14 Lump Sum Standard Precast Manhole @ -Two HUNDRED EIGHTV Dollars and No Cents $ 2An -nn $ 2,Ao nn Per Lump Sum 15 444 18" R.C.P. @ Linear Feet FLFVFN Dollars and Nn Cents $ I1.00 $ 4, :?1.00 Per Linear Foot 16 Lump Sum Reset 24" z 501 C.M.P. @ FOUR HUNDRED SIXTY Dollars and No Cents $ 460.00 $ 460.00 Per Lump Sum 17 150 30" C.M.P. @ Linear Feet SEVENTEEN 1�ollars and No Cents $ 17.00 $ 2,550•00 Per Linear Foot Item Quantity No. and Unit 18 46 Linear Feet 19 3 Each 20 3 Each 21 3 Each .22 260 Linear Feet 23 4o Each 0 0 JAMBOREE ROAD REALIGNMENT Eastbluff Drive to Palisades Road Revised First Contract Item Description Unit Price Written in Words 12" C.M.P. Downdrain @ EIGHT Dollars and No Cents Per Linear Foot Downdrain..Entrsince Tapers @ SEVENTY Dollars and No Cents Per Each Downdrain Slip Joints @ FIFTY Dollars and No Cents Per Each Downdrain Anchor Assemblies @ THIRTY Dollars and No Cents Per Each Metal Beam.Guard Railing @ THREE Dollars and SEVENTY Cents Per Linear Foot Guide and Culvert Markers @ TWELVE Dollars and No Cents Per Each 2d. Unit Total Price Price $ 8.00 $ 368.00 $ 70.00 $--Z10-.O $ 50.00 $ 150.00 $---30-- 00 $ 40.00 $----3 --Lo $ 962.00 $, 12.00 $ 480..00 • 2e. JAM$OREE ROAD REALIGNMENT Eastbluff Drive to Palisades Road Revised First Contract Item Quantity Item Description Unit Total No. and'U6it'. Unit Price Written in Words Price Price 24 20 Setting Road Signs @ Each TWELVE Dollars and No Cents $ 12.00 $ 240.00 Per Each 25 5)000 Removing Traffic Stripes @ Linear Feet No Dollars and TWELVE Cents $ 0.12 $ 600.00 Per Linear Foot 26 Lump Sum Modifying Manhole @ TWO HUNDRED Dollars and No Cents $ 200.00 $ 200.00 Per Lump Sum 27 Lump Sum Septic Tank System @ TWELVE HUNDRED Dollars and No Cents Per Lump Sum 28 Lump Sum Construction Surveys @ SIX THOUSAND Dollars and No Cents $ 6,000.00 $ �,ono.nn Per Lump Sum -Total Written in Words THREE HUNDRED AND THIRTY -EIGHT THOUSAND FOUR HUNDRED AND SIXTY -EIGHT Dollars and FIFTY Cents Total $�0 Pi 2 THE UNDERSIGNED AGREES THAT IN CASE OF DEFAULT IN EXECUTING THE REQUIRED CONTACT WITH NECESSARY BONDS WITHIN TEN (10) DAYS, NOT INCLUDING SUNDAY, AFTER HAVING RECEIVED NOTICE THAT THE CONTRACT 15 READY FOR SIGNATURE, THE PROCEEDS OF CHECK OR BOND ACCOMPANYING THIS BID SHALL BECOME THE PROPERTY OF THE CITY OF NEWPORT BEACH. LICENSED IN ACCORDACNE WITH THE STATUTES OF THE STATE OF CALIFORNIA PROVIDING FOR THE REGISTRATION OF CONTRACTORS LICENSE No. A2o67o7 THE UNDERSIGNED HAS CHECKED CAREFULLY ALL OF THE ABOVE FIGURES AND UNDERSTANDS THAT THE CITY WILL NOT BE RESPONSIBLE FOR ANY ERRORS OR OMISSIONS ON THE PART OF THE UNDERSIGNED IN MAKING UP THIS BID. ACCOMPANYING THIS PROPOSAL IS BIDDER'S BOND (CASH) CERTIFIED CHECKS CASHIER'S CHECK OR BOND) IN AN AMOUNT NW LESS THAN 10 PERCENT OF THE TOTAL BID PRICE. AC N - I26 PHONE UMBER Io/21/64 DATE COXCO'NC. C/O COX ERGS. CONSTRUCTION CO. P. 0. Box C STANTON, CALIFORNIA BIDDER'S ADDRESS COXCO, INC. BIDDER'S NAME (SEAL) /SIGNED,f BY: R. D. COX AUTHORIZED SIGNATURE R. D. COX - VICE PRES. AUTHORIZED SIGNATURE CORPORATION TYPE OF ORGANIZATION (INDIVIDUAL, CORPORATION, COPARTNERSHIP) LISTBELOW NAMES OF PRESIDENT, SECRETARY, TREASURER AND MANAGER IF A CORPORTATION AND NAMES OF ALL COPARTNERS IF A COPARTNERSHIP: A. S. COX - PRESIDENT MATHEW A. COX, VICE -PRES. R. D. COX - VICE PRES. R. D. COX - SEC.- TREAS. • DESIGNATION OF SUB - CONTRACTORS 0 PAGE 3 THE UNDERSIGNED CERTIFIES THAT HE HAS USED THE SUB -BIDS OF THE FOLLOWING LISTED CONTRACTORS IN MAKING UP HIS BID AND THAT THE SUB'- CONTRACTORS LISTED WILL BE USED FOR THE WORK FOR WHICH THEY BID, SUBJECT TO THE APPROVAL OF THE CITY ENGINEER, AND IN ACCORDANCE WITH THE APPLICABLE PROVISIONS OF THE SPECIFICATIONS. NO CHANGE MAY BE MADE IN THESE SUB- CONTRACTORS EXCEPT UPON THE PRIOR APPROVAL OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH. ITEM OF WORK SUB- CONTRACTOR ADDRESS j. CLEANING ASSOCIATED SALES ANAHEIM 2. PILING MACCO CORP. PARAMOUNT 3. PRE -CAST CONC. ROCK -WIN SANTA FE SPRINGS 4. DRAINAGE HAVLAN UNDERGROUND CO. SANTA ANA PC l•L BIDDER S AME /S/ AUTHORIZED IiII)INATURE= CORPORATION TYPE OF ORGANIZATION (INDIVIDUALS COPARTNERSHIP OR CORPORATION) COXCO, INC. Cp /O COX BROS. CONSTRUCTION CO. STAONTON,XCALIFORNIA ADDRESS BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOT/ ALL MEN BY THESE PRESENT, THAT WE, COXCO, INC. AND THE AETNA CASUALTY AND SURETY COMPANY PAGE 4 AS PRINCIPAL, SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OF COMPANYING BID TEN PERCENT (10 %) OF AMOUNT OF AC�DOLLARS ($ ), LAWFUL MONEY OF THE UNITED STATES FOR THE PAYMENT OF WHICH SUM WELL AND TRULY TO BE.MADE, WE BIND.OURSELVES, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, THAT IF THE PROPOSAL OF THE ABOVE BOUNDEN, PRINCIPAL FOR THE CONSTRUCTION OF JAMBOREE ROAD REALIGNMENT. EASTBLUFF DRIVE TO PALISADES ROAD 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 CONSTRUCTION AND SHALL EXECUTE AND DELIVER THE TWO (2) BONDS DESCRIBED IN THE `NOTICE INVITING BIDS" WITHIN TEN (10) DAYS (NOT INCLUDING SUNDAY) FROM THE DATE OF THE MAILING OF A NOTICE TO THE ABOVE BOUNDEN PRINCIPAL BY AND FROM SAID CITY OF NEWPORT BEACH THAT SAID CONTRACT IS READY FOR EXECUTION, THEN THIS OBLIGATION SHALL BECOME NULL AND VOID; OTHERWISE IT BE AND REMAIN IN FULL FORCE AND EFFECT, AND THE AMOUNT SPECIFIED HEREIN SHALL BE FORFEITED TO THE SAID CITY. IN WITNESS WHEREOF, WE HEREUNTO SET OUR HANDS AND SEALS THIS 21ST DAY OF OCTOBER , 1964 CORPORATE SEAL (IF CORPORATION) COXCO, INC. PRINCIPAL (ATTACH ACKNOWLEDGEMENT OF /S/ BY: R. D. Cox ATTORNEY IN FACT) R. D. COX - VICE PRES. THE AETNA CASUALTY AND SURETY COMPANY SURETY BY Ls _WILLIAM H. MCGEE TITLE WILLIAM H. MCGEE - ATTORNEY -IN -FACT i 6 PAGE 5 LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, THAT WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTED HAS AWARDED TO COXCO INC. HEREINAFTER DESIGNATED AS THE "PRINCIPAL", A CONTRACT FOR JAMBOREE ROAD REALIGNMENT. EASTBLUFF DRIVE TO PALISADES ROAD, REVISED FIRST CONTRACT IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFICA- TIONS AND OTHER CONTRACT DOCUMENTS ON FILE IN THE OFFICE OF THE CITY CLERK- WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND THE TERMS THEREOF REQUIRE THE FURNISHING OF A BOND WITH SAID CONTRACT, PROVIDING THAT IF SAID PRINCIPAL OR,ANY OF HIS OR ITS SUBCONTRACTORS, SHALL FAIL TO PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER OR OTHER SUPPLIES OR TEAMS USED IN, UPON, FOR OR ABOUT THE PERFORMANCE OF THE WORK AGREED TO BE DONE, OR FOR ANY WORK OR LABOR DONE THEREON OF ANY KIND, THE SURETY ON THIS BOND WILL PAY THE SAME TO THE EXTENT HEREINAFTER SET FORTH: NOW, THEREFORE, WE CnYrn, TNr_ THE AETNA CASUALTY AND AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND SU68TY rAUDANY AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF ONE HUNDRED SIXTY NINE THOUSAND TWO HUNDRED THIRTY FOUR AND 25/100 - - - - DOLLARS ($ 169,234,25 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 SUBCONTRAC- TORS, FAIL TO PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER OR OTHER SUPPLIES, OR TEAMS, USED No UPON, FOR OR ABOUT THE PERFORMANCE OF THE WORK CONTRACTED TO BE DONE, OR FOR ANY OTHER WORK OR LABOR THEREON OF ANY KIND, OR FOR AMOUNTS DUE UNDER THE UNEMPLOYMENT INSURANCE CODE WITH RESPECT TO SUCH WORK OR LABOR, THAT THE SURETY OR SURETIES WILL PAY FOR THE SAME, IN AN AMOUNT NOT EXCEEDING THE SUM SPECIFIED IN THE BOND, AND ALSO, IN CASE SUIT IS BROUGHT UPON THE BOND, A REASONABLE ATTORNEY'S FEE, TO BE FIXED BY THE COURT, AS REQUIRED BY THE PROVISIONS OF SECTION 4204 OF THE GOVERNMENT CODE OF THE STATE OF CALIFORNIA. PAGE 6 (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 STI.PULATES 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 CONTRACTOR OR TO THE WORK OR TO THE SPECIFICATIONS. IN WITNESS WHEREOF, THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND SURETY A80VE NAMED, ON THE 24th . DAY OF NOVEMBER , 196g_- APPROVED AS TO FORM: CITY A L70 RNEY ` y OF THErOITYA OFAPPROVED WPORT BE CHE Y Mq ON D ATT r: CITY a t r.Dxro, TN C- (SEAL) (SEAL) e Pr D. Cox — Sec.-Treat. -_� , etfe—l'— (SEAL "LONTRACTOR MATHEW A. COX, Vico-P;-0t, THE A AL (SEAL) William H. McGee, rney- in -6act COUNCC IL Io (SEAL) SURETY Executed in four (4) counterparts STATE OF CALIFORNIA ................ ............................................. ............... ......... it. County of ..L"..AsLg41 — -------------------------- - - - On this ... 24th ... . ................... day at .............. NQ.V2Mb_eX ......................................... in the year one thousand nine hundred and ......................sixty! faur .......... ........................ ................. before me, ...... ES-thpr --- L.-.1ar-dmald ................. .........._...._._......_..._.I a Notary Public .... ... in and for the County of ..... ...... __ ................... LOS-AngeleS ..... . ... ..., State of California, residing therein, duly commissioned and sworn, personally appeared ........................................ . ...... ....... . ... .................................................. ................. wlly. ... . ........... --------- I ... Willi. . ..... ...... ...... known to me to be the ......... ...... .. ...Attorney�inmFact ... . ... ............ ------------------ . of The Xtna Casualty and Surely Company, the corporation that executed the within instru- ment, and also known to me to be the Person.... who executed it on behalf of said corporation therein named, and ....he.... acknowledged to me that such corporation executed the same. Expires 8, 1966 IN WITNESS WHEREOF, I have hereunto jet my hand and affixed my official seal FIP at my office in the ........ ................................. ......................... county of 1-as --- &V91ble .. ........ .. the day and year in this certi Notary Public in and or the County of . .......... LO.s --- ftolo� ---°----. .- ..._.....- ...._...--......._. (S-1202-C) State of California. PAGE 7 THE PREMIUM ON THIS BOND IS $1,942.00 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS THAT, WHEREAS, THE CITY COUNCIL OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTED HAS AWARDED TO COXCO, INC. HEREINAFTER DESIGNATED AS THE "PRINCIPAL ", A CONTRACT FOR JAMBOREE ROAD REALIGNMENT, EASTBLUFF DRIVE TO PALISADES ROAD (REVISED FIRST CONTRACT) IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFICA- TIONS AND OTHER CONTRACT DOCUMENTS NOW ON FILE IN THE OFFICE OF THE CITY CLERK OF THE CITY OF NEWPORT BEACH. WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND THE TERMS THEREOF REQUIRE THE FURNISHING A BOND FOR THE FAITHFUL PERFORMANCE OF SAID CONTRACT, NOW, THEREFORE, WE, COXCORINC. AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE "CONTRACTOR" AND TMF AETNA fA.C11AT.TV AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF ONE HUNDRED SIXTY NINE THOUSAND TWO HUNDRED THIRTY FOUR AN DOLLARS ($ 169 -2 )� SAID SUM BEING EQUAL TO 50 OF THE ESTIMATED AMOUNT OF THE CONTRACT, TO BE PAID TO THE SAID CITY OR ITS CERTAIN ATTORNEY, ITS SUCCESSORS, AND ASSIGNS FOR WHICH PAYMENT, WELL AND TRULY TO BE MADE, WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND ADMINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS. THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE ABOVE BOUNDEN PRINCIPAL, HIS OR ITS HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS, OR ASSIGNS, SHALL IN ALL THINGS STAND TO AND ABIDE BY) AND WELL AND TRULY KEEP AND PERFORM THE COVENANTS, CONDITIONS AND AGREEMENTS IN THE SAID CONTRACT AND ANY ALTERATION THEREOF MADE AS THEREIN PROVIDED ON HIS OR THEIR PART, TO BE KEPT AND PERFORMED AT THE TIME AND IN THE MANNER THEREIN SPECIFIED, AND IN ALL RESPECTS ACCORDING TO THEIR TRUE INTENT AND MEANING, AND SHALL INDEMNIFY AND SAVE HARMLESS THE CITY OF NEWPORT BEACH, ITS OFFICERS AND AGENTS, AS THEREIN STIPULATED, THEN THIS OBLIGATION SHALL BECOME NULL AND VOID; OTHERWISE IT SHALL REMAIN IN FULL FORCE AND VIRTUE. PAGE 8 PERFORMANCE BOND - CONTINUED) AND SAID SURETY, FOR VALUE RECEIVED, HERESY STIPULATES AND AGREES THAT NO cNANOE, EXTENSrON OF TIME, ALTERATION OR ADDITION TO THE TERMS OF THE CONTRACT OR TO THE WORK TO BE PERFORMED THEREUNDER OR THE SPECIFICATIONS ACCOMPANYING THE SAME SHALL IN ANY WISE AFFECT ITS OBLIGATIONS ON THIS BOND, AND IT DOES HERESY 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 WITNESS WHEREOF., THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND SURETY ABOVE NAMED, ON THE 2,4th DAY OF NOVEMBER , 196. 1' xco TNC _ (SEAL) (SEAL) R D. Cox — Sec. Tre*r (SEAL) COX, Vice-Pres. THE AE (SEAL) By / cc' -�L� (SEAL ) , uRETYIVilliam H. McG Attorney -in -Fact Executed in four (4) counterparts APPROVED AS TO FORM: i CITY AT T Er �- STATE OF CALIFORNIA ........................................................ ............................... ee. County of .... ._ ...... Ln.. ngeles ...... ....... ___ On this . .......24th .................... day of .............1 om. emb& x_..... ...... .... ......... ... ...... ....... in Me year one thowand nine hundred and ....... ................ Sixty - f.0 I3Y. ........ --------- ................ ---- --- ------------ . • before me, ......... ESther -I. -.. Macdonald_...__.... ._....._........._.....__...._. a Notary Public ' " "',:. t in and for the County of .._. _.__..._ ....................... Los .. Angeles. ...._..., State of California, rending therein, duly1�}aommisrioned and jworn, personally appeared ...... ............... ........ ........... ...:, qV..� li Li. I'.; r�.'r itiVlN A \S� -1H 1�11•UEi ..._ .... ............................... • �.... .................... ........................................................... PFIpCIr'pL Urflt.v IN 1 - known to me to be the ..... .................... .AitOli3Cy. IlI4RFaCL. ... ..-.... .... .- ...- ..- .... ----- ---- ...... of 1.• :.. LU> qN C!'UN7V =� .... •••.•• ............ The .E'tno Casualty and Surety Company, the corporation that executed the within instru- ment, and also known to me to be the person_.. who executed it on behalf of said corporation therein named, and ---- he.... acknowledged to me that such corporation executed the came. IN WITNESS WHEREOF, I have hereunto set my hand and aFxed my official seal G, m6 at my office in the .................._........ ......__........_....._..._.__ County of .10S..Augeles ........... the day and year in this errtifi firsbroba written. .......... .... ......_ .._................. ..... ........... ... .... ..._ Notary Public in and for the County of .. ..... Los,_ AnfQ. eg..... ..... __.__._........... _._.......... (8- 19Y4 -C) Stall of Catifornia. Ll NON - COLLUSION AFFIDAVIT PAGE 9 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 AGGREMENT 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 CONTRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCONTRACTOR OR MATERIALMAN WHICH IS NOT PROCESSED THROUGH SAID BID DEPOSITORY, OR WHICH PRE- VENT 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 INDUCEMENT 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 WOMSOEVER TO PAY, DELIVER TO, OR SHARE WITH ANY OTHER PERSON IN ANY WAY OR MANNER, ANY OF THE PROCEEDS OF THE CONTRACTS SOUGHT BY THIS BID. SUBSCRIBED AND SWORN TO BEFORE ME BY THIS 22 DAY OF OCTOBER MY COMMISSION EXPIRES: JANUARY 9, 1967 COXCO, INC. /S/ JOHN CAREW ST. SEC 1964 /S/ MARY ELLEN WASILOFF NOTARY PUBLIC PAGE 10 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY TECHNICAL ABILITY AND EXPERIENCE THE BIDDER IS REQUIRED TO STATE WHAT WORK OF A SIMILAR CHARACTER TO THAT INCLUDED IN THE PROPOSED CONTRACT HE HAS SUCCESSFULLY PERFORMED AND GIVE REFERENCE WHICH WILL ENABLE THE CITY COUNCIL TO JUDGE HIS RESPONSIBILITY, EXPERIENCE, SKILL AND BUSINESS STANDING.) THE UNDERSIGNED SUBMITS HEREWITH A STATEMENT OF HIS FINANCIAL RESPONSIBILITY. THE UNDERSIGNED SUBMITS BELOW A STATEMENT OF THE WORK OF SIMILAR CHARACTER TO THAT INCLUDED IN THE PROPOSED CONTRACT WHICH HE HAS SUCCESSFULLY PERFORMED. SEE ATTACHED STATEMENT COXCO, INC. /S/ JOHN CAREW SIGNED ASST. SEC'Y C O N T R A C T THIS AGREEMENT, MADE AND ENTERED INTO THIS 3A-g_DAY OF PAGE 1i BY AND BETWEEN THE CITY OF NEWPORT BEACH, CALIFORNIA, HEREINAFTER DESIGNATED AS THE CITY, PARTY OF THE FIRST PART, AND C.OXCO, INC. HEREINAFTER DESIGNATED AS THE CONTRACTOR, PARTY OF THE SECOND PART, WITNESSETH: THAT THE PARTIES HERETO DO MUTUALLY AGREE AS FOLLOWS; 1. FOR AND IN CONSIDERATION OF THE PAYMENTS AND AGREEMENTS HEREINAFTER MENTIONED I TO BE MADE AND PERFORMED BY THE CITY, THE CONTRACTOR AGREES WITH THE CITY TO FURNISH ALL MATERIALS AND LABOR FOR THE CONSTRUCTION OF JAMBOREE ROAD REALIGNMENT, EASTBLUFF DRIVE TO PALISADES ROAD, REVISED FIRST CONTRACT AND TO PERFORM AND COMPLETE IN A GOOD AND WORKMANLIKE MANNER ALL THE WORK PERTAINI`NG 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. 'L• 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 CONSE- QUENCE OF THE SUSPENSION OR DISCONTINUANCE OF WORK, EXCEPT SUCH AS IN SAID SPECIFI- CATIONS ARE EXPRESSLY STIPULATED TO BE BORNE BY THE CITY) AND FOR WELL AND FAITHFULLY COMPLETING THE WORK AND THE WHOLE THEREOF, IN THE MANNER SHOWN AND DESCRIBED IN THE SAID PLANS AND SPECIFICATIONS, THE CITY WILL PAY AND THE CONTRACTOR SHALL RECEIVE IN FULL COMPENSATION THEREFOR 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 aTHE COVENANTS HEREIN CONTAINED, 4. THE NOTICE TO BIDDERS, INSTRUCTIONS TO BIDDERS, CONTRACTORS PROPOSAL, AND THE PLANS AND SPECIFICATIONS, AND ALL AMENDMENTS THEREOF, WHEN APPROVED BY THE 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. PAGE 12 IN WITNESS WHEREOF, THE PARTIES HERETO HAVE CAUSED THIS CONTRACT TO BE EXECUTED THE DAY AND YEAR FIRST ABOVE WRITTEN. CITY OF NEWPORT BEACH, CALIFORNIA i ATTEST: leer Fuj't &. b CITY C RK ~ CONTRACTOR (SEAL) BY R. a Cox - ce Pr" g, D. Cox — Sec. - Treas. TITLE Y [� MATHEW A. COX, Vice -Pres. TITLE APPROVED AS TO FORM: E 40 13. SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road REVISED FIRST CONTRACT SCOPE OF WORK This contract involves the construction of a two lane roadway on a new alignment for Jamboree Road between Eastbluff Drive and Palisades Road in the City of Newport Beach, California. The project includes grading, paving and draining the roadway as well as constructing a 337 foot long reinforced concrete highway bridge. A conference for prospective bidders will be held approximately ten days prior to the date of bid opening. It is anticipated that this conference will include inspection tours at both the job site and the sand borrow source. Detailed information in regard to this conference Will be issued by the Public Works Director in the near future. SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road FFV;SED FIRST CONTRACT STANDARD SPECIFICATIONS The Standard Specifications, City of Newport Beach Public Works Department shall apply to this project. Any items not specifically covered therein or on the plans shall be governed by the applicable sections of the Standard Specifications of the State of California, Division of Highway., January 1960 Editions L: <:;',rr t, *:c.?., c:� Vii: ;N J!r.;o E3G.: P.,c 5 =:.4+. f.. 6F. :Q VC ?NAa0 ©e 'T. HC Fe FO:u�''N' Cr T —.:.. ;,ra:*€ S7A.Naoiac- WORKING TIME The project shall be completed within 250 working days. Special attention is directed to the fact that unstable ground con- ditions in the areas to be filled require that embankment construction proceed at a retarded and carefully controlled rate. Additionally, it is anticipated that the Engineer may order that completed embank- ments be allowed to settle for as much as six calendar months before permitting construction of the paving required thereon. The days on which filling operations are suspended at the discretion of the Engineer wiii not be considered working days. Similarly, work- ing day. will_ not be charged after completion of embankments until the Engineer allows paving work to proceed. 15. SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road REVISED FIRST CONTRACT MODIFICATIONS TO STANDARD SPECIFICATIONS The City Standard Specifications are clarified and /or modified as indicated below: 1. Section 1 - 13. Delete the phrase "and all subsequent additions and revisions" from the paragraph defining State Standard Specifications. 2. Section 7 - 03. Sections 1810 through 1815 of the Labor Code, as revised in 1961, shall apply. 3. Section 7 - 10. No separate payment will be made for complying with the provisions of this section. 4. Section 10 - 04. No separate payment will be made for removal of oversize material from the subgrade. 5. Section 6 - 01. The test by which "relative compaction" or "standard density" is to be determined is Test Method No. California 216. 6. Section 12 - 04. Paint binder shall consist of mixing type asphaltic emulsion SS -1 or SS-1h. 7. Section 16 - 04. Removal and replacement of unsuitable material below pipe grade will be paid for as EXTRA,WORK. . -.a. The depth will be determined by the Engineer. 8. Structure Excavation and Structure Backfill. The requirements of the State Standard Specifications shall apply for all structure excavation and structure backfill including that for pipe laying. The contractor's attention is called to the fact that there will be no separate payment for structure excavation and structure backfill in connection with certain items of work. The particular items are indicated elsewhere in the plans and specifications. SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road REVISED FIRST CONTRACT SOIL TEST BORINGS Attention is directed to the soil data sheets which are a record of data obtained for the City by others and represent the character of materials encountered at various test boring locations within the limits of the project. These_ sheets are .included only As a convenience to bidders. - There is no guarantee, either expressed or implied that the conditions indicated are representative of those actually existing throughout the project, or any part of it or that unforseen developments may not occur. The Contractor's attention is also directed to the fact that a foundation report for this project prepared by Porter, O'Brien and Armstrong, Consult- ing Engineers is available for review in the offices of the Department of Public Works, City of Newport Beach. Examination of the above information shall not be construed as a waiver of the Contractor's obligation to inspect the soil conditions himself before submitting a bid. By submitting a bid, the Contractor acknowledges that he has satisfied himself as to the nature of the work, including but not limited to the conditions affecting handling and storage of materials, dis- posal of excess materials, and level and amount of ground water. 16. SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road REVISED FIRST'CONTRACT MEASUREMENT OF PRESSURE AND SETTLEMENT The City will furnish and install a system of piezometers and settlement platforms prior to the construction of any roadway embankment. The Con- tractor shall not construct any roadway embankment, except "Pervious Fill (Zone 1)" until after required piezometers and settlement platforms have been installed. The Contractor shall protect these instruments from any damage during his entire construction operation. Any of the above described instruments damaged during the construction period will be repaired or replaced by the City and at the expense of the Contractor and construction operations in the area affected by the damaged instrument shall cease until repairs satisfactory to the engineer have been completed. 17. ].8. SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive to Palisades Road REVISED FIRST CONTRACT MAINTENANCE OF TRAFFIC Unobstructed two -way traffic shall be maintained on Jamboree Road at all times. Access to the ranch buildings near the northerly end of the project shall be maintained at all times. The TEMPORARY BYPASS called for on the plans is designed to serve for a limited length of time only. To minimize maintenance costs and inconvenience to the public, the Contractor shall schedule grading, draining and paving of the DETOUR so that traffic will not be on the TEMPORARY BYPASS for more than 15 consecutive working days, unless otherwise approved by the Engineer, A S°o�tts 1-r-'nDlV'ed fl.. tai ^i.ena _ce of Traffic.. --hall, be. �a ? cosc'.dered ,he itFm.E ^.f work. n'_� ad7it:^Pa COTpo�azi'Pwill be -e to a'.io::-s of vari uw, power and temephol =e, poles sup2a ' g`, "° hea3 1111]'.1'ity 141M ?� a."."= .`.iinW.. On t!.e p :_8n5. 'he location indicated arc' app_ -x xmtr .onS,rP h:,jvever, and it stall be the reppcnr.ibility of t; i- ()ntraa -"= t^.. 'eer'fv the Lndly' dual pc 1p. l,ocatfons and. tri determ -_,,e t• %. �: ape, d_, eer,ior_ a :d clearance of the attached c-rerhead. lines. The op ra- ^r cf there poles a7id syerhead ! i, lyiV✓ LR SZG C: w:ll be rpspa—ibla or the relocatio. and zea=angeme;^t of same. '1:. e _ ontractor .;ral be r° p+or_ty? _e fog° not fying tie ow.r_ e"_ t.'� o p t;n.b a� -° o e_,e .� s :,f his propc5ed .opereA.c _ -, in sufficMe:?t time to alllo- p. -°:per plez.e;. g -f the relocation= ±n *,,c , e3. The Contractor sha.ml co- operate to the fullest with there •crwne_ ardbDr cperattrs so that thF belocati:om and rearrar_geoent. wc_ °k may progres_ is a reascr,ab: e cannery t "ts dupb_oation f effo-rt will b e "_niatAZe.a and that ser,, -f ee5 rerderei by Peen 'J'e her°s and operators will not b':' i" LeceES&:_:_.';' SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road REVISED'FIRST CONTRACT CLEARING AND GRUBBING The requirements of Section 16 of the State Standard Specifications shall apply except as modified below: The Contractor shall make his own arrangements for disposing of all objec- tionable materials outside the project right -of -way, in accordance with Section 7 -1.13 of the State Standard Specifications. All costs involved shall be considered incidental to the lump sum contract price for Clearing and Grubbing and no other compensation will be allowed. Attention is directed to the fact that existing fences which are to be removed along the westerly edge of the Detour need not be replaced. Existing post mounted signs shall be carefully removed and salvaged, as directed. All signs are to remain the property of the City and those not ,reused on the project are to be stockpiled, as directed. All costs involved in removing and stockpiling these signs shall be considered incidental to the lump sum contract price for Clearing and Grubbing and no other compensation will be allowed. Payment for resetting existing signs is provided for elsewhere in these specifications. All costs involved in removing the raised traffic bars near the southerly end of the job shall be considered incidental to the lump sum contract price for Clearing and Grubbing and no other compensation will be allowed. 19. SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road } <.EVIS?D FT ET Cr,T;TRAC`i' ROADWAY EXCAVATION All material to be used in constructing the embankment.:. excepo. i}; pervious sand blanket, is to be obtained from roadway xcavatinn a the north end of the project. In the event that insufficient + eaterial is available within the above roadway prism local borrow source.;: immediately adjacent to the right -of -way will be designated by ,.:;. Engineer. Existin.!: topsoil in areas to be excavated shall be stripped to the depth:, designated by the Engineer. Topsoil material thus stripped shall be stockpiled immediately adjacent to the project right -of -way in the, vicinity of Station 94 +50, or as directed. Payment for all co:-t.- involv:•d in excavating and placing local borrow if' required. and all cost, iivolved in stripping and stockpiling top: :oi.l will be made at the irit contract price per cubic yard for Roadway Excavation and no other coap::nsation will be allowed, Earthwork operations ch:il:, proc� ;ed _r s -na Tn -- r that will .Leave the excavation areas f.rep to drai,. •k,., all. time- 20o • ♦ 2l0 SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road REVISED FIRST CONTRACT EMBANKMENT CONSTRUCTION In general, the new embankments are to be constructed upon relatively unstable existing ground. The Contractor shall therefore comply strictly with the following precautionary construction procedures which are intended to minimize the possibility of slipouts or ruptures: (a.) Imported Sand Borrow used in constructing the pervious sand blanket is to be placed in an uncompacted state by end dumping or other approved means. (b.) Prior to constructing embankment upon the pervious sand blanket, the entire blanket shall be graded to a relatively smooth surface to facilitate installation of settlement control devices by others as indicated on the plans. (c.) Prior to constructing embankment upon the completed pervious sand blanket a period of not to exceed 14 calendar days shall be allowed to provide for the installation of a series of piezometers and settlement platforms by others. The Contractor shall excavate V- ditches in the pervious sand blanket, as directed, to accomodate the various runs of tubing required. Payment for all costs involved in excavating these V- ditches will be made at the unit contract price per cubic yard for Ditch Excavation, and no other compensation will be allowed. (d.) In general, the rate of embankment construction shall not exceed one -half (1/2) foot per week after the fill has reached a height of eight (8) feet above original ground. The Contractor is cautioned, however, that a slower rate of fill placement may be directed by the Engineer, or the filling operations may be suspended at the discretion of the Engineer for any length of time not to exceed 30 calendar days, if necessary to safeguard the work. Similarly, the Engineer may approve a faster rate of embankment construction if instrumentation readings are favorable. The Contractor shall not be entitled to extra compensation for any costs of extra equipment movements or other costs caused by any of the above pre- cautionary procedures. SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road REVISED FIRST CONTRACT DITCH EXCAVATION Ditch Excavation shall be in conformance with Section 19 -4 of the State Standard Specifications and these Special Provisions. The unit contract price per cubic yard for Ditch Excavation sha3] be considered full compensation for all excavting9 hauling and compacting required and no other compensation will be allowed. COMPACTING ORIGINAL GROUND Compacting Original Ground shall be in conformance with Section 19 -5 of the State Standard Specifications. The unit contract price per square yard shall be considered full compensation for all costs involved) including watering, and no other compensation will be allowed. 22. • % SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road WISED FIRST CONTRACT IMPORTED SAND BORROW Satisfactory Imported Sand Borrow for the pervious sand blanket may be obtained from the dredging deposits stockpiled in Big Canyon near Bayside Drive in the City of Newport Beach. This borrow site is located approxi- mately 0.5 miles westerly of Jamboree Road at a point approximately 1.5 miles southerly of the project beginning. No royalty charge will be required. The City will arrange for right -of entry to the borrow area within five days after receiving a request for same, in writing, from the Contractor. The Contractor is cautioned against trespassing upon the borrow site area without a Right -of -Entry permit. 23. The Contractor shall be responsible for providing, constructing and maintain- ing, at his own expense, an access or haul road between the borrow site and the existing public roadway of his choice. Special attention is directed to the fact that pending construction work by others contemplates the abandon- ment of portions of Bayside Drive between the borrow site and the project limits. The Contractor shall have the option of providing his own source for Imported Sand Borrow, providing that the material from such source meets the following requirements in all respects: Sieve Size Percentage Passing 4 inch 100 1/2 inch 60 - 100 No. 4 50 - 100 No. 8 15 - 100 No. 50 10 - 30 No. 100 0 - 20 No. 200 0 - 3 • % Imported Sand Borrow (cont.) No Imported Sand Borrow from alternate sources of the Contractor's choice shall be placed in the pervious sand blanket until the material from the alternate source has been inspected and approved by the Engineer. Quantities of Imported Sand Borrow to be paid for by the cubic yard will be determined in accordance with Section 19 -7.04 of the State Standard Specifications. The unit contract price per cubic yard for Imported Sand Borrow shall be full compensation for all costs involved in excavating, loading, hauling, placing and spreading the material as well as all costs involved in improv- ing and maintaining a dust -free haul or access road frcm the site to the public roadway of the Contractor's choice. AGGREGATE BASE Class 2 Aggregate Base of 1 -1/2 inch maximum grading size shall be furnished, placed and compacted in accordance with Section 26 of the State Standard Specifications, The unit contract price per ton shall be considered full compensation for all costs involved in constructing aggreggite base as shown on the plans and no other compensation will be allowed. 24. SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road REVISED FIRST CONTRACT PAVING ITEMS Asphalt Concrete shall be furnished and placed in conformance with Section 12 -05 of the Standard Specifications except that the maximum size of mineral aggregate shall be 3/411. Asphalt concrete ditches and spillways shall be placed in conformance with the details shown on the plans and at the locations indicated. Payment for all costs involved in constructing A.C. ditches or A. C. spillways will be made on the basis of the unit contract price per linear foot for Placing A.C. Ditches and also at.the unit contract price per ton for Asphalt Concrete. No deduction will be made for the lengths of drainage flares or aprons. Asphalt concrete aprons or gutter flares are to be constructed, as indicated, at each overside drain location. Payment for all costs involved in this item of work will be made on the same basis as that provided for A.C. ditches and spillways above. Asphalt Concrete paving shall be placed in layers not to exceed 2 inches in compacted thickness. Liquid Asphalt (MC -1) shall be applied at the rates directed for the following: Prime coat on unpaved material prior to placing asphalt concrete for roadways, ditches and spillways. Treatment of roadway shoulders. Asphalt Emulsion (RS -1) shall be applied at the rates directed for the following: Tack coat on the bridge deck Tack coat on existing or "first lift" paving Surface treatment lifts on "Temporary Bypass" 25. . I • � 260 Paving Items (cont.) The surfacing for the Temporary Bypass shall consist of alternate applications of Asphaltic Emulsion (RS -1) and Imported Sand Borrow. Rates and number of applications will be as directed by the Engineer. Treated roadway shoulders shall consist of a single application of Liquid Asphalt (MC -1) covered by a light application of sand cover material. Payment for all costs involved in furnishing, hauling and spreading the sand used in paving operations will be made at the unit contract price per cubic yard for Imported Sand Borrow and no additional compensation will be allowed. • % SPECIAL PROVISIONS 4 JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road REVISED FIRST CONTRACT FURNISHING AN;D PEEING PILES Precast concrete piles for the San Diego Creek Bridge are to be furnished and installed in accordance with the plans and with Section 49 of the State Standard Specifications except as modified below: The Contractor shall submit his bid on the basis of only one of the three alternate piling arrangements shown on the plans. This work shall include the furnishing of all plant, labor, equipment, appliances and materials and performing all operations in connection with furnishing and driving prestressed concrete piles, in accordance with this section of the specification and applied drawings. Prestressed pre -cast concrete piles shall be solid octagonal or square in cross - section, cast as monolithic units, and stressed with high tensile cold drawn stress relieved steel strands: a. Concrete strength shall be @ fb' = 5000 psi and @ transfer of stress @ 4000 psi, AASHO 1.13.18. b. Strands steel for strands shall conform with ASTM Designation A- 416 -59T and shall have an ultimate strength of 250,000 psi, with (1) initial prestress @ 175,000 psi (2) final prestress @ 140,000 psi Strands shall be of a diameter indicated for pile sizes on the drawings, 7 -wire uncoated high - tensile, cold drawn type stress - relieved as a unit after the wires have been formed into a strand. Strands to be bonded to concrete shall be free of dirt, oil, grease and other deleterious substances and shall. be accurately placed before concrete is poured. Strands shall be accurately held in the position and stressed uniformly, not to exceed 70% of the minimum ultimate strength. Working force and working stresses will be considered as the force and stress remaining in the strand after creep of concrete and steel, shrinkage of concrete and other linear changes in the concrete have taken place. Strand will be placed in circular pattern for octagonal piles and square pattern for square piles, with spacing and cover as given on the plans. 27. Furnishing and Placing Piles (cont.) Four.2 -1/8" OD plastic sleeves shall be set into the head of piles at locations and of the depth indicated on.the plans. Rigid and unyielding forms shall be used. Form setting and stripping sequences shall be such as to prevent any plastic flow or deformation after stripping. The head of the pile shall be a plane normal to the axis of pile. Immediately after casting and finishing of piles, they shall be covered with damp burlap or ducking for a period of eight hours after which they sh?11 be covered with 4" thickness of sand or other approved soil; this covering shall be kept thoroughly damp for a period of not less than 14 days. Alternate methods of curing shall be subject to the approval of the Engineer. The full amount of tensioning shall be maintained until tests on concrete cylinders cast and cured under the same conditions as the piles indicate that the concrete in the piles has attained a compressive strength of at least 3500 psi. When piles are lifted or moved they shall be supported preferably at two points (two points pick -up) and according to the table given on the plans, and in general shall be handled in a manner to reduce strain to a minimum. No pile shall be driven unless a duly authorized county or city piling inspector is present on the job site. No piles shall be driven in locations where embankment will be placed, until such an embankment is completed to a full height. Piles that are damaged, mislocated or driven out of alig{pment shall be withdrawn and replaced by new piles, or repaired in a manner satisfactory to the Engineer at no cost to the city. All piles shall be placed accurately and shall be held during driving. Piles shall be driven to the plumb position. The maximum permissible horizontal deviation from the indicated locations shall be no more than 5 ". Each pile shall be driven continuously without voluntary interruption from first blow of the hammer until the required bearing capacities given in the piling schedule table on plans are developed. Minimum tip penetration elevations, as given in the table referred to above, shall serve only as a guide to the contractor, indicating suitable bearing stratas at each site. The number of jets and the volume and pressure of water at the jet nozzles shall be Lufficient to freely erode the material adjacent to the pile. The plants for jetting shall have sufficient capacity to deliver at all times @ 150 psi pressure, @ two 3/4" diameter jet nozzles. The final five feet of penetration shall be secured by driving without aid of water jets. Piles in embankments shall be drivdtn through predrilled holes in accordance with paragraph 49-1,06 of,the.California State.Standard Specifications. In the event it is not possible to drill below the bottom of the embankment and jetting is necessary the Contractor shall establish a controlled jet return water flow to be approved by the Engineer. The control devices shall remain in place until the jetting is completed. 28. • % Furnishing and Placing Piles (cont.) Hammers may be either single - acting or double - acting hammers. The bearing value P. will be determined by the following formulas: (P = 2WH for single- acting steam hammers AASHO ( '+ •1 2-3-6 (p = 2H(W+Ap) for double - acting steam hammers S+0.1 Twice the height of the bounce shall be deducted from "H" to determine it's value in the formula. P = Safe bearing value in pounds W = Weight, in pounds, of striking parts of hammer H - Height of fall, feet A = Area of piston in square inches p = Steam pressure in pounds per sq. inch at the hammer S = The average penetration in'Anches per blow for the last 10 - 20 blows for steam hammers. Piles shall be driven with an approved type hammer having an energy rating of not less than 18,000 foot pounds per blow. The piles shall be driven to practical refusal (0.10" to 0.25" per blow). The minimum penetration elevation shall be below the bottom surface of clay layer, as defined by boring logs. If practical refusal set shall occur at the bottom of a layer, underlaid with soft compressible stratas such as clayey or sandy silts, the pile shall be jetted down to within three feet from top surface of next firm suitable soil strata and then driven down to a final penetration into such a strata. Record readings shall be taken on all previously driven piles at 2 - 24 hour periods, to verify against heaving up of piles due to soil consolidation through clay layers. All piles heaving in excess of 2" shall be re- driven down to required cut -off lines. When it is necessary, after driving, to increase the length of the precast concrete pile, concrete shall be removed to expose sufficient reinforcing steel to permit a lap of at least 20 diameters. The added length shall be sufficient to reach the elevation required and shall be the same section, the same quality concrete, and the same reinforcing as the pile itself. When it is necessary, after driving, to decrease the length of the precast concrete pile the pile shall be cut off in such a manner as to avoid spelling or damaging the pile below cut -off. In case of such damage the pile shall be replaced or repaired as required by the Engineer. 29. SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Dirve To Palisades Road REVISED FIRST CONTRACT SAN DIEGO CREEK BRIDGE The lump sum contract price for the San Diego Creek Bridge shall include all costs involved in constructing the complete bridge excepting the following items for which separate payment will be made: Asphalt Concrete wearing surface on bridge deck, including tack coat. Furnishing and DrIvSrig. Piles. Payment will not be made separately for any incidental items such as excavation or structure backfill required for the bridge. Special attention is directed to the fact that the water line and supporting brackets shown on the easterly side of the bridge will be furnished and installed by others later. The cast -in -place inserts, however, are included in this contract. 3a. I SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road REVISED FIRST CONTRACT SPECIAL DROP INLETS Special Drop Inlets are to be constructed in conformance with the details shown on the plans and at the locations indicated. The unit contract price per each for Special Drop Inlets shall be considered full compensation for all materials and labor necessary to complete this item of work, which shall include payment for excavation and backfill. STANDARD:PRECAST MANHOLES A standard Precast Manhole shall be constructed at the location shown on the plans in conformance with the details of City Drawing STD -401 -L or City Drawing STD - 401 -L. The unit contract price per each for Standard Precast Manholes shall be considered full compensation for all materials and labor necessary to complete this item of work, which shall include payment for excavation and backfill. 31. i� SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive to Palisades Road REVISED FIRST CONTRACT STORM DRAINS AND CULVERTS The new 30 inch culvert shown on the plans in the vicinity of station 93 +00 shall be 14 gauge asbestos - bonded corrugated metal pipe conforming to the applicable portions of Section 66 -1.02H of the State Standard Specifications. All 18" Reinforced Concrete Pipe installed on this project shall provide a minimum D -Load of 2000 as defined by ASTM Specification] Designation 76. Satisfactory sand backfill material for pipes and culverts may be obtained from the source of Imported Sand Borrow described elsewhere in these special provisions. The existing 24" x 50" C.M.P. which is to be reset under this contract shall be carefully removed and stockpiled at the jobsite at least ten (1.0).working days prior to resetting. It is anticipated that preventative maintenand6 proceedures will-be undertaken by others•dur ng this period., The lump sum contract price for Reset 24" x 50" C.M.P. shall bo considered full compensation for all costs involved in removing and reinstalling this pipe including all structure excavation and backfill. The unit contract price per linear foot for culverts and drains of the various sizes and types indicated shall be considered full compensation for all costs involved in furnishing and placing the culverts and /or drains including all structure excavation and backfill. The unit contract prices per each for Downdrain Slip Joints, Entrance Tapers and Anchor Assemblies as detailed on the plans shall be considered full compensation for all costs involved in furnishing and placing these items and no other compensation will be allowed. 32. 1 SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road REVISED FIRST CONTRACT METAL BEAM GUARDRAIL Metal Beam Guardrail for the bridge approaches shall be furnished and installed in accordance with the details on the plans and Section 83 of the State Standard Specifications. Measurement and payment shall be in accordance with the applicable portions of the above mentioned Section 83 except that "terminal sections" will be measured as an even two (2) feet per each. GUIDE AND CULVERT MARKERS Guide and Culvert Markers shall be furnished and installed in accordance with the plans and Section 82 of the State Standard Specifications as hereinafter modified. All markers shall have metal posts in conformance with Section 82 -1.02B of the State Standard Specifications. It is anticipated that each marker will be placed initially as an aid to traffic control during construction and will later be reset in final position. The unit contract price per each for Guide and Culvert Markers shall be considered full compensation for furnishing, initial placing and final setting of all types of markers required. SETTING ROAD SIGNS This item of work involves setting post mounted road signs, as directed. These signs will either be furnished by the Engineer or will be salvaged from other locations within the area of work. Existing post mounted signs will be removed and re -set, or salvaged, as directed. All costs involved in removing these existing signs will be considered incidental to the lump sum contract price for Clearing and Grabbing. Payment for setting new or salvaged signs will be made at the contract unit price per each for Setting Road Signs. 33. 0 % SPECIAL PROVISIONS dAMBORER ROAD RFALIM04M Eastbluff Drive to Palisades Road REVISED FIRST CONTRACT RMOVIM TRAFFIC STRIPES Existing traffic stripes shall be removed as directed in conformance with the requirements of Section 15 -2 of the State Standard Specifications as modified below; Each square foot..of pavement markings will be considered as three (3) linear feet of traffic stripe. All debris resulting from the Contractor's operations shall be removed as it develops and before the end of each work day. The City reserves the right to increase or to omit all or any portion of the estimated length of traffic stripe to be removed. No adjustment in unit price., as set forth in Section 4 -1.03 B of the State Standard Specifications, will be allowed by reason of any such increase or decrease. 34. SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road REVISED FIRST CONTRACT MODIFYING MANHOLE The existing storm drain structure near station 72 +40 shall be modified as follows: (1.) Remove and stockpile the existing Alhambra A -1171 Grate. (2.) Adjust the existing Alhambra A -1171 frame to match the new roadway pavement surface in accordance with Section 15 -2 of the State Standard Specifications. (3.) Furnish and install an Alhambra A -1170 manhole cover, or equal. (4.) Connect new 18" R.C.P. In connecting the new 18" storm drain, the existing manhole wall shall be reconstructed with new materials similar in character to those used in the original construction and shall be grouted or dry- packed as necessary to provide a secure closure around the new pipe. All costs involved in the above modification work, including any required excavation and backfill, will be considered incidental to the lump sum contract price for Modifying Manhole and no other compensation will.be- allowed. 35• SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road REVISED FIRST CONTRACT SEPTIC TANK SYSTEM This item of work involves abandoning and replacing existing sanitary facilities for the building near the right side of the project at approximately station 100+00. The Contractor shall conduct his operations in a manner that will avoid unnecessary interruption of service to the building. The lump sum contract price for Septic Tank System shall include all costs involved in constructing the new system, connecting to the building, and abandoning the existing system. Separate payment will not be made for any oth=r items such as excavation and backfill. The septic tank shall be a "Pyramid" or equal, reinforced concrete unit having a 1,000- gallon liquid capacity. The unit shall have a minimum cover of 3 feet over the roof slab and shall be designed to accommodate an earth cover load of 350 pounds per square foot as well as a surface wheel load of 8,000 pounds. The leaching pit shall have an outside diameter of 5 feet and shall extend to a depth of 25 feet below the entering pipes The vertical walls of the pit shall be lined with unmortared masonry units placed with a clear lateral spacing between units of not more than 1/4 inch. The pit shall be provided with a covering unit or dome which will accommodate the same loadings as the septic tank. A minimum of 12 inches of coarse .aggregate shall be placed in the bottom of the pit and a thickness of approximately 6 inches of coarse aggregate shall be placed between the masonry units and the outside walls of the pit. The vitrified clay pipe required for this septic tank system shall be extra strength bell and spigot type conforming to ASTM Designation C -200 as well as Section 16 -02 of the Standard Specifications. Laying and jointing shall be in accordance with the requirements of Section 16 -06 of the Standard Specifications. The cleanouts indicated on the plans shall conform to the details shown on Drawing No. L -403 -STD in the Standard Specifications. Excavation and backfill shall be in accordance with the requirements of Sections 16 -04 and 16 -07 of the Standard Specifications. 360 SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road RW1W-`P19MWNTRACT CONSTRUCTION SURVEYS The Contractor shall be responsible for conducting all construction surveying or "stake out" work required for this project, with the exception of the following which will be accomplished by City forces: (1) Centerline for the main roadway will be staked and main control points (P,I,'s) monumented prior to construction. (2) Control Bench Marks will be established at convenient locations adjacent to the work and these will be periodically checked. (3) Surveys to determine pay quantities such as sand borrow and structure excavation. The lump sum contract price for Construction Surveys shall be full compensa- tion for all slope staking, blue topping and other "stake out". No other compensation will be allowed. i 0 Date December 4. 1964 TO: Finance Director FROM: City Clerk SUBJECT: Contract Contract No. C•847 Authorized by Resolution No. 6066 , adopted on r 90 1964 Date Mayor and City Clerk executed Contract D.a.amr 3s 1964 Effective date of Contract Doseebar 3a 1%4 Contract with a/o Cos aroa. Conatraatim Co. Address P. 0. sox C stantos. Ctlif. Brief description of Contract JSM602" Road roaligM@ft • Zaatbinff Drive to lalissdoa loads rsvisod first emtr"t Amount of Contract 0$3s.4W50 City Clerk b 11 2 4 5 6 7 M N 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 321 64 (12) It 0 RESOLUTION NO. 6066 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BRACH AWARDING A CONTRACT FOR JAMBOREE ROAD REALIGNMENT EASTBLUFF DRIVE TO PALISADES ROAD, REVISED FIST CONTRACT WHEREAS, pursuant to the Notice Inviting Bids for work consisting of the Jamboree Read Realignment, Eastbluff Drive to Palisades Road, Revised First Contract, in the City of Newport Beach, in accordance with the plans and specifications heretofore adopted, bids were received on the 21st day of October, 1964, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is Coxco, Inc.; NOW, THEREFORE, BE IT RESOLVED that the bid of Comco, Inc. in the amount of $338,468.50 be accepted and that the contract for the construction work be awarded to said bidder, subject to the approval thereof by the State. BE IT FURTHER RESOLVED that, upon approval of said award of contract by the State, the Mayor and City Clerk are hereby autho rized 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 Clark be directed to furnish an executed copy to the successful bidder. ADOPTED this 9th day of November, 1964. r Mayor ATTEST: i . a ` ty er I .­ CITY OF NEWPORT 4d BEACH �4 n. I ., CALIFORNIA City Flan c 3300 W. Newport Blvd.' Area Code 714 673.2UG 'J ULY :13,;1961 COXCO) INC: F P. O. DRAWER C STANTON CALIFORNIA ATTENTION: MR. R. A, KERFOOT SUBJECT: JAMBOREE ROAD REALIGNMENT (c-84 )o BRIDGE DECK UNITS GENTLEMEN: WE HAVE COMPLETED REVIEW OF THE RESULTS OF THE INVESTIGATION WHICH WAS CONDUCTED TO DETERMINE THE AMOUNT OF FLOTATION OF THE VOIDS IN THE DECK UNITS FQR THE JAMUQREE R9AP @RI9Q&• A HAVE ALIQ R11: VIEWED WITH OUR CONSULTING ENGINEERS AND WITH THE BRIDGE DEPART-'. MENT OF THE STATE DIVISION OF HIGHWAYS THE REMEDIAL MEASURES SUGGESTED BY YOUR SUBCONTRACTOR, RoCKWIN PRESTRESSED CONCRETE CORPORATION. IT 15 OUR OPINION THAT THE PROPOSED REMEDIAL MEASURES ARE NOT SATISFACTORY, BELAUSE OF THE FACT THAT THE DECK UNITS DO NOT COMPLY WITH THE R QUIREMENTS OF THE PLANS AND SPECIFICATIONS, YOU ARE HEREBY NOTI- ;rIED THAT THE BRIDGE DECK IS REJECTED AND MUST BE REPLACED WITH A DECK WHICH MEETS THE CONTRACT REQUIREMENTS. THE FOLLOWING DISCREPANCIES HAVE BEEN OBSERVED: 1• ALL OF THE DECK UNITS HAVE VOIDS WHICH HAVE FLOATED BY AMOUNTS VARYING FROM 3/4 INCH To 3-1/4 INCHES. Z. HONEYCOMBED CONCRETEp EXCESSIVE SURFACE CRACKINOp AND POORLY FINISHED CONCRETE ARE EVIDENT IN MANY UNITS. THE DIMENSIONAL TOLERANCES ARE EXCESSIVE) RESULTING IN SIDES AND ENDS OF THE UNITS NOT BEING PARALLEL OR OF PROPER ALIGNMENT. 4, MANY CURB DOWELS ARE NOT PROPERLY EMBEDDED. THE INSERTS FOR THE FUTURE 18-INCH WATER LINE BRACKETS' ARE NOT PROPERLY PLACED. 6. THERE ARE SOME LOCATIONS WHERE PLYWOOD REMOVAL' OF 'THE HOLD-DOWN TEMPLATES FOR THE -SONOTUSES HAS LEFT YO 103. THE CONCRETE. 1 j. 'Y COXCO, INC. "" 2.. ✓3 66,. C -847 SOME OF THE ABOVE MATTERS HAVE BEEN DISCUSSED PREVIOUSLY IN"'CORRCS -I IM1�• PONDENCE DATED MARCH., MARCH 173 AND APRIL 28, 1966. 4 '.,YOU ARE URGED TO COMMENCE REPLACEMENT OF THE DECK AS SOON AS • " POSSIBLE SO THAT COMPLETION OF Y Iti . '.... 'V ''l.'::.' THE PROJECT CAN BE ACCOMPLISHED.AND`<'`', THE ROADWAY PUT SERVICE. THE RATE OF FILL SETTLEMENT HAS'?, • TO.AN ACCEPTABLE. RATE,'•,'AND PAVING CAN BE DONE AS.. SOON .SLOWED iA " THE BRIDGE, IS COMPLETED•' { VERY TRULY YOURS," r , BENJAMIN B. NOLAN ' ASST., PUBLIC WORKS DIRECTOR,, C I " cc ;•R®CNIIIN PRUTRUIED - ,- CONCRETE CORP. O'BRIEN & ASSOC. ` .KEN ATTN: MR. J.. R. HOLDEMAN "•� ' ORANGE COUNTY ROAD DEPT. a ` 1 ATTN: MR.. WILL.IAM LEWIS a � 1 ) I ` 0 4 5 r )� 1I J { 1 ) I I 1 t r I x r ; 1 1 1 I ) j 1 I CITY OF NEWPORT BEACH CITY ATTORNEY DEPARTMENT July 2, 1965 To: City Clerk From: City Attorney Subject: C -847, Coxco, Inc. The certificates of insurance in connection with the subject contract are being returned without approval. They are in- adequate as the City is not named as an additional insured and they do not have the required cancellation clause. TullN �CJ Seymour THS:mec City Attorney Encs. n CITY OF NEWPORT BEACH •I CALIFORNIA JULY 2, 1965 ' COXCO.9 INC. P. 0. DRAWER "C" STANTONO CALIFORNIA ATTENTIONS MR. J. C. ELLEXSON SUBJECT: JAMBOREE ROAD REALIGNMENT CONTRACT N0. 847) CERTIFICATE or INSURANCE GENTLCMENI ENCLOSED PLEASE FIND CERTIFICATES OF INSURANCE FOR SUBJECT PROJECT, WHICH ARE BEING RETURNED TO YOU FOR CORRECTION. THE FOLLOWING INSURANCE REOUIRE- MENTS MUST BE STRICTLY FOLLOWEDS - 1. THE CITY OF NEWPORT BEACH "IS TO BE NAMED AS AN ADDITIONAL AS- SURED ON THE PUBLIC LIABtLITY AND PROPERTY DAMAGE INSURANCE. 2. THE LIMIT OF THE INSURANCE SMALL SE AS FOLLOW81 A. LIMIT OF LIABILITY FOR INJURY OR ACCIDENTAL DEATH: ONE PERSON $1000000.00 ONE ACCIDENT =300,000.00 B. LIMIT OF LIABILITY FOR PROPERTY OAMAGEI ONE ACCIDENT 25,000.00 AGGREGATE LIABILITY FOR LOSS 501000.00 3. THE POLICIES SHALL BE ENDORSED AS FOLLOW "IT IS HEREBY UNDERSTOOD AND AGREED THAT THE POLICY TO WHICH THIS CERTIFICATE REFERS MAY NOT BE CANCELLEOp MATERIALLY CNANGEDo NOR THE AMOUNT OF COVERAGE THEREOF RLOUCEDp NOR THE POLICY ALLOWED TO LAPSE UNTIL TEN (10) DAYS AFTER RECEIPT BY THE CITY CLERK Of THE CITY OF NEWPORT BEACH, CITY HALL, NEW- PORT BEACH, CALIFORNIA, OF A REGISTERED, WRITTEN NOTICE OF SUCH CANCELLATION CA REDUCTION IN COVERAGE." VERY TRULY YOURS Ke KENNETH L. PERRY ASSISTANT CITY ENGINEER KLP39t @Ct WREN AND VAN ALEN TO: CITY COUNCIL FROM: PUBLIC WORKS DIRECTOR SUBJECT: JAMBOREE ROAD REALIGNMENT, CONTRACT 847 RECOMMENDATION: MARCH 81 1965 J_ / D THAT, IN ORDER TO PROVIDE ADDITIONAL PAVING WIDTH FOR LEFT TURN CHANNEL - iZAT10N AND FOR RIGHT TURNS AT THE INTERSECTION OF JAMBOREE ROAD AND PALISADES ROAD, A CHANGE ORDER TO THE PRESENT CONTRACT BE AUTHORIZED, SUBJECT TO APPROVAL BY THE COUNTY AND BY THE STATE. THE ESTIMATED COST IS $9,500. DISCUSSION: ON JANUARY 115 1965, THE COUNCIL AUTHORIZED A PROJECT FOR CONSTRUCTION OF A TRAFFIC SIGNAL AT THE INTERSECTION OF JAMBOREE ROAD AND PALISADES ROAD. PRELIMINARY DES)GNS INDICATE THE DESIRABIL17Y OF PROVIDING ADDITIONAL PAVING FOR CHANNELIZATION PURPOSES. THE RECOMMENDED CHANGES WILL GREATLY INCREASE THE EFFICIENCY OF THE INTER- SECTION. IT WOULD BE ADVANTAGEOUS TO INCLUDE THE WORK UNDER THE PRESENT COXCO CONTRACT RATHER THAN THE TRAFFIC SIGNAL CONTRACT FOR FOUR REASONS: 1. THE COST WOULD PROBABLY BE LESS. Z. INTERSECTION CAPACITY WOULD BE IMPROVED AT AN EARLIER DATE. 3: THERE WOULD BE LESS INCONVENIENCE TO TRAFFIC. J ARRANGEMENTS FOR DRAINAGE WOULD BE SIMPLIFIED. FINANCING OF THE PAVING WORK IN THE PRESENT CONTRACT IS PROVIDED 50% BY COUNTY ARTERIAL HIGHWAY FUNDS AND 50% BY GAS TAX FUNDS. IF APPROVAL OF THE PROPOSED CHANGE IS GRANTED BY THE COUNTY AND BY THE STATE, THE ADDITIONAL COST WOULD BE FINANCED IN THE SAME WAY. UPON APPROVAL BY ALL AGENCIES, A BUDGET AMENDMENT WOULD BE SUBMITTED FOR COUNCIL CONSIDERATION. OSEP DEVLIN UBLIC ORKS DIRECTOR BBN:BE JIl'F.II.: ILE: t i December 4. 1964 Coxco, Inc. P. O. Box C Stanton, California Gentlemen: Enclosed with this letter is an executed copy of the Contract Documents for Jamboree Road Realignment Eastbluff Drive to Palisades Road, Revised First Contract. Very truly yours, Mary Ellen Wasiloff Deputy City Clerk City of Newport Beach TTtaw eaci. I CONTRACT NO. C -847 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR JAMBOREE ROAD REALIGNMENT EASTBLUFF DRIVE TO PALISADES ROAD REVISED FIRST CONTRACT COXCO, INC. Cox Bros. Construction Co. P. O. DMW It C On NGZ COUe STANTON, CALIFORNIA Approved by the City Council on this day of &erEm 8 2 , 1964 n JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road REVISED FIRST CONTRACT TABLE OF CONTENTS Page Title 1 Notice of Inviting Bids 2 Proposal (6 sheets) 3 Designation of Sub - Contractors 4 Bidders Bond 5 Labor and Material Bond 7 Performance Bonds 9 Non Collusion Affidavit 10 Bidders Statement of Financial Responsibility ll Contract 13 Scope of Work 14 Standard Specifications 14 Working Time 15 Modifications to Standard Specifications 16 Soil Test Borings 17 Measurement of Pressure and Settlement 18 MAintenance of Traffic 18 Relocation of Overhead Utilities 19 Clearing and Grubbing 20 Roadway Excavation 21 Embankment Construction 22 Ditch Excavation 22 Compacting Original Ground 23 Imported Sand Borrow 24 Aggregate Base 25 Paving Items 27 Furnishing and Driving Piles 30 San Diego Creek Bridge 31 Special Drop Inlets 31 Standard Precast Manholes 32 Storm Drains and Culverts 33 Metal Beam Guardrail 33 Guide and Culvert Markers 33 Setting Road Signs 34 Removing Traffic Stripes 35 Modifying Manhole 36 Septic Tank System 37 Construction Surveys CITY OF NEWPORT BEACH, CALIFORNIA NOTICE OF INVITING BIDS SEALED PROPOSALS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:30 a.m. on the 21ST day of OCT09ER, 1964 at which time they will be publicly opened and read, for performing work as follows: Jamboree Road Realignment Eastbluff Drive To Palisades Road Revised Fii:st ,Contract No bid will be received unless it is made on a proposal form furnished by the Public Works Department. 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, such guaranty to be forfeited should the bidder to whom the contract is awarded fail to enter into the contract. In accordance with the provisions of Section 1770 of the Labor Code, 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 or type of workman or mechanic needed to execute the contract and is set forth in Resolution No. 5729. A copy of said Resolution is available in the office of the City Clerk in the City of Newport Beach. All bids are to be compared on the basis of the Engineer's estimate of the quantities of work to be done. No bid will be accepted from a Contractor who has not been licensed in accordance with the provisions of Chapter 9, Division 111 of Business and Professions Code. Plans and specifications,.forms of proposals, bonds, and contract may be obtain- ed at the Public Works Department, City Hall, Newport Beach, California. A non - refundable charge of $2.00 will be required for each set of Standard Specifications. A refundable deposit of $5.00 will be required for each set of plans, special provisions, and contract documents. The City of Newport Beach reserves the right to reject any or all bids and to waive any informality in such bids. CITY OF NEWPORT BEACH, CALIFORNIA Margery Schrouder, City Clerk 1. PROPOSAL To The Honorable City Council City of Newport Beach California :*_ . 2a. The undersigned declares that he has carefully examined the location of the proposed work, that he has examined the plans and specifications, and read the accompanying instructions to bidders, and hereby proposes to furnish all materials and do all work required to complete the Realignment of Jamboree Road, Eastbluff Drive to Palisades Road, Contract No. C -847 as shown on City of Newport Beach Drawing No. R- 5010 -S, in accord- ance with the Plans, Standard Specifications, and Special Provisions, and that he will take in full payment therefor the following unit prices for each item complete in place, as applicable: Item Quantity Item Description No. and Unit Unit Price Written in Words 1 Lump Sum Clearing and Grubbing @ Unit Total Price Price 410wor 4r" , je I/WWP d Dollars and �U Cents A" $-. Per Lump Sum 2 70,000 Roadway Excavation @ Cubic Yards No �p Dollars and 11 �.Y K `YP Cents er Cubic Yard $ 0 S p 42199!- 42199!- _ $ ✓�/ f� 3 150 Ditch :. Excavation @ Cubic Yards Dollars ,c and f-p�. /yam Cents Per,,7abic Yard y 0 4 7,000 Compacting'.Original Ground @ Square Yards p Dollars and Ce Are nts $ i� $ 74. Per Square' -Yard 5 18,000 Imported Sand.Borrow @ Cubic Yards 4:70& Dollars and ` iYP Cents $ /�-� $ 8:9� Per Cubic Yard ' 2b. JAMBOREE ROAD REALIGNMENT Zastbluff Drive to Palisades Road Revised First Contract Item Quantity Item Description Unit Total No. and Unit Unit Price Written in Words Price Price 6 5,800 Aggregate Base .@ Tons /� Dollars �yand $ .3 Per Ton 7 18 Liquid Asphalt (MC -1) @ Tons — Dollars 'and Cents Per Ton — 8 14 Asphaltic Emulsion (RS -1) @ Tons i Dollars and d Cents Per Ton 9 2,150 Asphalt Cc crete @ Tons Dollars / and Cents Per Ton 10 2,350 Placing A. C. Ditches @ Linear ," ,{ Feet /yd Dollars * and Cents Per rinear Foot Furnishing Piles @ Linear ' `�fq ; Feet �j% //J/° Dollars p 1''f. �fto/� �i% Cents 5 oif Per Linear Foot � 11ay Driving Piles @ Each �� C yY 1 �IJY ✓//x/11// Dollars �/ and Aw �/ Q Aldo —Cents (,,%j • A/( /�V/ Per Each I • • JAMBOREE ROAD REALIGNMENT EastblufP Drive to Palisades Road Revised First Contract 2c. Item Quantity Item Description No. and Unit Unit Price Written in Words Unit Price Total Price 12 Lump Sum San Diego Creek Bridge @ *.F oe M •� $ $/.27 Per Lump Sum 13 3 Drop Inlets @ ,(Special Each r� / / /v/J�/i/i��i�f✓ Dollars and ryy Cents C40 $ -010 Per Each 14 Lump Sum Precast Manhole @ /Standard �fYV /i �!!/rfF►✓q� �(J�',/l�f�/�` Dollars Cents 80 du 0041 $ •2 $ •'7 Per Lump Sum 15 444 18" R.C.P. @ Linear Feet Dollars p��l —/�� /f iCents $ 1� Per Linear Foot is Lump Sum Reset 24" x 50' C.M.P. @ 146erod�OfWK -01 ` ✓o ---�_ s �_,and y Cents $ yb0 ' $ 160 Per Lump Sum 17 150 30" C.M.P. @ Linear ,[ Feet 4.) IiPH /�N �— Dollars and Cents Per Linear Foot JAMBOREE ROAD REALIGNMENT Eastbluff Drive to Palisades Road Revised First Contract Item Quantity Item Description Unit Total No. and.Unit . Unit Price Written in Words Price Price 18 46 12" C.M.P. Downdrain @ Linear Feet ���� Dollars and Cents Per Linear Foot 19 3 Dmmdrain..Entrapce Tapers @ Each Dollars and Cents Per Each 20 3 Downdrain Slip Joints @ Each � — /,&x `— Dollars and Cents Per Each 21 3 Downdrain Anchor Assemblies @ Each Dollars and Cents Per Each M-0-1 OAO 40- $F — $ 768 ONO $ fO w $ /SD .22 260 Metal Beam, Guard Railing @ Linear / Feet �/JrP/° Dollars and ;FO P(/PNf Cents $ Per Lonear Foot 23 40 Guide and Culvert Markers @ Each Dollars and and Cents $ . /Z - Per Each $ W,2 `o i JAMBOREE ROAD REALIGNMENT Eastbluff Drive to Palisades Road Revised First Contract 2e. Item No. Quantity Item Description and'Unit:. Unit Price Written in Words Unit Price Total Price 24 20 Setting Road Signs @ Each Dollars _ and Cents $ QV $ yO 00- Per Each 25 5,000 Removing Traffic Stripes @ Linear Feet Dollars and Cents $� $ riti 6� Per Linear Foot 26 Lump Sum Modifying Manhole @ �/l'!/ / /✓yJq�/�iv� — Dollars and ow Cents $ Its ' $ o!L Per Lump Sum 27 Lump Sum Septic Tank System @ �ifri%P vrl�sre�GD �rl ale and d+� - Cents Per Lump Sum 28 Lump Sum Construction Surveys @ and Cents Per Lump Sum _Total Written in Words r _.,,e.� FvY�w/ /S Ffy l�ff Total $110 j THE UNDERSIGNED AGREES THAT IN CASE OF DEFAULT IN EXECUTING THE REQUIRED CONTACT WITH NECESSARY BONDS WITHIN TEN (10) DAYS, NOT INCLUDING SUNDAY, AFTER HAVING RECEIVED NOTICE THAT THE CONTRACT IS READY FOR SIGNATURE, THE PROCEEDS OF CHECK OR BOND ACCOMPANYING THIS BID SHALL BECOME THE PROPERTY OF THE CITY OF NEWPORT BEACH. LICENSED IN ACCORDACNE WITH THE STATUTES OF THE STATE OF CALIFORNIA PROVIDING FOR THE REGISTRATION OF CONTRACTORS, LICENSE No. 04.2,&& 7f/7 THE UNDERSIGNED HAS CHECKED CAREFULLY ALL OF THE ABOVE FIGURES AND UNDERSTANDS THAT THE CITY WILL NOT BE RESPONSIBLE FOR ANY ERRORS OR OMISSIONS ON THE PART OF THE UNDERSIGNED IN MAKING UP THIS BID. ACCOMPANYING THIS PROPOSAL IS (CASE{, CERTIFIED CHECK, CASHIER'S IN AN AMOUNT NOTLESS THAN 10 PERCENT OF THE TOTAL BID PRICE- rc�jen 7 -6 /d d PHONE NUMBER BIDDERS NAME 4/ ATE CK OR BOND (SEAL) AU I f It IGN R D, a FVure$. AUTHORIZED SIGNATURE - - '- Cox Bros. Construction Co. — P. O. Box C = — Stanton,California BIDDER'S ADDRESS TYPE O ORGANIZATION (INDIVIDUAL, CORPORATION, COPARTNERSHIP LIST BELOW NAMES OF PRESIDENT, SECRETARY, TREASURER AND MANAGER IF A CORPORTATION AND NAMES OF ALL COPARTNERS IF A COPARTNERSHIP: A.S. Cox — PceE°.ient COXCO ►NC ( _ _— r ) P.$P_"_..�:J A. CO.", `dice -Pres. R. D. Cox - Vice Pres. C r �- Treas. 0 DESIGNATION OF SUB - CONTRACTORS • PAGE 3 THE UNDERSIGNED CERTIFIES THAT HE HAS USED THE SUB -BIDS OF THE FOLLOWING LISTED CONTRACTORS IN MAKING UP HIS BID AND THAT THE SUB'- CONTRACTORS LISTED WILL BE USED FOR THE WORK FOR WHICH THEY BID, SUBJECT TO THE APPROVAL OF THE CITY ENGINEER, AND IN ACCORDANCE WITH THE APPLICABLE PROVISIONS OF THE SPECIFICATIONS. NO CHANGE MAY BE MADE IN THESE SUB- CONTRACTORS EXCEPT UPON THE PRIOR APPROVAL OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH- ITEM OF WORK SUB- CONTRACTOR ADDRESS 2 3 4 5• 6. j DIDDER'S NAME IZED IGNATU ." D. Coy. Vice Prey.; ff - �Oi�doJ�►,TJsvrJ TYPE OF OR ANIZATION (INDIVIDUAL, COPARTNERSHIP OR CORPORATION) COXCO, INC. Co. —tee Cox 3 ". S. <...raction Sta:_ • � •.�aii4ornia ADDRESS H PAGE 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENT, THAT WE, ^ COXCO, INC. , AS PRINCIPAL, AND__ THE AETNA.CASUALTY AND SURETY COMPANY SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OF TEN PERCENT (10 %) OF AMOUNT OF ACCOMPANYING ID DOLLARS �_ _ ), LAWFUL MONEY OF THE UNITED STATES FOR THE PAYMENT OF WHICH SUM WELL AND TRULY TO BE MADE, WE BIND.OURSELVES, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, THAT IF THE PROPOSAL OF THE ABOVE BOUNDEN, PRINCIPAL FOR THE CONSTRUCTION OF JAMBOREE ROAD REALIGNMENT, EASTBLUFF DRIVE TO PALISADES ROAD 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 CONSTRUCTION AND SHALL EXECUTE AND DELIVER THE TWO (2) BONDS DESCRIBED IN THE "NOTICE INVITING BIDS" WITHIN TEN (10) DAYS (NOT INCLUDING SUNDAY) FROM THE DATE OF THE MAILING OF A NOTICE TO THE ABOVE BOUNDEN PRINCIPAL BY AND FROM SAID CITY OF NEWPORT BEACH THAT SAID CONTRACT IS READY FOR EXECUTION, THEN THIS OBLIGATION SHALL BECOME NULL AND VOID; OTHERWISE IT BE AND REMAIN IN FULL FORCE AND EFFECT, AND THE AMOUNT SPECIFIED HEREIN SHALL BE FORFEITED TO THE SAID CITY, IN WITNESS WHEREOF, WE HEREUNTO SET OUR HANDS AND SEALS THIS OF OCTOBER , 1964 . CORPORATE SEAL (IF CORPORATION) (ATTACH ACKNOWLEDGEMENT OF ATTORNEY IN FACT) 21St DAY COXCO, INC. _ N IPAL _ By. 8. D. Co - Vice Pres, THE'AETNA CASUALTY AND SURETY COMPANY SURETY TITLE 'William H. McGee - Att ey -in -Fact STATE OF CALIFORNIA ........................................... . ............................. . County of EN Wngelos On this .. ....... 21st ........... .. — day at ........ OCTOBER ... ....... .......... ..... in the year Slay ... fbili; ........... one thousand nine hundred and ............................................................. ............. ....... ............ ........ before me, -j .................................................... a Notary Public ............................................. �—w� in and for the County of .......... ............ ILDS.A�ag . ........... . ...................... State of California, residing therein, duly commissioned and sworn, personally appeared ......... ............................... . . ........................................ WILLIAM ... H ...... MCGEE ................................... ........................................... known to me to be the ----------- .................... . ................................................ of The �Etna Casualty and Surely Company, the corporation that executed the within instru- ......... . .. ...... ............... meat„ and also known to me to be the Person.... who executed it on behalf of said corporation i;C'AL SEAL, therein named, and ....he.... acknowledged to me that such corporation executed the Jame. P N MARY F. ROTi-i IN WITNESS W)IRREOP, I have hereunto set my hand and affixed my official seat o 0 NOTARY.VJOLC - 'Ali: JRMA 'r PRHN�IPAL OFFIGE IN at my office in the .................................................................... County of ....:.. ...:...g.........._..........., �ri L" ANGr1k$ COUNTY the day and year in this certificate %��ritten. ....... . .......... -.1-h ..................................................................... . .................. ......... Notary Public is and for the County of * ......... * ... ; -------- - . 400� -7 (8-1292-C) State q/ C.Wormid. My Cqmrri�ssion izxpim,_ 0 PAGE `J LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, THAT WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTED HAS AWARDED TO HEREINAFTER DESIGNATED AS THE "PRINCIPAL ", A CONTRACT FOR IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFICA- TIONS AND OTHER CONTRACT DOCUMENTS ON FILE IN THE OFFICE OF THE CITY CLERK. WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND THE TERMS THEREOF REQUIRE THE FURNISHING OF A BOND WITH SAID CONTRACT, PROVIDING THAT IF SAID PRINCIPAL OR,ANY OF HIS OR ITS SUBCONTRACTORS, SHALL FAIL TO PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER OR OTHER SUPPLIES OR TEAMS USED IN, UPON, FOR OR ABOUT THE PERFORMANCE OF THE WORK AGREED TO BE DONE, OR FOR ANY WORK OR LABOR DONE THEREON OF ANY KIND, THE SURETY ON THIS BOND WILL PAY THE SAME TO THE EXTENT HEREINAFTER SET FORTH: NOW, THEREFORE, WE AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF 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 SUBCONTRAC- TORS, FAIL TO PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER OR OTHER SUPPLIES, OR TEAMS, USED IN, UPON, FOR OR ABOUT THE PERFORMANCE OF THE WORK CONTRACTED TO BE DONE, OR FOR ANY OTHER WORK OR LABOR THEREON OF ANY KIND, OR FOR AMOUNTS DUE UNDER THE UNEMPLOYMENT INSURANCE CODE WITH RESPECT TO SUCH WORK OR LABOR, THAT THE SURETY OR SURETIES WILL PAY FOR THE SAME, IN AN AMOUNT NOT EXCEEDING THE SUM SPECIFIED IN THE BOND, AND ALSO, IN CASE SUIT IS BROUGHT UPON THE BOND, A REASONABLE ATTORNEY'S '' FEE, TO BE FIXED BY THE COURT, AS REQUIRED BY THE PROVISIONS OF SECTION 4204 OF THE GOVERNMENT CODE OF THE STATE OF CALIFORNIA. PAGE 6 (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 NOTICE 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 WITNESS WHEREOF, THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND SURETY ABOVE NAMED, ON THE . DAY OF , 196 APPROVED AS TO FORM: ITY ATTORNEY THIS BOND WAS APPROVED BY THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH BY MOTION ON 0ATE ATTEST: ITY LLERK RACTOR (SEAL) (SEAL) (SEAL (SEAL SEAL) (SEAL) SURETY PAGE 7 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS THAT, WHEREAS, THE CITY COUNCIL OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTED HAS AWARDED TO HEREINAFTER DESIGNATED AS THE "PRINCIPAL" A CONTRACT FOR IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFICA- TIONS AND OTHER CONTRACT DOCUMENTS NOW ON FILE IN THE OFFICE OF THE CITY CLERK OF THE CITY OF NEWPORT BEACH. WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND THE TERMS THEREOF REQUIRE THE FURNISHING A BOND FOR THE FAITHFUL PERFORMANCE OF SAID CONTRACT, NOW, THEREFORE, WE, 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 DOLLARS ($ ), SAID SUM BEING EQUAL TO 50 OF THE ESTIMATED AMOUNT OF THE CONTRACT, TO BE PAID TO THE SAID CITY OR ITS CERTAIN ATTORNEY, ITS SUCCESSORS, AND ASSIGNS; FOR WHICH 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. 0 0 PAGE 8 (PERFORMANCE BOND - CONTINUED) AND SAID SURETY, FOR VALUE RECEIVED, HEREBY STIPULATES AND AGREES THAT NO CHANGE, EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERMS OF THE CONTRACT OR TO THE WORK TO BE PERFORMED THEREUNDER OR THE SPECIFICATION3 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 WITNESS WHEREOF., THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND SURETY ABOVE NAMED, ON THE DAY OF. (SEAL) (SEAL) (SEAL) CONTRACTOR (SEAL) (SEAL) SURETY APPROVED AS TO FORM: CITY ATTgnNty s i PAGE 9 NON- COLLUSION AFFIDAVIT THE BIDDERS BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRESENT AT THE TIME OF FILING THIS BID, BEING DULY SWORN ON THEIR OATHS SAYS THAT NEITHER THEY NOR ANY OF THEMI HAVE IN ANY WAY, DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGEMENT OR AGGREMENT 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 CONTRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCONTRACTOR OR MATERIALMAN WHICH IS NOT PROCESSED THROUGH SAID BID DEPOSITORY, OR WHICH PRE- VENT 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 INDUCEMENT 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 CONTRACTS NOR HAS THIS BIDDER ANY AGREEMENT OR UNDERSTANDING OF ANY KIND WHATSOEVER, WITH ANY PERSON WOMSOEVER TO PAY, DELIVER TOE OR SHARE WITH ANY OTHER PERSON IN ANY WAY OR MANNERY ANY OF THE PROCEEDS OF THE CONTRACTS SOUGHT BY THIS BID. SUBSCRIBED AND SWORN TO BEFORE ME BY THIS 1 oz DAY OF L� ��a- ,t,. 196 "/-. MY COMMISSION EXPIRES: f, r�� • � `i ON l NOTARY BLIC 1i ELLEN ""3111" NOTARY PUOUC CALIFORNIA PRINCIPAL OFFICE IN ORANGE COUNTY �i - -i PAGE 10 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY TECHNICAL ABILITY AND EXPERIENCE (THE BIDDER IS'REQUIRED TO STATE WHAT WORK OF A SIMILAR CHARACTER TO THAT INCLUDED IN THE PROPOSED CONTRACT HE HAS SUCCESSFULLY PERFORMED AND GIVE REFERENCE WHICH WILL ENABLE THE CITY COUNCIL TO JUDGE HIS RESPONSIBILITY, EXPERIENCE, SKILL AND BUSINESS STANDING.) THE UNDERSIGNED SUBMITS HEREWITH A STATEMENT OF HIS FINANCIAL RESPONSIBILITY. THE UNDERSIGNED SUBMITS BELOW A STATEMENT OF THE WORK OF SIMILAR CHARACTER TO THAT INCLUDED IN THE PROPOSED CONTRACT WHICH HE HAS SUCCESSFULLY PERFORMED. LOXCO, INC. ; n -- NED/ (L • i PAGE 11 C O N T R A C T THIS AGREEMENT, MADE AND ENTERED INTO THIS DAY OF , 196_, BY AND BETQE`N THE CITY OF NEWPORT BEACH, CALIFORNIA, HEREINAFTER DESIGNATED AS THE CITY, PARTY OF THE FIRST PART, AND HEREINAFTER DESIGNATED AS THE CONTRACTOR, PARTY OF THE SECOND PART. WITNESSETH: THAT THE PARTIES HERETO DO MUTUALLY AGREE AS FOLLOWS: 1. FOR AND IN CONSIDERATION OF THE PAYMENTS AND AGREEMENTS HEREINAFTER MENTIONED TO BE MADE AND PERFORMED BY THE CITY, THE CONTRACTOR AGREES WITH THE CITY TO FURNISH ALL MATERIALS AND LABOR FOR THE CONSTRUCTION OF AND TO PERFORM AND COMPLETE IN A GOOD AND WORKMANLIKE MANNER ALL THE WORK PERTAINING 1HERETO 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. Z. FOR FURNISHING ALL SAID MATERIALS AND LABOR, TOOLS AND EQUIPMENT, AND DOING ALL THL 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 CONSE- QUENCE OF THE SUSPENSION OR DISCONTINUANCE OF WORK, EXCEPT SUCH AS IN SAID SPECIFI- CATIONS ARE EXPRESSLY STIPULATED TO BE BORNE BY THE CITY; AND FOR WELL AND FAITHFULLY COMPLETING THE WORK AND THE WHOLE THEREOF, IN THE MANNER SHOWN AND DESCRIBED IN THE SAID PLANS AND SPECIFICATIONS, THE CITY WILL PAY AND THE CONTRACTOR SHALL RECEIVE IN FULL COMPENSATION THEREFOR 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 SMELT 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 00'THE COVENANTS HEREIN CONTAINED. IF. THE NOTICE TO BIDDERS, INSTRUCTIONS TO BIDDERS, CONTRACTORS 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. PAGE 12 IN WITNESS WHEREOF) THE PARTIES HERETO HAVE CAUSED THIS CONTRACT TO BE EXECUTED THE DAY AND YEAR FIRST ABOVE WRITTEN. ATTEST: ITY CLERK APPROVED AS TO FORM: CITY ATTORNEY CITY OF NEWPORT BEACH) CALIFORNIA '01 YOR CONTRACTOR (SEAL) TITLE BY ITLE 0 0 13. SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road REVISED FIRST CONTRACT SCOPE OF WORK This contract involves the construction of a two lane roadway on a new alignment for Jamboree Road between Eastbluff Drive and Palisades Road in the City of Newport Beach, California. The project includes grading, paving and draining the roadway as well as constructing a 337 foot long reinforced concrete highway bridge. A conference for prospective bidders will be held approximately ten days prior to the date of bid opening. It is anticipated that this conference will include inspection tours at both the job site and the sand borrow source. Detailed information in regard to this conference will be issued by the Public Works Director in the near future. 0 0 SPECIAL PROVISIONS JAM30REE ROAD REALIGNMENT Eastbluff Drive To Palisades Road FEVI.SED FIBST CONTRACT STANDARD SPECIFICATIONS The Standard Specifications, City of Newport Beach Public Works Department shall apply to this project. Any items not specifically covered therein or on the plans shall be governed by the applicable sections of the Standard Specifications of the State of California, Divis_o.n of Highways, :anuary 1960 Editions. 5,4N Dir. =o 'Rt:lh. BR P:ic -:c t,!. sr s' 'AYE; WORKING TIME The project shall be completed within n. 5(} working days, Special attention is directed to the fact that unstable ground con- ditions in the areas to be filled require that embankment construction proceed at a retarded and carefully controlled rate. Additionally, it is anticipated that the Engineer may order that completed embank- ments be allowed to settle for as much as six calendar months before permitting construction of the paving required thereon. The days on which filling operations are suspended at the discretion of the Engineer will not be considered working days, Similarly, work- ing day_ will not be charged after completion of embankments until the Engineer allows paving work to proceed. 140 • 0 15. SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road REVISED FIRST CONTRACT MODIFICATIONS TO STANDARD SPECIFICATIONS The City Standard Specifications are clarified and /or modified as indicated below: 1. Section 1 - 13. Delete the phrase "and all subsequent additions and revisions" from the paragraph defining State Standard Specifications. 2. Section 7 - 03. Sections 1810 through 1815 of the Labor Code, as revised in 1961, shall apply. 3. Section 7 - 10. No separate payment will be made for complying with the provisions of this section. 4. Section 10 - 04. No separate payment will be made for removal of oversize material from the subgrade. 5. Section 6 - 01. The test by which "relative compaction" or "standard density" is to be determined is Test Method No. California 216. 6. Section 12 - 04. Paint binder shall consist of mixing type asphaltic emulsion SS -1 or SS-1h. 7. Section 16 - 04. Removal and replacement of unsuitable material below pipe grade will be paid for as EXTRA',.WORK. . ....I The depth will be determined by the Engineer. 8. Structure Excavation and Structure Backfill. The requirements of the State Standard Specifications shall apply for all structure excavation and structure backfill including that for pipe laying. The contractor's attention is called to the fact that there will be no separate payment for structure excavation and structure backfill in connection with certain items of work. The particular items are indicated elsewhere in the plans and specifications. • 16. SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road REVISED FIRST CONTRACT SOIL TEST BORINGS Attention is directed to the soil data sheets which are a record of data obtained for the City by others and represe�t the character of materials encountered at various test boring locations within the limits of the project. These . sheets are included only As .a convenience -to bidders. There is no guarantee, either expressed or implied that the conditions indicated are representative of those actually existing throughout the project, or any part of it or that unforseen developments may not occur. The Contractor's attention is also directed to the fact that a foundation report for this project prepared by Porter, O'Brien and Armstrong, Consult- ing Engineers is available for review in the offices of the Department of Public Works, City of Newport Beach. Examination of the above information shall not be construed as a waiver of the Contractor's obligation to inspect the soil conditions himself before submitting a bid. By submitting a bid, the Contractor acknowledges that he has satisfied himself as to the nature of the work, including but not limited to the conditions affecting handling and storage of materials, dis- posal of excess materials, and level and amount of ground water. 17. SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road REVISED FIRST CONTRACT MEASUREMENT OF PRESSURE AND SETTLEMENT The City will furnish and install a system of piezometers and settlement platforms prior to the construction of any roadway embankment. The Con- tractor shall not construct any roadway embankment, except "Pervious Fill (Zone 1)" until after required piezometers and settlement platforms have been installed. The Contractor shall protect these instruments from any damage during his entire construction operation. Any of the above described instruments damaged during the construction period will be repaired or replaced by the City and at the expense of the Contractor and construction operations in the area affected by the damaged instrument shall cease until repairs satisfactory to the engineer have been completed. 0 0 SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive to Palisades Road REMISED FIRST CONTRACT MAINTENANCE OF TRAFFIC Unobstructed two -way traffic shall be maintained on Jamboree Road at all times. Access to the ranch buildings near the northerly end of the project shall be maintained at all times. The TEMPORARY BYPASS called for on the plans is designed to serve for a limited length of time only. To minimize maintenance costs and inconvenience to the public, the Contractor shall schedule grading, draining and paving of the DETOUR so that traffic will not be on the TEMPORARY BYPASS for more than 15 consecutive working days, unless otherwise approved by the Engineer. N -..1 cAEtS '_ ^ro =red '_n Maintenance of Traff'_c be co :r'_,dered i'_ncfd' _nta.l to the oth items of work a-,d s o adds t' onal c:r. mper..s,a t on wii3 be P�e�CA .7.OTJ OF U`"UdMAD � ne locatio:a5 of vari.oua power and telephone poses suppo: ting ati erb ad !.;t: -ity 114 e.s are :;h W on t e 1)1&ns. The locations indicated arl appwcx %e-;e on%f, ?:owever, a:,d it shall be the responsibility of the Contractor to ,o.> "Y the 11i'1di7.dua1 pcie locatfors and to determlne t;A �;ype, e'_..rectl�-n a5:LL c]'.ea: anaes of the att -ache3 orerhead .line so 'he 0-Anei:'6 andfo,r operators of these p ^ley a;ld overhead 7At'`7R'ty l ne F: will be responsible for the relocation and reari- aai.gem�rrt of :ame. u.ia Contractor :>ha.:1 be respa.r__'.h._e for notifying t.qe owner:= and/or operators of his propcced operation&,, in suffici.snt time to al._',ow p..oper planni -g of the relocatior: involved. The 'Contractow shat co- operate to the f';Jllest with t er,e ow:ver er:i/cY Cperato_s so that t.'iF relocatia: and rearrange— ent wo-k may prrgres in a reasor,ab: ".e manner. the, duplication cf effort will b-1 minimizSd, and that ser<<ices rendered by euoh otm.er s and operet.sr:: will not b-� r= ece ee.=°i_'1y inte=.Pt„Fd. 1.8. 0 SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road REVISED'FIRST CONTRACT CLEARING AND GRUBBING The requirements of Section 16 of the State Standard Specifications shall apply except as modified below: The Contractor shall make his own arrangements for disposing of all objec- tionable materials outside the project right -of -way, in accordance with Section 7 -1.13 of the State Standard Specifications. All costs involved shall be considered incidental to the lump sum contract price for Clearing and Grubbing and no other compensation will be allowed. Attention is directed to the fact that existing fences which are to be removed along the westerly edge of the Detour need not be replaced. Existing post mounted signs shall be carefully removed and salvaged, as directed. All signs are to remain the property of the City and those not ,reused on the project are to be stockpiled, as directed. All costs involved in removing and stockpiling these signs shall be considered incidental to the lump sum contract price for Clearing and Grubbing and no other compensation will be allowed. Payment for resetting existing signs is provided for elsewhere in these specifications. All costs involved in removing the raised traffic bars near the southerly end of the job shall be considered incidental to the 'lump sum contract price for Clearing and Grubbing and no other compensation will be allowed. 19. 0 • SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road };Eti IS -�D FIRS; r,ONTRACT ROADWAY EXCAVATION All material to be used in constructing the embanRment.:. excel.;. +h; pervious sand blanket, is to be obtained from roadway :• xcavation a: the north end of the project. In the event that insufficient mat.i!rial is available within the above roadway prism local borrow sourcF.:: immediately adjacent to the right -of -way will be designated by . Engineer. Existin! l topsoil in areas to be excavated shall be stripped to the depth:: designated by the Engineer. Topsoil material thus stripped shall be stockpiled immediately adjacent to the project right -of -way it- the vicinity of Station 94 +50, or as directed. Payment for all co:.t: involv.d in excavating and placing local borrow ii' required. and all cost: iivolved in stripping and stockpiling top:oi.l will be made at the zrit contract price per cubic yard for Roadway Excavation and no other co::p,nsation will be allowed. Earthwork operatione> cheil proceed _r a -rm,•m• r that wi1L leave the excavation areas free to drai,:. .'. al.:l, i.tme:. 20a 0 0 SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road REVISED FIRST CONTRACT EMBANKMENT CONSTRUCTION In general, the new embankments are to be constructed upon relatively unstable existing ground, The Contractor shall therefore comply strictly with the following precautionary construction procedures which are intended to minimize the possibility of slipouts or ruptures: (a.) Imported Sand Borrow used in constructing the pervious sand blanket is to be placed in an uncompacted state by end dumping or other approved means. (b.) Prior to constructing embankment upon the pervious sand blanket, the entire blanket shall be graded to a relatively smooth surface to facilitate installation of settlement control devices by others as indicated on the plans. (c.) Prior to constructing embankment upon the completed pervious sand blanket a period of not to exceed 14 calendar days shall be allowed to provide for the installation of a series of piezometers and settlement platforms by others. The Contractor shall excavate V- ditches in the pervious sand blanket, as directed, to accomodate the various runs of tubing required. Payment for all costs involved in excavating these V- ditches will be made at the unit contract price per cubic yard for Ditch Excavation, and no other compensation will be allowed. (d.) In general, the rate of embankment construction shall not exceed one -half (1/2) foot per week after the fill has reached a height of eight (8) feet above original ground. The Contractor is cautioned, however, that a slower rate of fill placement may be directed by the Engineer, or the filling operations may be suspended at the discretion of the Engineer for any length of time not to exceed 30 calendar days, if necessary to safeguard the work. Similarly, the Engineer may approve a faster rate 'of embankment construction if instrumentation readings are favorable. The Contractor shall not be entitled to extra compensation for any costs of extra equipment movements or other costs caused by any of the above pre- cautionary procedures. 21. SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road REVISED FIRST CONTRACT DITCH EXCAVATION Ditch Excavation shall be in conformance with Section 19 -4 of the State Standard Specifications and these Special Provisions. The unit contract price per cubic yard for Ditch Excavation shall be considered full compensation, for all excavting, hauling and compacting required and no other compensation will be allowed. COMPACTING ORIGINAL GROUND Compacting Original Ground shall be in conformance with Section 19 -5 of the State Standard Specifications. The unit contract price per square yard shall be considered full compensation for all costs involved, including watering, and no other compensation will be allowed. 22. 0 4 23. SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road REVISED FIRST CONTRACT IMPORTED SAND BORROW Satisfactory Imported Sand Borrow for the pervious sand blanket may be obtained from the dredging deposits stockpiled in Big Canyon near Bayside Drive in the City of Newport Beach. This borrow site is located approxi- mately 0.5 miles westerly of Jamboree Road at a point approximately 1.5 miles southerly of the project beginning. No royalty charge will be required. The City will arrange for right -of entry to the borrow area within five days after receiving a request for same, in writing, from the Contractor. The Contractor is cautioned against trespassing upon the borrow site area without a Right -of -Entry permit. The Contractor shall be responsible for providing, constructing and maintain- ing, at his own expense, an access or haul road between the borrow site and the existing public roadway of his choice. Special attention is directed to the fact that pending construction work by others contemplates the abandon- ment of portions of Bayside Drive between the borrow site and the project limits. The Contractor shall have the option of providing his own source for Imported Sand Borrow, providing that the material from such source meets the following requirements in all respects. Sieve Size Percentage Passing 4 inch 100 1/2 inch 60 - 100 No. 4 50 - 100 No. 8 15 - 100 No. 50 10 - 30 No. 100 0 - 20 No. 200 0 - 3 Imported Sand Borrow (cont.) No Imported Sand Borrow from alternate sources of the Contractor's choice shall be placed in the pervious sand blanket until the material from the alternate source has been inspected and approved by the Engineer. Quantities of Imported Sand Borrow to be paid for by the cubic yard will be determined in accordance with Section 19 -7.04 of the State Standard Specifications. The unit contract price per cubic yard for Imported Sand Borrow shall be full compensation for all costs involved in excavating, loading, hauling, placing and spreading the material as well as all costs involved in improv- ing and maintaining a dust -free haul or access road from the site to the public roadway of the Contractor's choice. AGGREGATE BASE Class 2 Aggregate Base of 1 -1/2 inch maximum grading size shall be furnished, placed and compacted in accordance with Section 26 of the State Standard Specifications. The unit contract price per ton shall be considered full compensation for all costs involved in constructing aggregate base as shown on the plans and no other compensation will be allowed, 24. 25• SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road REVISED FIRST CONTRACT PAVING ITEMS Asphalt Concrete shall be furnished and placed in conformance with Section 12 -05 of the Standard Specifications except that the maximum size of mineral aggregate shall be 3/4 ". Asphalt concrete ditches and spillways shall be placed in conformance with the details shown on the plans and at the locations indicated. Payment for all costs involved in constructing A.C. ditches or A. C. spillways will be made on the basis of the unit contract price per linear foot for Placing A.C. Ditches and also at the unit contract price per ton for Asphalt Concrete. No deduction will be made for the lengths of drainage flares or aprons. Asphalt concrete aprons or gutter flares are to be constructed, as indicated, at each overside drain location. Payment for all costs involved in this item of work will be made on the same basis as that provided for A.C. ditches and spillways above. Asphalt Concrete paving shall be placed in layers not to exceed 2 inches in compacted thickness. Liquid Asphalt (MC -1) shall be applied at the rates directed for the following: Prime coat on unpaved material prior to placing asphalt concrete for roadways, ditches and spillways. Treatment of roadway shoulders. Asphalt Emulsion (RS -1) shall be applied at the rates directed for the following: Tack coat on the bridge deck Tack coat on existing or "first lift" paving Surface treatment lifts on "Temporary Bypass" 0 0 Paving Items (cont,) The surfacing for the Temporary Bypass shall consist of alternate applications of Asphaltic Emulsion (RS -1) and Imported Sand Borrow. Rates and number of applications will be as directed by the'Engineer. Treated roadway shoulders shall consist of a single application of Liquid Asphalt (MC -1) covered by a light application of sand cover material. Payment for all costs involved in furnishing, hauling and spreading the sand used in paving operations will be made at the unit contract price per cubic yard for Imported Sand Borrow and no additional compensation will be allowed. 26, 27. SPECIAL PROVISIONS e JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road REVISED FIRST CONTRACT FURNISHING ANT) ;RIVING PILES Precast concrete piles for the San Diego Creek Bridge are to be furnished and installed in accordance with the plans and with Section 49 of the State Standard Specifications except as modified below: The Contractor shall submit his bid on the basis of only one of the three alternate piling arrangements shown on the plans. This work shall include the furnishing of all plant, labor, equipment, appliances and materials and performing all operations in connection with furnishing and driving prestressed concrete piles, in accordance with this section of the specification and applied drawings. Prestressed pre -cast concrete piles shall be solid octagonal or square in cross - section, cast as monolithic units, and stressed with high tensile cold drawn stress relieved steel strands: a. Concrete strength shall be @ ft' = 5000 psi and @ transfer of stress @ 4000 psi, AASHO 1.13.18. b. Strands steel for strands shall conform with ASTM Designation A- 416 -59T and shall have an ultimate strength of 250,000 psi, with (1) initial prestress @ 175,000 psi (2) final prestress @ 140,000 psi Strands shall be of a diameter indicated for pile sizes on the drawings, 7 -wire uncoated high - tensile, cold drawn type stress - relieved as a unit after the wires have been formed into a strand. Strands to be bonded to concrete shall be free of dirt, oil, grease and other deleterious substances and shall be accurately placed before concrete is poured. Strands shall be accurately held in the position and stressed uniformly, not to exceed 70% of the minimum ultimate strength. Working force and working stresses will be considered as the force and stress remaining in the strand after creep of concrete and steel, shrinkage of concrete and other linear changes in the concrete have taken place. Strand will be placed in circular pattern for octagonal piles and square pattern for square piles, with spacing and cover as given on the plans. 28. 1 Furnishing and Placing Piles (cont.) Four-2-1/8" OD plastic sleeves shall be set into the head of piles at locations and of the depth indicated on.the plans. Rigid and unyielding forms shall be used. Form setting and stripping sequences shall be such as to prevent any plastic flow or deformation after stripping. The head of the pile shall be a plane normal to the axis of pile. Immediately after casting and finishing of piles, they shall be covered with damp burlap or ducking for a period of eight hours after which they shall be covered with 4" thickness of sand or other approved soil; this covering shall be kept thoroughly damp for a period of not less than 14 days. Alternate methods of curing shall be subject to the approval of the Engineer. The full amount of tensioning shall be maintained until tests on concrete cylinders cast and cured under the same conditions as the piles indicate that the concrete in the piles has attained a compressive strength of at least 3500 psi. When piles are lifted or moved they shall be supported preferably at two points (two points pick -up) and according to the table given on the plans, and in general shall be handled in a manner to reduce strain to a minimum. No pile shall be driven unless a duly authorized county or city piling inspector is present on the job site. No piles shall be driven in locations where embankment will be placed, until such an embankment is completed to a full height. . Piles that are damaged, mislocated or driven out of alignment shall be withdrawn and replaced by new piles, or repaired in a manner satisfactory to the Engineer at no cost to the city. All piles shall be placed accurately and shall be held during driving. Piles shall be driven to the plumb position. The maximum permissible horizontal deviation from the indicated locations shall be no more than 5 ". Each pile shall be driven continuously without voluntary interruption from first blow of the hammer until the required bearing capacities given in the piling schedule table on plans are developed. Minimum tip penetration elevations, as given in the table referred to above, shall serve only as a guide to the contractor, indicating suitable bearing stratas at each site. The number of jets and the volume and pressure of water at the jet nozzles shall be sufficient to freely erode the material adjacent to the pile. The plants for jetting shall have sufficient capacity to deliver at all times @ 150 psi pressure, @ two 3/4" diameter jet nozzles. The final five feet of penetration shall be secured by driving without aid of water jets. Piles in embankments shall be driven through predrilled holes in accordance with.paragraph 49 -1,06 of the California State.Standard Specifications. In the extent it is not possible to drill below the bottom of the embankment and jetting is necessary the Contractor shall establish a controlled jet return water flow to be approved by the Engineer. The control devices shall remain in place until the jetting is completed. 29. 1 Furnishing and Placing Piles (cont.) Hammers may be either single - acting or double - acting hammers. The bearing value P, will be determined by the following formulas: (p J+ of for single- acting steam hammers AASHO 22 -3T (p = 2H(W +Ap) for double - acting steam hammers S+0.1 Twice the height of the bounce shall be deducted from "H" to determine it's value in the formula. P = Safe bearing value in pounds W = Weight, in pounds, of striking parts of hammer H = Height of fall, feet A - Area of piston in square inches p = Steam pressure in pounds per sq. inch at the hammer S - The average penetration in'inches per blow for the last 10 - 20 blows for steam hammers. Piles shall be driven with an approved type hammer having an energy rating of not less than 18,000 foot pounds per blow. The piles shall be driven to practical refusal (0.10" to 0.25" per blow). The minimum penetration elevation shall be below the bottom surface of clay layer, as defined by boring logs. If practical refusal set shall occur at the bottom of a layer, underlaid with soft compressible stratas such as clayey or sandy silts, the pile shall be jetted down to within three feet from top surface of next firm suitable soil strata and then driven down to a final penetration into such a strata. Record readings shall be taken on all previously driven piles at 2 - 24 hour periods, to verify against heaving up of piles due to soil consolidation through clay layers. All piles heaving in excess of 2" shall be re- driven down to required cut -off lines. When it is necessary, after driving, to increase the length of the precast concrete pile, concrete shall be removed to expose sufficient reinforcing steel to permit a lap of at least 20 diameters. The added length shall be sufficient to reach the elevation required and shall be the same section, the same quality concrete, and the same reinforcing as the pile itself. When it is necessary, after driving, to decrease the length of the precast concrete pile the pile shall be cut off in such a manner as to avoid spalling or damaging the pile below cut -off. In case of such damage the pile shall be replaced or repaired as required by the Engineer. t SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Dirve To Palisades Road REVISED FIRST CONTRACT SAN DIEGO CREEK BRIDGE The lump stmt contract price for the San Diego Creek Bridge shall include all costs involved in constructing the complete bridge excepting the following items for which separate payment will be made: Asphalt Concrete wearing surface on bridge deck, including tack coat. Furnishing and FriY mg. Piles. Payment will not be made separately for any incidental items such as excavation or structure backfill required for the bridge. Special attention is directed to the fact that the water line and supporting brackets shown on the easterly side of the bridge will be furnished and installed by others later. The cast -in -place inserts, however, are included in this contract. 3a. I a SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road REVISED FIRST CONTRACT SPECIAL DROP INLETS Special Drop Inlets are to be constructed in conformance with the details shown on the plans and at the locations indicated. The unit contract price per each for Special Drop Inlets shall be considered full compensation for all materials and labor necessary to complete this item of work, which shall include payment for excavation and backfill. STANDARD PRECAST MANHOLES A standard Precast Manhole shall be constructed at the location shown on the plans in conformance with the details of City Drawing STD -401 -L or City Drawing STD- 401-L. The unit contract price per each for Standard Precast Manholes shall be considered full compensation for all materials and labor necessary to complete this item of works which shall include payment for excavation and backfill. 31. [i 'SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive to Palisades Road REVISED FIRST CONTRACT STORM DRAINS AND CULVERTS The new 30 inch culvert shown on the plans in the vicinity of station 93 +00 shall be 14 gauge asbestos- bonded corrugated metal pipe conforming to the applicable portions of Section 66 -1.02H of the State Standard Specifications. All 18" Reinforced Concrete Pipe installed on this project shall provide a minimum D -Load of 2000 as defined by ASTM Specification, Designation 76. Satisfactory sand backfill material for pipes and culverts may be obtained from the source of Imported Sand Borrow described elsewhere in these dpecial provisions. The existing 24" x 50" C.M.P. which is to be reset under this contract shall be carefully removed and stockpiled at the jobsite at least ten (,W),working days prior to resetting. It is anticipated that preventative 'maintenance proceedures will, be. undertaken by others daring this period.. The lump sum contract price for Reset 24" x 50" C.M.P. shall be considered full compensation for all costs involved in removing and reinstalling this pipe including all structure excavation and backfill. The unit contract price per linear foot for culverts and drains of the various sizes and types indicated shall be considered ffLU compensation for all costs involved in furnishing and placing the culverts and /or drains including all structure excavation and backfill. The unit contract prices per each for Downdrain Slip Joints, Entrance Tapers and Anchor Assemblies as detailed on the plans shall be considered full compensation for all costs involved in furnishing and placing these items and no other compensation will be allowed. 32. t .• SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road REVISED FIRST CONTRACT METAL BEAM GUARDRAIL Metal Beam Guardrail for the bridge approaches shall be furnished and installed in accordance with the details on the plans and Section 83 of the State Standard Specifications. Measurement and payment shall be in accordance with the applicable portions of the above mentioned Section 83 except that "terminal sections" will be measured as an even two (2) feet per each. GUIDE AND CULVERT MARKERS Guide and Culvert Markers shall be furnished and installed in accordance with the plans and Section 82 of the State Standard Specifications as hereinafter modified. All markers shall have metal posts in conformance with Section 82 -1.02B of the State Standard Specifications. It is anticipated that each marker will be placed initially as an aid to traffic control during construction and will later be reset in final position. The unit contract price per each for Guide and Culvert Markers shall be considered full compensation for furnishing, initial placing and final setting of all types of markers required. SETTING ROAD SIGNS This item of work involves setting post mounted road signs, as directed. These signs will either be furnished by the Engineer or will be salvaged from other locations within the area of work. Existing post mounted signs will be removed and re -set, or salvaged, as directed. All costs involved in removing these existing signs will be considered incidental to the lump sum contract price for Clearing and Grubbing: Payment for setting new or salvaged signs will be made at the contract unit price per each for Setting Road Signs. 33. SPECIAL PROVISIONS JAMBOREE Roar REAT QMGW Eastbluff Drive to Palisades Road RBYISED FIRST CONTRACT Existing traffic stripes shall be removed as directed in conformance with the requirements of Section 15-2 of the State Standard Specifications as modified below: Each square foot,of pavement markings will be considered as three (3) linear feet of traffic stripe. All debris resulting from the Contractor's operations shall be removed as it develops and before the end of each vork day. The City reserves the right to increase or to omit all or any portion of the estimated length of traffic stripe to be removed. No adjustment in unit price, as-set forth in Section 4 -1.03 B of the State Standard Specifications, vill be a110bd by reason of any such increase or decrease. 34. SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road REVISED FIRST CONTRACT MODIFYING MANHOLE The existing storm drain structure near station 72 +40 shall be modified as follows: (1.) Remove and stockpile the existing Alhambra A -1171 Grate. (2.) Adjust the existing Alhambra A -1171 frame to match the new roadway pavement surface in accordance with Section 15 -2 of the State Standard Specifications. (3.) Furnish and install an Alhambra A -1170 manhole cover, or equal. (4.) Connect new 18" R.C.P. In connecting the new 18" storm drain, the existing manhole wall shall be reconstructed with new materials similar in character to those used in the original construction and shall be grouted or dry- packed as necessary to provide a secure closure around the new pipe. All costs involved in the above modification work, including any required excavation and backfill, will be considered incidental to the lump sum contract price for Modifying Manhole and no other compensation will be- allowed. 35- 0 SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road REVISEII FIRST.CONTRACT SEPTIC TANK SYSTEM This item of work involves abandoning and replacing existing sanitary facilities for the building near the right side of the project at approximately station 100+00. The Contractor shall conduct his operations in a manner that will avoid unnecessary interruption of service to the building. The lump sum contract price for Septic Tank System shall include all costs involved in constructing the new system, connecting to the building, and abandoning the existing system. Separate payment will not be made for any otl:e r items such as excavation and backfill. The septic tank shall be a "Pyramid" or equal, reinforced concrete unit having a 1,000 - gallon liquid capacity. The unit shall have a minimum cover of 3 feet over the roof slab and shall be designed to accommodate an earth cover load of 350 pounds per square foot'as well as a surface wheel load of 8,000 pounds. The leaching pit shall have an outside diameter of 5 feet and shall extend to a depth of 25 feet below the entering pipe. The vertical walls of the pit shall be lined with unmortared masonry units placed with a clear lateral spacing between units of not more than 1/4 inch. The pit shall be provided with a covering unit or dome which will accommodate the same loadings as the septic tank. A minimum of 12 inches of coarse aggregate shall be placed in the bottom of the pit and a thickness of approximately 6 inches of coarse aggregate shall be placed between the masonry units and the outside walls of the pit. The vitrified clay pipe required for this septic tank system shall be extra strength bell and spigot type conforming to ASTM Designation C -200 as well as Section 16 -02 of the Standard Specifications. Laying and jointing shall be in accordance with the requirements of Section 16 -06 of the Standard Specifications. The cleanouts indicated on the plans shall conform to the details shown on Drawing No. L -403 -STD in the Standard Specifications. Excavation and backfill shall be in accordance with the requirements of Sections 16 -04 and 16 -07 of the Standard Specifications. 360 SPECIAL, PROVISIONS JAMBOREE I" REALIGNMENT Eastbluff Drive To Palisades Road REVAM1111 i'WORACT CONSTRUCTION SURVEYS The Contractor shall be responsible for conducting all construction surveying or "stake out" work required for this project, with the exception of the following which will be accomplished by City forces: (1) Centerline for the main roadway will be staked and main control points (P.I.'s) monumented prior to construction. (2) Control Bench Marks will be established at convenient locations adjacent to the work and these will be periodically checked. (3) Surveys to determine pay quantities such as sand borrow and structure excavation. The lump sum contract price for Construction Surveys shall be full compensa- tion for all slope staking, blue topping and other "stake out ". No other compensation will be allowed. Ww •i ti rn O D inn �n cn CD Z z`� !. 2r + i —i 1 I rn Na D o a, T J o ,m V, i Z�p�y eaaNa���m�_1j� om�ggNOm�o mp'A� ano�� •y O�cy1 a �ny�o m aZ�Z� �o�Z: �a opt �;T cy �ma mza�yyk�m:. �o!��u���m °��'vl���i�a �`rmcnoammN ' ceC! N fiC C NN U� V 0� > . CCC;�pIA!�AAipl��C�`C�A'.c! f�yiyy nynn�i;_'•, —I , QN LI!o �'di SCI Wi �I Z 6\' cjido��1��z Iik !fi kr p l �, G b I` o. of o C I(LI aj Idr \ CI L. I C: ill •i ti rn O D inn �n cn CD Z z`� !. 2r + i —i 1 I rn Na D o a, T J o ,m V, i 0 STATE OF CALIFORNIA— REVENUE AND MANAGEMENT AGENCY DEPARTMENT OF GENERAL SERVICES OFFICE OF ARCHITECTURE AND CONSTRUCTION SACRAMENTO 95WS September 29, 1964 Conoco Associates P. 0. Box C Stanton, California Subject: Prequalification Rating Gentlemen: 4 EDMUND G. BROWN, G"ernor W.O. No. The following information marked by an "X" is furnished in answer to your recent communication concerning the above subject. �YF. 1.xx Your "Contractor's Statengnt of Experience and Financial Condi- tion" as of June 30, 1964 has been reviewed and approved, and you have been rated at $99305,000.00, This rating, less the amount of incomplete work on any current contracts with this Office, represents the limit to which you may bid on Office of Architecture and Construction projects in the category established by the Contractor's State License Board. . Plans and specifications for any project in which you may be interested, the estimated cost of which does not exceed this rating, will be sent you upon receipt of your request and deposit check made out in favor of the Office of Architecture and Construction in the amount specified in the advertisement. You must arrange to file a new statement with us once each year if you wish to be recognized continuously as a prequalified bidder. Statements are kept on file for fifteen months and then become obsolete. 2. Your rating is limited to $50,000.00 because your statement was not certified by a Registered or Certified Public Accountant. If you wish to apply for a higher rating, a new statement will be sent to you upon request. 3._A proposal form for subject project is enclosed. Very truly yours, STATE ARCHITECT By H. G G. Howard Contracts & Purchases Officer AA:gw 180 -951 (R 10/63) 11 STATE OF CALIFORNIA DEPARTMENT OF PUBLIC WORKS CONTRACTOR'S STATEMENT OF EXPERIENCE AND FINANCIAL CONDITION f To be filed with the Department of Public Works by Contractors proposing to bid on State Highway, State Building, or other Construction in accordance with provisions of Article 4 of Chapter 3 of Part f of Division 3, Title 2, of the GoTer* meat Code • STATEMENT OF -__ 00XQ0. ASSOC=16— ADDRESS_.__ P.O. BOX pap STANTOft CALIF. (Sttett or P. O. Box) (City) (Zone) (Stan) DATE OF STATEMENT i' 3o. 1964 n1 %Ml[J ii/ CALIp ORN1A STGi[ pRINT]NE OPPI<! IMP Statement of Experience and Financial Condition (NOT REQUIRED IN CONNECTION WITH BIDDING ON, A CONTRACT THE ESTIMATED COST OF WHICH DOES NOT EXCEED 1. Frequency of Submission. A new statement will be required only once each year, unless a statement'y��, requested by the Department, or unless a substantial decrease in the contractor's financial resources occurs subsequent to the date of a statement submitted. Otherwise, it will be optional for a contractor to file new statementvat more frequent intervals; in which case, the rating in effect will be based on the latest statement on file. In the, event the Department requests submission of a new statement and the contractor does not comply with the request within thirty - days, the rating based on the statement on file may, at the discretion of the Department, be considered no longer in effect. 2. Effective Period of Ratings. When the financial information shown in the statement on Sk becomes a year old, the contractor should submit a new statement. Unless a new statement is specifically requested, prequalifuatioa: ratings based on statements on file will remain in effect until the financial condition shown is as of a date fifteen mouths prior: 3. Age of Financial Information. The department reserves the right to reject statements in which the financial condition shown is as of a date six months or more prior to the date of fling. In no event will a statement be eccepted if the financial condition shown is as of a date more than a year prior to filing. 4. Number of Copies. Only one copy of the statement is required even though the contractor may desire to qualify ' perform work for more than one division of the Department. Separate ratings will be established for the types of work W checked on Page 1. S. Data Required. All applicable portions of the form should be completed, with sclxdula being attacked if the space provided does not suffice. Failure to include the information called for may result in a greatly reduced rating or no rating at all. It will be acceptable, in lieu of completing the specific schedules in the financial portion of the statement,: for the con- tractor to submit the customary accountant's report and schedules, provided that they include all of the 'information specifically requested in the form. Under Itenv 3 and 4 on Page 2 it is essential that construction experience of the contractor be shown, u such experience is considered in establishing prequalification ratings. Under Item 10, Page 3, it is essential that the major items of construction equipment be listed. List in detail only to the extent that the adequacy of equipment for the various types of work checked on Page 1 may be taken into account in establishing the prequalification ratings, e i 6. AfjFdavits. The appropriate affidavit on Page 9 or 10 must be completely executed or the statement will be returned. I Where a consolidated statement is submitted to obtain joint prequalification of several organizations, an appmpriate affidavit must be executed for each entity in the combination 7. Accountant's Certificate. The certificate of a certified public accountant or public accountant will be required'in.all- cases. A suggested form of unqualified certificate is included which may be used if appropriate. However, it will be acceptable for the accounrant to submit a certificate in his own words, including. -such qualifications as may be necessary in view of the scope of this assignment; provided that such qualifications shall not be so extensive as to nullify th .valin of the statement or its usefulness to the Department. Bearing in mind that working capital and net worth are important factors in determining the, bidding capaeitT -of '4 contractor, the accountant will perform a valuable service for his client and at the'same tiroe-aan%-'the Department if he will furnish, by supplementary schedules or as a part of his certificate, any information not specifically called for by the statement which in his opinion might properly be taken into consideration. In the event that the contractor's job income and expenditures are accounted on a completed contract basis and the balance sheet includes an item reflecting the excess of costa to date over billings to date, or vice ,vers4 the deomats Of "Accumulated Costs" and "]fillings to Date" must be shown in support of the balance sheet item L Licensing. Attention is directed to Section 14311.1 of the Government - Code,:.ad6d -by Chapter 1581, Statutes 1919, shown under the "Prequalification Law" on the insi& of the back cover, relative -to contractors' licenses on road, street and bridge work where federal funds are involved. While in such cases no bid submitted or contract thereafter awarded will be invalidated by failure of the bidder to be properly licensed in accordance with the lsws of this state, payment will be dependent upon proper licensing, and any bidder or contractor not so licensed will be subject to all legal penalties imposed by such laws, including but not limited to any appropriate disciplinary action by tbe Contractors State License Board. 9. Mailing of Statements. Mail statements to: Division of Highways, P. O. Box 1499, Sacramento 7, Califomi -- if primarily interested in highway construction work; -or. . - Division of Architecture, P. O. Box 1079, Ssenaesento 1, Cslifirais- if prior B interested in badimg pnstrretim Foam R1a.l law. moll 0 • BIDDING INFORMATION. 1. Except as provided in Section 14311.E of the fobesurnm cedq'xt out -in full.becein, a con P tractor iequai�ed through_ submission of a Statement of Experience and Finaaiaal Condition wlio wishes to bid on projects handled by the Department of Public Works- must be licensed under i1 a Cakfornia "Contractors'. License Law.- The licensing must correspond with the prequalification as to type of orgaoivatiIoa : A a contracts licensed as a corporation must, be pre - qualified as a. corporation, a contractor licensed as a copartusrsh ;p t;t be prequalified as a copartnership, etc. Where the prequalification is in the name of and based on a combination of such orgonixariow, then the combination must be licensed m such and any bids based on such prequalification must be its the name of the,combination to prequalified The license, or licenses, held by a contractor must authorize the type of `work on. which he requests premissioa to bid. Corporation not incorporated in the State of California must take the necessary steps to permit doing business in the state. 2. Any contractor who has qualified and who desire plans and proposal forms should make big request on the special form provided for this purpose. The status of the contractor's work on incomplete contracts with the Department of Public Works must be shown on that foam. 3. Two or more contractors who have qualified by filing separate statements and who wish to combine their &a m for bidding on a single project may do so by filing an affidavit of joint venture in the form approved by the Department of Public Wordu, but such affidavit will be valid only for the specific project mentioned therein. Should the contractors desire to continue to bid jointly, a joint prequalification statement should be filed. Attention is called to the "contractor' License Law" with respect to the license requirements for joint bids. 4. In the Division of Highways bids on small jobs, the estimated contract price of each of which does not exceed $15,000, arc usually received by the district engineers. RATING FORMULA Prequalification ratings in the Division of Highways are based on ten times working capital or' four times net: worth, whichever is smaller; subject to adjustment upon consideration of experience, equipment and performance factors. Ratings in the Division of Architecture are. based on ten times working - capital; subject to adjustment upon consideration of experience and performance factors. Working capital may be augmented by submission of bank letters of credit in a form prescribed by the Department and net worth may be augmented by submitting appraisals of fixd assets prepared by independent appraisers. PREQUALIFICATION LAW 14310. The department may,.and on contracts the estimated: cost of which exceeds.fifty thousand dollars (sfo,00o) the department shall, require from prospective bidders answers no questions contained in a standard form of questionnaire and financial statement including a complete statement of the prospective bidder's financial ability and experience in per- forming public works. When completed, the questionnaire and financial statement shall be verified under oath by the bidder in the manner in which pleadings in civil actions are .verified. 14311. The department shall adopt and apply a uniform system of rating bidders; .on the basis of the standard ques- tionnaires and financial statements, in respect to the size of the contracts upon which each bidder is qualified to bid. 14311.5. In all projects for road, street and bridge work where federal funds are involved and where a bidder is required. to be and has been prequalified pursuant to Section 14310 and 14311, no bid submitted or contract thereafter awarded shall be invalidated by the failure of the bidder or contractor to be properly licensed in accordance with the laws of this State, nor shall any such contractor be denied payment under any such contract because of such failure; provided, however, that the first payment for work or material under such contract shall not be made by the State Controller unless and until the Registrar of contractors certifies to him that the records of the Contractors State License Board indicate that such contractor was or became properly licensed between the time of bid opening and. the making of the certification. Any bidder or contractor not so licensed shall be subject to all legal penalties imposed by such laws, including but not limited to y appropriate disciplinary action by the Contractors State License Board, and the department shall include a statement to that effect in the standard form of prequalification questionnaire and financial statement. 14312. The questionnaires and financial statements are not public records and are not open to public inspection. . 14313. The department shall furnish to each bidder a standard proposal . form, which, when filled out and executed may be submitted as his bid. Bids not presented on forms so furnished shall be. disregarded The department shall not furnish proposal forms to any person who is required to submit and has not submitted a questionnaire and financial statement for prequalification at least five days prior to the date fixed for publicly opening sealed bids and been prequalified for at least one day prior to that date. SPATE Op CM.. DEPARTMENT OF PUBLIC WOR$S S&CRAIUNTO, CALUKWA A CONTRACTOR'S' STATEMENT OF EXPERIENCE AND FINANCIAL CONDITION DIVISION OF ARCHITECTURE BUXIMING CONSTRUCTION DIVISION OF HIGHWAYS HIGHWAY CONSTRUCTION ,. (1) If you are a General Contractor interested in bid- ding on all types of highway construction, mark Cron after ^ I I Classes of Construction" only. MAIL Vii" (r) (1) If you are interested M contracting direct with the State for certain types of work only, mark Cron in the column provided after the particular types of work on which you wtsb to bid. TYPE OF WORE ,.Vas VSrfi (:) - 1 All Classes of Construction X 2 Grading and Paving 6 Steel and Miscellaneous Iron 3 Clearing and Grubbing 7 Sheet Metal 4 Grading 9 Lathing and Plastering S Culverts and Small Structures 10 Painting and Decorating : 6 Paving, Portland Cement Concrete 12 Elevator 7 Paving, Asphalt Concrete 13 Plumbing b Bridges e. 9 Painting 16 Boiler and Equipment ' 10 Traffic Signals and Lighting 11 Erosion Control and Roadside Development - - 12 Sod Coats Z 13 Joint Sealing 14 Other (List and mark with R) DIVISION OF ARCHITECTURE BUXIMING CONSTRUCTION (1) If you at a General Contractor interested in bid- ding on all types of building constructiow, mark cross after "All Classes of Construction" only. (1) If you are interested in contracting direct with the State for certain types of work only, mark cross in the column provided after the particular types of work on which you wish to bid. TYPE. OF WORE MAIL Vii" (r) 1 All Classes of Construction 2 Excavating and Grading X 3 Concrete X 4 Masonry f Structural Steel 6 Steel and Miscellaneous Iron 7 Sheet Metal a Roofing 9 Lathing and Plastering 10 Painting and Decorating 11 Floor Covering 12 Elevator 13 Plumbing 14 Heating and Ventilating 13 Air Conditioning 16 Boiler and Equipment 17 Electrical 1 t Laboratory Equipment - - 1! Well Drilling Z CONTRACT'S STATEMENT OF AERMNCE ❑ A Corporation CLOD, ASSOCIATES -- A Co- Nwzua— - --- - - - --- - ❑ r+rs°erahiP - ------- ---- -- ----- - - - - -- 0 A Individual PAINCiPAL OFi'ir$ Y. 0. Box ^G ", Stanton, California ®Combinauo °- (Strc or P. O. BW (My) (Zane) (Stain) T6a signatory of dda goadawin purmau the truth and accumey of all statements and of all aorwers to inatmgatoeir'Vraina4ar evade 1. Are you licensed as a Contractor to do b°inen in California? 'Yea iliomb No 226672 2. Hdw many years has your organization been in business as a contractor under your prraent bvsineu name ? -- 20 – -- 3. How many years experience in General ----construction work bas your organization bad: (Trr) (a) As a general contractor? 41 (6) As a subcontractor? — - 4. Show the projects your organization, has completed during at least the last five years in the following tabulation: 1,�= . 1 ..5f� .M�. I vet *0`� Oa[ I LOCATION o! Von[ I Pna WHOY rYlOLUM 1962 Or- Pv- Curb - Gutters 1962 -3 Or-ty- Excavation 'yRl81+3 a ry lava...,: , 1962 -3 Gr -Pv- Curb - Gutters 1%2 -3 ° " - Surfacing 1 %3 Gr -ft- Excavation i %3 Cr- Pve- Curbs- Gutters 1963 :;1963 -- `'1963 7. 1963 4'.1963 1963 Gr -Pve- Curbs - Gutters Grade- Concrete Gr -Pv- Curb - Gutters n it to n Cement Sidewalks Gr -Pv- Curb - Gutters •1 %3 Grade -Pave 1963 Gr Pv- Curb - Gutters 1963 1963 Grading '1963 Grade -Pave 3,004,426.42 3,700,000..00 700,000.00 276,555.00 345,000.00 400,000.00 74,000.00 2,241,785.00 75,822.00 43,000.00 275,100.00 267,000.00 12,250.00 32,205.00 12,880.00 337,243.00 119,670.00 342,000.00 195,000.00 1963 Gr -Pv- Concrete Struct.1,199,000.00 1963 Grade -Pave 86,400.00 :1963 Clearing -Grade 6,950.00 .1963 Gr- Pave - Utilities 923,000.00 1963 Gr -Pv- Curb - Gutters 94,120.00 1963 Concrete Structures 6,700.00 1963 Gr- Pv- Curb - Gutters 41,073.00 .1963 Gr -Pv- Curb - Gutters 40,589.00 1963 Grade -Pave .278,616.00 1963 Grade - Pave - Curb - Gutters 3,750,000.00 Tract Development, Los Angeles, Orange & Santa Barbara Counties San Marcos Road -Santa Barbara, State of Calif. Lompoc- Casmalia Rd. Santa Barbara, State of Calif. City of Los Alamitos, Streets & Allleys, City of Los Alamitos 29 Mi. Orcutt Rd., Santa Maria, State of Calif. Vandenberg, Main Gate to Harriston State of Calif. Streets, Alleys, 1911 Act, City of Glendora Tract Improvements, Orange, Los Angeles, & Santa Barbara Counties County of Santa Barbara- Orcutt Road State of Calif. Widen Bridge Coast Hwy & San Diego Fwy. San Clement Iigh School County of Los Angeles, St. Gertudes St. City of Garden Grove Hubble Const. Co. -Rice Ranchl School, Orcutt Hubble Const. Co. -U.S. Navy Launch Complex City of Norwalk Streets City of Fountain Valley, Warner St. McNamara Co. State Hiway, San Miguel Belond Enterprises, Dragstrip, Carlsbad State of Calif.Dowling St. riverside Flay. County of Orange, Tustin Ave. Pacific Telephone Co., San Clemente City of Novato - Marin County Oltman Constr. Co. - HumkoPlant Park W. M. Lyces Co. Santa Barbara County Dratnage- Structures County of Orange, 15th St. City of Glendora Hunters Tract County of Los Angeles, Brackett Field Runway Tract Development, LA, Orange, Ventura, & Santa Barbara Counties. j 1958 Gr -Pv -Cone- Structures 928,000.00 State..Hwy.,San Clemente,State of Calif. 1958 ^ "' " ^ 1,040,3.99.00 fitsie 4144 .,El Toro, State of Calif. 1958 °`.R.. ^ If 87,960.00 State "tlwy.,San Bernardino,St. of Calif. 1958 ^`' " "_' '.' 48,050.00 State Hwy. Ramp, Los Angeles, State of 1961 Gr -Pv- Curb - Gutters 3,175,600.00 Calif. 1958 ° ° ^ ° 24,850.00 Repair Parking Area Camp Perdlct.on, 1962 Gr -Pv- Curb - Gutters 143,139.00 U. S. Navy 1958 Grade -Pave 19,195.00 Covina Streets - Covina Sch. Dis . 1958 ' n It 34,474.00 Repair Park Area -Store Site Broadway Dept. Store 1958 " " - Curbs 15,123.40 Signal Installation, State of Calif. 1958 Excavation 27,200.00 Quarrying Rock, Camp Pendleton,U.S.Navy 1958 Gr -Pv- Curb - Gutter 38,500.00 Fairview State Hospital - Allison Honer 1958 of it " to 41,109.00 Widening Main St., City of Santa Ana " ^ " 74,791.00 Street Improvement, Baldwin Prk. 1962 Pave - Structures 60,899.00 State of Calif. 1958 ^ " - Concrete 15,353.00 Shopping Center - Metcalf Constr. Co. 1958 " - Curb - Gutter 249,980.00 Senior High Sch. Site, City of Santa Ana 1958 " ^ 39,750.00 Camp Improvement, U.S. Ammunition & Net Depot 1958 " " 30,490.00 Offsite & Access Rd.- Hughes Aircraft Co. 1958 " ^ - Curb - Gutter 29,429.00 Hospital Site,Westminster -Dr. Johnson 1958 '.' ^ It It 1,200,000.00 Tract Improvement, LA & Orange Counties 1959 " '.' to '.' 172,346.00 Sub.Div.- Bartholomae Ranch -Bear Canyon 1959 w " - Structures 88,734.00 Del Rio High Sch.,Santa Ana, Calif. 1959 " - Excavat- Structures 364,645.50 San Clemente Island, U. S. Navy 1959 '.' it of 854,820.00 Point Mugu,Oxnard, Calif.,U.S. Navy 1959 Gr.- Pave - Curb -Gutters 30,000.00 Widening 17th St., Santa Ana, Calif. 1959 Gr -Pave 35,630.00 Building Site, Hughes Aircraft, Carbon Canyon 1959 Grade 76,800.00 Building Site, Lockheed Aircraft, Diversified Builders 1959 Gr- Pave - Curb - Gutters 21,275.00 Cerritos St., Anaheim, Cali.''. 1962 -63 " 11 it it 276,555.00 City of Los Alamitos,Cit� of Los Alamitos 1959 Gr- Pve- Structures 899,439.00 State Hwy- Garden Grove Blvd., State of 1959 1959 1959 1959 1960 1960 1960 1960 1960 1961 1961 1961 Calif. Gr- Pave - Curb - Gutters 151,760.78 Capehart Housing,Vande.nberg Air Base, " ^ 118,705.48 Fullerton Airport, Fullerton, Calif. 236,425.75 Bear Creek Canyon Rd., U. S. Navy, Lompoc, Calif. Gr- Pve - Curb - Gutters 1,500,000.00 Tract Development, LA & Orange Counties 517,446.00 Capehart lousing, Vandenberg, Del E. Webb Co. - Concrete 59,569.00 Stewart Gray Rd., City of Downs, Gr- Pve - Curb - Gutters 138; 369.00 Tract Devel- Westminster,Alco Pacific Co. IT " 239,554.00 " " - Fullerton, Calif. L. S. Whaley Co. Gr -Pve- Curb - Gutters 2,250,000.00 Tract Development, LA & Orange Counties. Grade -Pave 115,200.00 Extension Fullerton Airport, City of Fullerton ^ " 132,050.00 Hwy. 39, La Habra, Calif.State of Calif, 1,314,152.90 International Airport, Los Angeles Aetna Casualty Co. 1961 Gr -Pve- Structures 967,925.91 San Bernardino Fwy., Aetna Casualty Co. 1961 " " - Culverts 54,500.00 Spur Tract Steam Plant, Seal Beacli,Cali1 Smith- Martin Co. 1961 Grade - Structures 332,000.00 Cliff Protection, State of Calif. 1961 Gr -Pv- Curb - Gutters 3,175,600.00 Tract Devel.,LA, Orange & Santa Barbara Counties 1962 Gr -Pv- Curb - Gutters 143,139.00 Improvement of Sout St., Long Beach, - County of Los Angeles 1962 Gr- Pv- Structures 1,144,000.00 Freway, Yorba Linda to Santa Ana Fwy. State of Calif. 1962 Grade -Pave 266,000.00 Taxiways, E1 Toro, U. S. Navy 1962 Gr -Pv- Structures 63,468.00 Bridge & St. Improvements, Cameron Ave. k Covina, City of Covina 1962 'grade -Pave 20,025.00 Storm Drain- Vandenberg Village, Rolf Properties Corp. 1962 Pave - Structures 60,899.00 Culverts & Approaches Badillo Creek County of Los Angeles. S. If you have a controlling interAstry firma presently prequalified with this dAment, show names thereof 7. In what other lines of business 2" go financially interested? - - - - -• _Cox Bros. Construction Co.. Inc. !. Name the persona with whom you have been associated in business ss partners or business associates in each of the last five years,. ;..� L. E. Dixon Co.. 409 So. California St., San Gabriel, Calif. T. J. & J. E. Haddock. Box 5188. Pasadena. Calif. 9. What is the construction experience of the principal .individuals of your present organization? INDIVmUAL'a NAhM I Pll O`FI TON a I C NS IMPON I NAGNnVDA AND TYPE OF TOax CAP�TY Alvin Cox _— _-- --_ --- -- h�SL - - - - - _� Knrfont - ______. _.- .1£us,Adminisl rai E4u18A4�Tit?MSS' $n wr ntClldCni_. nn_i__ -- -- -? - _Syn G3�. �._____ D m ----------- _------ — — ________________ _- _________ -_ IT — — — n n n �--- -- ---- - - - - -- -- 10. List construction equipment owned by you in the following tabulation. It is preferred that like items be grouped as a single item but items may. be detailed. Alm, s separate schedule may be attached if desired. `s - I DascsmrnON. NAME AND CAPACITT OF Mies ITIKS' I PDPRICE AUTOMOTIVE EQUIPk= -. P assenizer Cara for S E r c. _ s 43,245.07 9,012.44 7 12,332.32 3,383.30 8,949. fl2 Pickups ` -_ 27 32,878.87 8,309.07 24,569.80 ,,. TRUCKS: - DUMP _ 8 N= -P-Rockers 3,524.00 1,016.02 2,507.9$ - 3 34,500.00 13,800.24 20,699.76 = Flat -Rack & Stake 18 15,164.44 3,604.66 11,559.78e Water 16 Euclid 36,000.00 7,199.76 28,800.24 Tractors 5 LtTourseau "C" 44,265.41 8,853.11 35,412.30 ry 2 24,000.00 4,800.00 19,200.00 Trucks (Service & Fuel Storage) 29 Trucks -Panel 25,634.28 6,985.11 18,649.17 9 Trucks 900.00 180.36 719.64 _ A.-- Tractor._(QlC.Diesel)3 pxie Tandem 6,000.00 � 4_g00 OO , 35' Low Be- Trailer 1 Tractor 3;500.00 56.0.02 2,939.96 - (0MC Diesel) 3 Axle 3,500.00 56064 2,939.96 r 23 Ton Low -Bed Semi - Trailer 3,000.00 600.00 2,400.00 1 - Auto -Car Tractor IOT 400.00 80.04 319.96 1 - Auto Car Tractor 3T Trailers -(9a") 400.00 80.04 319.96 6 Trailers (Tool & Supply Storage) 5,100.00 1,020.24 4,079.76 34 6,615.00 1,323.84 5,291.16 �? Trailer (hater Tanks) 5 3,800.00 760.08 3,039.92 r Traile (Tilt -Bed) - 7 4,599.89 920.16 3679.73 Trailers (High Bed) ' 6 Tractors 3,250.00 650.16 2,599.84 5 -.Auto Car - 2 Axle Trailer -Van 2,100.00 419.88 1,680.12 1 - Fruehauf 8 x 35 912.00 218.88 693.12 Trailer -Qmnt i 1 - Utility Cement Distributor w /Pump - "Lang" Trailer 2,500.00 500.04 1,999.96 1 - House 1,500.00 300.00 1,200.00 Construction EauiMgpt• ! 5 - Caterpillar DW -20, Model 88E w 74,100.00 17,290.00 56,810.00 5 - DW-21 it 150,000.00 30,000.00 120 000.00 7 ' 631A & 613B 310,000.00 62,000.04 247,999.96 1 - Transporter Axle for DW -21 1,000.00 200.04 799.96 S_r - C 1 !;U,# 6 Tourneau - Mod& W23 /30CY 12,000.00 2,399.7,6 9,600.24 7 - LeTourneau - " LP 12 /15CY 10,500.00 2,100.00 8,400.00 1 - LeTourneau - " FR 14 /17CY 500.00 -0- 500.00 1 - Hancock Self- Loading 6/8 CY W /John Deere W. Tractor 6,500.00 1,299.96 5,200.04 2 - Hancock Self- Loading 618CY w /John Deere W. Tractor 3,200.00 640.08 2,559.92 1 - Hancock Self- Loading 6/804 w /John Deere W. Tractor 3,000.00 600.00 2,400.00 j Tractors (Crawler) 1 - Caterpillar - D9 Dozer & Ripper 76,839.36 38,293.02 38,546.34 ` n D6 n " 12,137.90 2,427.60 9,710.30 " D8 " * 653,312.32 236,956.80 396,355.52 r 1 - Allis - Chalmers HD 16 v /Dozer 8,000.00 1,599.96 6,400.04 ; Tractors CNheel Tvoe- Poeu.) 16 - Lnt'1, Ford & Miinn.Moline 12,018.00 2,473.44 9,544.56 Cranes 1 - Liss (Crawler) Model 604 18,000.00 3,600.00 14,400.00 1 - Osgood (Crawler) 112CY 4,000.00 800.04 3,199.96 1 - Northvest (truck) Model 25 20,000.00 6,133.41 13,866.59 1 - P6H (Crawler) w /accessories 22,339.88 2,710.44 19,629.44 1 - Boom Extension for NW Crane 100.00 20.04 79.96 1 - Grodall - Warner Swasey 6,136.00 1,022.70 5,113.30 13 - Buckets (Various types & Sizes) 4,388.00 745.68 3,642.32 Grading & Ravine Eeuinment Motor Cradag_ 11 - Caterpillar Model 12 & 14 1910484.60 61,451.84 130,032.76 5 - Land Levelers 2,300.00 460.08 1,839.92 ' 15 - Shsepsfoot Rollers 56,516.96 18,060.24 38,456.72 ' 1 - Grid Moiler Hyster #30000 3,000.00 600.00 2,400.00 1 - 4W}Ot 1 Compactor 3,600.00 720.00 2,880.00 4 - Pne*mtic Rollers 14,172.00 2,264.26 11,907.74 2 - Con0actors - Oberg Style 70.00 13.92 56.08 . 6 - Tandem Rollers 21,000.00 5,399.88 15,600.12 4_- 3- Whsel.Rollers -_ _ _ - 8,900-.00 4,24. 1 - Asphalt Spreader - "Tru -Lay" 300.00 60.00 240.00 4 - Chip Spreaders 300.00 60.00 :..240.00 1 - Tiller v /Diesel Engine °Seaman" 1,500.00 300.00 1,200.00 5 - Asphalt Pavers - Barber Greene 33,020.00 6,023.30 26,996.70 1 - Asphalt Continuous Flow 15,000.00 3,000.00 12,000.00 i { 1 1 - " Plant Control - Road Mixer - Woods 500.00 4,200.00 99.96 840.00 400.04 3,360.00 F 1 - Windrow Proportioner "Woods" 30040 60.00 240.00 1 - Travel Mix Plant 4,000.00 800.04 3,199.96 3 - Vibrator Compactor 1,762.56 511.29 1,251.27 1 - Haiss Bucket Loader 100.00 20.04 79.96 Mipcel7�i 1 - Concrete Paver Dual Drum -Rex 26,262.61 9,629.62 16,632.99 12 - Overhead Water Tanks 24,734.00 8,218.20 16,515.80 3 - 2,Stage Caterpillar Pumps 22,251.84 10,095.18 12,156.66 2 - LeTourneau Super "C" Cranes 22,000.00 400.08 1,599.92 3 - LeTourneau Cranes w/out Engines 150.00 29.88 120.12 3 - Base Spreaders - Jaegers & Jersey 3,923.60 1,247.80 2,675.80 4 1 - Berm Machine 200.00 39.96 160.04 F 1 - Auger Feeder 200.00 39.96 160.04 2 - Vibratory Compactor "jay" 796.56 159.36 637.20 24 - Electric Generators & Plants 5,623.65 1,412.34 4,211.31 9 - Compressors 5,710.56 1,235.56 4,475.00 27 - Pumps 2 -8" 4,910.48 1,021.05 3,889.43 I 9 - Fill -Stand Pipes - 1 Axle 900.00 180.36 719.64 3 - Dozer Convertors 250.00 50.04 199.96 ` 2 - Skip Loaders - Ford 4,000.00 833.40 3,16¢.60 j y Miscellaaous Cont. Wacker Ramers rote Ssp t,. wreak. 4, -_S Monitors 1 Canc. Crusher 1 - Platform Scale (Pitless) 1 - Backhoe attachment for Lorane Shovel 1 - Backhoe attachment for Osgood 1 - Shovel Front - For WW Shovel 1 - Pile Driver Lead for WW Shovel 2 - Brush Racks B6i. & Riley 1 - Push Block for D8 Cat C Frame 1 - Amphibian Duck 1 - Ripper for D8 Cat 6 - Power Units for Tractors Accessories for Austin- Western Motor Grader Crane 2,730.00 1.,737.60 555:00 1,433.20 8,840.00 2,000.60 5,200.00 1,000.00 200.00 50.00 830.96 200'.00 150.00 4,239.53 1,350.00 600.00 2 - Rippers - Ray Brunner 6 Southwest 1,600.00 1 - Ripper for LF Scraper 3 - Gang Discs 1 - biaa "Towner" 1 - Concrete Mixer - "Rex" Nk 3 - Concrete Vibrators "Mall" __,9_.- S1opa..Boards.fnr- ,Bull -Dater 1 - Rooter 1 - Cement Finisher 1 - Drsg Broom 3 - Splay Rigs 1 - Progressive Roll for Tandem Roller 1 - Mobile Sweeper 1 - Drill Rig for Cat Mounting 4 - Almond Lanterns 2 - Stem Cleaners 1 - Mobile Drill Rig 2 - Table Saw 1 - Chip Sweeping Broom 1 - Sand Blaster (Sandstrom) 2 - Transits 1 - Brush 6 Weed Burner 1 - Work Boat 35' x 10' (Coxco II) 1 - 18' Inboard Launch "Pokie" 1 - Chris Craft 32' Sportsman Boat 1 - Industrial Truck 1 - Saul Boat Construction Tools 10 - Welding Machines 1 - Wire Feeder for Welding Machine 6 - gain Saws "McCulloch' Leas adjustment to Basis due to Investment Credit 50.00 225.00 500.00 1,000.00 225.00 ,...2.,800.00._._ . 50:06 50.00 400.00 900.00 100.00 600.00 3,500.00 600.00 600.00 100.00 150.00 20.00 100.00 200.00 200,00 11,440.00 1,000.00 16,432.00 = ,280.00 500.00 1,748.25 2,507.00 244.27 2,259,199.75 ( 47.201.22) 788.84 1,941.16 305.20 1,432.40 111.00 444.00 394.56. 1,038.64 1,178.64 7,661.36 399.96 1,600.04 2,080.08 3,119.92 200.04 799.96 39.96 160.04 9.96 40.04 166.20 664.76 39.96 160.04 30.00 120.00 847.92 3,391.61 269.76 1,080.24 120.00 480.00 319.92 1,280.08 9.96 40.04 45.00 180.00 99.96 400.04 200.02 799.96 45.00 180.00 ..- ► . -:= :799.#4 9.96 40.04 9.96 40.04 80.04 319.96 179.88 720.12 20.04 79.96 120.00 480.00 699.96 2,800.04 120.00 480.00 120.00 480.00 20.04 79.96 30.00 120.00 3.96 16.04 20.04 79.96 40.08 159.92 39.96 160.04 1',830.36 10,482.44 -0- 1,000.00 -0- 16,432.00 -0- '.,280.00 -0- 500.00 -0- 1,748.25 553.84 1,953.16 48.84 195.43 170.04 679.96 641,377.77 1,617,821.98 (12.334.76) ( 34.866.461 ahk "0 1.582 CONTRACTOR'S FINANCIAL STATNT ❑ A corporation - - ❑ A Co- partnership ❑ An Individual Coaco, Associates Combination Condition at close of business June -30, t9_54 ASSETS DETAIL Current Assets 1. Cases_ 51 -- - --- 2. Notes receivable ------ - - ----- -- ---- ----22 --------------- 2_ --623 _16__ Al 3. Accounts receivable from completed coatracta __,-- ._._.____.---- _.- ___ - _ A.31C -_84 _15_ 4. Sums earned on incomplete contracts ._25_ _84 3. Other accounts receivable -- -- ---- _ -- -_. ----- -- -- ---3 .243._5$.. 6. Advances to construction joint vent — ---- ----- ---- -- --- -. -- _ 7. Materials in stock not included in Item --------- _- -_-- -.____5 ..54 _5$_ t. Negotiablesecutitin 9. Other current assns --- -- - - -- 33 2--7-5 - -fib - . Fixed and Other Assets 10. Rol estare 435.55__ 1 �ructionplantandequipmenr _ _ -__— -- -- .__1.5 _955 -52. 12- Furniture andfirt ._________29_4Q4 _91. 13. Investments of a non - current nature __`--------------- 2 ..05 00_ 14. Other non - current assets - --- _____------------------------ -- TorAL_- - - - - -- - - -- - - TOTAL AMT7 - ------- - --__� _.. LIABILITIES AND CAPITAL Current Liabilities 11. Notes payable, exclusive of equipment obligations and real estate 16. Accounts payable 17. Other current liabilities Other Liabilities and Reserves 1E. Real estate encumbranrr 19. Equipment obligations secured by equ 2AMIDther ton- current liabilities Capital and Surplus 22. Capital Stock Paid Up, 23. Surplus (or Net Worth) — TOTAL -- ___.. TOTAL LIAznxrms AND CAPITAL_ ------ CONTINGENT LL421UTM 24. Liabiity ou notes receivable, discounted or sold 23. Liability on accounts receivable, pledged, assigned or sold 26. Liability as 27. Liability as guarantor on contracts or on accounts of others 28. Otber contingent liabilities TOTAL CONTINGEN Nora. —Sbw dsui4 mda main LnduW in I�- cdnmo. 4zundins Lm,6 of main headuw to second column. TOTAL 881 1792 M • 91TAns RELATIVE TO A56M +t (k) Dgmised In bmb armed t fc) llralrr -(tna .heee) a re- HAM Of SKI` I - . 01"JI IN NAME OF I 1.100.00 ' '= 223.436.16 t 2a (a) Doewitbinonensr S 22.623.11 Nowsoosivemst (b) Dwafterooe� ear i (c) Past due _— R[CIUVANA FROM rOR WHAT DATE OF MATURITY NOw sacumm AMOUNT Cox Bros. Construction Co.. Znc- ,_ - - - - -- .L�`— _..1>$mBPd. 2- -31-6 .1.15:5 - - - -- None---- - - - - -. --- Auta- - ---- -- - — Lot- -- --- - -- ------ -1,nnn nn 8. R. Richardoon Cgr Loan - -__ - - - -- ___ -- 9_1Ayton Lavenens ----- - y. .t ' Han any of the above been discounted or sold? NO if a, state amount, to whom, and 3a I Accounts receivabb imus eompIetd contracts rzclodve of claims not approved for paysent 1 1,320-841.75 TYn OF 11"s AMOUNT or AA1,11��1MN{ CONTRACT tecpAW SCilf I erraayof the above been sadgned, sold or pledged? No If s% auto susomG to whom. 4a I Sum gorged an bTeomplew coutrscts, as shows by enghmW or architect✓ esdmataa { 106,259.84 IRCUTAM ROM I I Alco P 1dg. Co. of Christ Boiler .� idlff, -�:- 'Lovost xeWestmsnt Co. Loa Altos Development Co. jLutheran Church.. ., Newry Gorden Part Miles i hove Readon Builders Thoupsoo.and Aasociates j W.I.R. Corp. Rmefco, _Inc. M. N. Lindley Co. TTR Or WOW[ I AMOUNT Or I AMOUNT CONTRACT RRCRIVAaLA Tract „Development 39000.00 260.00 j Drainage:, 5,595.00 3,035.00 Parking Lot 6 Access Rd. 17,720.00 19,133.10 Tract Development 75;000.00 315.29 u It Site Preparation Tract Development Hauling Borrow Apartment Site Tract Development ,1 It n u 0. i 35,175.00 15,547.17 1,500.00 690.00 1,100.00 864.65 35,000.00 28,343.75 k: 11,000.00 11,801.81 75,000.00 2,777.88 93,298.00 1,184.51 _ -Z11000.00 19.934,08 y. .t ' ............. Bank of America I Bank of America First Vattern Bank Orange County Uditad California U.S. National Bank of Americs First Western Bank United California Let 4 i L Assn. Los Angeles Los Angeles Stanton, Calif. Capistrano, Calif. Newport Beach,Calif. Newport Beach, Calif. Balboa, Calif. Stanton, Calif. Corona del Mar,Calif. Pomona, Calif. Coxco, Inc. Cox Bros. Constr.Co. Coxco, Inc. A. S. Cox A. S. Cox A. S. Cox M. A. Cox B. D. Cox M. A. Cox Mrs. M. A. Cox 21,870.65 5,160.48 67,529.46 5,609.46 2,195.11 256.29 52,437.63 62,019.72 5,164.00 Atlantic & Pacific Bldrs. Tract Development � 85,000.00 City of Glendora Street improvements 341,636.00 BeIinds.Co. Tract Development 56;745.00 41.Const- Dev. Co. " " ". 31500.00 .. £i `o Fountain Valley Street & Road Impvts. 119,870.00 City of Garden Grove Sidewalks 12,256.00 City of Norwalk Street Impvts. -Vine St. 337,243.00 ' Coast Development Co. Tract Development 91,805.00 County of Orange St. Impvts. - Tustin Ave.86,400.00 Crest Builders Tract Development 17,500.00 Draper Industries " 31,677.00 R.J. Daum-Contractor Site Preparation 44,390.00 B. C. Deane Tract Development 267,500.00 Oltman Construction Co. Site Preparation 94,120.00 Frank D. Patty, Sr. Tract Development 85,732.00 L. Frederick Pack " It 48,350.00 H & J Builders " " 9,225,00 Hacienda Gardens 60,434.00 Hansen Homes " " 31,278.00 Henry Cox Builders " ° 37,500.00 Hercules Construction Co. " " 53,746.00 House 4 Homes Dev. Co. " " 81,530.00 Bubble Construction Co. School Site & Navy Launch Site S. V. Bnasaker & Sons Tract Development W. M. Lyles Co. Drainage Structures Knuthson -Helms Co....:... __ _ ..Tr act. Development :- _ L.1F.C...�p. =.. .� n n. Luxury :Bomes 'Inc. " Marjsn Development Co. " " McNamara..Corp. Highway Grading Newport Builders Tract Development Osirio Home (H. Tancredi) " " Roberts and McGuire Co: " if J. V. Quinn Contractor it It Santa Cruz Dev. Co. If San Vista Bldg. Corp. If " Southwest Contractor It " State of California Freeway Bridges & Ted Bolte Venco Bldg. Corp. Vikiag_Co. Volk, McLain Communi ties, Inc. Yorba Investment Co. Roadway Constr. Tract Development It it Hi- School Site Preparation Tract Development It u 45,085.00 123,199.00 12,300.00 °- 168,000;00 21,283.00 73,470.00 342,000.00 118,790.00 50,000.00 95,000.00 92,120.00 139,500.00 87,395.00 200,355.00 1,196,000.00 150,000.00 99,197.00 275,100.00 48,023.00 210,611.00 5 606040 00 41,181.96 286,885.51 14,732,38 1,908,30 11,962.30 11,925.81 75,867.49 10,010.91 4,801.78 4,928.50 13,200.00 10,566.72 21,017.98 1,411.20 14,500.34 14,569.20 2,330.00 2,519.34 1,923.29 .13,994.08 25,057.90 13,160.85 16,880.24 16,411.31 6,700.00 4,3,510.14. 44,.844.93 15,394.43 25,681.15 77,958.72 13,961.00 6,524.00 24,131.28 2,117.50 15,364.61 20,597.41 22,603.4]. 246,362.87 34,382.12 19,928.36 28,194.43 11,237.28 29,600.67 1,32 DETAILS RELATIVE TO ASSETS (Continued 5' l Aquaria resolvable net fnm construction 35.243.68 ' RICaIVANA FROM FOR WHAT WHEN DUE AMOUNT Shepherd Machinery Go. Sale of Motor Grader 7 -1-64 10 500400 Paul Hardeman Co. Sale of Asphalt Spreader __— 7- _31 -64 5,675.00 Misc.��r es Various 7 -10 -64 FOR SAID Mia .!)Lntals (ft Sales _ various 7 -110_64 ____18'581.18 _ ____ Lumber.11ater Lines. Base Materials-_- -- °_ _..3.1a ?_63_..83_ --- •- ---- - ------- ----.--_--.-------------_- Tires, Scare Parts. Supplies 13.45L13____ _ What amount, if any, is put duet --- 61 Advances to eonstracum joint ventures _ _ -0- NAME OF PINT VENTURE I TYPE OF WORK I AMOUNT What amount, if any, has been assigned, enld, or pled ___- _-- ----- - -------- . . __ - _-._— if q. has been assigned, sold, or le Securities (list son - negotiable item- under Iua 13) (a). LiKM - vrossat natkst rshr - Materials is stock and not included in Item 4 7 (a) For on on incomplete contracts (inventory value) = 37.769.83 (b) For future operations (inventory value) = 23 870.75 c For WE (inventory value) VALUE ' - DawcannTOM QUANTITY FOR INCOMPLETE CONTRACTS FOR FUTURE OPERATIONS FOR SAID Service Station Stock of Fuel ___ _VV roue,_ ____ ---- _ ---- ____ _____ - ______ o X (� ___ _ -3 -01'31 _ ____ Lumber.11ater Lines. Base Materials-_- -- °_ _..3.1a ?_63_..83_ --- •- ---- - ------- ----.--_--.-------------_- Tires, Scare Parts. Supplies 13.45L13____ _ if q. has been assigned, sold, or le Securities (list son - negotiable item- under Iua 13) (a). LiKM - vrossat natkst rshr - swam OmOANT Bonds QUAN• [Dli[ VALUE - City of Santa Ana 7,752.19—' UNIT WE AMOUNT 2,003.40 - - City of Garden Grove Ambassador Ore 200 Shares 3,449.95 Day Mines, Inc.'/ - City of Los Alamitos ` 400 " - County of Los Angeles Dome Mines Ltd. (common) �'IY (h 100 ^ East Utah !Mining •� V 110 " :i Freanillo Company 400 " General'fierican 011, Texas 257 " leela Mining Co. (common) 300 " Howestake Mining Co. 250 " Kysar Industrial Corp. 300 " N.Y. Honduras & Rosa Mines 156 " Pacific Petroleum 100 " Preston Mines, Ltd. 200 " Producing Properties 850 " !Sunset International Petroleum 225 Suaihine Mining Co. - - - - -- _ 400 " air °r7IFd�!!, r . `& Z5 -7.r' U. S. Smelting �tRites : 300 " Westates Petroleum Co. 1000 " Call Jaeger Mach. 2 " Call Signal 0 and G. 7 " Put Occidental Pets 3 " General American Oil 10,000" Gold IMetale Cons. Mining 2000 " Goldfield Corp. 1000 " Great Basins Pete Co. 500 International Mining Co. 100 " Kirkland Minerals Ltd. 1000 " Little Long Lac Gold 500 " Mac Leod Cockahutt 1500 " Mount Ise Mines Ltd. 500M' New Prk Mining Co. 500 " North Star Oil Corp. 2000 " Palomar Mortgage Co. 40 " Pato Cons. Gold Dreding 100 " Philippine Oil.Development 20,000 " Sawyer Petroleum Co. 1000 " Siscoe Mines, Ltd. 3000 " Standard Metals, Corp. 833 " Tack Corp., Ltd. 160 " Trav -Ler Industries 600 " United Ksnohill Mines 200 " Upper Canada Mines 700 " Weetburne Oil Co., Ltd. 1000 " White Cape Gold Mining 10,000 " Yellowknife Bear 1,000" Agneco Mines, Ltd. 4,000 " Ampol Exploration, Ltd. 500 " Assoc. Arcadia Nickel 2,000 " Bonanza Air Lines 300 " Coastal Garribean 0 & M S00 " Cochenour Williams Gold 200 " Consolidated Mosher Mines Ltd. 200 " Electronice.Intl. Corp. 1,000 " Fargo Oils Ltd. (common) 200 " Westates Petroleum 200 " Consolidated Rock Products 22 " Standard Packaging 50 " Fortuna Corp. 400 " Pacific Petroleum 70 " :'.Homestake Mining 50 D VALUE MIMAT[D1 AMOUNT 1,000.00 2,000.00 2,600.00 300.00 3,200.00 8,500.00 7,500.00 10,000.00 4,000.00 3,000.00 1,300.00 1,100.00 1,4.00.00 1,500.00 6,400.00 300.00 2,000.00 1,000.00 11,000.00 100.00 1,500.00 1,500.00 1,000.00 100.00 1,000.00 1,200.00 2,500.00 1,500.00 800.00 100.00 300.00 500.00 100.00 4,800.00 3,300.00 700.80 3,500.00 1,500.00 700.00 900.00 700.00 1,100.00 1,800.00 2,000.00 400.00 2,700.00 200.00 600.00 200.00 4,000.00 600.00 1,100.00 400.00 600.00 800.00 600.00 2,500.0C 147, 500.00,- United states Defense Bonds 2,925.00 _:_. 1911 LCt (treat loads - City of Santa Ana 7,752.19—' 1911 ^ ^ - City of Newport Beach 2,003.40 1911 - City of Garden Grove 2,.O11.50 1911 1 !' !' - City of Oceanside 3,449.95 1911 ^ ^ ° - City of Los Alamitos 6,227.67 1911 " ^ °. - County of Los Angeles 34,796.21 1911 ^ s - City of Huntington Beach 7.936.96 67.102.88 Total Negotiable Securities 214,602.88 _. DETAO RELATIVE TO ASSETS (clkinaed) 9 Coarsest somb Bid &pain peapaideapaDaea, eashvalaeafSfeinsaraoe0.aeeraedintetst aoc. $---137,765.61 DUCalyrml AMOUNT Coh WiLrrainder Vnalua of Life Ineur nce 112.017.77 Rafundehle 1pederal Tauea on Income 47,387.48 _ Triventutprit Credit DrepAid inhPrPAh __ —__ — _�y�., 71016 _Pr.pAid TAwPP ------ J,L753_95 _— D{(positsReft3ndable U ted Airline1 Wren & Van _Aleni___Comp.—Ias _Deposit -- Deposit 2p $Av3P®tCpS_= _Shepherd Machfngry-9o—=-------------------------------------------------- - -- 2,600.00_ -- — --101000.00 - -- 6 101 RegestIte ( (a) tised for baoDaaporpaMa— $ 650,896.48 7 Book value 1 (b) Not used for business par, _ t— LOCATION I Da"IrrION I HUD IN WHOM NAMI L VALUa 731,435.55 11� COasemctim please and equipment :_ 1.582.955.52 (Show details an page 7. Item 10) 1ltfi What is your approximate annual income from rental of equipment owned by you, exclusive 11 of such income from associated concerns having same ownership—.. _ ftrulturo and sraaaa ; 29,404 -91 Investments of a ■os.eerreat satun $ 28.050.00 D13QDTWN AMOUNT Barber minestment Co. - Sky Meadows 3,000.00 Bows Systems, I=. 2,500.00 Cezco, Inc. 7,500.00 Cox Bros. Construction Co., Inc. 7,500.00 Balboa Bay Club 2,000.00 Santa J�M Country Club 5,000.00 Club Tyr de Cortez - Mexico, S.A. 550 28,050.00 TOTAL ASSETS ;_ 41695,359.59 " • yew bock tilde (coat Im depredation) antes an apptatul aebadab prv" by an Wep"ieet apptsiew is attocW1 in which teas appa•iwd tiles may be akawe. ,ya,� Stanton, Calif. 10 19 -5/8 Acres Cox Bros. Constr. Co. 45,794.76 Stanton, Calif. Yard Improvements to " " 6,602.53 Stanton 6 Santa Maria,Cal. Buildings 6 Impvts. it " " " 28,141.78 PosatU, Calif. Land, 8.92 Acres " " " " 91,417.95 Huntington Beach.Calif.. 2 Acres unimproved Land R. D. & M. A. Cox 10,018.38 Huntington Beach,Calif. 4 Acres, House & Improvements R. D. Cox 118,761.45 Huntington Beach,Calif. House 6 Lot R. D. Cox 161160.53 Coross del Mar, Calif. House & Lot Bayfront M. A. Cox 60,000.00 Avalon, Calif. House & Lot M. A. Cox 17,522.63 Santa Ana, Calif. 2 Acres Land - House & Improvemts. A. S. Cox 125,000.00 Palav city, Calif. House @ Lot 6 Impts. A. S. Cox 27,750.00 Corona del Mar, Calif. House 6 Lot M. A. Cox 59,265.54 Orange Cove,Presno Co. 100 Acres, Unimproved Land R. D. 6 M. A. Cox 125.000.00 DEA RELATIVE TO LUBMAM 151 Noses Payable, exclusive of equipment obligations and real estate obligations_ f 605,378 32 ' TO WHOM IATA ►Le WHAT YCURITT WHIN DUB AM04fMf Rank of Amer)yg# - Los Anggles None 9 -15 -65 - 362. 686.39 n n n n n Bondg j-30 -65 .. 242.,.691.93- 20 ., DBBdtirnoN FOR WHAT WHBN DUB AMOUNT 16 Amts Payable: (a} Not ¢ut don f 475, 314.66 (b) Pass due TO WHOM FAT Abu FOR WHAT WHEN DUB AMOUNT ce, ..Asphalt------------ �53.S8Z34_- — -- -_ - -- -- -- Sub- Contractors _ _ _ 7- 20 -64__ 103,323.06 Crowell- Weedon Co. - Los A glga 7 -25 -64 ._ 18,403.61 other current lisbilidIn _ _ f 312,334.49 Accrued mtsrprt, tun, insurance, payrolls. etc. r- :,err. Schedule attac: AMOUNT 181 Reg estate f 284, 988.07 . 19 Equipment obligationsWaredbyequipmentt (a) Total paymence due within six months_ $--Dl A,093.70 (b) Total payments due after six montha_ { 65 70_,94_ TO WHOM FATAM HOW FATAM-' AMOUNT C.I.T. Corp. First Western Western Bank Mohly_— _-- -- ---- --- -- --- -- -- -- 20 other non - current Rabditin -- — f- DBBdtirnoN FOR WHAT WHBN DUB AMOUNT 211 Reserves : --- DBBt1VnON I AMOUNT 221 Gpital stock paid apt (a) Cammm f 7.500.00 (b) Preferred —_. _` L3 1 Surplus (or Net Worth) : 2, 413, 039.36 " L cbL BASS rhoW swans ud (xpBSBer d isesQRnat pBysMaa. TOTAL LIABIIITIES AND CAPITAL f 4.69 5 3 59 _ 59 • iSFt MparsBi7 ueY knees ,unRdsa w is pr can or swas sf His and W ss.Yiso tL raNOW&F. Accrued Payroll 1L 1 Accrued Payroll Taxes Accrued Health &'Welfare ' Accrued Compensation 6 Public Accrued Interest Payable Accrued Offcsrs-3alaries Due- Retiring Partner, H. R. Sales ism Payable 't Withhold from Employees .4 Liability Insurance Cox, Jr. 129,361.99 35,267.58 16,617.29 14,455.41 9,196.12 ,54,000.00 19,418.89. 7,290.00 0 If a corporation, answer ,hiss capital paid in cub, t 7.500.00 Whenio --pwm d . 10..30_57 in What Sta" California ptaodene's name A. S. Cox Pcepreddeneename M_ A. Cox Seesetaws swlaa R- n- Cox Treasurers na If a copartnership, answer this= Date of organization July 1 1945 State wbedwr partnerd ip is geaeral, limited or association General Name and address of each partners Alvin S Cox, 2612 Mean Dr ,Santa Ann Calif, Roderick D Cox 7731 Sugar gr -., Huntington _ Beach.Calif. WHERE PREQUALMCATION IS BASED ON A COMBINATION OF ORGANIZATIONS, THE APPROPRIATE AFFIDAVITS BELOW MUST BE EXECUTED FOR EACH MEMBER OF SUCH COMBINATION. AFFIDAVIT FOR INDIVIDUAL certifies and says: That be G the person submitting the foregoing temext of experience and financial condition; that be has read the erne, and that the sane is true of his own knowledge; =bat the statement is for the purpose of inducing the Department of Public Works to supply the submittor witb plans and specifications, and tbat any depository, vendor, or otber agency tberein named is bereby autborized to supply said Department of Public Works with any information necer to verify the statement; and that furthermore, sbould the foregoing statement at any time cease to property and truly represent big excial condition in any substantial respect, be will refrain from furtber bidding on State work until be shall bave submitted a revised and corrected statement. I certify ad declare under penalty of perjury that the foregoing is true and correct. Subscribed ox at _ —, State Nora: Statement will be returned unless affidavit is completed in EVERY respect. AFFIDAVIT FOR CO- PARTNERSHIP R. D. Cox , certifies and says: That be is a partner of the partner - lNr. d ern( k of- Cozcn _ Aaaociatea ; that said partnership submitted the foregoing statement of experience .. fNar d f,.l and finexctal toxditiox; =bat tar kes read the same end that tb[ same h Mee of Us own knowledge; that the statement is for the parpose of inducing the Department of Public Works to supply the submtttnr with plan: and specifications, and that any depository vendor, or otber agency tberrix named is bereby extbortted to nip y said Department of Public Works witb any information mees- pry to verify the. statement; and that furtbermore, rbould ebe fotregaixg statement at any time cease to property and truly represent the fine" condition of said fires in any substantial respect, they will refrain from furtive bidding on State work axed ibey +ball tasvr submitted • revue and corrected statement. I certify and declare under penalty of perjury that star foregoing is true sad correct. Subscribed ox at StantOII __y Ora , $ [ of Gal i forni a (Am) NOTE: Statement will be returned unless affidavit is completed in EVERY respect. LBros. The foregoing statement and affidavit are hereby affirmed. eaanam ne eea� W POW aY ■salt[ CNTRACTOR'S Offer No. 1 For the 19 -5/8 acres land located in Stanton, Calif. included in our Financial Statement, Item 10, Page 7 at a lose of $45,794.76. We were offered by Robt. J. Ward or nominee $665,000. (copy of Deposit .t8eceipt attached) $5,000.00 cashiers check with proposal. Offer refused and cashier's check returned. Offer No. 2 Also: for same land we were offered $34,000.00 per acre for 10 acres commercial and $32,000.00 per acre for 10 acres with R3 zoning, total amount 660,000.00 with a $25,000.00 deposit from Loomis Johnson Co., for the Wagner Construction Co. Offer refused and $25,000.00 cashier check returned. (photostats of offer attached) 0 ACCOUNTANT'S COMMENTS Note: Included in Accounts Receivable are accounts which will be paid in 1911 Act gnds. These accounts in the amount of $242,691.93 are pledged to secure various ates payable aggregates $242,691.93. SKMIS cm vtposit 3uttipt �CAUPQWRA WA IUA"A=;" _ R AMNMO.ArWNrD MWAk rt J.-Tald-76wr -- — - ------ -TOT ------------ Tft—rj�7 -- --------- --------- -------- ---- MVEOFITIWU-an"�r - ----------- -- --------------- -- ho to POW:sm AV-* I- wnv* 08 &ASNAMI'll *A WAAMMS I qbp d1 oft by o6d, d ell a Z'. ------- -- . ........... -- -------- _ -SE rox J- -------------------- ai . .. . ......... ................. ..... --.— bfila� .6 "W )= Woo, ot le W. % �o pp.*� " homi. P.i4.' A. '��d %". h, br smo bw &0 vftoo�4 Mmw ll ' rTlw' A A" 64 * Coot - to" TMO A.4.0.: 1w. pour of go. W�.. I.,." T1 L:': CO. "14 ZTer w wk, %w Oungmewoo sw lw WW. - " Mo P• y I's awW."d 6.m.D'd pi- W I-M- M 411. do, twX= #WoMmo of b. -0`0`16 m4d and W*. 4+Y.r!... a ufA 000,,000, .dd,k W . S.. t.9 t. om$d UY ........ . MY .'d Vtk wwou aM rooW, ft b. 4.4.*4 Swor so okioin# � V. awe %L*. --------------- --- -- ------- --------------------- - -------- -------------- - ---- ..... .... ...... ----- -- - -- . ...... .... ...... ........... ...... - .... --- --------- - - .. ..... RAW ohm 66 &WOW wm.!-A 'h" �� ;o '*N:' t...„.. - ------ i v "m "" M do 6. moPwed 4 " w.nav bw 4rnke. '".4 ."'N 04 0. 1.r �pl SO Wda." Doom H., .4'" 4."4.A aw 1) Brookh%r�l A bmMP w "lot 1" 10 A� R, wsmm� and ' N!OWI 0* W-'Jo `A( 10 -H rop-tv w *st% 44 bow a fookpoo, f"'J" 'oA ow. ho 4WA I"* W'"a '46 'Zk .. . .. . ......... ... .... rk- I oit 3trtipt CAUFORMA REAL ESTATE ASSOCIATION STANDARD FORM . 1Q8... AX6010A ............................ California ...... re ary.. 13 ................ 19.64 " d from ............. _ .......... WAgner.-Aanatrao.tion ... Co . ...................... .............. Ll ............. .............. tieneIn called Buyer, the sum of........... Ton.2 boussAd ......................................................... ............................... Dollars ($.10,s.000.0.0 .... ) evidenced by cash E], personal check.`], cashier's check 0, or ....................... ...... ........ ­­ ......................... .................. ........... . .................... .......................................................... as deposit on account of purchase price of. ..... Us .. Bo.I.O.W.. J1 ................ .................. ................ ...................... ........... ............ ..................... ........ . .............. ............................ ....... .......... I ... Dollars ($ ................. .. for the purchase of property, situated in.. 1Q ... likarom ... In ... 9. koiy .. qt. Atan.t. on ... and.J.0 .... acres .... in ... Orange ................ County of ...... Or.411490 .................................... __ ........ California, described as followss Southeast corner of Xnott & Kattela Streets, approximately 20 acres ................................. I ............. I ........... I .... .............. ....... I ................. I ............................ ­ ... ............................. Buyer will deposit in escrow with....... Union Bank (bovor�y. Hills) ............................................ ...... ........... I ................................. ......... the balance af the turvhWagrice --I'- . F Mko3obbp"Exal foil s: A"NOUM 00U.vu mor nez acres or tomerclai an 1. ftreh"s a 4a on W30 0". p ... Qf .. ................................................................. bait cash at the close of a 160 day escrow, the balance one W* ... class ... af...0.g.crW..X)_VA ... .. ...................... ...................I........... offer is contingent upela buyer acquiring their required C -2 zoning gsd.XM3 ... samis ... pr Lar ..to .. the ..almom ... ot.maeray^ ....... ......................... .......................... Jas offer Is contingent upon buyer approval of soil tests at buyers ....................................................................................................................... ..................... VhU offer is contingent upon buyorts approval of preliminary title ... days...of ... rassisit ... of ... vam ............................................... O*s"- 00DW-40"s -bb Im Is 11,1 , . . . . . . . . . . r . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ....................... ................ ­ ... ............ ...... ................... .................................................................................... (1) If Buyer fails to pay the balance of said purchase price, or to complete said purchase as herein provided, the amounts paid hereon may be retained by Seller at his option as consideration for the execution of this agreement by Seller. (2) Title is to be free of liens and encumbrances other than those set forth herein. Title subject to Coaditiena ' rootricti.ons.p ... rigbtorof!wwy .. of ... ro o.Q rd ..... IMclence of title shall be a California ,and Title Association standard coverage form polity of title insurance 41josued through . .. ...... 7 J. tl. 0 ... Jissuran". & -Tr"t - Co. - ... .................................. ............. So be paid for by ........... Roller .... ......... .... If Seller is unable to convey a marketable title, except as r, herein provided, within ree months after acceptance hereof by Seller, or if the improvements on said property be destroyed or materially damaged prior to transfer of title or delivery of agreement of sale, then upon demand of buyer, said deposit and all other sums paid by Buyer shall be returned to Buyer, and this agreement as between Buyer and Seller shall be of no further effect, and Seller thereupon shall become obligated to pay all expenses incurred In connection with examination of title. (3) Taxes, premiums on insuronce occeptable to Buyer, rents, Interest and other expenses of said property shall be pro-rated as of the date of transfer of title or tWNw1?bf agreement of sale. The amount of any bond or assessment which is a lion *hall be paid by ... 34ollor , except that the amount of any delinquency now existing shall be paid by Seller. Seller shall pay cost of revenue stamps on deed and any expense connected with the removal of title defects. (4) Possession of said property to be delivered t�, Buyer on closing escrow Fz), or not later than . ...........................days after closing escrow 0- .......... ...... ..................................... ............ ....................... ............................... ........ ........... ....... ..... ....... I ............. . I .................................. . I ...... (5) This offer shall be downed revoked unless accepted in writing within..t*il ... (1,0.) .......... days after date hereof, and such acceptance is communicated to Buyer within said period. (6) Time is of the essence of this contract, but Broker may, without notice, extend for a period of not to exceed one month the time for the performance of any act hereunder, except the time for the acceptance oJertof ty SeWeand datevf-possession. lffoia 0 60" UGApany Realty -lavastimant ... Company ....................... By...... Real Estate Broker A"e s -54 ? 1. 0 .. W11111111111;rei.AIIO.i:ls .. .... Cal.-.,.Telephone ... �6Y7S6?4.... ewc� TJ=r.4i d_Buyw a rs and_ roes to buy the above describe erty-on e rmsond ditions &0,% iahndi� kii, 01i iectio , I of a copy hereof. r. p t rm ................... ............ �Jv LO TV .......... .......... . .............. .......... ........ ....... 4U �I. 14 c' 6 "or *0 take. Wis JM40"wef .1­ ........ ­; ­ . I ... ............. ......... ........ ......... ...... ........ ... ....... ........ -_nh . .. : . :i .. �. � : '. . Plea» mint roe jh..,fvrro�W It.. rqid�q 194 �.t. 6.e.."., 117 W. 9h . Lo. AN.I., 15. R.N310n Approved 1-12-60 copyriow, 1954, by callf9 to ba! b1ch, A Wclaflop. At! Ri,hu R...,vad, FORM #D14 AFFIDAVIT FOR CORPORATION it. 0• �S T. fteetatat ---------------'------- ------ ---- ---- ---------- - - --+ certifier and says: That he it------------------------- 'Y •N.or d oiw) (OaciJ o.o•up7 of the___._._____ ........... ...._— �____._____- ___.. —_, the corporation submitting the foregoing statement of experience and financial (Nam. of firm) condition; that he has read the same, and that the same is true of hit own knowledge, that the statement is for the purpose of induring tie Department of Public Works to supply the submittor with plans and specifications, and that any depository, vendor, or other agency therein named is hereby authorized to supply said Department of Public Works with any information necessary to verify the statement; and that furthermore, should the foregoing statement at any time cease to properly and truly represent the fi- nancial condition of said corporation in any substantial respect, it will refrain from further bidding on State work until it shall have submitted a revised and corrected statement. I certify and declare under penalty of perjury that the foregoing is true and correct. Subscribed on.. . ---- ----------- - �` .............Rat...- ..._gt � Choi + State of CmI1COrnLa NoTE: Statement will be returned unless affidavit is completed in EVERY respect. Caltfonita STATE OF_ ._ —_ — _-._ -- .. 1 / Imo_ � n[n burs N.m. L4. (ul! urp„nu mm<cud uxxv 1. cmPnna .nl. CERTIFICATE OF ACCOUNTANT Cclseo A4Wt Jete.p .Attie '41, S %» We have examined the Financial Statement of ...... .. ...._ .... ......... _ .. as of ...._..... ......_ __— ..._.. Our examination was made in accordance with generally accepted auditing standards, and accordingly included such tests of the a ring records and such other auditing procedures as we considered necessary in the circumstances. In our opinion, the accompanying financial statement included on pages — to -_ _�... ., inclusive, sets forth fairly the financial coma :4MMtet" loot ip IWI. condition of of-- -. __.. .. ---- -- -- . -- - ......... _ ..............__., in conformity with generally accepted accounting principles. (Grdhd Public Acrnvnmv) (Public AccomM1V) / / r Special Note to Accountant: Review instructions on inside of front cover carefully before completing statement. The above Certificate of Accountant must not be made by any individual who is in the regular employ of the individual, copart- nership or corporation subrnitring this statement, nor by any individual who is a member of she concern unless he dnck,bes bn finan- cial interest therein. THE CERTIFICATE OF ACCOUNTANT WILL BE REQUIRED IN ALL CASES. [ 10] ..r .nc� m . ..x.n. G`.ro - Newport Harbor News Press c ned with DAILY PILOT was decreed s newspaper of general circulation in the Cit ewport Beach by Decree of the Superior Court of LEGAL NOTICE Orange County, California, Number 4831, dated II June, 1963. CITY OF NEWPORT BEACH, NOTICE OF CALIFORNIA ales STATE OF CALIFORNIA ) SEALED PROPOSALS will be received at the \ ss. office of the City Clerk City / 1 30 a.m. on the Slat California," Octobetr, County of Orange ) 11:6 4 at Which time they will be Pub, Iich, opened and Mad, for performing work as follows: Jamboree Road Realigntnepf, East. bluff iy• 1. 1�y lam M. Schmidt _being first duly sworn, Drive To Palisades Read. Re. rioea First contras. Na Did will be depose and say that I am the Adyertising Mgr received unless it Ie thedPub caWoks�Deparrtment- Each laid must be and on oath of the Newport Harbor News Press /Daily Pilot, a newspaper of accompanied by cash, certified check or bidder's bond to the � Parable Newport Base, for Or- general circulation In the City of Newport Beach, County of Or- amount equal to at 10, ercent forfelted shouldbthe bidder tO Whom the ange, State of California, and that a Notice of Inv ItIng Bids contract is awarded tall to ender Into the contract. - In City of, Newport Beach) �' attract, ce with the prpvielOn6 of '� --" - - -'— —' - -- .Section 1])0 of the Labor Code, the Cite council of the cite Of Newport Beach has of which copy attached hereto is a true and complete copy, was ascertained the gea neral pre - re Per e worko sit ft the Imailify in whith the printed and published in the regular Newport Beach, Costa Mesa Performed for each pro, .'Or, type of workman or and halsic Set e forthtoIneXRead. and Huntington Beach issue )s) of said newspaper for — _ -- lutien is available A copy of iced f the lution available in the office of the TT4� .,s_., ICOnf •psi- Issues �s) Of l Bea Clerk in the CiN of Newport Beach. All bids are Po coestimat of the Oct 196_4 — ee basis of the Engineer's estimate of the - -1 —__. _._ .— quantities is work to done. 196_ it No bid will be accepted from Con- ed has net been licensed m - - - - - -- - -- -- accorr accordance accordance the provisions of chap- Of C 196_ on ter 9, Division 771 of Business and Pro- - - -�- - -� ode. fessions and o Plans tl specifications, fors of pr o 196 — 196 and contract may be Ob- ! hided, t the, talne0 et the Public Works Department, ) / 196_ Cite onr Newport Beach. e California. A nonredfor le charge of 62.00 will be -- - -�• --- -f -./ f 'tc i • i I I ` required for each set -Df Standard Specifications. A refundable deposit of )signed) `�'f '-' - -- -- " "'-" —' 63.00 will be required for Such set of Plans, special provisions, and contract Su6cribed and sworn to before me this 1st day of documents. The City of Newport Beach reserves the Oct 196 right to reject any or all bids and to waive any informality in Such ems. + 1 d ! �J 1 .J- I CITY OF NEWPORT BEACH, - -- CALIFORNIA SCHROUDER. ' CITY CITY CLERK Notary Public in and for the ors Published B Newport Oct.,.1, 19Press NawPort Beach, Calif., , OcL�3, 1964. - County of Orange, State of California 796 -d! My commission expires f.. -'* CITY OF NPWPO 9 CALIFORNIA A e ' ' NOTICE OF INVITING BIDS SBALEO PROPOSALS will be received hy at me office of the Clly Clerk. C Hall. Newport Beach. California, Unr, 1961 at Which tt ime15the WyaYOl n be pub. ,j, Opened and read, for Performing I", as f0110w,'. Jamboree Road Realignment. Eab s bluff Drive To Palisades Road. Re' v15ed First CoN ra <t. NO of will be received unless It is I I metlf \on,ca \: orksosOeoa0rtni Each bid must be accompanied by cash, certilietl check or bidder's bond made Parable Ito the City of Newport Beach, for an IDmOVnt OPUdI t0 at leas! 10 PerCCnt I of m¢ amount bid, such Sealant the (Orfe'•led $hou, d the bidder 0 o"t" is awartled fall 10 enter into be COnira0. g.i lh the Provisions Of In accordance 1 Labor Code. the Section 1770 OF the 510 of Newport City Council of the general Pre. iem Beach has a,,artain¢ I wades In the .. vailln9 rate Of Per d t0 be type Of local, in which the work is perl0rmed for ea Ch CrdFt Or work hi Or mCGhds at a`elt Oin Y�es10 the conract and Is se f said Ra, I luth, I P29. A noPY o of Ir. Mi.n is availabllhen City office NewPolt Cfly Clerk in BeeCn. ba Oempdrad op the t pll bids are 0 bas's of the EnorkeClos be tldole, of me �Oahtlfies Of Ne bid will to e Chad /revs a Can ac, tractor who has not ce. en,C 01 Crap' accordance Wih` '" Pr and Pr0 ter P, Division 11j of Business tessldns Code. .I O P Ph ^1s and Specifications, be � . POSdS, tlndS, OMrsC}mdY l`tained at the Publj< Works CD'POa„a W`11 Cjly Hdlh NewPOrf Beachr A nomrefuntlable chard¢ of E2.00 be r,,viled for eefondable fdeposfa0l i S'ecificatsns. A r ES.CO wel b¢ r<,W,ed for each Sal of ,I plans, special Provisions, and contract iddcuments. 01 me-P-0 Beach ll reserves The City t0 re12CI any Or d bid, her ,rd to nw i,, all inl- InuilRy In. ,VCY - - -'r TO: CITY COUNCIL FROM: CITY MANAGER AND PUBLIC WORKS DIRECTOR SUBJECT: JAMBOREE ROAD REALIGNMENT RECOMMENDATIONS: 1. ADOPT A MOTION CANCELLING THE CALL FOR BIDS THAT ARE DUE TO BE OPENED AUGUST 6, 1963, AND DIRECTING THE PUBLIC WORKS DIRECTOR TO SO NOTIFY ALL CONTRACTORS THAT HAVE TAKEN OUT PLANS. 2. AUTHORIZE THE NEGOTIATION OF AN AGREEMENT WITH THE ORANGE COUNTY FLOOD CONTROL DISTRICT FOR JOINT FINANCING OF THE PROPOSED BRIDGE CROSSING OF SAN DIEGO CREEK. 3. AUTHORIZE THE PREPARATION OF AN AGREEMENT WITH PORTER, O'BRIEN AND ARMSTRONG FOR THE REVISION OF THE PLANS AND SPECIFICATIONS. ATTACHEDIS A COPY OF A LETTER FROM THE FLOOD CONTROL DISTRICT REQUESTING A RE— DESIGN AND RE— ADVERTISING OF THE JAMBOREE ROAD REALIGNMENT PROJECT. MEETINGS HAVE BEEN HELD WITH THE FLOOD CONTROL REPRESENTATIVE SINCE RECEIPT OF THE LETTER. IT APPEARS TO ALL CONCERNED THAT ,A,, BRIDGE APPROXIMATELY 360, IN pp LENGTH SHOULD BE CONSTRUCTED RATHER THAN THE W' LENGTH CALLED FOR IN OUR PLANS. MR. OSBORNE HAS AGREED TO RECOMMEND THAT THE DISTRICT PAY ABOUT 7�% OF THE COST OF THE LONGER STRUCTURE. THE ESTIMATED COST OF THE REVISED PROJECT IS $330,40o DISTRIBUTED AS FOLLOWS: 1. PRANGE COUNTY FLOOD CONTROL DISTRICT 2. ARTERIAL HIGHWAY FINANCING PROGRAM let CITY GAS TAX FUND GENERAL FUND TOTAL THE COST WOULD BE $126,000 $102,200 $ 92,500 (SALARIES INCLUDING . OVERHEAD) 00 $330,400 IF THE PROJECT IS REVISED, AND THE FLOOD CONTROL DISTRICT PARTICIPATES IN THE COST, THE CITY WILL SAVE ABOUT $4,000. THIS RESULTS FROM T44E LOWER UNIT COST OF CONSTRUCTING THE LONGER BRIDGE AND THE ELIMINATION OF A CONSIDERABLE AMOUNT OF EMBANKMENT CONSTRUCTION. ULTIMATE PLANS CONTEMPLATE THE NEED FOR 4 ADDITIONAL BRIDGE LANES. THIS WOULD BE ACHIEVED BY CONSTRUCTING ANOTHER 2 —LANE BRIDGE AND THEN ADDING ONE LANE TO EACH OF THE TWO BRIDGES. 5 2. MEMO TO: CITY COUNCIL SUBJ: .JAMBOREE RD. REALIGNMENT IN OUR DISCUSSIONS WITH THE FLOOD CONTROL DISTRICT, WE HAVE ATTEMPTED TO OBTAIN A FINANCIAL COMMITMENT TOWARD THE ULTIMATE BRIDGE CONSTRUCTION. SINCE THE DISTRICT DOES NOT KNOW WHETHER FUNDS WILL BE AVAILABLE FOR PARTICIPATION WHEN ADDITIONAL WIDENING IS REQUIRED, IT IS IMPOSSIBLE FOR THEM TO MAKE A COMMITTMENT NOW FOR ANYTHING OTHER THAN THE FIRST STAGE. PARTICIPATION IN FUTURE BRIDGE WIDENING SHOULD BE NEGOTIATED AT THE TIME THE DISTRICT COMMENCES ANY CHANNEL IMPROVEMENTS WITHIN THE STREET RIGHT!OF WAY OR WHEN THE CITY DECIDES TO PROCEED WITH CONSTRUCTION OF ADDITIONAL TRAFFIC LANES. NOTWITHSTANDING THE RESPECTIVE OBLIGATIONS OF THE CITY AND THE DISTRICT, THE ONLY REASONABLE COURSE OF ACTION APPEARS TO BE ACCEPTANCE OF THE DISTRICTS PROPOSAL FOR JOINT CONSTRUCTION OF THE LONGER 2 -LANE BRIDGE AT THIS TIME. IT APPEARS FROM THE PATTERN OF DEVELOPMENT IN THE AREA THAT THE FIRST STEP OF 2 ADDITIONAL LANES WOU LD BE NEEDED IN ABOUT 2 TO 4 YEARS. THE NECESSITY FOR WIDENING TO.THE ULTIMATE 6 -LANE SECTION IS NOT ANTICIPATED UNTIL ABOUT 1975 OR 1980- P ARED BY• _LLQL Q ONC S l MPSON ? , T�w PUBLIC WORKS DIRECTOR ��%' ATT. - LTR. RC:DCS:BBN :vs 7/18/63 ROBERT CITY MANAGER .0 . _ • H. G. OBBORNE CHIEF ENGINEER • ORANGE COUNTY FLOOD CONTROL DISTRICT Mr. Donald Simpson Director of Public Works City of Newport Beach City Hall Newport Beach, California Dear Sir: P. C. BOX 1072 SANTA ANA, CALIFORNIA TELEPHONE: 54%.054% J 1K 8 1963 400 WEST EIGHTH ST. SANTA ANh CALIFORNIA FILE No. F05.212 San Diego Creek Channel - Jamboree Road This letter concerns the design of the proposed Jamboree Road bridge across San Diego Creek. A review of the files of the San Diego Creek project suggests that you may have been given an erroneous impression of the district's position in regard to this bridge. It so we wish to apologize and ex- plain that the discussions apparently were carried on in general without the benefit of specific plans. Now a review of the finished plans, show- ing the location of the bridge and its hydraulic design as prepared by your private engineers, reveals that considerable public money might be saved by cooperation in securing a structure to meet ultimate conditions. The bridge as designed will within a few years require lengthen- ing, which in turn will require the construction of a detour, the removal of many thousands of yards of compacted embankment, and considerable dis- comfort and danger to the traveling public. It is believed possible to develop a channel and bridge design at this location which will obviate the above expensive and objectionable items. Our engineers will be available to work with your private engineers in an active and consult- ing capacity to achieve a unified design, and by reason of the final location of the bridge, it will be legally possible for the district to participate financially in its construction cost. This problem has been discussed with Mr. Koch, the County Road Commissioner, who states that your city has met the basic requirements for the County's participation in this project and a re- advertising of the job with a modified bridge design will not effect your eligibility for the'county funds. Mr. Donald Simpson - 2 - • We urgently recommend that you very seriously consider a re- design and re- advertising of this job in the interest of obtaining the most from the public money, which no matter which agency adminis- ters it has only one source - the taxpayers. HGO:mr cc: Mr. A. S. Koch Very truly yours, H. G. Osborne, Chief Engineer 01, Index T.,1.. 77 10L2 OF NEWPORT BEACH Volume 17 - Page 24 COUNCILMEN � f � O m ➢ ? 5� O � O Ju i/V (g) Resolution No. 5827, authorizing the execution of a Motion x contract to serve water outside the City to Pacific Roll Call: View Memorial Park, was adopted. Ayes x x x x x x x 4. A memorandum was presented from the City Attorney to the City Clerk dated July 16, regarding proposed amend - ments to Planning and Zoning Ordinance which would authorize delegation of authority to the Planning Director to render decisions on certain classes of Use Permits and Variances. The recommendations of the Board of Zoning Adjustments Committee were approved and refer- Motion x red to the Planning Commission. All Ayes 5. The Capital Improvements program as prepared by the i City Manager's office, was ordered received and set for Motion x consideration on the evening of July 29 (at an adjourned All Ayes Council meeting). 6. A memorandum was presented from the City Manager and Public Works Director regarding the receipt of one bid by the City Clerk on July 17 for piling repair of Marine Ave - I nue and Park Avenue bridges. In accordance with the recommendations, the bid of Vlier Contracting Company in the amount of $52, 320 was rejected, and the plans werE Motion referred back to the Public Works Department for revi- All Ayes sion and further recommendation. 7. A memorandum was presented from the City Manager and Public Works Director regarding the realignment of Jam- boree Road. In accordance with the recommendations, the authorization to call for bids to be receimed an August. 6, 1963 was cancelled; the Public Works Director was Motion x authorized to negotiate for a cooperative financing agree- All Ayes ment with Orange County Flood Control District; and preparation of an agreement with Porter, O'Brien, and Armstrong for the revision of the plans and specifications was authorized. 8. Improvement of Balboa Boulevard from 23d to 32d Streets: Resolution No. 5828, including Balboa Boulevard from Motion x West Coast Highway to "G" Street in the City's major Roll Call: City street system, was adopted. Ayes x x x x x x x Resolution No. 5829, adopting and submitting a budget Motion x for expenditure of funds allocated from the State Highway Roll Call: Fund to Cities, was adopted. Ayes x x x x x x x 9. Resolution No. 5830, designating department head and Motion x other key personnel positions, was adopted. Roll Call: Ayes NXxxxxx 0. Resolution No. 5831, adopting a new Schedule "B" relat- ing to employment classes by series, was adopted. Motion x Roll Call: Ayes xxx xxxx Page 24 } -N - LEG NOTICE CITY DF NEWPORT BEACH, CALIFORNIA NOTICE OF INVITING BIDS SEALED PROPOSALS will be recelvfd at the office Of the City Clerk, City Hall, Newport Beech, California, until 10:30 a.m, on the dm day Of August, 1963 at which time they will be Publicly opened and read, for performing work as fellows: Jamboree Road Realignment Easibluff Drive To Palisades Road First Contract No bid will be received unless It Is made On a Proposal term furnished by the Public Works Department. Each bid must be accompanied by cash,'. certlfled check or bidder's bond made Payable to the City of Newport Beech, for an amount actual to at least 10 Percent of the amount bid, such Guaranty to be far felted should the bidder to whom the contract is awarded fail to enter into the contract. In accordance with the provisions M Section 1770 Of the Labor Cod4.iM City Council of the City of Newport Beach has ascertained the general Prevolling rate of per diem wades in the locality in which the work is to be performed far each craft or type of workman or me- cbanlc needed to execute the contract and I$ set forth in Resolution No. 5779. A MOY Of said Resolution Is available in the Office of the City Clerk In the City Of Newport beach. All bids are to be compared an the basis of the Engineer's estimate M the quantities of Work t0 be done. No bid will be accepted from a Celr tractor who has not been licensed in or, cordance with the provisions of Chapter 9, Division 111 Of Business and Prcfer $ions Code. Plans and specifications, forms Of proposals, bonds, and contract may be obtained at the Public Works Depam ment, City Hall, Newport Beach, Call, lornie. A non- refundable charge of $2.1)0 will be required for each set of Standard Specifications. A refundable deposit OF $5.00 will be required for each set Of Plane, spacial WOvlstpm, and contract documents. The City Of Newport Beach reasrvee the right to relict Inv ar ell'. bids and to waive any informality in such bids, CITY OF NEWPORT REACH, CALIFORNIA Margery Schroeder, City Clerk. Published Orange Coast Dally Pilot, Costa Mesa, Calif., July 7, 1963. 565-61 CITY OF NEWPORT BEACH, CALIFORNIA 1. NOTICE OF INVITING BIDS SEALED PROPOSALS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:30 A.M. on the 6TH day of AUGUST, 1963 at which time they will be publicly opened and read, for performing work as follows: Jamboree Road Realignment Eastbluff Drive To Palisades Road First Contract No bid will be received unless it is made on a proposal form furnished by the Public Works Department. 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, such guaranty to be forfeited should the bidder to whom the contract is awarded fail to enter into the contract. in accordance with the provisions of Section 1770 of the Labor Code, 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 or type of workman or mechanic needed to execute the contract and is set forth in Resolution No. 5729. A copy of said Resolution is available in the office of the City Clerk in the City of Newport Beach. All bids are to be compared on the basis of the Engineer's estimate of the quantities of work to be done. No bid will be accepted from a Contractor who has not been licensed in accordance with the provisions of Chapter 9, Division 111 of Business and Professions Code. Mans and specifications, forms of proposals, bonds, and contract may be obtain- ed at the Public Works Department, City Hall, Newport Beach, California. A non - refundable charge of $2.00 will be required for each set of Standard Specifications. A refundable deposit of $5.00 will be required for each set of plans, special provisions, and contract documents. The City of Newport Beach reserves the right to reject any or all bids and to waive any informality in such bids. CITY OF NEWPORT BEACH, CALIFORNIA Margery Schrouder, City Clerk TO: CITY COUNCIL FROM: CITY MANAGER AND PUBLIC WORKS DIRECTOR . SUBJECT: PLANS AND SPECIFICATIONS FOR THE REALIGNMENT OF JAMBOREE ROAD FROM EASTBLUFF DRIVE TO PALISADES ROAD (CONTRACT NO. C -8117) RECOMMENDATIONS: I. APPROVE THE PLANS AND SPECIFICATIONS. ( II 2. AUTHORIZE THE CITY CLERK TO ADVERTISE FOR BIDS TO BE OPENED AT 10:30 A.M. ON AUGUST 6, 1963, SUBJECT TO APPROVAL OF THE PLANS BY THE STATE AND THE COUNTY. 3. AUTHORIZE THE CITY CLERK TO EXECUTE A RIGHT OF WAY CERTIFICA- TION STATING THAT THE CITY HAS OBTAINED THE NECESSARY RIGHT OF WAY FOR THE PROJECT. THE TOTAL y. ES'T'IMATED COST OF THE PROJECT, INCLUDING CONSTRUCTION AND ALL ENGINEERING, IS $204,000.00. ORANGE COUNTY, THROUGH THE ARTERIAL HIGHWAY FINANCING PROGRAM, WILL REIMBURSE THE CITY FOR 50% OF THE COST OF ALL ELIGIBLE WORK. THE CITY SHARE OF CONSTRUCTION COSTS WILL BE FINANCED BY GAS TAX FUNDS. INSPECTION AND CONTRACT ADMINISTRATION BY CITY FORCES WILL BE PAID FOR OUT OF THE GENERAL FUND. THE SUM OF $170,000.00 HAS BEEN BUDGETED FOR THIS PROJECT UNDER ACCOUNT NUMBER 26 -3397 -012. THE INCREASE IN ESTIMATED COST IS DUE PRIMARILY TO UNSTABLE FOUNDATION CONDITIONS DISCOVERED DURING THE SOILS INVESTIGATION. BECAUSE OF THE UNSTABLE FOUNDATION CONDITIONS IT WILL BE NECESSARY TO PLACE THE FILL AT A CONTROLLED RATE AND TO WAIT UNTIL A SUBSTANTIAL AMOUNT OF THE ANTICIPATED SETTLEMENT HAS TAKEN PLACE BEFORE PAVING THE NEW ALIGNMENT. THE TOTAL CONSTRUCTION PERIOD MAY BE AS LONG AS 24 MONTHS. THE PROJECT WILL BE COMPLETED BETWEEN AUGUST, 1964, AND AUGUST, 1965, DEPENDING ON CONSTRUCTION CONDITIONS AS INDICATED ABOVE, A NEW BRIDGE WILL BE CONSTRUCTED OVER THE DRAINAGE CHANNEL; THE DESIGN PROVIDES THAT FLOOD FLOWS WHICH CAN PASS THE EXISTING BRIDGES AT JAMBOREE ROAD AND AT MACARTHUR BOULEVARD CAN BE ACCOMMODATED. DESIGN OF THE BRIDGE PROVIDES FOR FUTURE EXTENSION IF PROPOSED ORANGE COUNTY FLOOD CONTROL DISTRICT IMPROVEMENTS ARE CONSTRUCTED. PREPARED BY: DONALD C. SIMPSON PUBLIC WORKS DIRECTO RC:DCS:BBN:VR 6 -21 -63 A iC� CITY MANAGER V / 1, .. c -7 7 eiq -;)9 RIGHT OF WAY CERTIFICATION REALIGNMENT OF JAMBOREE ROAD FROM EASTBLUFF DRIVE TO PALISADES ROAD THE CITY OF NEWPORT BEACH HEREBY CERTIFIES IN CONNECTION WITH THE RIGHT OF WAY FOR AHFP PROJECT N0. 138 THAT: ALL RIGHT OF WAY HAS BEEN ACQUIRED. Z. THE ONLY IMPROVEMENTS EXISTING WITHIN THE RIGHT OF WAY ARE CERTAIN UTILITIES AS SHOWN ON THE PLANS. THOSE UTILITIES WHICH WOULD INTERFERE WITH CONSTRUCTION WILL BE RELOCATED BY THE OWNERS. IN MAKING THIS CERTIFICATION THE CITY OF NEWPORT BEACH AGREES TO HOLD THE COUNTY HARMLESS FROM ANY LIABILITY WHICH MAY ARISE BY REASON OF THE COUNTY'S RELIANCE UPON THIS CERTIFICATE AND ITS USE OF SAID RIGHTS OF WAY. DATE 2�11 l� �3 CITY OF NEWPORT BEACH BY MARGERY SCHROUDER CITY CLERK 1-11 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NO. T0: CITY CLERK FROM: PUBLIC WORKS DIRECTOR Date JUNE 26, 1963 SUBJECT: JAMBOREE ROAD REALIGNMENT, RIGHT OF WAY CERTIFICATION ATTACHED FOR YOUR EXECUTION ARE 5 COPIES OF THE SUBJECT RIGHT OF WAY CERTIFICATION. ACTION AUTHORIZING EXECUTION WAS TAKEN BY THE CITY COUNCIL ON JUNE 24, 1963- ,mil D. C. S. ATTS. DCS:BBN:VR