Loading...
HomeMy WebLinkAboutC-1175 - Newport Island bridge replacement0 Croft & Neville Co. 223 - 21st Street Newport Beach, California D May 4. 1970 Subject: Surety General Insurance Compaay of America Bonds No. 838585 Project Newport Island Bridge Replacement Contract No.: 1175 The City Council on February 24, 1970 accepted the work of subject project and authorised the City Clerk to file a Notice of Completion and to release the bonds 3S days after Notice of Completion has been filed. Notice of Completion was filed with the Orange County Recorder on March 9. 1970, in Book No. 9233, Page 981. Please notify your surety company that bonds may be released 35 days after recording date. Laura Lagios City Clerk ds cc: Public Works Department ems.;. 4446 16 soox 9233 r'aLr 98 fRECORDED AT REQUEST OF r NE0P0NT BEAM NOTICE OF COMPLETION CIAL RECORDS OF [ZEE E COUNTY, CALIF. PUBLIC WORKS C8 MAR 9 1970 ARLYLE County Recorder To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on November 1, 1969 the Public Works project consisting of Newport Island Bridge Replacement on which Croft & Neville Co. was the contractor, and General Insurance Company of America was the surety, was completed. V I, the undersigned, say: CITY OF NEWPORT BEACH 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 March 4. 1970 V ERIFICAT I, the undersigned, say: at Newport Beach, California. OFICITY I am the City Clerk of the City of Newport Beach; the City Council of said City on February 24, 1970 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 March 4, 1970 at Newport Beach, California. a CITY OF NEWPORT BEACH CALIFORNIA Date: March 4, 1970 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: City Hall 3300 W. Newport Blvd. Area Code 714 673 -2110 Attached for recordation is Notice of Completion of Public Works project consisting of Newport Island Bridge Replacement Contract No. 1175 on which Croft & Nevilla Co. was the Contractor and General Ins. Co. of .ilrnerica Please record and return to us. LL: dg Encl. was the surety. Very truly yours, Laura Lagios City Clerk City of Newport Beach CONTRACT NO. 1175 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR NEWPORT ISLAND BRIDGE REPLACEMENT Approved by the City Council on this 7th day of April, 1969 +u. Laura Lagios, ty C erc V r' ACIFIC INUEMNItY compav T CERTIFICATE OF INSURANCE City of Newport Beach Attention: Public Works Department Art ' Ed McDonald 3300 Newport Bly4., Nevlport Beach THIS IS TO CERTIFY as to the existence as of this date of the below described insurance with the Pacific Indemnity Company. Should any change occur in this insurance, the undersigned will endeavor to give written notice to9$e holde er I ,but failure to give such notice shall impose no obligation or liability upon the company or the_ undersigned. - S AECElt` " ". Name of Insured CRQPT NEVILLE MARINE CONTRACTORS (L. B. Penhal . ffiiitic WORKS :I MAY 5 1369 Address of Insured 223 - 21st Street, Newport Beach, California CITY OF Location of Risk Newport Island Bridge Replacement NEWIPBR1r Description of Risk Bridge Replacement Workmen's Compensation: Policy No. Comprehensive Liability: Policy No. Comprehensive General Liability Insurance: Bodily Injury Liability $ 100,000.00 Property Damage Liability PEC SS529 LAC 200935 Comprehensive Automobile Liability Insurance: Bodily Injury Liability $ 100,000.00 Property Damage Liability Owners, Landlords and Tenants Liability: Manufacturers and Contractors' Liability: Bodily Injury Liability $ Property Damage Liability Policy No. Term: from 3/1/69 to 3/1/70 Term: from each person. $ . 300,000.00 $ 200,000.00 each person $ $00,000.00 $ 200,000.00 1129169 to 1/29/72 each occurrence. $ 300,000.00 aggregate. each occurrence. $ 200,000.00 aggregate. each occurrence each occurrence 300,000.00 200,000.00 APPRGEj;D AS TO FORM ❑ Policy No. Dated: ❑ Term: from CITY A each person. $ each occurrence. TTORNEY M T° $ each occurrent . j 33"" gregate. Term: from to This Certificate of Insurance neither affirmatively or negatively amends, extends or alters the coverage afforded by any of the above mentioned policies. ... . REMARKS: 9 1st May 69 Certified this day of 19 . W�oj O H. H. STABfiwf Ifl;. INC: BY H. H. STABBERT rWN..amc I...I - • ... .- era(!: — ;'x .' " i 40 4 d�s95 J2orsv,ci: 34 Y3i� FTsre -t b.1 '. ;.bVi8 '.:• n , r " i 40 r _+. No. 20 ,Arlk Af f A.P. p... R.P. � S It is agreed that the City of Newport Beach is an Additional Insured hereunder, But ::.Onay As Respects work performed for them by the 'Insured. It is further agreed that-this policy may not be cancelled, materiallj wed, nor the amount of coverage thereof reduced =e 1_.the company has mailed written notice to the lty Clerk of the City of Newport Beac4ii City Hall, Newport Beach California, stating ifim (not less than Ten (105 Days thereafter) such cancellation, change, or reduction shall be effective. Delivery of such written notice by the company,,.i l.he equivalent to mailing. This endorsement forms a part of and is for attachment to the following described policy issued by W.TACIFIC INDEMNITY COMPANY and is effective from the inception date of the policy unless another effective dale is shown below. MUST ALWAYS COMPLETE ONLY�=WHEN THIS ENDORSEMENT 15 NOT PREPARED WITH THE POLICY OR 15 NOT TO BE 'EFFECTIVE FROM THE INCEPTION BE COMPLETED - DATE OF THE POLICY. POLICY NUMBEN INSURED - _ DATE OF ISSUE' EFFECTIVE DATE Of T AC - - IN IS ENDORSEMENT 200935 Z.B. TENHA11 COMPANY,INC.,ET Al 5 -6 -69 4 -28-69 Tiff 4 n TAO260 ®1 .INE VINO I COMM.. BR. 01 POLICY EXPIRATION T R ST D. YR. MO. YR. M H. H. STABBERT INSURANCE,INC. (SA) PRODUCER DO CITY I CLASS I D. I EXPOSURE MOS. I UNE I PREM. WRITTEN I PREM. CANCELED ,LAX I CRATE i . • -. r�•Yt1 J /.. i � J�LS�. .,, -.. ) :ti rrQJ 7'.,- �O -i"A Om'1 •` . -:Oyu fT_.� ". 31:,.. :I r �A":9 Wsf� Vti. trr ?J .F +.L�wL q S,n �: _. .la- I i AJ • • PAGE 1 -A ti (SHEET I OF 2) CITY OF NEWPORT BEACH., CALIFORNIA NOTICE INVITING BIDS SEALED BIDS WILL BE RECEIVED AT THE OFFICE OF THE CITY CLERKS CITY HALLS NEWPORT BEACHS CALIFORNIAX UNTIL 10:00 A.M.S ON THE 22nd DAY OF April S 1969, AT WHICH TIME THEY WILL BE OPENED AND READS FOR PERFORMING WORK AS FOLLOWS: NEWPORT ISLAND BRIDGE REPLACEMENT C -1175 NO 810 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'3 BOND MADE PAYABLE TO THE CITY OF NEWPORT BEACHO FOR AN AMOUNT EQUAL TO AT LEAST 10 PERCENT OF THE AMOUNT BID. THE DOCUMENTS INCLUDED WITHIN THE SEALED BIDS Wi ICH REQUIRE COMPLETION AND EXECUTION ARE THE FOLLOWINGS I. - PROPOSAL 2. PAGE - DESIGNATION OF SUB - CONTRACTORS 3. PAGE - BIDDERS BOND I} PAGE 9 - NON- COLLUSION AFFIDAVIT 5. PAGE IO - CONTRACTORS FINANCIAL STATUS THE DOCUMENTS SHALL BE AFFIXED WITH THE APPROPRIATE SIGNATURES AND TITLES OF THE PERSONS SIGNING ON BEHALF OF THE BIDDER. FOR CORPORATIONS, THE SIGNATURES OF THE PRESIDENT OR VICE PRESIDENT AND SECRETARY OR ASSISTANT SECRETARY ARE REQUIRED AND THE CORPORATE SEAL SHALL BE AFFIXED TO ALL DOCUMENTS REQUIRING SIGNATURES. IN THE CASE OF A PARTNERSHIPS THE SIGNATURE OF AT LEAST ONE GENERAL PARTNER IS REQUIRED. ALL BIDS ARE TO BE COMPARED ON THE BASIS OF THE ENGINEERS ESTIMATE. THE ESTIMATED QUANTI- TIES ARE APPROXIMATE ONLYS- BEING GIVEN SOLELY AS A BASIS FOR THE COMPARISON OF BIDS. NO BID WILL BE ACCEPTED FROM A CONTRACTOR WHO HAS NOT BEEN LICENSED IN ACCORDANCE WITH THE PROVISIONS OF CHAPTER 9, DIVISION III OF BUSINESS AND PROFESSIONS' CODE. THE CONTRACTOR SHALL STATE HIS LICENSE NUMBER AND CLASSIFICATION IN THE PROPOSAL. PLANS, SPECIAL PROVISIONSO AND CONTRACT DOCUMENTS MAY BE OBTAINED AT THE PUBLIC WORKS DE- PARTMENTS CITY HALLS NEWPORT BEACH, CALIFORNIA, AT NO COST TO LICENSED CONTRACTORS.. A NON- REFUNDABLE CHARGE OF $2.00 WILL BE REQUIRED FOR EACH SET OF PLANS SPECIAL PROVISIONS] AND CONTRACT DOCUMENTS FOR OTHERS THAN LICENSED CONTRACTORS. IT IS REQUESTED THAT THE PLANS AND SPECIAL PROVISIONS BE RETURNED WITHIN 2 WEEKS AFTER THE BID OPENING. THE CITY OF NEWPORT BEACH RESERVES THE RIGHT TO REJECT ANY OR ALL 8103 AND To WAIVE ANY INFORMALITY IN SUCH BIDS. IN ACCORDANCE WITH THE PROVISIONS OF SECTION 1770 OF THE LABOR CODES 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 HAS SET FORTH THESE ITEMS IN RESOLUTION NO. 6519• A COPY OF SAID RESOLUTION IS AVAILABLE IN THE OFFICE OF THE CITY CLERK IN THE CITY OF NEWPORT BEACH. s' R : 0 Page lb The following is the schedule of prevailing wage rates, 1968 -69, for a selective list of classifications. Together with the information included in the Resolution No. 6519, this schedule is to be considered a part of these contract specifications. Prevailing Wage Rates - 1968 -69 Classification (Selective Listing) (5/1/68) Carpenters 5.33 Cement Mason Journeyman 5.13 Laborers General or Construction 3.97 Asphalt Raker & Ironer 4.18 Flagman 3.97 Guinea Chaser 4.05 Laying of all non - metallic pipe 4.28 Tunnel Classifications Vibratorman, Jack Hammer, Pneumatic Tools (except driller) 4.695 Operating Engineers (7/1/68) Oiler and signalman (Group 1) 4.68 Skiploader (Less 4/5 yd.) (Group 2) 4.92 Rodman and Chainman (Group 3) 5.16 Instrumentman (Group 4) 5.27 Grade Checker (Group 5) 5.46 Pavement - breaker operator (Group 5) 5.46 Grade -all operator (Group 6) 5.56 Teamsters (5/19/68) Dump Truck Driver (Less than 4 yds.) 4.bb Water truck driver (2500 gal. to 4000 gal.) 4.83 Building and Construction trades (5/1 /FAl Bricklayer & Stone Mason 5.30 Electrician (1/1/68) Journeyman Wireman 6� (5/23/68 Lather 5.08 Painters 17/1/68; Journeyman - spray 5.79 Pipe trades Plumber 5.79 Any classification omitted herein shall be the prevailing craft rate. Overtime, Sunday and Holiday rates are at prevailing craft rates. CITY OF NEWPORT BEACH, CALIFORNIA Laura Lagios, City Clerk CITY OF NEWPORT BEACH NEWPORT ISLAND BRIDGE REPLACEMENT CONTRACT NO. C -1175 PROPOSAL To the City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California Gentlemen: PR 1 of 7 The undersigned declares that he has carefully examined the locations of the work, has examined the plans, specifications and Special Provisions, has read the Notice Inviting Bids, and hereby agrees to furnish all labor, materials, equipment, transportation, and services to do all the work required to complete contract No. 1175, and that he will take in full payment therefor the following unit prices for each completed item of work, to wit: ITEM QUANTITY ITEM DESCRIPTIO UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Temporary Detour Bridge on Marcus Avenue @ Twmtlt - one thousand eight — Da1laics hundred eighty-two dollars aad ft"ts $21.882.00 $21.882.00 Lump Sum 2, Lump Sum Removal of the existing wooded bridge on 38th Street @ Three thousand Four hundred Dollars two doilars 000 Q0015 $ 3.402.00 $ 3.402.00 Lump Sum 3. Lump Sum Removal and storage of existing rock walls and pilasters @ Lake Avenue and 38th Street @ Four hundred thirty -seven Dollars of QQars $ 437.00 $ 437.00 Lump Sum PR2of7 EM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. Lump Sum Construct P.C.C. bridge super- structure on 38th Street @ Fortywaswen thoucand aloe Dollars hundred eighty-five $47 APA _nn $VAR'; nn Lump Sum T" ' 16 5. /Ift Each Furnishing and driving 52 foot prestressed P.C.C. piles com- plete in place @ Eight Hundred Sixty-aigbt_Dollars and IV 1V w@ Cents $ qua 75 $13.on0 II0 Per ach 6. 250 Furnish & install 1" P.V.C. Lineal Feet electrical conduit including pull boxes @1We Dollars and Cents $_�; $_ er in oot 720 00 7. Lump Sum Relocate existing street light on 38th Street @ Foote Hundred nirety�fjna Dollars and Cents Lump Sum 8. 82 Construct 30" asbestos cement storm Lineal Feet drain (Class 2400) 1 11 Lim L I 1 :r /i1 @ Thirty -three Dollars and turent Cents $ 33.20 $ 24722.40 Per meal Foot 0 .J PR3of7 ITEM QUANTITY ITEM DESCRIPTION NT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 9. 16 Construct 24" asbestos cement storm Lineal Feet drain (Class 3300) @ Thirty -nine Dollars and nnnet four Cents $ 39.94 $ 63q,.l14— 'PP' inea oot 10. 24 Construct 20" asbestos cement storm Lineal Feet drain (Class 3300) @ Twenty -seven Dollars and FPerLineal Foot Cents $ 27-41 $ 657 84 U. Lump Sum Construct 12" (12 Ga) C.M.P. Storm drain connection @ Six hundred Forty -four Dollars and Cents $ 644.00 $ 644.00 Lump Sum 12. Lump Sum Construct storm drain tidal con- trol structure @ Three Thousand Six hundred fort ollars and Cents $ 3.640.00 $,640.00 Lump um 13. 2 Each Construct P.C.C. curb inlet No. OL -A (307 -L), Width = 7' complete in place @ One Thousand Thirty Dollars and Per Each Cents $ ].030.00 $ 2.050.00 E 0 PR4of7 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 14. 92 Construct 9" wide P.C.C. retain - Lineal Feet ing wall @ 38th Street Beach @Sixteen Dollars and fifty-eight Cents $ in 5d $ ]-r.25-Ar, Per Lineal Foot 15. 42 Construct 6" wide P.C.C. planter Lineal Feet retaining wall @ Lake Avenue @ Fifteen Dollars and thirty -fair Cents $ 15.34 $ 644.28 Per Lineal Foot 16. Lump Sum Construct 6" wide P.C.C. tree well at Marcus Avenue street end @Four hundred twenty-nine Dollars and Cents $ 429.00 $ 429.00 Lump Sum 17. 425 Construct modified Type "A" Lineal Feet curb and gutter @ Three Dollars and Cents $ 3.21 $1.364.25 Per Linea Foot 18. 390 Construct 6" thick P.C.C. drive Square Feet approaches one Dollars and thirtX —seven Square Foot Cents $ 1.37 $ 534_3n Per 19. 150 Construct 6" thick P.C.C. cross Square Feet gutter and spandrels Three Dollars and sixty -eight Cents $ 3.63 $ 552.00 Per Square Foot PR 5 of 7 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 20. 1350 Construct 4" thick P.C.C. sidewalk Square Feet @ - Dollars and eighty -three Cents $ .83 $ 11120.50 >serquare oot 21. 6,700 Construct 6" thick P.C.C. street Square Feet pavement @ OM Dollars and six Cents $ 1.06 $ 7,102.00 Per Square Foot 22. 10 Construct 4" asbestos cement Lineal Feet water main and appurtenances @ Seventy -five Dollars and thiri Cents $ 75.30 $ 753.00 er Linea Foot 23. 154 Construct 6" asbestos cement Lineal Feet water main and appurtenances @ seven Dollars and -nine Cents $ 7.49 $ 1,153.46 Per in Foot 24. 203 Construct 8" asbestos cement Lineal Feet water main and appurtenances @ Fifteen Dollars and ninetyft Cents $ 15.95 $ 39237.85 Per Linea Foot 25. 1 Each Install 4" gate valve @ Four Hundred forty -two Dollars and Cents $ 442.00 $ 442.00 Per Each PR6of7 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICES WRITTEN IN WORDS PRICE PRICE 26. 2 Each Install 6" gate valve @ Two hundred sixty four Dollars and fifty Cents $ 264.50 $ 9. 5200 Per Each 27. 1 Each Install 8" gate valve @ Five hundred seventy-five Dollars and Cents $ 575.00 $ 575.00 Per ac 28. 5 Each Install 1" water services @ Two hundred seventy-one Dollars and fort Cents $ 271.40 $ 1-357,8 Per Each 29. 1 Each Install fire hydrant assembly @ Nine hundred fifty -five Dollars and Cents $ 955,08 $ 955,an Per Each 30. 50 Install 3%4" polyvinyl chloride Lineal Feet water service pipe and appurtenances @ Ten Dollars and fifh&V?ht T r Cents $ 10.58 $ 529.00 de Ci nee Foot 31. 3 Each Install survey monuments @ One hundred sixty -eight Dollars and sixty -six Cents $ 168.66 $ 505.98 Per Each :, 0 r PR7of71 ITEM QUANTITY ITEM DESCRIPTION NO. AND UNIT UNIT PRICES WRITTEN IN WORDS PRICE PRICE 32. 98 Construct 6" water main bridge Lineal Feet crossing pipe and all appurtenances @ Eighteen Dollars and forty -six Cents $ 18.46 $ 1.809.08 Per Lineal Foot TOTAL PRICE WRITTEN IN WORDS TOTAL One hundred twenty -four thousand three hundred twentpollars and Cents $ 124.302.34 33. P.C.C. pile extensions @ $12.00 Twelve Dollars and Cents er Lineal " 2/7/67 ALL BIDS ARE TO BE COMPUTED ON THE BASIS OF T14E GIVEN ESTIMATED QUANTITIES OF WORK, AS INDICATED IN THIS PROPOSAL, TIMES THE UNIT PRICE AS SUBMITTED BY THE BIDDER. IN CASE OF A DISCREPANCY BETWEEN WORDS AND FIGURES, THE WORDS SHALL PREVAIL. IN CASE OF AN ERROR IN THE EXTENSION OF A UNIT PRICE, THE CORRECTED EXTENSION SHALL BE CALCULATED AND THE BIDS WILL BE COMPUTED AS INDICATED ABOVE AND COMPARED ON THE BASIS OF THE CORRECTED TOTALS. THE ESTIMATED QUANTITIES OF WORK INDICATED IN THIS PROPOSAL ARE APPROXIMATE ONLY, BEING GIVEN SOLELY AS A BASIS FOR COMPARISON OF BIDS. THE UNDERSIGNED HAS CHECKED CAREFULLY ALL OF THE ABOVE FIGURES AND UNDERSTANDS THAT THE CITY WILL NOT BE RESPONSIBLE FOR ANY ERRORS OR OMISSIONS ON THE PART OF THE UNDERSIGNED IN MAKING UP THIS BID. THE UNDERSIGNED AGREES THAT IN CASE OF DEFAULT IN EXECUTING THE REQUIRED CONTRACT WITH NECESSARY BONDS WITHIN TEN (10) DAYS, NOT INCLUDING SUNDAY, AFTER HAYING RECEIVED NOTICE THAT THE CONTRACT IS READY FOR SIGNATURE, THE PROCEEDS OF CHECK OR BOND ACCOMPANY- ING THIS BID SHALL BECOME THE PROPERTY OF THE CITY OF NEWPORT BEACH. LICENSED IN ACCORDANCE WITH THE STATUTES OF THE STATE OF CALIFORNIA PROVIDING FOR THE REGISTRATION OF CONTRACTORS, LICENSE NO. 246887 CLASSIFICATION A $ 8 ACCOMPANYING THIS PROPOSAL I31 CASH, CERTIFIED CHECK, CASHIER CHECK OR IN AN AMOUNT NOT LESS THAN IO PERCENT OF THE TOTAL BID PRICE. THE UNDERSIGNED IS AWARE OF THE PROVISIONS OF SECTION 3700 OF THE LABOR CODE WHICH REQUIRE EVERY EMPLOYER TO BE INSURED AGAINST LIABILITY FOR WORKMEN'S COMPENSATION OR TO UNDERTAKE SELF - INSURANCE IN ACCORDANCE WITH THE PROVISIONS OF THAT CODE, AND AGREES TO COMPLY WITH SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE OF THE WORK OF-TH1$ CONTRACT ". 675 -3728 PHONE NUMBER April 229 1969 DATE (s) CROFT & NEVILLE CO. B IDOER'S NAME AUTHORIZED SIGNATURE Corporation TYPE OF ORGANIZATION (INDIVIDUAL, CORPORATION, CO- PARTNERSHIP LIST BELOW NAMES OF PRESIDENT, SECRETARY, TREASURER AND MANAGER IF A CORPORATION, AND NAMES OF ALL CO- PARTNERS IF A CO- PARTNERSHIP: L. 8. Penhall, Pros, A. O. Penhall, V. Pros. S. L. Penhall, Sac. Treas. t � x� _. �:� � • • � M3 IN9UH4NC6 Home Otfi"t 4347 Brooklyn Av.. N.E., S.otHy Washington 98105 8-54 R3 5/66 ,II Bid or Proposal Bond -The Pretr,iam r.; erged for this Approved by The Amorkon Institute of Architects, bond is iurluded is l:.;.t ahegp Bond No. 623154 A.I.A. Ooo.ment No. A.310 (Sept. 1963 Edition) the AUUI Did Bond." KNOW ALL MEN BY THESE PRESENTS, That we, CROFT AND NEVILLE MARINE CONTRACTOR INC.; a as Principal, hereinafter called the Principal, 'i and the GENERAL INSURANCE COMPANY OF AMERICA, of Seattle, Washington, a corporation duly organized under the laws of the State of Washington, as Surety, hereinafter called the Surety, are held and firmly bound unto CITY CF NES-IPORT BEACH as Obligee, hereinafter called the Obligee, in the sum of TEN PER CENT (10 0%) OF THE AMOUNT OF THE ATD 7N Dollars j 3 ($ ---- ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. � 1 WHEREAS, the Principal has submitted a bid for Contract Number 1175, 98th I:trePt i s Bridge Replacement NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a :e contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be ' k, specified in the bidding or contract documents with good and sufficient surety for the faithful performance of�; such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the '•,'" event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid :.., and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 22nd day of April A.D. 19 59 A ) CROFT AND NEVILLE MARINE CONTRACTOR INC. (Seal) j (Pnncipal) ' (Tide) s . GENER SURANCE COMPANY OF AMERICA By b t R, A. Coon ttorney trFsct `i 8-54 R3 5/66 PAGE 3 DESIGNATION OF SUB - CONTRACTORS THE UNDERSIGNED CERTIFIES THAT HE HAS USED THE SUB -BIDS OF THE FOLLOWING LISTED CONTRACTORS IN MAKING UP HIS BID AND THAT THE SUB - CONTRACTORS LISTED WILL BE USED FOR THE WORK FOR WHICH THEY BIDS SUBJECT TO THE APPROVAL OF THE CITY ENGINEERp AND IN ACCORDANCE WITH THE APPLICABLE PROVISIONS OF THE SPECIFICATIONS. NO CHANGE MAY BE MADE IN THESE SUB - CONTRACTORS EXCEPT UPON THE PRIOR APPROVAL OF THE ENGINEER. ITEM OF WORK SUB - CONTRACTOR ADDRESS 2.A]uminm Had Rail - Cranveyor Los Angeles 3•Aisc. Iron work - Cranveyor Los Andes 4-- teinforcina Steel - Soule Los Angeles 5• 7 9• II. (s CROFT & i1EVILLE CO. B I ODER' S ME AUTHORIZED SIGNATURE Jon YPE OF ORGANIZATION" (INDIVIDUAL, CO- PARTNERSHIP OR CORP) 223 - 21st Street _ Newport Beach, Calif. ADDRESS OkIGINAL COPY SEE CITY CLERK' wLE COPY PAGE 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, THAT WE AS PRINCIPAL, AS SURETY, ARE HELD AND FIRML,YBOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OF LARS I$ ), LAWFUL MONEY OF THE UNITED STATES FOR THE PAYMENT OF WHICH SUM WELL AND TRULY TO BE MADE, WE BIND OURSELVES, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, THAT IF THE PROPOSAL OF THE ABOVE BOUNDEN, PRINCIPAL FOR THE CONSTRUCTION OF IN THE CITY OF NEWPORT BEACH, IS ACCEPTED BY THE CITY COUNCIL OF SAID CITY, AND IF THE ABOVE BOUNDEN PRINCIPAL, SHALL DULY ENTER INTO AND EXECUTE A CONTRACT FOR SUCH CONSTRUC- TION AND SHALL EXECUTE AND DELIVER THE TWO (Z) BONDS DESCRIBED IN THE "NOTICE INVITING BIDS" WITHIN TEN (1)% DAYS (NOT INCLUDING SATURDAY AND SUNDAY) FROM THE DATE OF THE MAILING OF A NOTICE TO THE ABOVE BOUNDEN PRINCIPAL BY AND FROM SAID CITY OF NEWPORT BEACH THAT SAID CONTRACT 15 READY FOR EXECUTION, THEN THIS OBLIGATION SHALL BECOME NULL AND VOID; OTHERWISE IT BE AND REMAIN IN FULL FORCE AND EFFECT, AND THE AMOUNT SPECIFIED HEREIN SHALL BE .FORFEITED TO THE SAID CITY. IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL, IT IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOF, WE HEREUNTO SET OUR HANDS AND SEALS THIS DAY OF 19 CORPORATE SEAL (IF CORPORATION) (ATTACH ACKNOWLEDGEMENT OF ATTORNEY IN FACT) TI BY , URETY l uC r r Hormr hrcai`<34I arookl 111 EXECUTED IN DUPLICATE }#p .SF ,.per �.}iy •q��x'fi. �� we by 1 ■ 4 'g``•5 4ra � t sks xi�riC y ' wevYFdt# t�ntfi 'as c w. > :p r -+ Al Contract Bond – California Labor and Material – Public Work Bond No. 838585 KNOW ALL MEN BY THESE PRESENTS: That we, a= CROFT AND NEVILLE MARINE CONTRACTOR INC_ - of 223 218t Street,N.Ilport Beach California 92660 as Principal, and the General Insurance Company of America, a Corporation organized and existing under the laws of the - State of Washington and authorized to transact surety business in the State of California, as Surety, are held ,A and firmly bound unto CITY OF NEWPORT MACH as Obligee, in the sum of SIXTY TWO THOUSAND ON HUNDRED SIXTY AND NO11OO --- Dollars (S 62,160.00 ) for the payment whereof, well and truly to be made, said Principal and Surety bind themselves, their heirs, administrators, successors and assigns, jointly and severally, firmly by these presents. The Condition of the foregoing obligation is such that, whereas the above - bounden Principal has entered into a contract, dated 19 —, with the Obligee to do and perform the following work, - 38th Street Bridge Construction and Marcus Avenue Temporary Bridge NOW, THEREFORE, if said Principal, or his or its subcontractors, shall fail to pay for any materials, provi- sions, provender or other supplies or teams, implements or machinery, used in, upon, for, or about the perform- ance of the work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Act with respect to such work or labor, as required by the provisions of Chapter 3, of Division 5, Title 1 of the Government Code, and provided that the claimant shall have complied with the provisions of said code, the surety or sureties hereon will pay for the same in an amount not exceeding the sum specified in this bond, otherwise the above obligation shall be void. In case suit is brought upon this bond the said surety or sureties will pay a reasonable attorney's fee to be fixed by the court. This bond shall inure to the benefit of any and all persons, companies or corporations entitled to file claims under Section 1192.1 of the Code of Civil Procedure, so as to give a right of action to them or their assigns in any suit brought upon this bond. SIGNED, SEALED and DATED this 5-816 R1 4/67 day of 119-69-- CROFT AND NEVILLE MARINE('10NTRACTOR INC. BY: No premium is charged for this bond. It is ex- ecuted in connection with a bond for the perform- Principal ance of the work described herein. GENERAL INSURANCE COMPANY OMERICA By William R. Friis Attorney -in -Fact ACKNOWLEDGMENT BY SURETY STATE OF CALIFORNIA r ss. COUNTY OF LOS ANGELES { On this 5th day May 1969 y o ,before me per- sonally appeared William R. Friis known to me to be the attorney -in -fact of General Insurance Company of America, the corporation that executed the within instrument, and ac- knowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County, the day and year in this certificate first above written. - i i w im •nmowiuninnu� i.,i., _ .o• ^.Ea = Notary Public in the State of California County of Los Angeles t (Seal) ` G "g Cc;: c:::•� a �?:: e..:::::: li, 1971 . 8.760 RI 7/66 ... -. . 0 0 PAGE 5 LABOR AND MATERIAL BOND KNOW ALL HEN BY THESE PRESENTS, THAT WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTED HAS AWARDED TO Croft L bigluille Co HEREINAFTER DESIGNATED AS THE „PRINCIPAL if, A CONTRACT FOR Na ntjv4 ielas.t IN THE CITY OF NEWPORT BEACH -:, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI- CATIONS 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 DOLLARS ($ ), SAID SUM BEING ONE -HALF OF THE ESTIMATED AMOUNT PAYABLE BY THE CITY OF NEWPORT BEACH UNDER THE TERMS OF THE CONTRACT, FOR WHICH PAYMENT WELL AND TRULY TO BE MADE WE SIND OURSELVES, OUR HEIRS, EXECUTORS AND ADMINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS. THE CONDITION OF THIS OBLIGATION 15 SUCH, THAT IF THE PERSON OR HIS SUBCON- TRACTORS, 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 SPECI- FIED IN THE BOND, AND ALSO, IN CASE SUIT IS BROUGHT UPON THE BOND, A REASONABLE ATTORNEYS 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, COMPANIESO AND CORPOR- ATION 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 R&CEIVEDp 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 CHANGES EXTENSION OF TIME, ALTERATIONS OR ADDITIONS TO THE TERMS OF THE CONTRACTOR OR TO THE WORK OR TO THE-SPECIFICATIONS. IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL, IT IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHERECIFp THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAt AND SURETY ABOVE NAMED ON THE ^'"' ^° 104 (SEAL) CONTRACT 61t (SEAL) (SEAL) (SEAL) SURETY APPROVED AS TO FORM: CITY ATTORNEY THIS BOND WAS APPROVED BY THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH BY MOTION ON DATE ATTEST: CITY CLERK 8.815 5/64, EXECUTED IN DUPLICATE Bond No. 838585 Contract Bond — California Initial premium charged for this bond is 3697 00 subject to adjustment upon completion of Faithful Performance — Public Work rate on final contract price. KNOW ALL MEN BY THESE PRESENTS: THAT CROFT AND NEVILLE MARINE CONTRACTOR INC. of 223 21st Street. N-Mort Beach- California 92660 as Principal, ffi '12 and the General Insurance Company of America, a Corporation organized and existing under the laws of the State of Washington and authorized to transact surety business in the State of California, as Surety, are held and firmly bound unto .4 in the sum of SIXTY TWO THOUSAND ONE HUNDRED SIXTY AND N01100 --- RM Dollars (s 62,160.00 e for the payment whereof, well and truly to be made, said Principal and Surety bind themselves, their heirs, ad- ministrators, successors and assigns, jointly and severally, firmly by these presents. The Condition of the foregoing obligation is such that, Whereas the above-bounden Principal has entered into a contract, dated 19—, with the City of Hcoort, Beach to do and perform the following work, to-wit: 38th Street Bridge Construction and Marcus Avenue Temporary Bridge ORR. NOW THEREFORE, if the above -bounden Principal shall faithfully perform all the provisions of said contract, then this obligation shall be void; otherwise to remain in full force and effect. SIGNED and SEALED this r. t-h day of May CROFT, A'D Principal GENERAL INSURANCE COMPANY OF AMERICA By Will i&& R. Priia Attorncy in-Fact 8.815 5/64, . � I PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, THAT PAGE 7 WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTED _April 711111919 HAS AWARDED TO ('rnft L gov171my Cn_ HEREINAFTER DESIGNATED AS THE `PRINCIPAL", A CONTRACT FOR hewyort Island Bridge eplacewnt (Contract No. 1175) IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI- CATIONS 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 PAY- MENT, WELL AND TRULY TO BE MADE, WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND AD- MINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BE THESE PRE- SENTS. THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE ABOVE BOUNDEN PRINCIPAL, HIS OR ITS HEIRS, EXECUTOR$, 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 PRO- VIDED 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 B (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 SPECIFICATIONS ACCOMPANYING THE SAME SHALL IN ANY WISE AFFECT ITS OBLIGATIONS ON THIS BOND, AND IT DOES HEREBY WAIVE NOTICE OF ANY CHANGES EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERMS OF THE CON- TRACT OR TO THE WORK OR TO THE SPECIFICATIONS. IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL, IT IS AGREED THAT THE DEATH ON ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOF, THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND SURETY ABOVE NAMED, ON THE DAY OF 196 . 'SEAL) CONTRAC OR (SEAL) (SEAL) SURETY APPROVED AS TO FORM: CITY ATTORNEY 7 PAGE 9 NON— COLLUSION AFFIDAVIT THE BIDDERS BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRESENT AT THE TIME OF FILING THIS SIDO BEING DULY SWORN ON THEIR OATHS SAY, THAT NEITHER THEY NOR ANY OF THEMp HAVE IN ANY WAYI DIRECTLY OR INDIRECTLYI, ENTERED INTO ANY ARRANGEMENT OR AGREEMENT WITH ANY OTHER BIDDERS OR WITH ANY PUBLIC OFFICER OF SUCH CITY OF NEWPORT BEACH WHEREBY SUCH AFFIANT OR AFFIANTS OR EITHER OR THEMp HAS PAID OR IS TO PAY TO SUCH BIDDER OR PUBLIC OFFICER ANY SUM OF MONEYO OR HAS GIVEN OR IS TO GIVE TO SUCH OTHER BIDDER OR PUBLIC OFFICER ANYTHING OF VALUE WHATEVER, OR SUCH AFFIANT OR AF- FIANTS OR EITHER OF THEM HAS NOT DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGE- MENT OR AGREEMENT WITH ANY OTHER BIDDER OR BIDDERS$ WHICH TENDS TO OR DOES LESSEN OR DESTROY FREE COMPETITION IN THE LETTING OF THE CONTRACT SOUGHT FOR BY THE AT- TACHED BIDS; THAT NO BID HAS BEEN ACCEPTED FROM ANY SUBCONTRACTOR OR MATERIALMAN THROUGH ANY BID DEPOSITORY THE BYLAWS RULES OR REGULATIONS OF WHICH PROHIBIT OR PREVENT THE CONTRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCONTRACTOR OR MATERIAL — MAN WHICH IS NOT PROCESSED THROUGH SAID BID DEPOSITORY OR WHICH PREVENT ANY SUB- CONTRACTOR OR MATERI.ALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES NOT USE THE FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH BID DEPOSITORY THAT NO INDUCE- MENT OR ANY FORM OR CHARACTER OTHER THAN THAT WHICH APPEARS UPON THE FACE OF THE BID WILL.BE SUGGESTED, OFFERED PAID, OR DELIVERED TO ANY PERSON WHOMSOEVER TO INFLUENCE-THE ACCEPTANCE OF THE SAID BID OR AWARDING OF THE CONTRACTp NOR HAS THIS BIDDER ANY-AGREEMENT OR UNDERSTANDING OF ANY KIND WHATSOEVER, WITH ANY PERSON WHOMSOEVER TO PAYO DELIVER TOE OR SHARE WITH ANY OTHER PERSON IN ANY WAY OR MANNER ANY OF THE PROCEEDS OF THE CONTRACTS SHOUGHT BY THIS BID. 5� • ;I SUBSCRIBED AND SWORN TO BEFORE ME BY THIS r DAY OF Lc If 196 . .. Ti \. MY COMMISSION - EXPIRES' - I" w "' Ra;� ;NIA IN py Commission FX{11Yes �LnG gib, lJ %�' ee couNrr m., a ORIGINAL COPY SEE CITY CLERA LE COPY 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. SIGMED PAGE II C O N T R A C T THIS AGREEMENT, MADE AND ENTERED INTO THIS Z.A DAY OF 196, BY AND BETWEEN THE CITY OF NEWPORT BEACH, CALIFORNIA, HEREINAFTER DESIGNATED AS THE CITY, PARTY OF THE FIRST PART, AND CROFT 3 NEVILLE r0 HEREINAFTER DESIGNATED AS THE CONTRACTOR, PARTY OF THE SECOND PART. WITNESSEITH: THAT THE PARTIES HERETO DO MUTUALLY AGREE AS FOLLOWS; I. FOR AND IN CONSIDERATION OF THE PAYMENTS AND AGREEMENTS HEREINAFTER MENTIONED TO BE MADE AND PERFORMED BY THE CITY, THE CONTRACTOR AGREES WITH THE CITY TO FURNISH ALL MATERIALS AND LABOR FOR THE CONSTRUCTION OF AND TO PERFORM AND COMPLETE IN A GOOD AND WORKMANLIKE MANNER ALL THE WORK PERTAINING THERETO SHOWN ON THE PLANS AND SPECIFICATIONS THEREFOR; TO FURNISH AT HIS OWN PROPER COST AND EXPENSE ALL TOOLS, EQUIPMENT, LABOR, AND MATERIALS NECESSARY THEREFOR, (EX- CEPT SUCH MATERIALS, IF ANY, AS IN THE SAID SPECIFICATIONS ARE STIPULATED TO BE FUR- NISHED 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 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 EVE, RY DE- SCRIPTION 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 TILE MANNER SHOWN AND DESCRIBED IN THE SAID PLANS AND SPECIFICATIONS, THE CITY WILL PAY AND THE CONTRACTOR SHALL RECEIVE IN FULL COMPENSATION THEREFORE THE LUMP SUM PRICE, OR IF THE BID IS ON THE UNIT PRICE BASIS, THE TOTAL PRICE FOR THE SEVERAL ITEMS FURNISHED PURSUANT TO THE SPECIFICATIONS, NAMED IN THE BIDDING SHEET OF THE PROPOSAL, AS THE CASE MAY BE. 3. THE CITY HEREBY PROMISES AND AGREES WITH THE SAID CONTRACTOR TO EMPLOY, AND DOESHEREBY EMPLOY THE SAID CONTRACTOR TO PROVIDE THE MATERIALS AND TO DO THE WORK ACCORDING TO THE TERMS AND CONDITIONS HEREIN CONTAINED AND REFERRED TO FOR THE PRICE AFORESAID, AND HEREBY CONTRACTS TO PAY.THE SAME AT THE TIME, IN THE MANNER, AND UPON THE CONDITIONS SET FORTH IN THE SPECIFICATIONS; AND THE SAID PARTIES FOR THEMSELVES, THEIR HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS AND ASSIGNS, DO HEREBY AGREE TO THE FULL PERFORMANCE OF THE COVENANTS HEREIN CONTAINED. 14. THE NOTICE TO BIDDERS, INSTRUCTIONS TO BIDDERS, CONTRACTORS PROPOSAL, AND THE PLANS AND SPECIFICATIONS, AND ALL AMENDMENTS THEREOF, WHEN APPROVED BY THE PAR- TIES 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 5. PURSUANT TO THE LABOR CODE OF THE STATE OF CALIFORNIA, THE CITY COUNCIL HAS ASCERTAINED THE GENERAL PREVAILING RATES OF PER DIEM WAGES FOR EACH CRAFT OR TYPE OF WORKMAN NEEDED TO EXECUTE THE CONTRACT AND A SCHEDULE CONTAINING SUCH INFORMATION IS INCLUDED IN THE NOTICE INVITING BIDS AND IS INCORPORATED BY REFERENCE HEREIN. 6. THE CONTRACTOR SHALL ASSUME THE DEFENSE OF AND INDEMNIFY AND SAVE HARMLESS THE CITY THE DIRECTOR OF PUBLIC WORKS, AND THEIR OFFICERS AND EMPLOYEESp FROM ALL CLAIMS, LOSSO DAMAGE, INJURY, AND LIA81LITY OF EVERY KIND, NATURE, AND DESCRIPTIONS DIRECTLY OR INDIRECTLY ARISING FROM THE PERFORMANCE OF THE CONTRACT OR WORKS REGARDLESS OF RESPONS I-- BILITY FOR NEGLIGENCE; AND FROM ANY AND ALL CLAIMS, LOSS, DAMAGES INJURYp AND LIABILITY HOWSOEVER THE SAME MAY BE CAUSED RESULTING DIRECTLY OR INDIRECTLY FROM THE NATURE OF THE WORK COVERED BY THE CONTRACT, REGARDLESS OF RESPONSIBILITY FOR NEGLIGENCE. CI 0 NEWPORT BEACH, CALIFORNIA BYT�y�ililJ_ MAYOR m APPROVED AS TOOFFORM: V/ CITY ATTORNEY CONTRACTOR d SF AI 1 INDEX TO SPECIAL PROVISIONS NEWPORT ISLAND BRIDGE REPLACEMENT C -1175 I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 1 II. COMPLETION OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 1 IV. TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 2 V. TRAFFIC SIGNS AND BARRICADES . . . . . . . . . . . . . . . . . . . . . . . . . .. 2 VI. EQUIPMENT STORAGE YARD . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 2 VII. NOTIFICATION TO RESIDENTS . . . . . . . . . . . . . . . . . . . . . . . . . . .. 2 VIII. WORK ON PRIVATE PROPERTY . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 2 IX. CONSTRUCTION SURVEYS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 3 X. UTILITIES . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 3 XI. SOILS INFORMATION . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 3 XII. PROPOSAL ITEMS AND CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . .. 3 1. Removing and Replacing Improvements . . . . . . . . . . . . . . . . . . . .. 3 2. Water ...... ..............................3 3. Adjusting Utility Boxes, Manholes, Valve Covers, etc. to Finish Grade . . .. 4 4. Clearing, Grubbing and Tree Trimming . . . . . . . . . . . . . . . . . . . .. 4 5. Removal of Rock Walls on 38th Street . . . . . . . . . . . . . . . . . . . .. 4 6. Miscellaneous Asphaltic Concrete Patching and Feathering. . . . . . . . . .. 4 7. Marcus Avenue Temporary Bridge . . . . . . . . . . . . . . . . . . . . . . .. 4 6 0 8. Removal of the Existing 38th Street Bridge . . . . . . . . . . . . . . . . .. 5 9. Structural Concrete - Bridge and Drainage Structures . . . . . . . . . . . .. 5 10. Portland Cement Concrete Bridge Superstructure and Appurtenances . . . . . .. 5 11. Prestressed Portland Cement Concrete Piles . . . . . . . . . . . . . . . . .. 6 12. Polyvinyl Chloride (P.V.C.) Electrical Conduit . . . . . . . . . . . . . . .. 6 13. Relocation of Existing Street Light . . . . . . . . . . . . . . . . . . . . .. 7 14. Storm Drain Pipe . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 7 15. Tidal Control Structure . . . . . . . . . . . . . . . . . . . . . . . . . . .. 7 16. Inlet Structures . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 7 17. Portland Cement Concrete Sidewalk, Street Pavement, Drive Approaches, and Curb and Gutter . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 8 18. Asbestos Cement Water Mains . . . . . . . . . . . . . . . . . . . . . . . . .. 8 19. 6" Cement Lined Standard Steel Pipe Bridge Crossing Water Main . . . . . . .. 8 20. Alternate "A" - 6" Asbestos Cement Pipe Bridge Crossing Water Main . . . . .. 8 21. Gate Valves . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 8 22. 1" Water Services . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 8 23. Fire Hydrant Assemble . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 8 24. 3/4" Polyvinyl Chloride Water Service Line . . . . . . . . . . . . . . . . .. 9 25. Survey Monuments . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 9 I. SCOPE OF WORK CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR NEWPORT ISLAND BRIDGE REPLACEMENT CONTRACT NO. 1175 The work to be done under this contract includes the following: (1) Placement, maintenance, and removal of a temporary bridge on Marcus Avenue at Rivo Alto Channel. (2) Removal of the existing wooden bridge and construction of a poured -in -place reinforced concrete bridge on 38th Street at Rivo Alto Channel. (3) Removal and replacement of 6" and 8" water mains and appurtances in 38th Street. (4) Construction of an asbestos cement pipe storm drain and appurtances. (5) Removal and replacement of pavement, curb and gutter, and sidewalk on 38th Street from River Avenue to Marcus Avenue. (6) Miscellaneous related work not specifically enumerated above. SP 1 of 91 The contract requires the completion of all work as shown on the Plans, Drawing No. R- 5129 -S and in accordance with these Special Provisions, the City of Newport Beach Standard Specifications for Public Works Construction (1967 Edition and Amendments), applicable provisions of the State of California, Division of Highways Standard Specifications, dated January, 1969, and the City of Newport Beach Standard Special Provisions and Standard Drawings, The City's Standard Specifications may be obtained from Building News, Inc. 3055 Overland Ave., Los Angeles, California, 90034, Telephone No. 213 - 870 -9871. II. COMPLETION OF WORK The Contractor shall complete all work on the contract within 120 consecutive calendar days after the date of execution of the contract by the City. III. PAYMENT The prices bid for the various items of work shall include full compensation for all labor and materials necessary for construction of the items complete in place. Payment for incidental items of work not separately provided for in the Proposal shall be in- cluded in the price bid for other items of work. Where applicable, the prices bid for items of new construction shall include removal and disposal of the existing improve- ments. IV. TRAFFIC CONTROL SP 2 of 9 Areas closed to vehicular traffic The following streets may be closed to vehicular traffic as stated below: Marcus Avenue Marcus Avenue between 36th Street and the Rivo Alto Channel, and the entrance to the alley connecting to Marcus Avenue between 36th Street and the Rivo Alto may be temporarily closed during the erection and disassembling of the temporary detour bridge. 2. 38th Street 38th Street from River Avenue to the existing bridge may be closed during construction. Access to the residences on 38th Street and on Marcus Avenue shall be maintained except during the sidewalk, curb and gutter, and street pavement placing and curing phases. V. TRAFFIC SIGNS AND BARRICADES All barricades, warning lights, and related safety devices shall be furnished by the Contractor at his expense. The City will provide any detour signs or special signs needed. VI. EQUIPMENT STORAGE AREAS The Contractor may use Lake Avenue between 37th and 38th Street, the Lake Street beach area not used for tree storage, and the 38th Street beach for equipment and storage areas. The Contractor shall keep the southwesterly sidewalk of Lake Avenue open to pedestrian traffic. All work and storage areas used by the Contractor must be restored to their original condition prior to acceptance of the project. VII. NOTIFICATION TO RESIDENTS The City will distribute a preliminary notice regarding the project to all residents affected by the work. The Contractor shall distribute to those affected residents, a second written notice, prepared by the City, between 40 and 55 hours prior to closing vehicular access to any property or to any roadway. Errors in distribution, false starts, Acts of God, or other alterations of the schedule will require renotification, using an explanatory letter prepared by the City, and distributed by the Contractor. VIII. WORK ON PRIVATE PROPERTY The City will make arrangements to work on private property when necessary to join existing improvements, etc. IX. 'CONSTRUCTION SURVEYS • All field staking for the control of construction shall Contractor and shall be performed under the supervision Surveyor licensed to practice in the State of California shall be included in the unit prices bid for the various additional payment will be made. X. UTILITIES SP3of9 be the responsibility of the of a Civil Engineer or Land Payment for all staking items of work and no The Southern Counties Gas Company will relocate their gas service line to the Island on the temporary detour bridge on Marcus Avenue during the removal and reconstruction of the 38th Street bridge. The Pacific Telephone Company, Southern California Edison Company, Southern Counties Gas Company and Cable Television Company shall be permitted to install their new facilities in the new bridge and approaches prior to the placement of the bridge sidewalk and street pavement on 38th Street. The 4" water main on the existing 38th Street bridge may be shut off at Lake Avenue and Marcus Avenue during construction of the new bridge. XI. SOILS INFORMATION Attention is directed to the soils information included in the Plans. This information is a record of data obtained for the City by the Orange County Road Department and represents the character of materials encountered at two test boring locations within the limits of the project. This information is included only as a convenience to bidders. Copies of the report are available for review at the Public Works Department, City of Newport Beach. 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 unforeseen developments may not occur. XII. PROPOSAL ITEMS AND CONSTRUCTION DETAILS 1. Removing and Replacing Improvements The cost of removing all improvements, except the existing bridge, shall be included in the price bid for the various items of work and no additional payment will be made. Portland cement concrete improvements shall be saw cut a minimum depth of 2 inches prior to removal. 2. Water The Contractor shall make his own provisions for securing and applying water necessary to perform his work. If the Contractor desires to use City water, he shall make arrangements for water purchases by contacting the City's Utility Superintendent, Mr. Phillips, at (714) 673 -2110, Ext. 74. SP 4 of 9 3. Adjusting Utility Boxes, Manholes, Valve Covers, etc. to Finish Grade Adjusting existing utility boxes, manholes, valve covers, etc. to finish grade shall be completed prior to concrete paving in conformance with the Standard Specifications and these Special Provisions. Before beginning construction, the Contractor and the Engineer will determine what utility boxes and /or covers, etc. are broken. These will be reset by the Contractor. The materials will be paid for or furnished by the owner of the respective utility. Utility boxes and /or covers broken as a result of the Contractor's work shall be replaced at the Contractor's expense. The cost of resetting and adjusting these facilities to finished grade shall be included in the cost bid for the various items of work and no additional payment will be made. 4. Clearing, Grubbing and Tree Trimming It shall be the Contractor's responsibility to trim shrubs, bushes, tree limbs, etc. protruding within the street right -of -way as required to accommodate normal construction procedures. The City's Parks, Beaches, and Recreation Department will remove the Palm trees on the Marcus Avenue street end at the Rivo Alto Channel and at the south bridge approach on 38th Street. 5. Removal of Rock Walls on 38th Street The existing rock walls and decorative pilasters at the southerly 38th Street bridge approach and Lake Avenue shall be removed by the Contractor. The Contractor shall exercise extreme care to prevent excessive damage to the rock. The rock shall be stored by the Contractor at the Newport Island Park on the south side of Marcus Avenue between 38th and 39th Street. The Contractor shall not be responsible for rebuilding the walls after the bridge and street construction is completed. 6. Miscellaneous Asphaltic Concrete Patching and Feathering Asphaltic concrete used for patching.and..feather,ing, shall be Type III -D -85 -100 conforming to Section 400 -4 of the Standard Special Provisions. 7. Marcus Avenue Temporary Bridge The lump sum price bid for the single lane temporary bridge and appurtances on Marcus Avenue shall include furnishing, erection, maintenance, and removal of the temporary bridge, approaches, etc., and the restoration.of Marcus Avenue to its original condition. Any damage to the existing street improvements, bulkheads, drainage facilities, etc., resulting from the Contractor's operations shall be repaired or replaced, to the satisfaction of the Engineer, at the Contractor's expense. SP 5 of 9 The Contractor shall provide for, and coordinate with; the Southern Counties Gas Company's placement and maintenance of a-temporary gas service line to the Island on the temporary bridge until the new gas line is installed and is operable on the 38th Street bridge. The Contractor may rent the M -3 Bailey type temporary bridge from Bailey Bridges, Inc., 1325 Archer Street, P.O. Box 1186, San Luis Obispo, California, 93401. At the Contractor's option, an alternate temporary structure-may be-used provided the minimum dimensions and equivalent structural capacity are met. The use of an alternate structure will be subject to approval by the City. S. Removal of the Existing 38th Street Bridge The lump sum price bid for the removal of the 38th Street bridge shall include the removal and disposal of the superstructure, pile caps, piles, and the portions of the anchor wall coping and bulkhead coping at,the northeasterly bulkhead (adjacent to 308 - 38th Street) as required to accommodate the new construction. Extreme care shall be taken when removing the above described coping and piles not to disturb the existing bulkhead and tie rod anchor systems. 9. Structural Concrete - Bridge and Drainage Structures Structural concrete used in the bridge .superstructure, pile caps, bulkhead modifications, and drainage structures shall be class 6.0 -B -3000 using Type V, portland cement. Structural concrete used in the bridge shall be water cured. 10. Portland Cement Concrete Bridge Superstructure and Appurtenances The lump sum price bid for the portland cement bridge superstructure and all other appurtenances shall include the cost of constructing the bridge complete in place, including pile caps, deck, curbs, sidewalks, railings, and bulkhead modifications, etc. The Contractor shall submit falsework setup and removal diagrams for the Engineer's approval prior to commencing form construction. Structural steel shapes, bolts, straps, etc. shall be double dipped galvanized. Galvanizing shall be done after fabrication and welding. Elastic bearing pads shall conform to Section 51 -1.12H of the State Standard Specifications. Bond breaker shall be used between the curb - sidewalk section and the bridge deck. An epoxy bonding agent shall be used between the new modifications and the existing north bulkhead and coping. Bulkhead tie rods that are dislodged by the modification of the channel bulkhead and coping shall be realigned and attached to the newly constructed coping. Any damaged tie rod protective covering shall be repaired as directed by the Engineer. Tie rods dislodged or removed from the bulkhead cut off wall in the street right -of -way in front of 308 - 38th Street may be removed. SP6of9 Aluminum bridge railing shall be Alcoa #8 modified as shown in the Plans. Aluminum tubes, shapes, and plates shall be constructed of 6062 -T6 Aluminum Alloy in accordance with A.S.T.M.B. 209, B221, and 8308. Weld filler wire shall be E.R. -5356 alloy, conforming to A.S.T.M. 8285. Aluminum bolts, setscrews, washers, and nuts shall be made of 2024 -T4 and 6061 -T6 aluminum alloy conforming to A.S.T.M. 8209, 8211 and 8316. 11. Prestressed Portland Cement Concrete Piles The unit price bid per each for furnishing and driving 52 foot prestressed P.C.C. piles complete in place shall include pile cut offs to the elevations shown on the Plans. If required, pile extensions will be paid for at the unit price bid per lineal foot or as extra work, at the City's option. Piles shall be constructed in accordance with Section 49 and 50 of the State Standard Specifications using Type V Portland cement concrete. Two sets of shop drawings shall be furnished the City prior to fabrication of the piles. Prior to the casting of the concrete piles, form sections shall be butted tightly together and secured to prevent the appearance of seam lines. The prestressed P.C.C. piles shall be steam cured in accordance with Section 90 -7.04 and 90 -7.05 of the State Standard Specifications until the concrete has attained a compressive strength of 3,500 p.s.i. Upon completion of the steam curing cycle the piles shall be water cured in accordance with the State Standard Specifications. Piling shall have a minimum bearing value of 45 tons and shall be driven to a minimum tip elevation of A minus forty -three feet ( -43') or below as necessary to obtain the minimum bearing value of 45 tons. In no event shall the tip elevation be above -43 feet regardless of bearing value. The bearing value of all piles shall be determined from the following formula: P = 2E , where "P" is the safe bearing load in pounds, and "E" is the manu- S+0.2 facturer's rating for foot pounds of energy developed by the hammer and "S" is the sinking or penetration per blow in inches averaged over the last 10 -20 blows. The Contractor shall submit the following for the Engineer's approval before the pile driving equipment is moved to the project site. A. Type of pile driver B. Rated capacity C. Certified results of tests showing the energy delivered to the pile head The Contractor will be required to use two jets while initially setting the piles. No jetting will be allowed below the elevation of minus thirty -five feet ( -35'). All piles shall be cast with a minimum initial length of 52 feet. 12. Polyvinyl Chloride (P.V.C.) Electrical Conduit A #12 galvanized pull wire securely fastened at both ends of conduit runs shall be furnished and installed in the polyvinyl chloride (schedule 40) electrical conduit. Pull boxes shall be #3z series, as manufactured by Brooks Products Co. Inc., with covers marked "Street Lighting - High Voltage." The price bid per lineal foot for polyvinyl chloride (P.V.C.) electrical conduit shall include conduit, pull wires, and pull boxes. The electrical wiring will be done by others. 13. Relocation of Existing Street Light SP 7 of 9 The lump sum side of 38th concrete foul CNB Standard pull wires, standard. price bid for relocating the Street and Lake Avenue shall idation, and the construction 203 -L, furnishing additional and all other incidentals re existing street light at the northwest include the removal of the existing of a new concrete foundation as per pull boxes, conduit extensions with luired to relocate and set the existing Any damage incurred to the existing electrical conduit, marbelite standard, staff, or luminaire shall be rectified at the Contractor's expense. Electrical wiring will be done by others. 14. Storm Drain Pipe The Contractor shall provide for continuous flow of storm and nuisance water during the progress of the work. The Contractor shall provide temporary berms, channels, sandbags, etc. to assure that storm water and tidal water does not damage property adjacent to the existing storm drain system. Asbestos cement storm drain pipe with manufactures recommended couplings will be measured by the lineal feet in place. Corrugated metal pipe connection and band couplers will be paid for as a lump sum price. In all locations where a structure is constructed in line with the main storm drain, the pipe connections are to be included in the unit price bid for the structure. All other pipe connections are to be considered in the unit price bid for the pipe. The location of the existing 12" C.M.P. storm drain as shown on the Plans is approximate. The Contractor is responsible for determining the storm drains exact location prior to fabricating the C.M.P. connection. All new corrugated metal pipe shall be asphalt coated. The plugging of the new asbestos cement storm drain pipe around the C.M.P. connection, and the removing and disposing of the existing storm drain pipe shall be included in the other items of work and no additional payment will be made. Extreme care shall be taken to protect the existing bulkhead tie rods and pro- tective coverings. Any protective covering removed.or damaged as a result of the Contractor's operations shall be repaired as directed by the Engineer. 15. Tidal Control Structure The lump sum price bid for the storm drain tidal control structure shall include the modification of the bulkhead outlet opening and the structure and appurtanences. All exposed structural steel shapes, bolts, nuts, grates, covers and parts of the valve unit shall be double dipped galvanized. The tidal gate valve shall be Waterman model C -20f with bronze seats as manufactured by Waterman Industries, Inc., Exeter, California. Landing gratings shall be Borden Type B, Size 6, with Type 6 fasteners, as manufactured by Borden Metal Products Co., Elizabeth, New Jersey. The frame and cover shall be Alhambra No. A -1085, as manufactured by Alhambra foundry Co. Ltd., Alhambra, California 16. Inlet Structures All steel frames, covers, shapes, bots and nuts used in the inlet structures shall be double dipped galvanized. SP8of9 17. Portland Cement Concrete Sidewalk The cost of constructing and reinforcing the cut off walls, steps, etc., shall be included in the unit price bid for the various related items of work. 18. Asbestos Cement Water Mai The price bid per lineal foot for asbestos cement water mains shall include excavation, backfill, tees, elbows, reducers, joint couplings, thrust blocks, etc., required to construct the operative water mains, including temporary resurfacing. Gate valves shall be paid for as a separate item. 19. 6" Cement Lined Standard Steel Pipe Bridge Crossing Water Main The 6" I.D. schedule 40 standard steel pipe shall have an outside diameter of 6.625 ". Steel wall thickness shall be 0.280" minimum. The pipe shall be cement mortar lined and coal -tar enamel- asbestos felt wrapped. The unprotected shouldered pipe ends and victaulic couplings shall be coated with an asphaltic coating E.C.C. 224 after assembly of each joint. The air release assembly shall also be covered with an asphaltic protective coating. The bottom and deck side portions of the utility duct shall be greased with a heavy petroleum grease prior to pipe installation to avoid damage to the pipe and coupling coatings. The unit price bid per lineal foot for 6" cement - mortar lined standard steel pipe shall include steel pipe, victaulic couplings, pipe straps, sleeve couplings, air release assembly, etc. 20. Alternate "A" - 6" Asbestos Cement Pipe Bridge Crossing Water Main Alternate "A" consists of construction a 6" asbestos cement pipe water main in the bridge utility duct, between Sta 11 +53t and Sta 12 +41t in lieu of the 6 "'cement lined Standard Steel Pipe: Galvanized pipe straps shall be installed on each length of pipe as shown on the plans. 21. Gate Valves The unit price bid for 4 ", 6" and 8" gate valves shall include all fittings required to connect the valves to the water mains. Existing valves removed shall be salvaged and delivered to the City's Corporation Yard. 22. 1" Water Services The unit price bid for 1" water services shall include all appurtenances as shown on the City's Standard Drawing Std - 503 -L. Water meters will be furnished and installed by the City's Utility Division. 23. Fire Hydrant Assembly The unit price bid for the fire hydrant assembly shall include a new fire hydrant, gate valve, and connecting pipe, elbows, tees, thrust block, etc. as required to connect the hydrant to the water main. The existing fire hydrant and gate valve shall be salvaged and delivered to the City's Corporation Yard. 0 0 SP 9 of 9 24. 3/4" Polyvinyl Chloride Water Service Line Polyvinyl Chloride (Schedule 80) water service pipe shall be installed 30" below finished grade. The unit price bid per lineal foot for 3/4" Polyvinyl Chloride water service line shall include elbows, water meter terminus box, riser and hose bib. 25. Survey Monuments Survey monument shall be constructed in accordance with City's Standard Drawing No. 110 -L. 31,8" EXAM5 ✓O /NT AU 0 r� --- -- -- -- - - -- I CIO I 3 1,1 "EXP4N570N /O /NT M4TER /.4L DO NOr SCO2E 2erVAPA/ 4RC4 !d • /5' UNLESS OTHEQW /SE SPEC /F /ED �� rfr # 5•FOR MA ✓OR, RP /MARY CUPS FQCE ANO SECONQ4A7Y sT.PEETs ,r?• 25' CURB RETLIIZN 42EA I /O'.VOQMALLY I 2ae II . 4' #* x r + G "'TN /CKA/E55 Ar DQ1V -cWAYB EXIST_�.�. - • a rcK. r i. TYP /CA L SECTIOAl co" !N PAkKWAV S OPTMAL WITH AAC ' A.G FROPER7Y OWACAl PLANE dO/NT.S NOTE: Foc MEE WELL A°EN /"✓ s /A/ COA/C.QETE USE 36' X 36' (PA�'FERREOJ i 30 X 300 �ACCEPTABGE� QE� /Z-/9- CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SIDEWALIZ DETAILS DRAWN ✓KO DATE LO-vc APPROVE --, AS . PUBLIC WORKS DIRECTOR R.E. NO. -cal 2 DRAWING NO. STD-103-1- i AOINMM SM,41 Jr FLOW L /NE B "EXP. 1 11 jowr MArZ . 4-44 SMMrM 6ARS rYO /CAL,) @I /6" C. C. A 3=0" 3=0" Q d' FROM mrm#f LEVEL OYER A.C.pYMT �e L /NE 40.46. 64.5E a�bb 'T SEC r /ON A -A IoiaECnon/ OF FLOW II AN . III CITY OF NEWPORT BEACH DRAWN./ ?.S. DATE iz• /a•6i PUBLIC WORKS DEPARTMENT APPROVE Sr,4N04,P0 C205S GLJTTE,P ASS' . UBLIC WORKS DIRE . SL R.E. N0 DRAWING N0. STp.- /0a -L WA/EA/ 102E4K /NO /,V70 EX /PT. CURB, SO�i' CUT OIP QEMOI�E CU,P,B Al NE4A?EJ7 E)/lr Me B "C.F. J3 Al'Q WEA.VEAVEO PLANE OR COLD ✓O /NT P. C. CONCPETE APP.P0.4C// 3 /B" EX,A4NS/ON —� ✓O /NT M4T'L. I 4 - PCl1it/ CU.PB OPEN /N6 3, o" , ARAe04CN BOTTOM „ -,. I M /A/. /O' M4X. ZO' %12 "D,POA ECEV417101/ ...-- $GCtoE•' %dAFP Fl. ,C dole AS ;svOWAI KAWSW ✓O /N/NG EX /ST. 42W. GUTTE,P CITY OF NEWPORT BEACH PUBLIC WORKS' DEPARTMENT RESIDENTIAL DRIVEWAY APPROACH TYPE IL - ,OECTANGULAQ SHAPE /S � OPT /ONAL 3 N 1 Q CURLS OVAC =0 Oc CWla Z "OB AMTCN EX /ST. S /DEW4L/! S /QENf�Gt' a 6EK 3-/rj -GG REV. /Z -/9-62 DRAWN ACRC/SE DATE ✓UMS 1Z. /96/ APPROVED A1SST, UBLIC WORKS DIRECTOR R.E. NO.".3� DRAWING NO. STD. - /Q % -L V. AWIS14W STlPEEr (,RdD6 -� t N A.C. APPROVED �- - ASST. UBLIC WORKS DIRECTOR DRAWING NO. STD. - / /O -Z. / Q4 * i .POCK BASE ••i I. a1 COGL.SR fee'. ?,fn /L e MOMIUENT ,FRAME I' COVER BROOKS PQLIOY.Cr /AAC. A. arr 18' D /A. 0' /i1. tr Af/A ;; l LEI�EL .a BRONZE CROWA TOP I ' SURYEY MAR.CEA' - SY/RYEYJ.Hf � f �•3 /QH SERY /CE NO. lB7C , yb,QT /L /A/STALLER 70 6010A'XY MA.QKER •I'.' .� ;a .. e AOVAl. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STANDARD SU12VEY02S MONUMENT COMC?ETE AIXY .QEiN OATF /O -i7j-b�d 4EDRAWN elk DATE l0 -q =GI DRAWN DATE APPROVED �- - ASST. UBLIC WORKS DIRECTOR DRAWING NO. STD. - / /O -Z. 40x 4" ReDWOOD AQ 04S) FOR Dl9PLdY ac WZIR B x8'A6.DWOOD P=J (S4S)4P 1Z =G "4,44X. t W? /P- /B"xar- yicao V —� W /TN Al /NE S' RFD,"r4C a 'BUTTONS; N iMAMA I i POST DETA /L PLAN ,PA/L/NG TO BE /ZCA. s7—EEL, CUQVED O? BEAM TYPE; BETHLEHEM OQ ,4PORMIED EQUAL. E1-6T k14T /ON *,,, /r« rw m,. ROAD W /OT// *W 2e'aa32' 2012= 6' -ZS' .36 "dw 40, 3 (1p 10'- O " -30' 64' 4@ 12 -6 "e 50' NorE: /. ALL METAL R4.erS TD BE HOT -D/P GAL VAN / ZED /N ACCOQDANCE W /TN ASrAl A 123 Z. PA /Nr POSTS 4 QA /L /A/G Z COATS OF WH /TE. /- RP /NlE/7 COAT, AF/N /SN COAT. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STANDARD STREET BARRICADE DRAWN XeVSE DATE -1(1N6' 9, 1961 APPROVE AS4. UEll C WORKS =CTOR 9537 DRAWING NO. STD. —11Z —L. dLL edOB ;-o BC c7ody r0 w/sW 4SGWd/T A l"r • / ,, 7� Q .9MGiOTf/ Qdpg &dam C.C. �•pONCL 60CCQ7C1� ML7bL F /OEQ QB adbTiC• Ai(OTEFY�'L. .0 ..... Tf//Crl/Eb;9 P.C.C. PrAIT• CONTACT JOINT WITH NEW CONSTRUCT /ON it/O BCdLB CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STREET AND ALLEY CONCRETE PAVEMENT DRAWN W. 43. DATE APPROVED PIBUC WORKS DIRE (� R.E. N0. DRAWING NO. STD. -II3- L �O a h Q �a• 0 4 sd� � S T,246H o R� W� �s Z L;Lzj . 3�8�EXLN.IVSfON .JO /NT QT Z • ��� S TPEET CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONCR REET 2 Z W Q K 0 p 3 0� v ' v 3� a� N , -4 3 lit Q. M 0 �► 3 V T a� �p �Q Q� � ao �n �n g� �� ov �A �N IN V �� �� a� 2W Nct DRAWN W B• DATE 5 -28-68 APPROVED P BLIC WORKS DIRECjOji, R.E. NO. DRAWING NO. STA -114 - L I I FAAM I 'oil L;Lzj . 3�8�EXLN.IVSfON .JO /NT QT Z • ��� S TPEET CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONCR REET 2 Z W Q K 0 p 3 0� v ' v 3� a� N , -4 3 lit Q. M 0 �► 3 V T a� �p �Q Q� � ao �n �n g� �� ov �A �N IN V �� �� a� 2W Nct DRAWN W B• DATE 5 -28-68 APPROVED P BLIC WORKS DIRECjOji, R.E. NO. DRAWING NO. STA -114 - L ALUA,//A/UM CAP.,. 0 C Ai/recuRV 44AlA 1Az4 /RE (loo WATT)G.E. Tvxw M E50 R GbP 4PP.FOI/EO ECY/AL . COLOR CORRECTED LAMPS TYPE X D 15TR/BOrlaU /OO w4rr G. G 4A4'.'> SrA?IES ELI�XYENCAAaSULATED 2.376 G.D. 4LL.457 /N 46w900A -9 APODGCr NO.5 F0.4 E004L) PULL BOX W /rN wms-p MORKED ' 7REET 1116N Pk2er4gW AMA184CUTE A/M 42LU OR APPROYED E�rY.f.OG O N 2 - #B W - - 4 II 2-Of 18� /:3P.C. � ' •'GROUT DOOR OPEN /NG � . o .. s.i. O. 4 -11 GACY..4NCA/O�P oc 5�A/Er yrs AVER ; r �' . .• 70P A�FOUNQOT /O�YE :'�. :c., .•ii �. fhe'� �N C[A54 G -C- 2000 CONG. GkiNwD kb0 6/4 ;r 5 = ogoov Ira � GROUND A700 W /TN 4 sc T"QC°° e ""'r BASE DETAIL EL EVAT /DN /' NOTE: ro BE 0860 ONL V .00%4CENr ro v/EW U 0R, _0406. S /TES /NQENGf/EO OR TERRACED CITY OF NEWPORT BEACH DRAWN WK DATE UCT 09 /9G3 PUBLIC WORKS DEPARTMENT APPROVED RESlDElV7%AL L/GIMNG STANDARD �sST U LIC WORKS DIRECTOR R.E. NO. 9SS7 TYPE ,{zz m DRAWING NO. STD. 20 S— L g ANNAX 3f X i � MDRH r:. 'S. .Ar BARS TO ANGLE SS' GG N OF TVP"* ANCHORS REIMPORCNO STEEL PER APPLICAA.t STAADARS PLAN ON AS DETAILED OTHERgSt. J: END NOT I; I--17 L,jL (S) WHEN REWIRED BY LENGTH OF OPENING, BULB ANGLE MAY BE DELIVERED IN SECTIONS AND DUTY WELDED N PLACE. ALL GALVANIZING DAMAGED BY WELDING SMALL RECEIVE TWO COATS OF ALUMINUM PAINT. (B) TYPE A OR TYPE B ANCHORAGE MAY BE USED AT CONTRACTORS' OPTION. (T) SUPPORT BOLTS SMALL BE INSTALLED WHEN LENGTH OF OPENING EXCEEDS r- If AND SMALL BE SPACED AT MOT MORE THAN T -0' O.C. AND NOT LESS THAN V- 0' O.0 GO WHEN PROTECTION BAR 15 REWIRED AND LENGTH OF OPENING IS 7 - -O' OR LESS, SAO BAR SMALL BE LOOTED S' BEHIND CURB FACE AND A' ABOVE Gli ROW LINE. SECTION OFM BASIN INLET TYPE A BULB vn ANGLE ANCHORAGE ALTERNATE ANDORS azt __— R--.z TYPE B BULB ANGLE ANCHORAGE STEEL VR:W ANVIES STEEL ANCHOR a•nL VAL ALnMU?t AS NOW ADOPTED d=MA -4 C/TY OF G05 4.VGE4EB STD PLAN B -3654 CITY OF NEWPORT BEACH DATE MILE. &K -eA`3 PUBLIC WORKS DEPARTMENT APPROVE 1 :� -01� CATCH BASIN ASST .COLIC WORKS DIRECTOR BULB ANGLE • /NLET DRAWING NO. STD -302 -L IV" \ `i9* % STIRRUP rytt Mort t) NOTES I PLIOfCCTgM SM (Stt MOIL 168) 41) WHEN CURB FACE EXCEEDS 9I114' A PLAN ROUND STEEL PROTECTION BAR I' N DIA. SMALL BE INSTALLED. BAR SMALL BE EMBEDDED S' AT EACH CND. (t) A STIRRUP' SMALL BE WELDED TO EACH BOLT WHEN A i ao'SLYMONT SILLY PROTECTION BAR IS REQUIRED, WITH REXAOOMAL NUTS 01 T VARIES SEE INLET PLAN. Im N=71 N) ALL EXPOSED METAL PARTS SMALL Be GALVANIZED. ✓ E. ...n ••T. a eA_Rt NDT•:�°.�•::.i' a • i" !�F =: '.:I MOLL N ANp.t � I . O'• �. J: END NOT I; I--17 L,jL (S) WHEN REWIRED BY LENGTH OF OPENING, BULB ANGLE MAY BE DELIVERED IN SECTIONS AND DUTY WELDED N PLACE. ALL GALVANIZING DAMAGED BY WELDING SMALL RECEIVE TWO COATS OF ALUMINUM PAINT. (B) TYPE A OR TYPE B ANCHORAGE MAY BE USED AT CONTRACTORS' OPTION. (T) SUPPORT BOLTS SMALL BE INSTALLED WHEN LENGTH OF OPENING EXCEEDS r- If AND SMALL BE SPACED AT MOT MORE THAN T -0' O.C. AND NOT LESS THAN V- 0' O.0 GO WHEN PROTECTION BAR 15 REWIRED AND LENGTH OF OPENING IS 7 - -O' OR LESS, SAO BAR SMALL BE LOOTED S' BEHIND CURB FACE AND A' ABOVE Gli ROW LINE. SECTION OFM BASIN INLET TYPE A BULB vn ANGLE ANCHORAGE ALTERNATE ANDORS azt __— R--.z TYPE B BULB ANGLE ANCHORAGE STEEL VR:W ANVIES STEEL ANCHOR a•nL VAL ALnMU?t AS NOW ADOPTED d=MA -4 C/TY OF G05 4.VGE4EB STD PLAN B -3654 CITY OF NEWPORT BEACH DATE MILE. &K -eA`3 PUBLIC WORKS DEPARTMENT APPROVE 1 :� -01� CATCH BASIN ASST .COLIC WORKS DIRECTOR BULB ANGLE • /NLET DRAWING NO. STD -302 -L IV" \ `i9* % STIRRUP rytt Mort t) NOTES I PLIOfCCTgM SM (Stt MOIL 168) 41) WHEN CURB FACE EXCEEDS 9I114' A PLAN ROUND STEEL PROTECTION BAR I' N DIA. SMALL BE INSTALLED. BAR SMALL BE EMBEDDED S' AT EACH CND. (t) A STIRRUP' SMALL BE WELDED TO EACH BOLT WHEN A i ao'SLYMONT SILLY PROTECTION BAR IS REQUIRED, WITH REXAOOMAL NUTS 01 T VARIES SEE INLET PLAN. Im N=71 N) ALL EXPOSED METAL PARTS SMALL Be GALVANIZED. J: END NOT I; I--17 L,jL (S) WHEN REWIRED BY LENGTH OF OPENING, BULB ANGLE MAY BE DELIVERED IN SECTIONS AND DUTY WELDED N PLACE. ALL GALVANIZING DAMAGED BY WELDING SMALL RECEIVE TWO COATS OF ALUMINUM PAINT. (B) TYPE A OR TYPE B ANCHORAGE MAY BE USED AT CONTRACTORS' OPTION. (T) SUPPORT BOLTS SMALL BE INSTALLED WHEN LENGTH OF OPENING EXCEEDS r- If AND SMALL BE SPACED AT MOT MORE THAN T -0' O.C. AND NOT LESS THAN V- 0' O.0 GO WHEN PROTECTION BAR 15 REWIRED AND LENGTH OF OPENING IS 7 - -O' OR LESS, SAO BAR SMALL BE LOOTED S' BEHIND CURB FACE AND A' ABOVE Gli ROW LINE. SECTION OFM BASIN INLET TYPE A BULB vn ANGLE ANCHORAGE ALTERNATE ANDORS azt __— R--.z TYPE B BULB ANGLE ANCHORAGE STEEL VR:W ANVIES STEEL ANCHOR a•nL VAL ALnMU?t AS NOW ADOPTED d=MA -4 C/TY OF G05 4.VGE4EB STD PLAN B -3654 CITY OF NEWPORT BEACH DATE MILE. &K -eA`3 PUBLIC WORKS DEPARTMENT APPROVE 1 :� -01� CATCH BASIN ASST .COLIC WORKS DIRECTOR BULB ANGLE • /NLET DRAWING NO. STD -302 -L RaJAIDED r-- }11, IDOPTED F7fVU C17v OF 4D5 AAlr7ELE5 STD CITY OF NEWPORT REACH PUBLIC WORKS DEPARTMENT CATCH BASIN BULB ANGLE INLET (ALTERNATE) F.21 a I-.. Ise q. l;.x w ma pwt rose u sow. NSTn I. THE MEL RATC ALTERNATE /OR CgfpN 04500 OUTS STALL SE WRKATEO FROM YN R 0V VMTERSAL MOLL RATES. TNS ►LATC MAY SC V5W AT TN, CONTRACTORS 0►TM Of LOEV OF TRC OiN 511 A K SVLS ANOLE. M/M ANp1ORAOC Am OTwR ORAOLS RC sra -302 -t 8-365/ DRAWING NO. DATE WORKS DIRECTOR IL L Oro aoa -z--Buis eusrr /,aiar A4190tQL (s&077.WV At = �N S£CT10 N A -A . see ao�Eo cure nucc. o...cc..c..ac II 1 I i � ' j weva�o a�ri rwrTCE � eaesvnoas",c� Aifp7rN AAW4 BL ST@EBT 6iQIL>C 1�- PLAN LOCAL DEPRESS /ON ACILET d6TA1e ?dL AAO7&9: FVe dLL 2.. _ _ FG+P °zr " WGLL 7X/ /C.C.LIESS C=+QPD7E,.2 7iWd.L/ C//FB FGCG ANO AA10 7. -. _CLQ,B 8. -- SPEGFiLO. A i .6w 2 -4. IW 401 W STOP Ai GQ7✓,C r/dL/ 3'�o"dL/O LESS 7Y/dl/5 =0': IY.V6BE 'N ^,CS A.•t.'>BE EiE EYE.NLY 9PdCEO dT .r.- 7ArAz'?YdLB FAl-pw G -Ze*E x/tr 7217 clK ;ww levX. Acv- ' 67E�8 /.!/ /4OiL /Y /7zrr� O •QOIo-G. 7 DLa//G BOCCiYGLL: - MA,VNOL E F,PAME A,t/O comes >V # A -1531 OQ 6QGL4L WiTi/ LOC.t /.VB L1GV /C6 PLATE. J/ dLL/AJICeAl;/ L'� . -4W40' a -e 44C411' 922U: C7P Si WLL QKIC�e)F/.(//.wl duo 'A22e'Ak9, 70&:WWYfA" GP AWM� 4._ - Al- - 7EL�UBT /YGr QE/Uf EO dr <n07X a- XV474 �f/> . /,a--- G�%GVG.0 /Z /.GEG =dGI EX £ r0 ~;W4 " LL dME 6sLVlX / /z.EO -9%10;E•+P ogV4%0t2fM /. //,- -- CO.VCRETC FOR ALL COPS /.VLET5 SCULL BE 6.O -B- 3, DOG. 12— AUTLBT P/LIS SN.gLL BG MIA44460 TO THE F /NAL S/IgPE BER]PE CA'ICe6-1E, /0- cmWE40. 13 -- P/PE*(g) 'CAN BE FILACEO '' /,V dNV WALL.. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT :OCAL. DEPRESS /ON DETA /L a /NL E T GENERAL NO TES DATE C �PUStWORKS DIRECTOR �V R.E. NO. N-.C_° DRAWING NO. s rD..306 -L w Ell .M."yP /C4L/ A i0 q qoB. l� LL B� FtaoM60 6✓�✓ iLiPMS. • f'4� G "6C %N ET A71G% /A1! 2GiT'/Np T7VE N4ILL6E0 j044) 3' 8MW C40AW A 2••oeo e N41.F PLAN SYMA14MR 104L ALSONTA -A rmwF 0 COYER 30G-L -1 ✓Omr V� �t o 4ACf/QR AL O��A L/RONS -: SECTION A -4 r ANGLE /NL67 STO. -302 -1 aQ STD -309.1. (elf r-P6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CURB /N1. E T T YPE OL -A // W 2 B' OR LF59 -4t-a,-21!0a 8- B= !'70/2 =0' NOTE: FOR' // 6�46AT6G THAN B' Q W OR6d TER rMAN 21 =/' SP6C/OL 0EA /6N AMU /RED. p6 5 0 00 /4'NQ2IL�BT!/5 DRAWING DATE WORKS DIRECTOR R.E. NO. , a , F sdAv -?ABOpe e 2 BELOW OAFN/ B A hL I i i NOTF 3J VAR/E5 ',@ ♦e/s -a C. cw CLOSER c od1w D 84R5-V,480✓E ? BELOW CKFAI /NG AVM PLAN SIOE CONNEC71ON t40 /B -AG G1V C BAPS \ T / CLOSER r `-1 T o4a>v -a ,M4Z/B oc. ow uasEa SECTION A -A NOTES l REINFORCING STEEL SM44L BE IJ'2 -CLEA0 F~ FACE OF LONC.GETF UNLESS 0711- sew1gE _-wmVN. 2. RE /NFO.GV/MS ST6E1 6LW /A5/LaE E4CE GtCCURB INLET ,a 51N SN4LL BE 7 17 CEAI7E9 01c O°EN/N5 E BENT INTO WdU6 OF 0FC4OC4Bd5W444 5HA[CEBE cur F /EAR aF PEN N6 . VF 3 GbNNECT /ON 8IMZZ M FOII.PED M MVIl Ile MIA' CURB INLET TUE.PA'/NOED EDGE or LY/TLET SNAL[ BE CONSTAVCI'EO By POURING CY3tiC'.OE7E AGAIN57 A CURLED IANN Ziw A AAOIU5 OF3 4 C.'Me 4C 67RLC7afr 4;Wa BE STEEL - rAVWELE0 R1 6RV/N6 LIME. 5. C0NNECTIQV5 $HALL 8ECM457AGLTED WMEN (Al P%OL5, lY -TNRU 72-1N 014MG7ER. INLET OR LVllLE7 MAW CC:oNER OF 64f6v AW61N. (B)AN6LEA AV RIM$ 24 - T,VRU30- 1,VO 14ME7ER, /570' (C) ,RloW5, 33 - MQU 77- 1N DIAMETER /NLEl OR OUTLET 7MRU TINE S/DE IV4Z4 0.1 CWe /NLtI , 4VIN. - ,* 4 )16 -Q C. LIP cLoyE,e 5445 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONNECTION TO CURB INLET FOR PIPES 12 INCHES THRU 72 INCHES DRAWING NO. DATE WORKS DIRErTOR R.E. NO. M -331 -L NOTES SEWE2 M9, 4469/L04 MOMM714L S.4'422 BE WBDUGNT /20.(/ CovFOQM /t/G A/ /Ty .4 T SM 4- 207, FGB•O 1C4 TE0 OF -% eOU.t/O BD.B, . T0.2M 0.24 /,U MLl .'/OL ES no= %4 ".2o!/.C/O 49D.2 dAl4v GDLvdx1/ZEO DFT'EBO CITY OF NEWPORT BEACH DRAWN DATE - - 5 PUBLIC WORKS DEPARTMENT APPROV S 7`44 Al O A .Q O UBLIC WORKS DIRECTOR A#*IA All-1O1. E STEA DRAWING NO.sTO -406 -4 .'M . Sa�a. ' I 'G I , d t. ' li/LI L L OF M�I.VNOLC NOTES SEWE2 M9, 4469/L04 MOMM714L S.4'422 BE WBDUGNT /20.(/ CovFOQM /t/G A/ /Ty .4 T SM 4- 207, FGB•O 1C4 TE0 OF -% eOU.t/O BD.B, . T0.2M 0.24 /,U MLl .'/OL ES no= %4 ".2o!/.C/O 49D.2 dAl4v GDLvdx1/ZEO DFT'EBO CITY OF NEWPORT BEACH DRAWN DATE - - 5 PUBLIC WORKS DEPARTMENT APPROV S 7`44 Al O A .Q O UBLIC WORKS DIRECTOR A#*IA All-1O1. E STEA DRAWING NO.sTO -406 -4 a i • F /RE NYDR4NT 5//4LL 3E 10W4 F 5/00,0,0 OR HOC /F /C STATES F 16. 200 -OR 4.9EN55EL4ER 1-15T 904' OR "AP /C.V MNSU4Q0 0 GG64" TU/PPEO W /TN N. 5. A PE405 4N0 NEOAPEN6 645ET6 A 4' 6Y/TL ET -9VMZZ 86 M7OM4L TO Cl.!?B F4CE \ * CASKET 01.NEA151ON5 2Y2'A405E; 2 4116' 1. D.; 3 3/lG" O.0 3//G `allm 4'//056; 4I /G' /.0.;_5f/B"QQ; Y4 MICR /yr'A gw,d60N AR/T1cJ Oo ! OF W4TEQ AiA/NAS SHOWN S ON 1AfvMPCI✓IENT PLANS a' -O" A10 MALLY • TOP OF PYM'T. SEE DC7411- MOW - olco ?. OR V.C. PIPE OI 6 -,dw TQ4 Cafrivr, . V � L 6 "6ATE VALVE C "m a L /NE �T lA r64 TEE ?L" W/TLl G ^ N E OU7 L ET CONC. TN ?UST BLOCA( COAAS'T. CLASS 'B;.; :. • • • " COAIC. COLLAR 2 !O 'rOlA f CITY OF NEWPORT BEACH Sr4AIDARO AWE HYDIIAA/T IN574LL4770N /�VOXiMMO M NUT ti E CONC. gAM00 Moat \� A. C. PVMT. `e-- • °�?OGK BA?E FRAME tl COVER AMOCS PA?F�OLC75 Nit 4 T T M,49&eO "WArAwl -30 -64 DATE BLIC WORKS DIRECTOR R.E. NO.015-k1 DRAWING NO. STD. - 501- L y COA/D/T/OA/ / CONOMON CONDITION N/ COA10MON /V rnNOirio/v v L :::• .air CLOND /T /ONY/ DE TA /LS CbND /T /ON V /f/ M ON VALVE ANC//O,P P"V FAO VALVES /Z- APLAAMP (SEE DWG. L-506-sm.) COND/T /ON V// -At'" TY.o /Cs1L SECT /ASV MW TA/A?L/ST BLOCKS A/OTE: (1J ALL TXvusr BLOCM BE421AIG FACES SH444 BE POUQED AGAIAI57' L/A/D/STL/RAIED SO /L OQ APP,90VED COMPACTED 8ACA4FILL. (ZJ COAX SHALL BE CL 453 B -(5 SW15 PE,P CU. YO) THQUST BIOC.J! mplNG "EA /w so err P /PE COND /T /ON S /ZE 1 IJ /f/ /V V t// vll Y /// 4 ?.6 3.3 ?.6 13. 1.3 ?.O 3.3 ?.6 6 4,6 G.5 3.9 ?.0 ?.6 3.3 GS 4.6 6 7.8 / /.0 59 3.3 3.9 S.9 /1.0 7.8 10 /2.4 17.5 9.8 5.Z 6.5 9.1 17.5 1Z.4 1Z /7.5 ?4.8 13.6 78 9.1 1?.3 ?4,8 175 14 MO 33.8 18.Z ' 9.7 12.3 16.9 338 24.0 16 /./ 44.0 ?3.8 IV /5.5 23.9 44.0 31.1 /. CALCULATED ON ZZSLB T BEA,QIW P,QESSU2 Z. IN POWER SOILS SPEC /.4L CITY S TQ NDAQD H10z/ST rBG OCR EST PVESSU2E ! ALLOWABLE E OF ?000 z 8 PE,Q Sp. FT. DES /CN /S Rnpu2E0. DRAWN ��5- DATE G-6 -64 APPROVZ'ukaIC AWORKS DIRECTOR R.E. N0.9s�2 DRAWING NO...STD.' -50Z-L JAN. GBA, srpr GG d.1.. DEC, •63 OC7. 'c3 Avillstolve 0 TN /S D/A,0AIS/OA/ + CdvC. METER 809 (SEE NOrS A3 13' CLEAR FdP /' METER FOR 316 ' MErE.P - ORookS A-q 3114' i FOR /1 METER - 8A00AIS M 31 1 -60 ..• METER GG,� MWAER COL/PLIMT 70 8E IAISTALL6D BY C17'V o4mrw METER BOX IS /A/ ; PUCE SLOPE _ 114.0 70 COMM 70 LINE BY OWNER ••" "a FEMALE COLAMIAIGJ WITH I. P. THREAD ANGLE METEA' STOP JAMES - 10AIE6 1- -I5Z4 MUELLER H -14ZSO OA' FUE1C0 C-2236 TYPE K COPPER TUBIA/G ...... /F MMDED. SEF STV - 613 -L FDA.' COUPLIM3 GETA/LS COIPPORAT/C/✓ STOP JAMES JOA/ES ✓ -1500 A4UEL L ER H-15000 OR PUBCO C - Z700 ..._ ............... A. C. WATER k4A /N DOL184E 8ROAlZE SEWVICE CCAA0, WITW C. S. THREAD ••••••••••••• JAMES ✓ONES ✓- 979 MUELLER' H -1600 6"17N - BLAI.P 3Z3 DAM -DE 102-0 BAKER SERIES 09-0 I. ALL TU811JS f1 FITTMAA59 BET. MAIN q MMAC TO BE If UNLESS OTHERWISE 'SPeCIr/EO. 2 WHEN CONF/ECT/AAG A 3(4~ METER 7V A I' SE;CVICE USE A BRONZE WATER AAr-MQ BUSHIA49 1444M ..EAVES ✓- -IZB=H OA' APPRMEL> EpUAL. 3. Ai eMf 8OXeS 3UB✓EC r TO 77A1f /C 40ADIAIG W /LL A?EPU/RE C 1. MAFF/C COVERS. CITY OF NEWPORT BEACH °" "W" GATE ��r? PUBLIC WORKS DEPARTMENT APPR STANDARD WATER S3 R SERV /CE PUBLIC WORKS DIRECTOR 314 a 8 n I a DRAWING N0. STD -503 -L S7'AAAMAAW . COUPLIAAG -ONE SIZE LARGER. THAN SWRVi1C'E .-NYLOA/ BUSH /hG - ONE` SIZe LARWf 774AAI SERVICr LIMED f�0097ED 1V ■�■ NoTEs ALL COAlme- aw 7a UxrD oavrD STEEL MAIMS' REQUI.PE S� /AL . APPAVV44 PiMW' PUBL /C WCWt'$ D /R. 2. Al- LIN/A/G !' COAT /NG' DAMAGED DP RCA -(OVW FQQ AA STALLAT /0/ OF THE SERVICE .SMALL BE REGLACCfl 70 7WHR ORI I,vAL CpvDir W CITY OF NEWPORT STANDARD SERVICE . TAP TO LINED a COATED STEEL MAINS ie\ ALL 5"V.CeS 57ia4L CE 0WIE,VM0 AS •ABOVe DATE PUBLIC WORKS DIRECTOR R.E. NO. 53� No- STD. -SOS -L SC�•,/EO LG CONCRETE AWWOoP BLOCk STEEL ANCLIMS RA s rB a •.L• F /TT /NG LENGTSI WIDTH DEPTw SIZE OVANT. LENGTH 6�x45'BE/✓D 2.0' 2.0' 2.5' 11/910 2 A5' 8 "X 45° BEND 2.5' 2.5' 2.5' /2 0 2 9.0' IO "X 45 °BEND 3.0' 3.0' 3.5' %2 0 Z II, 5' 12'X 45'BEND 2 GROUND LINE C. /. C/ T'TI MG Wq TER MA /N ANCl/OR.S NOT E.f /BEDDED IN CONCRETE SHALL BE _ COATED NITS✓ //OT TAR O.? EOL1414 a ,► .• : '� .:. �'�• MAC. 4NMOR GLOM ELEVAT /ON A O.e B VEo? T/ CQL BEND .4/VCA10R 6;,dTE 11.44 VE• 2 'I 0 STEEL 4NCNO X ANCf/ORS NOT 46UMMM /V coNrpFr"czwa WATFR .NA /N COAT O WfW MO �AR AP EpUAL r „ '..4,Y '••�,',. "... :,, r e: 60T777AI Ar TRENCIV „•..� ;f- / � • • , ' i •:: • < •�- fr 4' 1 r" +,> CONL' �ONCS/OR BLGC'.t! CL aSi 'B•' ccwc • 2' "'ll 2' DA. SECT /ON EL E V.4 770AI GA TE 1/A L vlir .41VC"0.47 CITY OF NEWPORT BEACH DRAWN A/M DATE PUBLIC WORKS DEPARTMENT APPROVE ,41VC':-/OQ BL OCK OE7,.4 /LS Ass UBLIC WORKS DIRECTOR FOQ R.E. NO. DRAWING GATE VitLl�E.!' VEA271« B,CN' 0.r a i ogl/.uiswe'O �ao� CO.C/C@ETE C-.4 69 B CO.�KQETG CfaLL4Q b. -- GA TE 11A /- I/ES Ze' AI&5G'1-44E2 L/ &T /3 d QB R /ClJ.' SE.Q /ES 20, QQ /OGVIJ' Lf9T�/4N� N- Q /5 /NG STEM, i� O /OE I i I. Ti Id cnvEo 4949 /a= rs - s rr t P ✓. C. d< /PE � i�cs� -ern ,owE II TYP/CGG CoI 1" =,z1 cv CaST COZ/.C'41,6G6 W 3Te /.C/LGSB "0716: g p .3TGd/L�QO SAEC F C.el7�0 UdS ti0 8 �°G' d� T� 4QAW 9 /CaS OC THE 4nP,&7 -AW4 ;F- CITY OF NEWPORT BEACH DRAWNf ✓�ff• DATE re io -ca PUBLIC WORKS DEPARTMENT APPROVED U12 WORKS DIRE TOR AND R.E. NO. ,LEE &T COUP rYPXA I- _L ING DRAWING N0. 0. ,4 .. Cl ASSES Q I I I I I i I NEWPORT BEACH WORKS DEPARTMENT N I I �•:.a1 I� I I� I Ova 14 a DRAWN M/• d• DATE Gr�i��reiJ APPROVE UBLIC WORKS DIRECTOR _ R.E. N0. =,i3, DRAWING N0. STD -515 -1. 0 0 RESOLUTION NO. ti970. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT FOR THE RECONSTRUCTION OF NEWPORT ISLAND BRIDGE, 70T.-`PJ \rT NO. 1175 WHEREAS, pursuant -to the notice inviting bids for work in co,.mer: rioji w -_h the reconstruction of Newport Island Bridge, in accordance with the plans and specifications hereto- fore adopted, bids were received on the 22nd day of April, 19690 and po.s ]%cly oraaned and declared; and WHEREAS, it appears that the lowest reponsible bidder therefor is CROFT & NEVILLE CO.; NOW, THEREFORE, BE IT RESOLVED that the bid of CROFT & NEVILLE CO. for the work in the amount of $124,302.34 ve accepted and that the contract foe the construction cork be awarded to said bidders BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bi.d and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 28th day of April, 1969. ATTEST: My Clerk THS : mh 4/24/69 i TO: Public Works Department FROM: City Clerk f Dat e SUBJECT: Contract No. 1175 Project Newport Island Bridge Replacement are 3 Attached signed copy of subject contract for transmittal to the contractor., Co., 8 your files. Contractor: Croft E Neville Address: 223 21st Street - Newport Beach Amount: $ $124,302.34 Effective Date: Ma 12, 1969 Resolution No. 6978 Laura Lagios LL:dg Att. cc: Finance Department Eaw r i City Clerk May 19, 1969 Public Works Department Attnc Derek White Deputy City Clerk Newport 'eland 'ridge {.e-placement Attached are three fully executed copies of Contract No. 1175, Newport Island Bridge Replacement, for distribution to the contractor and bonding company and for your files. 'Pe have retained our copy of the contract for our files. Atts. L] TO: CITY CLERK FROM: Public Works Department SUBJECT: NEWPORT ISLAND BRIDGE REPLACEMENT C -1175 May 15, 1969 Attached are four sets of Contract Doucments and Insurance Certificates for the subject project. These documents have been reviewed and approved, as noted, by the City Attorney's office. When all doucments have been executed by the Mayor and your office, please retain your copy and return the Contractor's, Public Works Department's, and Bonding Company's copies to me. Derek H. White Design Engineer DHW /1 dg Atts. CA FkIE" _? TO: CITY COUNCIL „1/� 7 d/� 6-) FROM: Public Works Department `"CL��G SUBJECT: RECONSTRUCTION OF NEWPORT ISLAND BRIDGE (C -1175) RECOMMENDATION: April 28, 1969 _/Q Adopt a resolution awarding the contract to Croft & Neville Co., for $124,302.34, and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: Six bids were received and opened in the office of the City Clerk at 10:00 A.M. on April 22, 1969. BIDDER TOTAL Croft & Neville Co. $ 124,302.34 Lynam -Wood Const. Co. 124,984.58 John L. Meek 132,958.25 Guy F. Atkinson 133,822.50 Ecco Const. Inc. 143,943.00 Trautwein Bros. 224,991.00 The low bid is 40% higher than the Engineer's estimate of $88,000. The closeness of the four lowest bids indicates that the bid prices are realistic and competitive for the work to be done. The low bid is broken down as follows: Temporary bridge $ 21,882.00 New bridge 66,444.00 Sub total - bridge $ 88,326.00 Street work 12,747.31 Storm drain 11,888.64 Sub total 24,635.95 Water main 112340.39 Sub total - water fund 11,340.39 Total $124,302.34 'The most significant cost increases are for the temporary bridge and for the storm drain and tidal protection work. During the preparation of the estimate the City was quoted a figure of $10,000 for the temporary bridge. The low bid was $21,882 for this item, a difference of $11,882. By constructing a permanent bridge at the end of Marcus Avenue, the cost of a temporary bridge could be eliminated. However, a permanent bridge at this location would have the following disadvantages: 1. Reduction in traffic service. 2. Opposition by the local residents. 3. Delay in bridge construction. 0 Page 2 April 28, 1969 Subject: Reconstruction of Newport Island Bridge (C -1175) 0 Consideration was given to constructing a temporary fill crossing through the beach areas westerly of the bridge. However, the cost savings do not appear to justify the closing of these beaches during the summer months. As a result of the high tides and heavy rainfall this past year the amounts of storm drain and tidal protection work included'in the project was increased. This work could be deferred without affecting the bridge work if the Council wishes to do so. However, the work is needed and it would be more costly to accomplish at a later date. The proposed financing for the project is: Capital Improvement Fund, Account No. 26- 3397 -055 $ 63,100 General Fund, Street and Alley Program 13,000 Water Fund, Water Main Replacement Program 11$00 Sub total, Available Funds $ 87,500 Transfer from Westcliff Storm Drain (G.F.) 22,000 Transfer from West Newport Gas Seepage Control (C.I.F.) 3,000 Transfer from Unappropriated Continy. 14,300 Total (Including contingencies) $126,800 The low bidder has not performed any bridge construction for the City, however he has performed marine construction work for the City and is known to be reputable and competent. Budget amendments have been prepared for Council consideration if it is determined to proceed with the project. The estimated date of completion is September 1, 1969. l� seph Devlin blic Ms Director M /ldg CITY OF NEWPORT BEACH NEWPORT ISLAND BRIDGE REPLACEMENT CONTRACT NO. C -1175 PROPOSAL To the City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California Gentlemen: PR 1 of 7 CROFT & NEVILLE CO. M A R I N E•.. CONTRACTORS 223 21st Street, Newport Beach, California The undersigned declares that he has carefully examined the locations of the work, has examined the plans, specifications and Special Provisions, has read the Notice Inviting Bids, and hereby agrees to furnish all labor, materials, equipment, transportation, and services to do all the work required to complete contract No. 1175, and that he will take _ in full payment therefor the following unit prices for each completed item of work, to wit:' ITEM QUANTITY ITEM DESCR PTI N UNIT TOTAL f NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Temporary Detour Bridge on Marcus Avenue � L L�� -..._ :. • I/ 2. Lump Sum Removal of the existing wooded bridge on 38th Street @rj1AX_iIULOu.ea✓d!=/wt. Dei1are and / ,o4t.cX Tu7-o 0&66 � Ceftts $ 340.00 $ 340.7"U 0 Lump Sum Lump Sum Removal and storage of existing rock walls and pilasters @ Lake Avenue and 38th Street ai44G�- At'V C-Spts $ 4-3 n p $ 4.37, O 0 Lump Sum 0 E PR2of 7 EM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. Lump Sum Construct P.C.C. bridge super -. structure on 38th Street @ , jk„rc w.T,keua a «eQ 00:H axe µ% 9RS.c,0 N".dlklk EA"_FAVt Cents $ $ gf7 9P5. 0 [7 Lump Summa 5. W Each Furnishing and driving 52 foot prestressed P.C.C. piles com- plete in place @ r . l , " De-� 0 I and to lk D� 4-, gN_44 t wt Cents $ 949 76 $/ oo. d o Per Each 6. 250 Furnish & install 1" P.V.C. Lineal Feet electrical conduit including pull boxes 7. Lump Sum 8.* 82 Lineal Feet @ Dollars and Cents $ a, gg $ 7/9, U 0 er LP ne Relocate existing street light on 38th Street @ 2k2, j t Do+-1•ars a n-d Do -e _Cents $495, o a $ q95, 0 0 Lump Sum Construct 30" asbestos cement storm drain (Class 2400) @ ; c/ .It.c. Dollars /Z 4 and ` Cents $ 33.20 $ 222, 00 Per Line4A Foot 0 0 QUANTITY ITEM ECR TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 9. 16 Construct 24" asbestos cement storm Lineal Feet drain (Class 3300) Dol 1 ars and `1'la.v�ata F(}1 �hJ Per Linpal oot _Cents 10. 24 Construct 20" asbestos cement storm Lineal Feet drain (Class 3300) @ u �Q.,�C_,_ri_ �_ _ —Dollars and FzpL14 2!t& Cents Per Ulneal Foot 11. Lump Sum Construct 12" (12 Ga) C.M.P. Storm drain connection PR3of 7 $39.94 $6.39.() $ a-1, tf 1 $ 65g. - - &..0 @off �D2Zc� Deaxs aa4 Fo u z, D o semis $ (c, 41l: o cs $ Iv 4 4-. 0 Lump Sum 12. Lump Sum Construct storm drain tidal con- trol structure gaffI , 13. 2 Each Construct P.C.C. curb inlet No. OL -A (307 -L), Width = 7' complete in place 4 .Q ft - • 10. Per • PR4of 7 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO, AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 14. 92 Construct 9" wide P.C.C. retain - Lineal Feet ing wall @ 38th Street Beach @�y Dol 1 ars 5. and Cents $ I 5 $j;519 er Vineal Yoot 15. 42 Construct 6" wide P.C.C. planter Lineal Feet retaining wall @ Lake Avenue @�<<,lp,u� Dollars and .yi_4A Cents $ 1 5, 3'r $ 644.00 Per LVheal Foot 16. Lump Sum Construct 6" wide P.C.C. tree well at Marcus Avenue street end aad I A YUMi. pr c cents $ 42q , o o $ H 24.0 D Lump jum 17. 425 Construct modified Type "A" Lineal Feet curb and gutter @ Dol l ars and @-Y.M Cents $ $, 1 Per LineAl Foot 18. 390 Construct 6" thick P.C.C. drive Square Feet approaches Dollars and Cents $ 1.3rl Per SquAre Foot 19. 150 Construct 6" thick P.C.C. cross Square Feet gutter and spandrels $- 534.00 @ _ Dollars and Cents $ 3,69 $ 552,00 Pei, Sq 10 re Fo(�t PR5of7 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 20. 1350 Construct 4" thick P.C.C. sidewalk Square Feet @ D044-ars and• p� _F� I .6ULQ.A_ Cents $ • 83 _Flt" Square Foot 21. 6,700 Construct 6" thick P.C.C. street Square Feet pavement @Q Dollars and Cents $ /.06 $ -'7i Zyi0,0 Per square Foot 22. 10 Construct 4" asbestos cement Lineal Feet water main and appurtenances @ jp� - r Dollars and Cents 075. 0 $ - 753.yO —lamer LineaF of 23. 154 Construct 6" asbestos cement Lineal Feet water main and appurtenances @ Dollars „ and YLc - -vt Cents $ %. q-q Per Li al Foot 24. 203 Construct 8" asbestos cement Lineal Feet water main and appurtenances @pp . Dollars and Cents $ �5.q5 $ 3$,0 Per Lineal Foot 25. 1 Each Install 4" gate valve @ ra1NL. A Boi i-m end- - _ I W-o Do_e" Gent $ `fy. . D 0 Per EfCh PR 6 of 7 NO. AND UNIT UNIT PRICES WRITTEN IN WORDS PRICE PRICE 26. 2 Each Install 6" gate valve @�n� -o 1�•�,�eln•e.eQ �i�., Bal -}ars jo uk l� Pk.� o F,L" � Ft v_tj —nt Ces $ 264.5 0 $ 9A2,00 Per Each 27. 1 Each Install 8" gate valve aPA —Gerets $ 15'75>00 $1675,00 Per Each 28. 5 Each Install 1" water services .I,.OAkDol l ars and ,�'7 c Cents $ LM 4 0 $ 1352. o 0 Per fach 29. 1 Each Install fire hydrant assembly F Lbi D&:Pars li Fk^j_1e (� o e e Cents $ `t 55 : o $ Per Each 30. 50 Install 3/4" polyvinyl chloride Lineal Feet water service pipe and appurtenances Dollars and Cents $ 10,59 $ Z" q. C1 0 `—'Per[LinealUFoot 31. 3 Each Install survey monuments @Cep HwA" l &&q f Dollars I - -and Cents $ 16Y. Per Fach F 9 PR7of7 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICES WRITTEN IN WORDS PRICE PRICE 32. 98 Construct 6" water main bridge Lineal Feet crossing pipe and all appurtenances @ Doll ars and F�„t• �a Cents $ le, �Ot!o $ Per Linelal Fo t TOTAL PRICE WRITTEN IN WORDS i X l a1 1 • >L! 33. P.C.C. pile extensions .4- @ /a,OC> Dollars a.Rd CCenis- er Lineal Foot $ TOTAL $/,g 310 2/7/67 "'QLL BIDS ARE TO BE COMPUTED ON THE BASIS OF THE GIVEN ESTIMATED QUAdITITIES OF WORK AS INDICATED IN THIS PROPOSAL2 TIMES THE UNIT PRICE AS SUBMITTED BY THE BIDDER. IN CASE OF A DISCREPANCY BETWEEN WORDS AND FIGURES THE WORDS SHALL PREVAIL. IN CASE OF AN ERROR IN THE EXTENSION OF A UNIT PRICE, THE CORRECTED EXTENSION SHALL BE CALCULATED AND THE BIDS WILL BE COMPUTED AS INDICATED ABOVE AND COMPARED ON THE BASIS OF THE CORRECTED TOTALS, THE ESTIMATED QUANTITIES OF WORK INDICATED IN THIS PROPOSAL ARE APPROXIMATE ONLYy BEING GIVEN SOLELY AS A BASIS FOR COMPARISON OF BIDS. THE UNDERSIGNED HAS CHECKED CAREFULLY ALL OF THE ABOVE FIGURES AND UNDERSTANDS THAT THE CITY WILL NOT BE RESPONSIBLE FOR ANY ERRORS OR OMISSIONS ON THE PART OF THE UNDERSIGNED IN MAKING UP THIS BID. THE UNDERSIGNED AGREES THAT IN CASE OF DEFAULT IN EXECUTING THE REQUIRED CONTRACT WITH NECESSARY BONDS WITHIN TEN (I0) DAYS NOT INCLUDING SUNDAY2 AFTER HAVING RECEIVED NOTICE THAT THE CONTRACT IS READY FOR SIGNATURES THE PROCEEDS OF CHECK OR BOND ACCOMPANY- ING THIS BID SHALL BECOME THE PROPERTY OF THE CITY OF NEWPORT BEACH. LICENSED IN ACCORDANCE WITH THE STATUTES OF THE STATE OF CALIFORNIA PROVIDING FOR THE REGISTRATION OF CONTRACTORS, LICENSE NO. .��f G- fy 2 CLASSIFICATION '49, ACCOMPANYING THIS PROPOSAL IS /) 'c-'57 CASH CERTIFIED CHECKS CASHIERS CHECK OR BOND IN AN AMOUNT NOT LESS THAN 10 PERCENT OF THE TOTAL BID PRICE. THE UNDERSIGNED IS AWARE OF THE PROVISIONS OF SECTION 3700 OF THE LABOR CODE WHICH REQUIRE EVERY EMPLOYER TO BE INSURED AGAINST LIABILITY FOR WORKMEN'S COMPENSATION OR TO UNDERTAKE SELF — INSURANCE IN ACCORDANCE WITH THE PROVISIONS OF THAT CODE, AND AGREES Ti9 - COMPLY WITH SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE OF THE WORK OF- Tti1S "L©NTRACT.. PHONE NUMBER BIDDERS NAME (SEAT) - -� DATE AUTHORIZED SIGNATJkE AUTHORIZED SIGNATURE TYPE OF URGANIZATION (INDIVIDUALS CORPORATION, CO— PARTNERSHIP LIST BELOW NAMES OF PRESIDENTS SECRETARYO TREASURER AND MANAGER IF A CORPORATION AND NAMES OF ALL CO— PARTNERS IF A CO— PARTNERSHIP: Bid or Proposal Bond "The Premium rtsrg,d I,, this Approved by The American Institute of Architects, Bead is isrladed is I..:.t shown Bond No. 623154 A.I.A. Document No. A.310 (Sept. 1963 Edition) Y the Asusal lid II.W." KNOW ALL MEN BY THESE PRESENTS, That we, CROFT AND NEVILLE MARINE CONTRACTOR INC. as Principal, hereinafter called the Principal, and the GENERAL INSURANCE COMPANY OF AMERICA, of Seattle, Washington, a corporation duly organized under the laws of the State of Washington, as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF NEWPORT BEACH as Obligee, hereinafter called the Obligee, in the sum of TEN PER CENT (107) OF THE AMOUNT OF THE Tm TN Dollars ($ - - ---- ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Contract Number 1175, 18th Stract Bridge Replacement NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 22nd day of SSO R3 S/66 April A.D. CROFT AND NEVILLB MARLtiE= — — CONTRACTOR INC. - :jSeal) i (Principal) BY (Title) GENER SURANCE COMPANY OF AMERICA By l vv R. A. oon A rn ttoey -In -Fact it ACKNOWLEDGMENT BY SURETY 4 STATE OF CALIFORNIA ss. COUNTY OF LOS ANGELES On this 22nd day of April 1 1969 , before me per- sonally appeared R. A. Coon , known to me to be the attorney -in -fact of General Insurance Company of America, the corporation that executed the within instrument, and ac- knowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid Count Y. Y the day and year in this certificate first above written. n nwxxunnn_ r x CON _7 i.t P.OSS Notary Public in the State ofof California a No:cr f a'. :L; _ California County of Los Angeles PRincipal Cffice in y Los Angei_s County (Seal) p' My Commission Expires December i6, 1971 icwuixwxwuptuiwunwwewnunwuumnuwmber 16. 1971 :.... 5760 Rl 7/fi6 .,. "" -- 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 BIDS SUBJECT TO THE APPROVAL OF THE CITY ENGINEERS AND IN ACCORDANCE WITH THE APPLICABLE PROVISIONS OF THE SPECIFICATIONS. No CHANGE MAY BE MADE IN THESE SUB - CONTRACTORS EXCEPT UPON THE PRIOR APPROVAL OF THE ENGINEER. 6. 7 10. 11. 12 BIDDER S NAME AUTHORIZED SIGNATURE -- Ci �Pc,Ie TYPE OF ORGANIZATION'' (INDIVIDUALS CO- PARTNERSHIP OR CORP) 57— ADDRESS PAGE 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, THAT WE AS PRINCIPAL, AND , AS SURETY, ARE HELD AND FIRML,YBOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OF LARS ($ ), LAWFUL MONEY OF THE UNITED STATES FOR THE PAYMENT OF WHICH SUM WELL AND TRULY TO BE MADE, WE BIND OURSELVES, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, THAT IF THE PROPOSAL OF THE ABOVE BOUNDEN PRINCIPAL FOR THE CONSTRUCTION OF IN THE CITY OF NEWPORT BEACH, IS ACCEPTED BY THE CITY COUNCIL OF SAID CITY, AND IF THE ABOVE BOUNDEN PRINCIPAL SHALL DULY ENTER INTO AND EXECUTE A CONTRACT FOR SUCH CONSTRUC- TION AND SHALL EXECUTE AND DELIVER THE TWO (Z) BONDS DESCRIBED IN THE "NOTICE INVITING BIDS° WITHIN TEN (1)) DAYS (NOT INCLUD410G.'. SATURDAY AND SUNDAY) FROM THE DATE OF THE MAILIING.1 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 REMA.I.N IN FULL FORCE AND EFFECT, AND THE AMOUNT SPECIFIED HEREIN SHALL BE FORFEITED TO THE SAID CITY. IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL, IT 15 AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOF, WE HEREUNTO SET OUR HANDS AND SEALS THIS DAY OF 19_ CORPORATE SEAL (IF CORPORATION) PRINCIPAL (ATTACH ACKNOWLEDGEMENT OF ATTORNEY IN FACT) SURETY m T ITLE 0 • 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 AD HAS AWARDED HEREINAFTER DESIGNATED AS THE "PRINCIPAL ", A CONTRACT FOR a IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWJNGS.AND SPECIFI- CATIONS 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, SMALL 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 DOLLARS 4 ), 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 SUBCON- TRACTORS, 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 RESPOCT TO SUCH WORK OR LABOR, THAT THE SURETY OR SURETIES WILL PAY FOR THE SANE, IN AN AMOUNT NOT EXCEEDING THE SUM SPECI- FIED IN THE BOND, AND ALSO, IN CASE SUIT IS BROUGHT UPON THE BOND, A REASONABLE ATTORNEY tS FEE, TO BE FIXED BY THE COURT, AS REQUIRED BY THE PROVISIONS OF SECTION 42o4 OF THE GOVERNMENT CODE OF THE STATE.OF CALIFORNIA. PAGE 6 (LABOR AND MATERIAL BOND - CONTINUED) THIS BOND SMALL INURE TO THE BENEFIT OF ANY AND ALL PERSONS, COMPANIES, AND CORPOR- ATION 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 TERNS 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 THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED TH13 BOND AS AN INDIVIDUAL, IT 13 AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER TH13 BOND. IN WITNESS WHEREOF, THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND SURETY ABOVE NAMED, ON THE DAY OF � . . 196 . (SEAL) AL) (SEAL) CONTRACTOR (SEAL) (SEAL) (SEAL) SURETY APPROVED AS TO FORKS CITY ATTORNEY THIS BOND WAS APPROVED BY THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH BY MOTION ON DATE ATTESTS CITY 'CLERK 0 0 PAGE 7 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS' THAT WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTED HAS AWARDED TO HEREINAFTER DESIGNATED AS THE "PRINCIPAL ", A CONTRACT FOR IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECLFI- CATIONS 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 15 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 PAY- MENT, WELL AND TRULY TO BE MADE, WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND AD- MINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BE THESE PRE- SENTS. 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 PRO- VIDED 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 S (PERFORMANCE BOND - CONTINUED) AND SAID SURETY2 FOR VALUE RECEIVED2 HEREBY STIPULATES AND AGREES THAT NO CHANGE2 EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERMS OF THE CONTRACT OR TO THE WORK TO BE PERFORMED THEREUNDER OR THE SPECIFICATIONS ACCOMPANYING THE SAME SHALL IN ANY WISE AFFECT ITS OBLIGATIONS ON THIS BOND, AND IT DOES HEREBY WAIVE NOTICE OF ANY CHANGE2 EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERMS OF THE CON- TRACT OR TO THE WORK OR TO THE SPECIFICATIONS. IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL, IT IS AGREED THAT THE DEATH ON ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOF, THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND SURETY ABOVE NAMED, ON THE DAY OF , 196 (SEAL) (SEAL) (SEAL) CONTRACTOR (SEAL) (SEAL) SURETY APPROVED AS TO FORM: CITY ATTORNEY 0 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 SAYS THAT NEITHER THEY NOR ANY OF THEMO HAVE IN ANY WAYO DIRECTLY OR INDIRECTLY ENTERED INTO ANY ARRANGEMENT OR AGREEMENT WITH ANY OTHER BIDDER4 OR WITH'ANY PUBLIC OFFICER OF SUCH CITY OF NEWPORT BEACH WHEREBY SUCH AFFIANT OR AFFIANTS OR EITHER 0R THEME HAS PAID OR IS TO PAY TO SUCH BIDDER OR PUBLIC OFFICER ANY SUM OF MONEYS OR HAS GIVEN OR IS TO GIVE TO SUCII OTHER BIDDER OR PUBLIC OFFICER ANYTHING OF VALUE WHATEVER, OR SUCH AFFIANT OR AF- FIANTS OR EITHER OF THEM HAS NOT DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGE- MENT OR AGREEMENT WITH ANY OTHER BIDDER OR BIDDERSO WHICH TENDS TO OR DOES LESSEN OR DESTROY FREE COMPETITION IN THE LETTING OF THE CONTRACT SOUGHT FOR BY THE AT- TACHED BIDS;, THAT NO BID HAS BEEN ACCEPTED FROM ANY SUBCONTRACTOR OR MATERIALMAN THROUGH ANY BID DEPOSITORY, THE BYLAWS RULES OR REGULATIONS OF WHICH PROHIBIT OR PREVENT THE CONTRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCONTRACTOR OR MATERIAL- MAN WHICH IS NOT PROCESSED THROUGH SAID BID DEPOSITORY OR WHICH PREVENT ANY SUB- CONTRACTOR OR MATERIALMAN FROM BIDDING TO ANY CONTRACTOR W110 DOES NOT USE THE FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH BID DEPOSITORY; THAT NO INDUCE- MENT OR ANY FORM OR CHARACTER OTHER THAN THAT WHICH APPEARS UPON THE FACE OF THE BID WILL BE SUGGESTEI)p OFFERED,, PAID,, OR DELIVERED TO ANY PERSON WHOMSOEVER TO INFLUENCE -THE ACCEPTANCE OF THE SAID BID OR AWARDING OF THE CONTRACTO NOR HAS THIS BIDDER ANY AGREEMENT OR UNDERSTANDING OF ANY KIND WHATSOEVERO WITH ANY PERSON WHOMSOEVER TO PAYp DELIVER TOE OR SHARE WITH ANY OTHER PERSON IN ANY WAY OR MANNERY ANY OF THE PROCEEDS OF THE CONTRACTS SHOUGHT BY THIS BID. SUBSCRIBED AND SWORN TO BEFORE ME BY THIS DAY OF 196 . My COMNISSION.EXPIRES: NOTARY PUBLIC 0 0 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 RESPONSIBILITYy EXPERIENCES SKILLS 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. -i /L'7 SIGNED v NOTICE TO BIDDERS: CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. C -1175 CONTRACT DOCUMENTS FOR NEWPORT ISLAND BRIDGE REPLACEMENT ADDENDUM NO. 1 April 18, 1969 2. Omit Paragraph 7 of Item #10, Special Provisions, Sheet 6 of 9 and replace with the following: The modified Alcoa #8 bridge railing and posts as shown on the plans shall be re- placed with Alcoa bridge railing posts No. 3001, and 4," 0. . x 1/8" thick wall tubing on the top rail and 4" O.D. x 1/8" thick wall tubing on the mid rails. Railing tubing shall be made of aluminum alloy 6063 -T6. Posts shall be made of aluminum permanent mold castings using aluminum alloy 356 -T6. All screws shall be stainless steel 18 -8. Railing ends shall be fitted with anodized aluminum dry fit end caps. lc�z Please be advised: 1. Revise Proposal Item #5, Proposal Sheet 2 to read as follows: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. 16 Each Furnishing & Driving 52 Foot Pre- stressed P.C.C. Piles Complete in Place @ Dollars and Cents $ $ Per Each 2. Omit Paragraph 7 of Item #10, Special Provisions, Sheet 6 of 9 and replace with the following: The modified Alcoa #8 bridge railing and posts as shown on the plans shall be re- placed with Alcoa bridge railing posts No. 3001, and 4," 0. . x 1/8" thick wall tubing on the top rail and 4" O.D. x 1/8" thick wall tubing on the mid rails. Railing tubing shall be made of aluminum alloy 6063 -T6. Posts shall be made of aluminum permanent mold castings using aluminum alloy 356 -T6. All screws shall be stainless steel 18 -8. Railing ends shall be fitted with anodized aluminum dry fit end caps. 0 0 Railing and posts shall be anodized medium bronze with a minimum thickness of 0.0008 inches and a minimum coating weight of 35 milligrams per square inch and sealed with approved practice. Notarized certificates of anodizing compliance shall be furnished the engineer prior to erection. Color samples shall be submitted for the engineer's approval prior to anodizing. Post spacing shall be as shown on the plans and modified if required to accomodate curb curvature. Please show date of receipt of this Addendum on the Proposal or insert a copy with your Proposal. Date ere H. White ms Design Engineer i ICJ , 2, sZl, cJ� i - /, E6G,�5 S 2L, F. 32, 2 0 2 71 z 2, 4D 2 lozo,v�, o o 9 . vv - 8 /lam 4,2 9, o0 F. /8. '9os,FC 13 -7 4.�� 00 - - - -- s29, r 0 i r a f N r ? v t a4� � o f�-Dm T r Ik •w 2ZU) u� Q W _ =1 O Z F U w h. 0 W W x n h �o •Igel l 1 1111 l l(.1 Iti 1` l l( ll l l► � I Q� oI vi 1 1 1 vi �; o l 1 vi bI 1 a°I l nl I ' 1 D. lI Q ► Vi 1 ' �Vv�i�i'3vNtiV ^'\VKV V 4i �1 ►I�Illl ► ►llllll ►111'IIIIIIIt �15� r Zp; ► I $Q 1 INI 11 (, 1 I�oIHI l l nI ti �o Zu,�,"'� Jvvv�\ 1 ^,I�;0INI1V;V;11. ►hMIa�I 'poUUN�vLF ,► >G �NMNVv���vmd t2a1 11 11 Iolall' �MI�I1NlMi1 I11 -�� +1 1 1 VWV,i ~ "h'�h a�► n. Ii. l^ viv; ohl,,,IhNI�I���Iof,J`IaltiQh\�hl O 8 C O O 8 O 0 G C 8 0 '! d N -0d ° N- i; bo 0 G - a v N r r� r =��_ 4` 7 �lll r n '� ry N N p .o Y o0o 0 �JaJJ QN� n1 F4 O J e�r-- 4 1 d a Y r J J J J f J d� J 'r J 61 a in O a h IJ rJ rl d rj 5 3 v r i S y yy Al j r n N V n a y � m A d�iJIIY4'3 1 � � 6 G d '0 '(i A _v V V d V 3� w 1 o �9 t1= Y n N N �4aa � V sa V •; J apt di r> ��• i N ({ V yUI h. 0 W W x n N 0 M a u Q f 7 N m S — O J F i I J } m W W Z n Z to U W Q W W m z H O Z - U W t. W W Z n lip IIIII � IIIA1111111��111111�0� IIdIIIIIII1111�Y1111 IYIIYl01111�1� MINIMUM W W Z n 1 J W ' � D � I P U 4 ..'' � J I s� m a U) o.: m Z F- Q � ` a V 1I1• , • W . !.j 1LF Z {A -WQW' 6 W �z oz r, H U W I' 1 J a I. F- z z Z�j (e � �.�o oh nie600 onto 00 � o V± vi vi '�� �4`�i�Q l l (.B °ion 1. l• o r hov°.ory r r 1' 144\�pQOO� 1 1( l l t l �oon�v}� 1 l i tp 1 ty `����; � l� t 1. �.�v;g �. lei l l r ��;.4 �t.t 1. 1.1.1111.1 1� ilk \� �► \.�11.11►1.1•� Zoc000e8og 8 8 u m° d _ o'g0 c - 10 0 ti� ro w's oo. N v o. u Od N - tor- d'n — n ' r '�� _ s � F- 2. lqpp. t N tpp ► ;d o �7�{( �l � . - � � k _ k yIt � 1 \ \ � t ► �. �, . yl J J J J O r nl N. N F- 4 LL 4 L 4 �( 4 4 +y 4 +l u rk " 11 Il E L d d- V� N S Q N N J Jl 1P 0 0 00 .4 / N �J JJy��a.rIJJN ��61 in� o^;V+ CY v z 2 n g t r 3 7 3 n v V' V5 C G j ,u i Y t1 Y P a 3 ._i - as.' 0 o g ,� i p 5 '0 d o jJ `+ •� •i . v v 3; sa a� 4-a 4 as �a v •lead �� ^A i N p 4yr� d Q N rd N N 0- 1 J lu W N � IL o ��IIIBU�NlI��IIIIIIIII� N tj 6 F . Y 3 in umauunnumm�m� _ a co Cy . C' ,dr or 1� W • Z y a 63wz ►-0z _oZ ��IIIBU�NlI��IIIIIIIII� umauunnumm�m� �nnmennmi0ui�m NYYIINIINIII�I�III� ■1�III��IIIIIII�IIII� mmuunmie�iu� TO: CITY COUNCIL FROM: Public Works Department SUBJECT: RECONSTRUCTION OF NEWPORT ISLAND BRIDGE, C -1175 RECOMMENDATION: 1. Approve the Plans and Specifications. April 7, 1969 2. Authorize the City Clerk to advertise for bids to be 10:00 A.M. on April 22, 1969. DISCUSSION: L4sE� D c� opened at /p,�A,m �11_ 22 This project provides for replacement of the existing bridge to Newport Island, The new bridge will be a cast -in -place reinforced concrete deck over precast piles. During construction a temporary bridge will provide one lane vehicular access to the island at Marcus Avenue. Also included in the work is the replacement of the water mains. A new storm drain system that will eventually be extended to 38th Street and Balboa Boulevard will be started with this project. A tide gate at the bulkhead and cutoff wall adjacent to the beach are included to help reduce the flooding of the 38th Street and River Road intersection during high tides. The streets approaching the bridge will be reconstructed after all under- ground improvements have been completed. The estimated cost of the project is: Bridge (Including temporary bridge) $63,000 Street Reconstruction 10,000 Water Main Replacement 8,000 Storm Drain 7,000 Funds available are: Capital Improvement Fund - Bridge $63,000 General Fund - Street and Alley Program 11,000 Water Fund - Main Replacement Program 8,000 78T, _000 A portion of the storm drain costs can be financed by a transfer of $5,000 of unused funds from the Cameo Shores Bottom Control Project. Precise costs will be available when bids are received. A budget amendment will be prepared for Council consideration at that time. Owners having boats moored between the two bridges who wish to use them during the construction period will be notified to secure alternate moorings. The work will be performed by a private contractor. The plans were prepared by the City. The estimated date of completion is September 1, 1969. J se ph Devlin Pu lic ks Director D W /lda