Loading...
HomeMy WebLinkAboutC-847(F) - Jamboree Road Realignment between Pacific Coast Highway and Palisades Road (payment requests and change orders)P.01A /C glaveS CONTRACT NO. C -847 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR JAMBOREE ROAD REALIGNMENT EASTBLUFF DRIVE TO PALISADES ROAD REVISED FIRST CONTRACT Approved by the City Council on this 14 day of SFvrem 8e 2 , 1964 W-ATY City Clerk Wor.. .. JAMBOREE ROAD REALIGh�VT Eastbluff Drive To Palis I�ades Road REVISED FIRST CONTRACT TABLE OF CONTENTS Page Title 1 Notice of Inviting Bids 2 Proposal (6 sheets) 3 Designation of Sub - Contractors 4 Bidders Bond 5 Labor and Material Bond 7 Performance Bonds 9 Non Collusion Affidavit 10 Bidders Statement of Financial Responsibility 11 Contract 13 Scope of Work 14 Standard Specifications 14 Working Time 15 Modifications to Standard Specifications 16 Soil Test Borings 17 Measurement of Pressure and Settlement 18 Mkintenance of Traffic 18 Relocation of Overhead Utilities 19 Clearing and Grubbing 20 Roadway Excavation 21 Embankment Construction 22 Ditch Excavation 22 Compacting Original Ground 23 Imported Sand Borrow 24 Aggregate Base 25 Paving Items 27 Furnishing and Driving Piles 30 San Diego Creek Bridge 31 Special Drop Inlets 31 Standard Precast Manholes 32 Storm Drains and Culverts 33 Metal Beam Guardrail 33 Guide and Culvert Markers 33 Setting Road Signs 34 Removing Traffic Stripes 35 Modifying Manhole 36 Septic Tank System 37 Construction Surveys ^u CITY OF NEWPORT BEACH, CALIFORNIA NOTICE OF INVITING BIDS SEALED PROPOSALS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:30 a.m. on the 21ST day of OCTOBER, 1964 at which time they will be publicly opened and read, for performing work as follows: Jamboree Road Realignment Eastbluff Drive To Palisades Road Revised First�CoAract No bid will be received unless it is made on a proposal form furnished by the Public Works Department. Each bid must be accompanied by cash, certified check or bidder's bond made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid, such guaranty to be forfeited should the bidder to whom the contract is awarded fail to enter into the contract. In accordance with the provisions of Section 1770 of the Labor Code, the City Council of the City of Newport Beach has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft or type of workman or mechanic needed to execute the contract and is set forth in Resolution No. 5729• A copy of said Resolution is available in the office of the City Clerk in the City of Newport Beach. All bids are to be compared on the basis of the Engineer's estimate of the quantities of work to be done. No bid will be accepted from a Contractor who has not been licensed in accordance with the provisions of Chapter 9, Division 111 of Business and Professions Code. Plans and specifications,.forms of proposals, bonds, and contract may be obtain- ed at the Public Works Department, City Hall, Newport Beach, California. A non - refundable charge of $2.00 will be required for each set of Standard Specifications. A refundable deposit of $5.00 will be required for each set of plans, special provisions, and contract documents. The City of Newport Beach reserves the right to reject any or all bids and to waive any informality in such bids. CITY OF NEWPORT BEACH, CALIFORNIA Margery Schrouder, City Clerk PROPOSAL * -• To The Honorable City Council City of Newport Beach California The undersigned declares that he has carefully examined the location of the proposed work, that he has examined the plans and specifications, and read the accompanying instructions to bidders, and hereby proposes to furnish all materials and do all work required to complete the Realignment of Jamboree Road, Eastbluff Drive to Palisades Road, Contract No. C -847 as shown on City of Newport Beach Drawing No. R- 5010 -S, in accord- ance with the Plans, Standard Specifications, and Special Provisions, and that he will take in full payment therefor the following unit prices for each item complete in place, as applicable: Item Quantity Item Description No. and Unit Unit Price Written in Words 1 Lump Sum Clearing and Grubbing @ ELcm TNOUSANo.rouR . Dollars HUNDRED and Cents Per Lump Sum 2 70,000 Roadway Excavation @ Cubic Yards No Dollars and EISNTT -riot Cents Per Cubic Yard 3 150 Ditch . Excavation @ Cubic Yards Two Dollars and FORTT Cents Per Cubic Yard 4 7,000 Compacting Original Ground @ Square Yards NO Dollars and Trm Cents Per Square -.Yard 5 7$,000 Imported Sand Borrow @ Cubic Yards ORE Dollars and FIVE Cents Per Cubic Yard Unit Price $ 11,1100.00 $ O. $ 2.40 Total Price 11,1100.00 11 1. $ 360:00 $ 0.10 $ 700.00 .� 2b. JAMBOREE ROAD REALIGNMENT Zastbluff Drive to Palisades Road Revised First Contract Item Quantity No. and Unit Item Description Unit Price Written in Words Unit Price Total Price 6 5,800 Aggregate Base.@ Linear Tons Feet Tnug Dollars Dollars and and NO Cents $—J-00- $17,I—M.00 Per Ton Cents $ 7 18 Liquid Asphalt (MC -1) @ Tons , rwry Dollars and No Cents $ $ jQ0.00— Per Ton 8 14 Asphaltic Emulsion (RS -1) @ Tons FIFTY Dollars and NO Cents $_� Per Ton 9 2,150 Asphalt Concrete @ Tons Six Dollars and No Cents $ 6.m $ 12-9M-nn Per Ton 10 2,350 Placing A. C. Ditches @ Linear Feet No Dollars and TuyzTY -rivr Cents $ 0.35 $ &2•50 Per Linear Foot 4,218 - ll irk Furnishing Piles @ Linear Feet NINt Dollars and No Cents $ Z9&•W Per Linear Foot 74 lla 8i-- Driving Piles @ Each FOUR MYMDRCO Dollars and 400.00 29,600.00 No Cents $ $ Per Each W JAMBOREE ROAD REALIGNMENT Eastbluff Drive to Palisades Road Revised First Contract 4 2c. Item Quantity Item Description Unit Total No. and Unit Unit Price Written in Words Price Price 12 Lump Sum San Diego Creek Bridge @ THOUSAND ONE NUNOREO TVENTT- r1EYEN/ DrAIars SIX UNOR No Cents $127,600.00 AW.00 $.127 Per Lump Sum 13 3 Special Drop Inlets @ Each THREE HUNDRED it /TT and Cents Per Each 14 Lump Sum Standard Precast Manhole @ Two NUNORED EIONTV Dollars and No Cents Per Lump Sum 15 444 18" R.C.P. @ Linear Feet ELEVEN Dollars and No Cents Per Linear Foot lb Lump Sum Reset 24" k 50' C.M.P. @ FouR NuweRco sIXTT Dollars and Cents Per Lump Sum 17 150 30" C.M.P. @ Linear SEVENTEEN Feet Dollars and No Cents Per Linear Foot $ 350.00 $ 1,050.00 $ 280.00 $ 280T00 $ I1.00, $ �,•� $ 46o.00 $ W-00 $ 17.00 $2,550.00 JAMBOREE ROAD REALIGNMENT Eastbluff Drive to Palisades Road Revised First Contract 2d. Item No. Quantity and Unit Item Description Unit Price Written in Words Unit Price Total Price 18 46 12" C.M.P. Downdrain @ Linear Feet EIGHT Dollars and NO Cents $ $•o $ 368•oo Per Linear Foot 19 3 Downdrain.Entrajace Tapers @ Each SEVENTY Dollars and No Cents $ 70.00 $ 210.00 Per Each 20 3 Downdrain Slip Joints @ Each f1ITY Dollars and No Cents $ 50.00 $---150.00 Per Each 21 3 Downdrain Anchor Assemblies @ Each THIRTY Dollars and No Cents $, 0.00 Per Each 22 260 Metal Beam.Guard Railing @ Linear Feet TNN[[ Dollars and S[V[NTY Cents $ 3.70 $,� 2.00 Per Linear Foot 23 40 Guide and Culvert Markers @ Each Tw[LY[ Dollars and NO Tents $. 12.00 $ 480.00 Per Each • 2e. JA*OREE ROAD REALIGNMENT Eastbluff Drive to Palisades Road Revised First Contract Item Quantity Item Description Unit Total No. and'Urtit% Unit Price Written in Words Price Price 24 20 Setting Road Signs @ Each TrtLvt Dollars and me Cents Per Each 25 5,000 Removing Traffic Stripes @ Linear Feet No Dollars TvEIVE and Cents Per Linear Foot 26 Lump Sum Modifying Manhole @ Two HUNDRED Dollars and No Cents Per Lump Sum 27 Lump Sum Septic Tank System @ TwtIVE HUNDRED Dollars and N0 Cents Per Lump Sum 28 Lump Sum Construction Surveys @ SIX THOUSAND Dollars and No Cents Per Lump Sum _Total Written in Words THREE HUMORED AND THIRTY -E1GHT THOUSAND FOUR HUNDRED AND SIXTY -EIGHT Dollars and FIrTY Cents 12.00 $ 2$0.00 $ 0.12 $ 600.00 200.00 $ 200.00 12200.00 10200.00 $ 6.000.00 $ 6.000.00 Total $ 338,W50 * i THE UNDERSIGNED AGREES THAT IN CASE OF DEFAULT IN EXECUTING THE REQUIRED CONTACT WITH NECESSARY BONDS WITHIN TEN (10) DAYS NOT INCLUDING SUNDAY, AFTER HAVING RECEIVED NOTICE THAT THE CONTRACT IS READY FOR SIGNATURE, THE PROCEEDS OF CHECK OR BOND ACCOMPANYING THIS BID SHALL BECOME THE PROPERTY OF THE CITY OF NEWPORT BEACH. LICENSED IN ACCORDACNE WITH THE STATUTES OF THE STATE OF CALIFORNIA PROVIDING FOR THE REGISTRATION OF CONTRACTORS, LICENSE NO. A206707 THE UNDERSIGNED HAS CHECKED CAREFULLY ALL OF THE ABOVE FIGURES AND UNDERSTANDS THAT THE CITY WILL NOT BE RESPONSIBLE FOR ANY ERRORS OR OMISSIONS ON THE PART OF THE UNDERSIGNED IN MAKING UP THIS BID. ACCOMPANYING THIS PROPOSAL IS BIDOCR's BONS CASH, CERTIFIED CHECK, CASHIERS CHECK OR BOND) IN AN AMOUNT NW LESS THAN 10 PERCENT OF THE TOTAL BID PRICE. JACKSON 775126 PHONE NUMBER 10/21/64 DATE COXCO INC. C/O COX BROS. CONSTRUCTION CO. P. 0. Box C STANTONj CALIFORNIA BIDDERS ADDRESS COxCOS INC. BIDDERS NAME (SEAL) /SIONtof Br: R. D. Cox AUTHORIZED SIGNATURE R. D. Cox - Vice Potts. AUTHORIZED SIGNATURE CORPORATION TYPE OF ORGANIZATION (INDIVIDUAL, CORPORATION, COPARTNERSHIP) LI5TBELOW NAMES OF PRESIDENT) SECRETARY TREASURER AND MANAGER IF A CORPORTATION AND NAMES OF ALL COPARTNERS IF A COPARTNERSHIP: COXCO, INC. A. S. Cox - PREs1otNT MATNtV A. Cox, Vitt -PREs. R. D. Cox - Vice Pitts. R. D. Cox - Sec.-TREAS. DESIGNATION OF SUB - CONTRACTORS . PAGE 3 THE UNDERSIGNED CERTIFIES THAT HE HAS USED THE SUB -BIDS OF THE FOLLOWING LISTED CONTRACTORS IN MAKING UP HIS BID AND THAT THE SUB'- CONTRACTORS LISTED WILL BE USED FOR THE WORK FOR WHICH THEY BID, SUBJECT TO THE APPROVAL OF THE CITY ENGINEER, AND IN ACCORDANCE WITH THE APPLICABLE PROVISIONS OF THE SPECIFICATIONS. NO CHANGE MAY BE MADE IN THESE SUB - CONTRACTORS EXCEPT UPON THE PRIOR APPROVAL OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH. ITEM OF WORK SUB- CONTRACTOR ADDRESS 1. CLEANING ASOOCIATEO SALES ANANEIN 2. PILING MACCO CORP. PARAMOUNT 3, PRE -CAST CONC. ROCK -MIN SANTA iE SPitimas 4. DRAINAGE HAVLAN UN09ROROUND CO, SANTA ANA r 6. BIDDER AME S /s/ a R- �- CG■ - V.cE PRCs AUTHORIZED SIGNATURE CORPORATION TYPE OF ORGANIZATION (INDIVIDUAL, COPARTNERSHIP OR CORPORATION)) CO%COO INC, C/o COX BROS, CONSTRUCTION CO. SfANppfQl :MCiLItORN1A ADDRESS 9 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNCW ALL MEN BY THESE PRESENT, THAT WE l =COP INC. AND THE AETNA CASUALTY AND SURETY COMPANY 0 PAGE 4 AS PRINCIPAL, SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OF COMPANYING BID TEN PERCENT (10x) OF AMOUNT OF AODOLLARS ($ ), 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 JANWEE ROAD REALIOAWNTO EASTBLUFF DRIVE TO PALISADES ROAD IN THE CITY OF NEWPORT BEACH, IS ACCEPTED BY THE CITY COUNCIL OF SAID CITY, AND IF THE ABOVE BOUNDEN PRINCIPAL SHALL DULY ENTER INTO AND EXECUTE A CONTRACT FOR SUCH CONSTRUCTION AND SHALL EXECUTE AND DELIVER THE TWO (2) BONDS DESCRIBED IN THE 'NOTICE INVITING BIDS" WITHIN TEN (10) DAYS (NOT INCLUDING SUNDAY) FROM THE DATE OF THE MAILING OF A NOTICE TO THE ABOVE BOUNDEN PRINCIPAL BY AND FROM SAID CITY OF NEWPORT BEACH THAT SAID CONTRACT IS READY FOR EXECUTION, THEN THIS OBLIGATION SHALL BECOME NULL AND VOID; OTHERWISE IT BE AND REMAIN IN FULL FORCE AND EFFECT, AND THE AMOUNT SPECIFIED HEREIN SHALL BE FORFEITED TO THE SAID CITY. IN WITNESS WHEREOF, WE HEREUNTO SET OUR HANDS AND SEALS THIS 213T DAY OF OCTOBER , 19a-- CORPORATE SEAL (IF CORPORATION) COXCO, INC. PRINCIPAL ATTACH ACKNOWLEDGEMENT OF /3/ BTi R. D. Cox ATTORNEY IN FACT) R. D. Cox - Vice FnEs. THE AETNA CASUALTY AND SURETY COMPANY SURETY BY /3/ WILLIAM H. MCGEE TITLE WILLIAM H. MCGEE - ATTORMET -IN -FACT E LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, THAT PAGE 5 WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTED HAS AWARDED TO HEREINAFTER DESIGNATED 406=g ROAD REALIGN IN THE CITY OF NEWPORT TIONS AND OTHER CONTRA COXCO. INC. AS THE "PRINCIPAL") A CONTRACT FOR WENT, EAST13LWF DRIVE TO PAL[AADES REVISED FIRST CONTRA BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFICA- CT 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 COXCOo INC THE AETNA CASUALTY AND AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND S1IRETY COMPANY AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF ONE HUNDRED SIXTY NINE THOUSAND TWO HUNDRED THIRTY FOUR AND 25/100 - - - - DOLLARS ($ 169#254.25 SAID SUM BEING ONE -HALF OF THE ESTIMATED AMOUNT PAYABLE BY THE CITY OF NEWPORT BEACH UNDER THE TERMS OF THE CONTRACT, FOR WHICH PAYMENT WELL AND TRULY TO BE MADE WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND ADMINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS. THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE PERSON OR HIS SUBCONTRAC- TORS, FAIL TO PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER OR OTHER SUPPLIES, OR TEAMS, USED IN, UPON, FOR OR ABOUT THE PERFORMANCE OF THE WORK CONTRACTED TO BE DONE, OR FOR ANY OTHER WORK OR LABOR THEREON OF ANY KIND, OR FOR AMOUNTS DUE UNDER THE UNEMPLOYMENT INSURANCE CODE WITH RESPECT TO SUCH WORK OR LABOR, THAT THE SURETY OR SURETIES WILL PAY FOR THE SAME IN AN AMOUNT NOT EXCEEDING THE SUM SPECIFIED IN , THE BOND, AND ALSO, IN CASE SUIT IS BROUGHT UPON'THE BOND, A REASONABLE ATTORNEY'S FEE, TO BE FIXED BY THE COURT, AS REQUIRED BY THE PROVISIONS OF SECTION 4204 OF THE GOVERNMENT CODE OF THE STATE OF CALIFORNIA. : § � ask :! \\ "k: \\ � #�fE /\ \�} :!$ \` �� «!} 7� /\\ \� }! t ) (� ()\� Q! \!}f �{§;5 ! }j[!§ ! ,! \� }! t u (LABOR AND MATERIAL BOND - CONTINUED) PAGE 6 THIS BOND SHALL INURE TO THE BENEFIT OF ANY AND ALL PERSONS COMPANIES AND , CORPORATION ENTITLED TO FILE CLAIMS UNDER SECTION 1192.1 OF. THE CODE OF CIVIL PROCEDURE SO AS TO GIVE A RIGHT OF ACTION TO THEM OR THEIR ASSIGNS IN ANY SUIT BROUGHT UPON THIS BOND, AS REQUIRED BY THE PROVISIONS OF SECTION 4205 OF THE GOVERNMENT CODE OF THE STATE OF CALIFORNIA. AND THE SAID SURETY, FOR VALUE RECEIVED, HEREBY STIPULATES AND AGREES THAT NO CHANGES 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 BONDS AND IT DOES HEREBY WAIVE NOTICE OF ANY SUCH CHANGE1 EXTENSION OF TIME, ALTERATIONS OR ADDITIONS TO THE TERMS OF THE CONTRACTOR OR TO THE WORK OR TO THE SPECIFICATIONS. IN WITNESS WHEREOF, THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND SURETY ABOVE NAMED ON THE 24th .DAY OF NOVEMBER , 1964 APPROVED AS TO FO M: CITY A RNEY THIS' OND W OF THE CITY OF ON OA E� ` ATTEST: ✓hi ITY CQ APPy VED �1 THE (. TY CbU NE.�\'K_ORT BEACH BY OT /ION B (SEAL) SEAL) G. Cox — Sec: Treas{ (SEAL 'A. COX, Vice-Pres. THE {ETNA (ACIIAT.TY AND SIIQFTY [ (L/9 AL (5, '41 By�.� t'xe �'�e d (SEAL) Willimo H. McGee, A ey -in -Beet (SEAL) SURETY C I L Executed in four (4) counterparts • PAGE 7 THE PREMIUM ON THIS BOND IS $10944.00 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS THAT, WHEREAS, THE CITY COUNCIL OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION A HAS AWARDED 70 =coo INC. HEREINAFTER DESIGNATED AS THE "PRINCIPAL ", A CONTRACT FOR JAMBOREE ROAD REALIONKNTs, EASTSLUFF DRIVE TO PALISADES ROAD (RE1119ED FIRST CONTRACT) IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFICA- TIONS AND OTHER CONTRACT DOCUMENTS NOW ON FILE IN THE OFFICE OF THE CITY CLERK OF THE CITY OF NEWPORT BEACH. WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND THE TERMS THEREOF REQUIRE THE FURNISHING A BOND FOR THE FAITHFUL PERFORMANCE OF SAID CONTRACT, NOW, THEREFORE, WE, COXCO, INC AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE "CONTRACTOR" AND THE AETIIIA CASUALTY AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF ONE HUNDRED SIXTY NINE THOUSAND TWO NUNDPOLD ` • w OLLARS ���. ]S !r SAID SUM BEING EQUA't750%. OF THE ESTIMATED AMOUNT Of THE CONTRACT, TO BE PAID TO THE SAID CITY OR ITS CERTAIN ATTORNEY, ITS SUCCESSORS, AND ASSIGNS; FOR WHICH PAYMENT, WELL AND TRULY TO BE MADE, WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND ADMINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS. THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE ABOVE BOUNDEN PRINCIPAL, HIS OR ITS HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS, OR ASSIGNS, SHALL IN ALL THINGS STAND TO AND ABIDE BY, AND WELL AND TRULY KEEP AND PERFORM THE COVENANTS, CONDITIONS AND AGREEMENTS IN THE SAID CONTRACT AND ANY ALTERATION THEREOF MADE AS THEREIN PROVIDED ON HIS OR THEIR PART, TO BE KEPT AND PERFORMED AT THE TIME AND IN THE MANNER THEREIN SPECIFIED, AND IN ALL RESPECTS ACCORDING TO THEIR TRUE INTENT AND MEANING, AND SHALL INDEMNIFY AND SAVE HARMLESS THE CITY OF NEWPORT BEACH, ITS OFFICERS AND AGENTS, AS THEREIN STIPULATED, THEN THIS OBLIGATION SHALL BECOME NULL AND VOID; OTHERWISE IT SHALL REMAIN IN FULL FORCE AND VIRTUE. 1�1 (PERFORMANCE BOND — CONTINUED) PAGE 8 AMD SAID SURETY, FOR VALUE RECEIVED, HEREBY STIPULATES AND AGREES THAT NO CNAMGr, EXTrRSfOM 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 ODES HERESY WAIVE NOTICE OF ANY CHANGE, EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERMS OF THE CONTRACT OR TO THE WORK OR TO THE SPECIFICATIONS. IN WITNESS WHEREOF., THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND SURETY ABOVE NAMED, ON THE Z4th DAY OF NOVEMBER , t96.A_. Ct1YCn_. Tits (SEAL) (SEAL) $ a Pr R D. Cox Sec: TreK' (SC AL) ACT R 114A A. COX, Vice-Pres. THE AETNA rscner.TV ANA QnRPTY rrrroamv (SEAL) . By ,.Z[i —° (SEAL) SURETY William H. M , Attorney-in-Fact Executed in four (4) counterparts • APPROVED AS TO FORM: I�T RNEY I. STATE OF CALIFORNIA St. County of ,._.___._ ....... .— ..... �.. ... ...,.,.,.,u On this ....... 24UL ... .-------- ------- day of ........... NOT.$09a ............. ............................... in the year one thousand nine hundred and .................... ..Dixt,xll,Ow- --..._. --- ............__------_....___._------ '" before me Bathor w !!e a Notary Public County and in or the C f Y o f - ............ . . ............. .._. ...... Loa..Anplea ............. seam of California, :rr = residing therein, duly commissioned and sworn, personally appeared ........ (8.1797.0 known to me to be the ......................... ALtoaatyaiAmf to t ------ .-... ...------ __--- ..._------- - - -... of The !Etna Casualty and Surety Company, the corporation that executed the within instru- ment„ and also known to me to be the person.... who executed it on behalf of said corporation therein named, and ,._he.... acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal at my office in the ............................. ......... County of -Les..A31241. .......... ,,......................... .. t Beats j Cblic rota. C .....-- ---�--._.. ._:...---- /_.. .............. _ _ the day and year in eh�r nrh County of .,�_!k.�.. �.h.�._ . Notary Public in and or the _ • NON- COLLUSION AFFIDAVIT 0 PAGE 9 THE BIDDERS, BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRESENT AT THE TIME OF FILING THIS BID, BEING DULY SWORN ON THEIR OATHS SAY, THAT NEITHER THEY NOR ANY OF THEME HAVE IN ANY WAY, DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGEMENT OR AGGREMENT WITH ANY OTHER BIDDERI OR WITH ANY PUBLIC OFFICER OF SUCH CITY OF NEWPORT BEACH WHEREBY SUCH AFFIANT OR AFFIANTS OR EITHER OF THEME HAS PAID OR IS TO PAY TO SUCH BIDDER OR PUBLIC OFFICER ANY SUM OF MONEY, OR HAS GIVEN OR IS TO GIVE TO SUCH OTHER BIDDER OR PUBLIC OFFICER ANYTHING OF VALUE WHATEVER, OR SUCH AFFIANT OR AFFIANTS OR EITHER OF THEM HAS NOT DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGEMENT OR AGREEMENT WITH ANY OTHER BIDDER OR BIDDERSY WHICH TENDS TO OR DOES LESSEN OR DESTROY FREE COMPETITION IN THE LETTING OF THE CONTRACT SOUGHT FOR BY THE ATTACHED BIDS; THAT NO BID HAS BEEN ACCEPTED FROM ANY SUBCONTRACTOR OR MATERIALMAN THROUGH ANY BID DEPOSITORY, THE BYLAWS RULES OR REGULATIONS OF WHICH PROHIBIT OR PREVENT THE CONTRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCONTRACTOR OR MATERIALMAN WHICH IS NOT PROCESSED THROUGH SAID BID DEPOSITORY, OR WHICH PRE- VENT ANY SUBCONTRACTOR OR MATERIALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES NOT USE THE FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH BID DEPOSITORY; THAT NO INDUCEMENT OR ANY FORM OR CHARACTER OTHER THAN THAT WHICH APPEARS UPON THE FACE OF THE BID WILL BE SUGGESTED OFFERED, PAID OR DELIVERED TO ANY PERSON WHOMSOEVER TO INFLUENCE THE ACCEPTANCE OF THE SAID BID OR AWARDING OF THE CONTRACTS NOR HAS THIS BIDDER ANY AGREEMENT OR UNDERSTANDING OF ANY KIND WHATSOEVER, WITH ANY PERSON WOMSOEVER TO PAY, DELIVER TOj OR SHARE WITH ANY OTHER PERSON IN ANY WAY OR MANNER, ANY OF THE PROCEEDS OF THE CONTRACTS SOUGHT BY THIS BID. SUBSCRIBED AND SWORN TO BEFORE ME BY THIS 22 DAY OF OCTOBER MY COMMISSION EXPIRES: JANVART 90 1967 cams Inc. JOHN CARCY Assr. scclr 1964 . U "ANY CLLCH MIAs ILOi/ NOTARY PUBLIC 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 RESPONSIBILITY, EXPERIENCE, SKILL AND BUSINESS STANDING-) THE UNDERSIGNED SUBMITS HEREWITH A STATEMENT OF HIS FINANCIAL RESPONSIBILITY. THE UNDERSIGNED SUBMITS BELOW A STATEMENT OF THE WORK OF SIMILAR CHARACTER TO THAT INCLUDED IN THE PROPOSED CONTRACT WHICH HE HAS SUCCESSFULLY PERFORMED. SEE ATTACHED STATEMENT mICO, INC. /s/ JOHN CAKW SIGNED AAT. SCOT �J PAGE Ii C 0 T R A C T yep Dcc THIS AGREEMENT, MADE AND ENTERED INTO THIS DAY OF 1 —, 19b , BY AND BETWEEN THE CITY OF NEWPORT BEACH, CALIFORNIA, HEREINAFTER DESIGNATED AS THE CITY, PARTY OF THE FIRST PART, AND_ coxC'0, J'N..c. HEREINAFTER DESIGNATED AS THE CONTRACTOR, PARTY OF THE SECOND PART- WITNESSETH: THAT THE PARTIES HERETO DO MUTUALLY AGREE AS FOLLOWS: 1. FOR AND IN CONSIDERATION OF THE PAYMENTS AND AGREEMENTS HEREINAFTER MENTIONED - TO BE MADE AND PERFORMED BY THE CITY, THE CONTRACTOR AGREES WITH THE CITY TO FURNISH ALL MATERIALS AND LABOR FOR THE CONSTRUCTION OF , JAMME ROAD REALMENT, EMWJFF DRIVE TO FAUSADES ROAD, REVISED FIRST CONTRACT 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 THEREFORY EXCEPT SUCH MATERIALS, IF ANY, AS IN THE SAID SPECIFICATIONS ARE STIPULATED TO BE FURNISHED BY THE CITY), AND TO DO EVERYTHING REQUIRED BY THIS AGREEMENT AND THE SAID PLANS AND SPECIFICATIONS. Z. FOR FURNISHING ALL SAID MATERIALS AND LABOR, TOOLS AND EQUIPMENT, AND DOING ALL THE WORK CONTEMPLATED AND EMBRACED IN THIS AGREEMENT, ALSO FOR AL1_ LOSS AND DAMAGE ARISING OUT OF THE NATURE OF THE WORK AFORESAID, OR FROM THE ACTION OF THE ELEMENTS, OR FROM ANY UNFORESEEN DIFFICULTIES WHICH MAY ARISE OR BE ENCOUNTERED IN THE PROSECU- TION OF THE WORK UNTIL ITS ACCEPTANCE BY THE CITY, AND FOR ALL RISKS OF EVERY DESCRIPTION CONNECTED WITH THE WORK; ALSO, FOR ALL EXPENSES INCURRED BY OR IN CONSE- QUENCE OF THE SUSPENSION OR DISCONTINUANCE OF WORK, EXCEPT SUCH AS IN SAID SPECIFI- CATIONS ARE EXPRESSLY STIPULATED TO BE BORNE BY THE CITY; AND FOR WELL AMC) FAITHFULLY COMPLETING THE WORK AND THE WHOLE THEREOF, IN THE MANNER SHOWN AND DESCRIBED IN THE SAID PLANS AND SPECIFICATIONS, THE CITY WILL PAY AND THE CONTRACTOR SHALL RECEIVE IN FULL COMPENSATION THEREFOR THE LUMP SUM PRICE, OR IF THE BID 13 ON THE UNIT PRICE BASIS, THE TOTAL PRICE FOR THE SEVERAL ITEMS FURNISHED PURSUANT TO THE SPECIFICATIONS, NAMED IN THE BIDDING SH[ET OF THE PROPOSAL, AS THE CASE MAY BE. 3. THE CITY HEREBY PROMISES AND AGREES WITH THE SAID CONTRACTOR TO EMPLOY, AND DOES HEREBY EMPLOY THE SAID CONTRACTOR TO PROVIDE THE MATERIALS AND TO DO THE WORK ACCORDING TO THE TERMS AND CONDITIONS HEREIN CONTAINED AND REFERRED TO FOR THE PRICE AFORESAID, AND HEREBY CONTRACTSTO 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 AS3IGNS, DO HEREBY AGREE TO THE FULL PERFORMANCE OOTHE COVENANTS HEREIN CONTAINED. 4. THE NOTICE TO BIDDERS, INSTRUCTIONS TO BIDDERS, CONTRACTORS PROPOSAL, AND THE PLANS AND SPECIFICATIONS, AND ALL AMENDMENTS THEREOF, WHEN APPROVED BY THE PARTIES HERETO, OR WHEN REQUIRED BY THE CITY IN ACCORDANCE WITH THE PROVISIONS OF THE PLANS AMC) SPECIFICATIONS, ARE HEREBY INCORPORATED IN AND MADE PART OF THIS AGREEMENT. • PAGE 12 IN WITNESS WHEREOF, THE PARTIES HERETO HAVE CAUSED THIS CONTRACT TO BE EXECUTED THE DAY AND YEAR FIRST ABOVE WRITTEN. ATTEST: �y / /iAz��44 6A4 b y44r'LlC1TY CL RK APPROVED AS TO FORM: �����CITY ATT EY CITY OF NEWPORT BEACH, CALIFORNIA �hCO, INC. CONTRACTOR A. D. COS - Vice PIeB. (SEAL) BY L ox -- Sec.--Tress. T I'K€ 'MATHEW A. COX, Vice -Pres. TITLE i ` 13. SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive Tp Palisades Road REVISED FIRST CONTRACT SCOPE OF WORK This contract involves the construction of a two lane roadway on a new alignment for Jamboree Road between Eastbluff Drive and Palisades Road in the City of Newport Reach, California. The project includes grading, paving and draining the roadway as well as constructing a 337 foot long reinforced concrete highway bridge. A conference for prospective bidders will be held approximately ten days prior to the date of bid opening. It is anticipated that this conference will include inspection tours at both the job site and the sand borrow source. Detailed information in regard to this conference will be issued by the Public Works Director in the near future. i • • .�L, . SPECIAL 'PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road FEVISED FIRST CONTRACT STANDARD SPECIFICATIONS The Standard Specifications, City of Newport Beach Public Works Department shall apply to this project. Any items not specifically covered therein or on the plans shall be governed by the applicable sections of the Standard Specifications of the State of California, Division of Highways, January 1960 Editions ° Crwz!TFjcT ON Or SimN DWF, o CRCLw.. BRiDs.F ALL BF C'74ERKED ©w TW F?F::'i RLMER HT D= T' STATE -STANDARD SPF�,' � F'i SAT pC)Na4. WORKING TIME The project shall be completed within A,50 working days, Special attention is directed to the fact that unstable ground con- ditions in the areas to be filled require that embankment construction proceed at a retarded and carefully controlled rate. Additionally, it is anticipated that the Engineer may order that completed embank- ments be allowed to settle for as much as six calendar months before permitting construction of the paving required thereon. The days on which filling operations are suspended at the discretion of the Engineer will not be considered working days. Similarly, work- ing days will not be charged after completion of embankments until the Engineer allows paving work to proceed. 15. SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road REVISED FIRST CONTRACT MODIFICATIONS TO STANDARD SPECIFICATIONS The City Standard Specifications are clarified and /or modified as indicated below: 1. Section 1 - 13. Delete the phrase "and all subsequent additions and revisions" from the paragraph defining State Standard Specifications. 2. Section 7 - 03. Sections 1810 through 1815 of the Labor Code, as revised in 1961, shall apply. 3. Section 7 - 10. No separate payment will be made for complying with the provisions of this section. 4. Section 10 - 04. No separate payment will be made for removal of oversize material from the subgrade. 5. Section 6 - 01. The test by which "relative compaction" or "standard density" is to be determined is Test Method No. California 216. 6. Section 12 - 04. Paint binder shall consist of mixing type asphaltic emulsion SS -1 or SS -11a. 7. Section 16 - 04. Removal and replacement of unsuitable material below pipe grade will be paid for as EXT'RA',.MORK.'.. ..'' :.7... The depth will be determined by the Engineer. 8. Structure Excavation and Structure Backfill. The requirements of the State Standard Specifications shall apply for all structure excavation and structure backfill including that for pipe laying. The contractor's attention is called to the fact that there will be no separate payment for structure excavation and structure backfill in connection with certain items of work. The particular items are indicated elsewhere in the plans and specifications. 0 • SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road REVISED FIRST CONTRACT SOIL TEST BORINGS Attention is directed to the soil data sheets which are a record of data obtained for the City by others and represext the character of materials encountered at various test boring locations within the limits of the project. These . sheets are .included only as .a convenience to bidders: n There is no guarantee, either expressed or implied that the conditions indicated are representative of those actually existing throughout the, project, or any part of it or that unforseen developments may not occur. The Contractor's attention is also directed to the fact that a foundation report for this project prepared by Porter, O'Brien and Armstrong, Consult- ing Engineers is available for review in the offices of the Department of Public Works, City of Newport Beach. Examination of the above information shall not be construed as a waiver of the Contractor's obligation to inspect the soil conditions himself before submitting a bid. By submitting a bid, the Contractor acknowledges that he has satisfied himself as to the nature of the work, including but not limited to the conditions affecting handling and storage of materials, dis- posal of excess materials, and level and amount of ground water. 16. 0 17 SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road REVISED 'FIRST CONTRACT MEASUREMENT OF PRESSURE AND SETTLEMENT The City will furnish and install a system of piezometers and settlement platforms prior to the construction of any roadway embankment. The Con- tractor shall not construct any roadway embankment, except "Pervious Fill (Zone 1)" until after required piezometers and settlement platforms have been installed. The Contractor shall protect these instruments from any damage during his entire construction operation. Any of the above described instruments damaged during the construction period will be repaired or replaced by the City and at the expense of the Contractor and construction operations in the area affected by the damaged instrument shall cease until repairs satisfactory to the engineer have been completed. 0 E SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive to Palisades Road REVISED FIRST CONTRACT MAINTENANCE OF TRAFFIC Unobstructed two -way traffic shall be maintained on Jamboree Road at all times. Access to the ranch buildings near the northerly end of the project shall be maintained at all times. The TEMPORARY BYPASS called for on the plans is designed to serve for a limited length of time only. To minimize maintenance costs and inconvenience to the public, the Contractor shall schedule grading, draining and paving of the DETOUR so that traffic will not be on the TEMPORARY BYPASS for more than 15 consecutive working days, unless otherwise approved by the Engineer. A:' costs nvolved in in Matenance of Traffic shall _ be cons'_dered incid,:r.tai to the other items, of work. and ro additional ee.,pensation will be allo•.;ed. i f'CCAvION OF 0 ?ET SAD UT;'Li" FS T'ie lose;io'ps of vari.ou;= power and telepho, e poles supporting overhead utility li *e= are show^ on t�_e plans. The locations indlcayed are app_°oximat,e only, however, and it shah, be the respon.:ibility of the Contractor to verify the indivi&aal pole locations and to determine tr.- t7pe, direction ar.d clea- °antes of the attached overhead lines. The owners and /or operators of these poles aiid overhead utility lines will, be respon. =ible for the relocation and rearrangement of same. The Contractor sbAl$ be respor_sible for not.'_fyirg the owners and/or ope-�& tars of his proposed operation =, i.n sufficient time to allow proper planning of the relocatiora involved. The Contractor sha?4_ co -operate to the fullest with these owner; and/or operators so that tha relocation and rearrangement wa_k may progress in a, reasonable manner, that duplication of effort will b=: minimized, and that services rendered by euch owners and operators will not be un_aeceFsarily ir_terr,apted. 1.8. 0 • SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road REVISED 'FIRST• CONTRACT CLEARING AND GRUBBING The requirements of Section 16 of the State Standard Specifications shall apply except as modified below: The Contractor shall make his own arrangements for disposing of all objec- tionable materials outside the project right -of -way, in accordance with Section 7 -1.13 of the State Standard Specifications. All costs involved shall be considered incidental to the lump sum contract price for Clearing and Grubbing and no other compensation will be allowed. Attention is directed to the fact that existing fences which are to be removed along the westerly edge of the Detour need not be replaced. Existing post mounted signs shall be carefully removed and salvaged, as directed. All signs are to remain the property of the City and those not ,reused on the project are to be stockpiled, as directed. All costs involved in removing and stockpiling these signs shall be considered incidental to the lump sum contract price for Clearing and Grubbing and no other compensation will be allowed. Payment for resetting existing signs is provided for elsewhere in these specifications. All costs involved in removing the raised traffic bars near the southerly end of the job shall be considered incidental to the lump sum contract price for Clearing and Crubbing and no other compensation will be allowed. 19. SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road IE6IS. ^D FIRu r,rNT1FACT ROADWAY EXCAVATION All material to be used in constructing the embankment.:. excFp' Y_ pervious sand blanket, is to be obtained from roadway .,xcavatinn a-,. the north end of the project. In the event that insufficient material is available within the above roadway prism local borrow source:;: immediately adjacent to the right -of -way will be designated by Engineer. Existin!: topsoil in areas to be excavated shall be stripped to the depth:, designated by the Engineer. Topsoil material thus stripped shall be stockpiled immediately adjacent to the project right -of -way in the vicinity of Station 94+1;0, or as directed. Payment for all co,.t: involw,d in excavating and placing local borrow if' requ.i.red. and all cost: iivolved in stripping and stockpiling topsoil will be made at the -wit contract price per cubic yard for Roadway Excavation and no other coa.prrnsation will be allowed. Earthwork operations ❑h-xl:. proceed _i i iiF�. m:. r that will leave the excavation areas free to draic "t all time_. SPECIAL PROVISIONS r JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road REMISED FIRST CONTRACT EMBANKMENT CONSTRUCTION In general, the new embankments are to be constructed upon relatively unstable existing ground. The Contractor shall therefore comply strictly with the following precautionary construction procedures which are intended to minimize the possibility of slipouts or ruptures, (a.) Imported Sand Borrow used in constructing the pervious sand blanket is to be placed in an uncompacted state by end dumping or other approved means. (b,) Prior to constructing embankment upon the pervious sand blanket, the entire blanket shall be graded to a relatively smooth surface to facilitate installation of settlement control devices by others as indicated on the plans. (c.) Prior to constructing embankment upon the completed pervious sand blanket a period of not to exceed 14 calendar days shall be allowed to provide for the installation of a series of piezometers and settlement platforms by others. The Contractor shall excavate V- ditches in the pervious sand blanket, as directed, to accomodate the various runs of tubing required. Payment for all costs involved in excavating these V- ditches will be made at the unit contract price per cubic yard for Ditch Excavation, and no other compensation will be allowed. (d.) In general, the rate of embankment construction shall not exceed one -half (1/2) foot per week after the fill has reached a height of eight (8) feet above original ground. The Contractor is cautioned, however, that a slower rate of fill placement may be directed by the Engineer, or the filling operations may be suspended at the discretion of the Engineer for any length of time not to exceed 30 calendar days, if necessary to safeguard the work. Similarly, the Engineer may approve a faster rate 'of embankment construction if instrumentation readings are favorable. The Contractor shall not be entitled to extra compensation for any .costs of extra equipment movements or other costs caused by any of the above pre- cautionary procedures. • 22. SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road REVISED FIRST CONTRACT DITCH EXCAVATION Ditch Excavation shall be in conformance with Section 19 -4 of the State Standard Specifications and these Special Provisions. The unit contract price per cubic yard for Ditch Excavation shall be considered full compensation for all excavting, hauling and co34pacting required and no other compensation will be allowed. COMPACTING ORIGINAL GROUND Compacting Original Ground shall be in conformance with Section 19 -5 of the State Standard Specifications. The unit contract price per square yard shall be considered full compensation for all costs involved, including watering, and no other compensation will be allowed. SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road MVISED FIRST CONTRACT Satisfactory Imported Sand Borrow for the pervious sand blanket may be obtained from the dredging deposits stockpiled in Big Canyon near Bayside Drive in the City of Newport Beach. This borrow site is located approxi- mately 0.5 miles westerly of Jamboree Road at a point approximately 1.5 miles southerly of the project beginning. No royalty charge will be required. The City will arrange for right -of entry to the borrow area within five days after receiving a request for same, in writing, from the Contractor. The Contractor is cautioned against trespassing upon the borrow site area without a Right -of -Entry permit. 23. The Contractor shall be responsible for providing, constructing and maintain- ing, at his own expense, an access or haul road between the borrow site and the existing public roadway of his choice. Special attention is directed to the fact that pending construction work by others contemplates the abandon- ment of portions of Bayside Drive between the borrow site and the project limits. The Contractor shall have the option of providing his own source for Imported Sand Borrow, providing that the material from such source meets the following requirements in all respects: Sieve Size Percentage Passing 4 inch 100 1/2 inch 60 - 100 No. 4 50 - 100 No. 8 15 - 100 No. 50 10 - 30 No. 100 0 - 20 No. 200 0 - 3 Imported Sand Borrow (cont.) No Imported Sand Borrow from alternate sources of the Contractor's choice shall be placed in the pervious sand blanket until the material from the alternate source has been inspected and approved by the Engineer. Quantities of Imported Sand Borrow to be paid for by the cubic yard will be determined in accordance with Section 19 -7.04 of the State Standard Specifications. The unit contract price per cubic yard for Imported Sand Borrow shall be full compensation for all costs involved in excavating, loading, hauling, placing and spreading the material as well as all costs involved in improv- ing and maintaining a dust -free haul or access road from the site to the public roadway of the Contractor's choice. AGGREGATE BASE Class 2 Aggregate Base of 1 -1/2 inch maximum grading size shall be furnished, placed and compacted in accordance with Section 26 of the State Standard Specifications. The unit contract price per ton shall be considered full compensation for all costs involved in constructing aggregate base as shown on the plans and no other compensation will be allowed. 24. • • 25. SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road REVISED FIRST CONTRACT PAV ING ITEMS Asphalt Concrete shall be furnished and placed in conformance with Section 12 -05 of the Standard Specifications except that the maximum size of mineral aggregate shall be 3/411. Asphalt concrete ditches and spillways shall be placed in conformance with the details shown on the plans and at the locations indicated. Payment for all costs involved in constructing A.C. ditches or A. C. spillways will be made on the basis of the unit contract price per linear foot for Placing A.C. Ditches and also at.the unit contract price per ton for Asphalt Concrete. No deduction will be made for the lengths of drainage flares or aprons. Asphalt concrete aprons or gutter flares are to be constructed, as indicated, at each overside drain location. Payment for all costs involved in this item of work will be made on the same basis as that provided for A.C. ditches and spillways above. Asphalt Concrete paving shall be placed in layers not to exceed 2 inches in compacted thickness. Liquid Asphalt (MC -1) shall be applied at the rates directed for the following: Prime coat on unpaved material prior to placing asphalt concrete for roadways, ditches and spillways. Treatment of roadway shoulders. Asphalt Emulsion (RS -1) shall be applied at the rates directed for the following: Tack coat on the bridge deck Tack coat on existing or "first lift" paving Surface treatment lifts on "Temporary Bypass" Paving Items (cont,) The surfacing for the Temporary Bypass shall consist of alternate applications of Asphaltic Emulsion (RS -1) and Imported Sand Borrow. Rates and number of applications will be as directed by the Engineer. Treated roadway shoulders shall consist of a single application of Liquid Asphalt (MC -1) covered by a light application of sand cover material. Payment for all costs involved in furnishing, hauling and spreading the sand used in paving operations will be made at the unit contract price per cubic yard for Imported Sand Borrow and no additional compensation will be allowed. 2616 SPECIAL PROVISIONS i i JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road REVISED FIRST CONTRACT FURNISHING AN�) AiIVIHG FILES Precast concrete piles for the San Diego Creek Bridge are to be furnished and installed in accordance with the plans and with Section 49 of the State Standard Specifications except as modified below: The Contractor shall submit his bid on the basis of only one of the three alternate piling arrangements shown on the plans. This work shall include the furnishing of all plant, labor, equipment; appliances and materials and performing all operations in connection with furnishing and driving prestressed concrete piles, in accordance with this section of the specification and applied drawings. Prestressed pre -cast concrete piles shall be solid octagonal or square in cross - section, cast as monolithic units, and stressed with high tensile cold drawn stress relieved steel strands: a. Concrete strength shall be @ fb' = 5000 psi and @ transfer of stress @ 4000 psi, AASHO 1.13.18. b. Strands steel for strands shall conform with ASTM Designation A- 416 -59T and shall have an ultimate strength of 250,000 psi, with (1) initial prestress @ 175,000 psi (2) final prestress @ 140,000 psi Strands shall be of a diameter indicated for pile sizes on the drawings, 7 -wire uncoated high - tensile, cold drawn type stress - relieved as a unit after the wires have been formed into a strand. Strands to be bonded to concrete shall be free of dirt, oil, grease and other deleterious substances and shall be accurately placed before concrete is poured. Strands shall be accurately held in the position and stressed uniformly, not to exceed 70% of the minimum ultimate strength. Working force and working stresses will be considered as the force and stress remaining in the strand after creep of concrete and steel, shrinkage of concrete and other linear changes in the concrete have taken place. Strand will be placed in circular pattern for octagonal piles and square pattern for square piles, with spacing and cover as given on the plans. 27. Furnishing and Placing Piles (cont.) Four-2-1/8" OD plastic sleeves shall be set into the head of piles at locations and of the depth indicated on.the plans. Rigid and unyielding forms shall be used. Form setting and stripping sequences shall be such as to prevent any plastic flow or deformation after stripping. The head of the pile shall be a plane normal to the axis of pile. Immediately after casting and finishing of piles, they shall be covered with damp burlap or ducking for a period of eight hours after which they shall be covered with 4" thickness of sand or other approved soil; this covering shall be kept thoroughly damp for a period of not less than 14 days. Alternate methods of curing shall be subject to the approval of the Engineer. The Pull amount of tensioning shall be maintained until tests on concrete cylinders cast and cured under the same conditions as the piles indicate that the concrete in the piles has attained a compressive strength of at least 3500 psi. When piles are lifted or moved they shall be supported preferably at two points (two points pick -up) and according to the table given on the plans, and in general shall be handled in a manner to reduce strain to a minimum. No pile shall be driven unless a duly authorized county or city piling inspector is present on the job site. No piles shall be driven in locations where embankment will be placed, until such an embankment is completed to a full height. . Piles that are damaged, mislocated or driven out of aligjment shall be withdrawn and replaced by new piles, or repaired in a manner satisfactory to the Engineer at no cost to the city. All piles shall be placed accurately and shall be held during driving. Piles shall be driven to the plumb position. The maximum permissible horizontal deviation from the indicated locations shall be no more than 5 ". Each pile shall be driven continuously without voluntary interruption from first blow of the hammer until the required bearing capacities given in the piling schedule table on plans are developed. Minimum tip penetration elevations, as given in the table referred to above, shall serve only as a guide to the contractor, indicating suitable bearing stratas at each site. The number of jets and the volume and pressure of water at the jet nozzles shall be sufficient to freely erode the material adjacent to the pile. The plants for jetting shall have sufficient capacity to deliver at all times @ 150 psi pressure, @ two 3/4" diameter jet nozzles. The final five feet of penetration shall be secured by driving without aid of water jets. Piles in embankments shall be "driven through predrilled holes in accordance with.paragraph 49 -1.06 of.the.California State.Standard Specifications. In the event it is not possible to drill below the bottom of the embankment and jetting is necessary the Contractor shall establish a controlled jet return water flow to be approved by the Engineer. The control devices shall remain in place until the jetting is completed. 28. • 29. Furnishing and Placing Piles (cont.) Hammers may be either single- acting or double - acting hammers. The bearing value P, will be determined by the following formulas: (p = H for single- acting steam hammers AASHO r-T-T (p = 2H(W +Ap) for double- acting steam hammers S+0.1 Twice the height of the bounce shall be deducted from "H" to determine it's value in the formula. P = Safe bearing value in pounds W = Weight, in pounds, of striking parts of hammer H - Height of fall, feet A = Area of piston in square inches p = Steam pressure in pounds per sq. inch at the hammer S - The average penetration in'Anches per blow for the last 10 - 20 blows for steam hammers. Piles shall be driven with an approved type hammer having an energy rating of not less than 18,000 foot pounds per blow. The piles shall be driven to practical refusal (0.10" to 0.25" per blow). The minimum penetration elevation shall be below the bottom surface of clay layer, as defined by boring logs. If practical refusal set shall occur at the bottom of a layer, underlaid with soft compressible stratas such as clayey or sandy silts, the pile shall be jetted down to within three feet from top surface of next firm suitable soil strata and then driven down to a final penetration into such a strata. Record readings shall be taken on all previously driven piles at 2 - 24 hour periods, to verify against heaving up of piles due to soil consolidation through clay layers. All piles heaving in excess of 2" shall be re- driven down to required cut -off lines. When it is necessary, after driving, to increase the length of the precast concrete pile, concrete shall be removed to expose sufficient reinforcing steel to permit a lap of at least 20 diameters. The added length shall be sufficient to reach the elevation required and shall be the same section, the same quality concrete, and the same reinforcing as the pile itself. When it is necessary, after driving, to decrease the length of the precast concrete pile the pile shall be cut off in such a manner as to avoid spalling or damaging the pile below cut -off. In case of such damage the pile shall be replaced or repaired as required by the Engineer. SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Dirve To Palisades Road REVISED FIRST CONTRACT SAN DIEGO CREEK BRIDGE The lump sum contract price for the San Diego Creek Bridge shall include all costs involved in constructing the complete bridge excepting the following items for which separate payment will be made: Asphalt Concrete wearing surface on bridge deck, including tack coat. Furnishing and DrITtIg, Piles. Payment will not be made separately for any incidental items such as excavation or structure backfill required for the bridge. Special attention is directed to the fact that the water line and supporting brackets shown on the easterly side of the bridge will be furnished and installed by others later. The cast -in -place inserts, however, are included in this contract. 3a. l G `I SPECIAL, PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road REVISED FIRST CONTRACT SPECIAL DROP INLETS Special Drop Inlets are to be constructed in conformance with the details shown on the plans and at the locations indicated. The unit contract price per each for Special Drop Inlets shall be considered full compensation for all materials and labor necessary to complete this item of work, which shall include payment for excavation and backfill, STANDARD - PRECAST MANHOLES A standard Precast Manhole shall be constructed at the location shown on the plans in conformance with the details of City Drawing STD -401 -L or City Drawing STD- 401 -L. The unit contract price per each for Standard Precast Manholes shall be considered full compensation for all materials and labor necessary to complete this item of work, which shall include payment for excavation and backfill. 31, 32. SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive to Palisades Road REVISED FIRST CONTRACT STORM DRAINS AND CULVERTS The new 30 inch culvert shown on the plans in the vicinity of station 93 +00 shall be 14 gauge asbestos- bonded corrugated metal pipe conforming to the applicable portions of Section 66 -1.02R of the State Standard Specifications. All 18" Reinforced Concrete Pipe installed on this project shall provide a minimum D -Load of 2000 as defined by ASTM Specification, Designation 76. Satisfactory sand backfill material for pipes and culverts,may be obtained from the source of Imported Sand Borrow described elsewhere in these dpecial provisions. The existing 24" x 50" C.M.P. which is to be reset under this contract shall be carefully removed and stockpiled at the jobsite at least ten (i0),working days prior to resetting. It is anticipated that preventative m'eintenarioo proceedures will-be undertaken by others - daring this period., The lump sum contract price for Reset 24" x 50" C.M.P. shall be considered full compensation for all costs involved in removing and reinstalling this pipe including all structure excavation and backfill. The unit contract price per linear foot for culverts and drains of the various sizes and types indicated shall be considered full compensation for all costs involved in furnishing and placing the culverts and /or drains including all structure excavation and backfill. The unit contract prices per each for Downdrain Slip Joints, Entrance Tapers and Anchor Assemblies as detailed on the plans shall be considered full compensation for all costs involved in furnishing and placing these items and no other compensation will be allowed. • 33- SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road REVISED FIRST CONTRACT METAL BEAM GUARDRAIL Metal Beam Guardrail for the bridge approaches shall be furnished and installed in accordance with the details on the plans and Section 83 of the State Standard Specifications. Measurement and payment shall be in accordance with the applicable portions of the above mentioned Section 83 except that "terminal sections" will be measured as an even two (2) feet per each. GUIDE AND CULVERT MARKERS Guide and Culvert Markers shall be furnished and installed in accordance with the plans and Section 82 of the State Standard Specifications as hereinafter modified. All markers shall have metal posts in conformance with Section 82 -1.02B of the State Standard Specifications. It is anticipated that each marker will be placed initially as an aid to traffic control during construction and will later be reset in final position. The unit contract price per each for Guide and Culvert Maskers shall be considered full compensation for furnishings initial placing and final setting of all types of markers required. SETTING ROAD SIGNS This item of work involves setting post mounted road signs, as directed. These signs will either be furnished by the Engineer or will be salvaged from other locations within the area of work. Existing post mounted signs will be removed and re -set, or salvaged) as directed. All costs involved in removing these existing signs will be considered incidental to the lump sum contract price for Clearing and Grabbing. Payment for setting new or salvaged signs will be made at the contract unit price per each for Setting Road Signs. SPECIAL PROVISIONS dAI®OREE ROAD REALIGNMENT Eastbluff Drive to Palisades Road REMISED FIRST CONTRACT Existing traffic stripes shall be removed as directed in conformance with the requirements of Section 15-2 of the State Standard Specifications as modified below: Each square foot,of pavement markings will be considered as three (3) linear feet of traffic stripe. All debris resulting from the Contractor's operations shall be removed as it develops sad before the end of each work day. The City reserves the right to increase or to owi.t all or any portion of the estimated length of traffic stripe to be removed. No adjustment in unit price, ss.set forth in Section 4-1.03 B of the State Standard. Specifications, will be allowed by reason of any such increase or decrease. SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road REMISED FIRST CONTRACT The existing storm drain structure near station 72 +40 shall be modified as follows: (1.) Remove and stockpile the existing Alhambra A -1171 Grate. (2.) Adjust the existing Alhambra A -1171 frame to match the new roadway pavement surface in accordance with Section 15 -2 of the State Standard Specifications. (36) Furnish and install an Alhambra A -1170 manhole cover, or equal. (4.) Connect new 18" R.C.P. In connecting the new 18" storm drain, the existing manhole wall shall be reconstructed with new materials similar in character to those used in the original construction and shall be grouted or dry- packed as necessary to provide a secure closure around the new pipe. All costs involved in the above modification work, including any required excavation and backfill, will be considered incidental to the lump sum contract price for Modifying Manhole and no other compensation will,be allowed. 35- • . 63. SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive To Palisades Road REVISED FIRST. CONTRACT SEPTIC TANK SYSTEM This item of work involves abandoning and replacing existing sanitary facilities for the building near the right side of the project at approximately station 100+00. The Contractor shall conduct his operations in a manner that will avoid unnecessary interruption of service to the building. The lump sum contract price for Septic Tank System shall include all costs involved in constructing the new system, connecting to the building, and abandoning the existing system. Separate payment will not be made for any otlp r items such as excavation and backfill. The septic tank shall be a "Pyramid" or equal, reinforced concrete unit having a 1,000 - gallon liquid capacity. The unit shall have a minimum cover of 3 feet over the roof slab and shall be designed to accommodate an earth cover load of 350 pounds per square foot as well as a surface wheel load of 8,000 pounds. The leaching pit shall have an outside diameter of 5 feet and shall extend to a depth of 25 feet below the entering pipe. The vertical walls of the pit shall be lined with unmortared masonry units placed with a clear lateral spacing between units of not more than 1/4 inch. The pit shall be provided with a covering unit or dome which will accommodate the same loadings as the septic tank. A minimum of 12 inches of coarse aggregate shall be placed in the bottom of the pit and a thickness of approximately 6 inches of coarse aggregate shall be placed between the masonry units and the outside walls of the pit. The vitrified clay pipe required for this septic tank system shall be extra strength bell and spigot type conforming to ASTM Designation C -200 as well as Section 16 -02 of the Standard Specifications. Laying and jointing shall be in accordance with the requirements of Section 16 -06 of the Standard Specifications. The cleanouts indicated on the plans shall conform to the details shown on Drawing No. L -403 -STD in the Standard Spec ificatioris. Excavation and backfill shall be in accordance with the requirements of Sections 16 -04 and 16 -07 of the Standard Specifications. SPECIAL PROVISIONS JAMBOREE ROAD REALIGNMENT Eastbluff Drive � To Palisades Road l RW=W C A0+T CONSTRUCTION SURVEYS The Contractor shall be responsible for conducting all construction surveying or "stake out" work required for this project, with the exception of the following which will be accomplished by City forces: (1) Centerline for the main roadway will be staked and main control points (P.I.'s) monumented prior to construction. (2) Control Bench Marks will be established at convenient locations adjacent to the work and these will be periodically checked. (3) Surveys to determine pay quantities such as sand borrow and structure excavation. The lump sum contract price for Construction Surveys shall be full compensa- tion for all slope staking, blue topping and other "stake out ". No other compensation will be allowed. 37- y -I F... . A R E N D E D CERTIFICATE OF INSURANCE PA EMPLOYERS GROUP OF INSURANC PANIES HOME OFFICE - LOS ANGELES - CALIFORNIA PACIFIC EMPLOYERS INSURANCE COMPANY] ALLIED €CCMAPANY ❑ CALIFORNIA FOOD INDUSTRY JNSUR. NCE COMPANY HAS ISSUED TO THE INSURED NAMED HEREIN A VALID WORKMEN'S COMPENSAHFNV' Tl E POLICY APPROVED BY THE INSURANCE COMMISSIONER. C IF THIS POLICY IS CANCELLEryFRLI DAYS ADVANCE NOTICE WILL BE MAILEDT0,jHE.' ATE HOLD NAMED BELOW Bq REGISTERED MAIL 4 E Prd.c i R T " CITY OF NEWPMT BEACH., F L CITY HALL, 'C E .�GRT' $RACH, CALIF• -.. N=..d Add�fiift *F I..r.d I E L -� STANTON, CALIF. t LOCATION AND LION OF WORK =gilt; JOB: JAMBOM ROAD RFA, - IL}NMENT- EA3fBLUUF DR TO PASISADFS ROAD CONPR.6CT No. 847 3 POLICY NO. OI PEC 34824 EXPIRATION DATE ADDITIONAL INFORMATION VOLUNTARILY FURNISHED BRANCH OFFICE DATE ISSUED JULY 6 1965;• 'SSUED BY 10'CERIIFICAIE HOLDER 5 TO PRODUCER_ L'a j' FORM PEGCI IO LOOM 1 -6{ tics. Typ ca THIS CERTIFICATE IS ISSUED FOR INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. PACIFIC EPIPLOnw INSURANCE COMPANY & VAN A7Elt'; .UC. AUTHORIZED A ri E N D E D CERTIFICATE OF INSURANCE PA J#5,; EMPLOYERS GROUP of INSUaANC PANLES — - j HOME OFFICE - LOS ANGELES - CALIFORNIA ((( ® PACIFIC::EAAPLOYERS INSURANCE COMPANY ❑ ALLIED INSURANCE COMPANY ❑ CALIFORNIA FOOO`iNDUSTRY INSURANCE COMPANY HAS ISSUED TO THE INSURED NAMED HEREIN A VALID WORKMEN'S COMPENSATION INSURANCE POLICY APPROVED BY THE INSURANCE COMMISSIONER. IF THIS POLICY IS CANCELLED, ,ADVANCE NOTICE WILL BE MAILED TO THE CERTIFICATE HOLDER NAMED BELOW BY REGISTERED MAIL C r E .. Prods., a o CITY.OF NEWPORT BEACH! F L wY HALT,! D BEACH Nam. ..d Addrou.1 I..r.d A a ! CALIF. `�hij.. COXCO, INC. E LOCATION AND DESCRIPTION OF WORK STANTON! CALIF. JOB: JAMBOREE ROAD REALIG*EW EASTBLUFF MIVE TO PALISADES ROAD CONTRACT NO. 847 i POLICY NO. 01 PEC 34824 EXPIRATION DATE JULY 1 196 6 ADDITIONAL INFORMATION VOLUNTARILY FURNISHED BRANCH OFFICE DATE ISSUED JULY 6 r 196 5 ISSUED BY NO. MAILED TO CERTIFICATE HOLDER 5 TO PRODUCER_ FORM PEGC 110 100M 1 !. - £ THIS CERTIFICATE IS ISSUED FOR INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. PACIFIC EMPLOYERS �YREN & VAN AUTHORIZED This notice is sent in compliance with 3m. 411w. Code INSURA�ANY 9 -Im . . L. —A M I .. l D11 100 D 0A all 01"� . D01 a• a la ADDITIONAL INTEREST - PRINCIPAL IT IS AGREED THAT THE POLICY IS EXTENDED TO COVER THE ADDITIONAL INSURED DESIGNATED BELOW SUBJECT TO THE FOLL01'I'ING PROVISIONS: (1) THE COVERAGE AFFORDED BY THIS FSIDORSEVENT SHALL APPLY ONLY TO OPERATIONS PWORMED FOP. SUCH ADDITIONAL INSURED BY THE WOW INSURED OR HIS SUBCONTRACTOR$ AND G?TN1AL SUPERVISION THEREOF BY SUCH ADDITIONAL 11ISURE?, IF THE ACCID -W OCCURS IN THE COURSE OF SUCH. OPMATIONS. (2) THE-PRD UM FOR THIS ENDORST2-'ENT SNAIL B^ BASM1D ON " OET °. THE WORD "COST" MEANS TIRE TOTAL COST TO THE ADDITIONAL INSURED OF ALL WORK LET OR SUBLET TO OR BY THE NAY.ED INSURED, INCLUDING THE COST OF ALL LABOR, MATERIALS AND EQUIP1 -,W FURNISHED, USYD OR DKXrE iED FOR USE IN THE EXECUTION OF SUCH WORK WHTTHER FURNISHED BY TH3 PRINCIPAL CONTRACTOR OR SUB- CO147RACTOR, INCLUDING ALL FEES, ALLMANCES, BONUSES OR CONIISSIONS MADS, PAID OR DUE. ADDITIONAL INSURED: THE CITY OF N34PCELT MACH JOB: JAMBOREE ROAD REALIGNMENT (CONTRACT N0. 847) IT IS F1WHM AGREED THE PREMIUM SHALL BE DETWUNED AS FOLLOWS1 RATES COST B.I. P.D. T.B.D. .036 .019 B.I. P.D. $20.MII3. $13.MIN. This endorsement forms a part of the policy to which attached, effective from its date of issue unless otherwise stated herein. (Tbe inlormation below it required only when this endorsement is issued subsequent to preparation of the polky.) Endorsement Effective 6/28/65 Policy No. 33 AL 45639SC Endorsement No. 20 Named Insured COX BROS. CONSTRUCTION CO., INC. ET AL PREMIUM: U-152 Additional t AUDIT Return i The /Etna Casualty and Surety Company The Standard Fire Insurance Company Hartford, Connecticut WREN & VAN ALEN, WA Countersigned �L _. I . Authorized Agent E N D O R S E M E N T IT IS HEREBY UNDERSTOOD AND AGREED THAT THE POLICY TO WHICH THIS SERTIFICATE REFERS MAY NOT BE CANCELLED, MATERIALLY CHANGED, NOR THE AMOUNT OF COVERAGE THEREOF REDUCED, NCR THE POLICY ALLOWED TO LAPSE UNTIL TEN (10) DAYS AFTER RECEIPT BY THE CITY CLERK OF THE CITY OF NEWPORT BEACH, CITY HALL, NEWPORT BEACH, CALIFORNIA, OF A REGISTERED, WRITTEN NOTICE OF SUCH CANCELTAATION OR REDUCTION IN COVERAGE. This endorsement forms a pan of the policy to which attached, effective from its date of issue unless otherwise stated herein. (The information below it required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 6/28/65 Policy No. 33 AL 45639SC Endorsement No. 21 Named Insured COX BROS. CONSTRUCTION CO., INC. PREMIUM: Additional i Return 3 The /Etna Casualty and Surety Company The Standard Fire Insurance Company Hartford, Connecticut WREN & VAN ALEN, INC. 1 Countersigned (90455 -A) 1.62 .. Authoriud i The Atna Casualty and Surety Company Hartford, Connecticut ol J""~e I To CITY OF NEWPORT BEACH Date CITY HALL NEWPORT BEACR,CALIF. June 28,1965 Gentlemen: This is to certify that insurance policies, subject to their terms, conditions and exclusions, are at present in fora in this Com- pany as follows: _ Name of Insured COXCO, INC. Covering JAMBOREE ROAD REALIGNMENT— EASTBLUFF DRIVE TO PALISADES ROAD,CONTRACP NO.847 - KIND OF INSURANCE LIMITS OF LIABILITY POLICY NO. EFFECTIVE EXPIRATION W*rkmen's Compensation Manufacturers' K Contractors' Thousand Dollars Each Person Bodily Injury Liability Thousand Dollars Each Accident Property Damage Liability Thousand Dollars Each Accident Thousand Dollars Aggregate Owners or Contractors' Protective Thousand Dollars Each Person Bodily Injury Liability Thousand Dollars Each Accident Property Damage Liability Thousand Dollars Each Accident Thousand Dollars Aggregate Comprehensive Automobile * Thousand Dollars Each Person Bodily Injury Liability * Thousand Dollars Each Accident 33AL 45639SC 7 -1 -65 7 -1 -66 Property Damage Liability * Thousand Dollars Each Accident Comprehensive General * Thousand Dollars Each Person Bodily Injury Liability * Thousand Dollars Each Accident * Thousand Dollars Aggregate Property Damage Liability * Thousand Dollars Each Accident * Thousand Dollars Aggregate Thousand Dollars Each Person Bodily Injury Liability Thousand Dollars Each Accident Thousand Dollars Aggregate Property Damage Liability Thousand Dollars Each Accident Thousand Dollars Aggregate * $2,000,000. SINGLE LIMITI BODILY IN (RR`1tlFDC9lilFR9t9tk�i1PRX + x�ticoexYxarmxexnti�c�xo�xt WPEN & VAN ALEN,INC. �stlr�x�eiii€s>t��txx The /Etna Casualty and Surety Company By ..._.._................ .._...... ........_!_:!..:!.......�.�..": _:s.._... A rizcd Rcpresentadve (G306-0) 9-02 . 1MBI TPL6P,ONEG: • 7A=soN 7 -5126 COXCO, INC. TwuioAxs 3-2604 Cox Bros. Construction Co. P. O. omW C $,O= AM $APBLI.A ROADS STANTON tosAeos rn m, CALIFORNIA November 25, 1964 City of Newport Beach 3300 W. Newport Blvd. NewportBeach, California A. S. Cox ..... PumvAT M. A. Cox ..... vlC6-PACl. R. D. Cox .. VI PSm-T --L Subject: Jamboree Road Realignment - Eastbluff Drive to Pali- sades Road (Contract No. 847) Gentlemen: We return herewith four copies of Contract No. C -847 covering subject project; the bonding company has retained their copy. Insurance certificates have been forwarded direct to your office by our broker, Wren and Van Alen, Inc. You will please complete the execution of the contract and furnish us with a copy of same. Very truly yours, COXCO By 9 1 J. Ir Llteirs`on Contracts Administrator CERTIFICATE OF INSURANCE PACI EMPLOYERS GROUP OF INSURANCE Hies HOME'OFFICE - LOS ANGELES - CALIFORNIA }. &PACIFIC EMPLOYERS INSURANCE. COMPANY [] ALLIED INSURANC�CQMPANY 1.' ❑ CAUFORNIA FOOD INDUSTRY INSURANCE COMPANY " Q' CALIFORNIA lfkLOQt A R MPANY y '¢BT9ED TO THE INSURED NAMED HEREIN A VALID WORKMEN 'S'COAgPEN$ATION'INSURAN4E POLICY AMROVED BY THE INSURANCE COMMISSIONER. :. IF TFRS POLICY IS.CANCELLED. TEN DAYS ADVANCE NOTICE WILL BE M&kEp't0 THE CEIKIFICb* jlCitm LAMED BELOW C �< 0 1 F L I b Y'" 1 - Wma.and Addm, of Inmred i C E A R E LOCATION AND DESCRIPTION OF WORN - among ✓ "* 1 POLICY NO. vi M mik" ADDITIONAL INFORMATION VOLUNTARILY FURNISHED BRANCH OFFICE ETLFIR.ATION DATE DATE ISSUED YAP1100011M # 1961& .. ISSUED BY NO. MAILED TO CERTIFICATE HOLDER-$—TO PRODUCER_ I FORM PEGC t lC`IOOM 7-62 = ,y,tke L saw ;f I -- 7 196 THIS ERTIFICAIE.ia ISSUED -FOR INFORMATION ONLY AND CONFERS. NO.RIONTS UPON THE CERTIFICATE HOLDER. �.� INSURANCE COMPANY ` i fIIM �151�. By AUTHORIZED (AMENDED CANCELLATION PROVISION) Y e. It is agreed that this Policy shall not be cancelled or I reduced in coverage until 30 days after the parties listed below shall have received notice of Such cancellation of reduction in coverage as evidenced by return receipt of lfM notice addressed to: ZZY am or Ta city lW annar among Clti am= ms CA&VOWI► It is further agreed that the first two sentences of the cancellation condition of the policy are amended to read as follows. This policy may be cancelled by the insured by mailing written notice to the Company stating when, not legs than IS days thereafter, such cancellation shall be effective. This policy may be cancelled by the Company by mailing to the insured at the address shown in this policy written notice stating when, not less than3a days thereafter, such cancellaticwt shall be effective. This endorVsemettf forms a part of the policy to which attached, effective from its date of issue unless otherwise stated herein. (Tbe inlore motion below is required only wben this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective no i%k Policy No. AL 35ft 50 Endorsement No. Named Insured PREMIUM: Additional S Return $ The /Etna Casualty and Surety Company The Standard Fire Insurance Company Hartford, Connecticut & TAW ALIENS StC. Countersigned -------------------------------------- ------------- — ------------------ -------- - ---------- ----- -- < 4 7 Authorized Agent Prewent. Code and Producer: Commissions: (90455 -1 -A) 1 -62 Territory Code Premium Jr. Kind (State & County or City) Policy Year Term Expiry Form Class Accounts Experience (90455 -1 -A) 1 -62 OOMPR UMSM MWAI. LIABII.TPY SNDORSMM _ ADDIT730N -PRINCIPAL i IT IS ACS: THAT TV, PMw IS MENDE6 TO OOYYlt'� ADDIg`ZONAL USMISD DE3iCMM BELOW SUBJECT TO THE - F'OIS,(*;NG PROVISIONS: (1) THE OOMAGE AFB BY -THIS .. SHALL APPLY" ONLY TQ,. p IONS � -MM :ADDITIONAL INSUM B'Y TR�`�� INSD OR_..N - O_ ACPORS "r AfV.b,"TML SDPkffTSI0N THER19W BY :SfJCMH i�DITIONAL J.1'MtW, .. IF TqE; AOO DW'0=RtS IN THE OOUM :W SUCH ©RMTIONS. (2) THE'PHDTJN FM THIS. MMONAVIENr SHALL BE BASNff.. ' "CDOPS. THE WORD "CO. NS Tflr TOTAL OOST TO' THE ADDITIONAL INSMED OF AIL !•ARK LEf .OWStWO TO OR BY TIU; NAM INS{ tI- IJVCLUDING THE CD9f ALL LABOR, MRTER7ALS My FURNI U FOR US$ IN T I == MON OF SUCH V'MKKW i FURNI9M $Y. TIM PBINCIML 00MTRACTOR do SUB =0Dff (CTOR, IftLUDING ALL YI93, ALLOT; 8ORU5? OR4'ISS(kTS MAD$; PAID CR DUB. . ADDITIONAL- INSURED: ' =? t1T 1�f1'Dtl jues"M Jun MUMM U64 IT IS PRM M SHALL BZ, =FRVMM AS PCLLCVS: RATES PRA COST B.. P.D:- This endorsement forms a Part of the Policy m which anadwd, effective from its date of issue unlm otherwise stated herein.' " Me ivIamaorion below ir rnaired oaly when, this endort amw it ittaed tabtegferst fo prepnaaan of the policy.) Endorsement Effectivewnwe ii, pa Policy No. 3 .Ay.* Endorsement No. . Named insured ¢152 . _ PREtMM: - Additional $ Return The /Etna Casualty and suregF:Cormpany The standard -Fire Insurambo Company Hartford, Cottriecticut EMS To AMN# , 4.._ . (90455 -A) 1 -62 ~- -- ---- Authorized Agent President. Code and Producer: Cimmicdnnc ' (90455-1-4)-l-62 4 a Territory Code Premium Jr. Kind (Stue & County or City) Policy Year Term Expiry Form Class Accounts., B:periemr (90455-1-4)-l-62 4 a y The Atna Casualty and Surety Company Hartford, Connecticut To C]" OF VW PWS ZWR* CIIrf HL14 =17M Mons CAIV. Date 22/17/4 Gentlemen: This is to certify that insurance policies, subject to their terms, conditions and exclusions, are at present in force in this Com- pany as follows: Name of Insured 00100 V im . Covering JAM= BOLD RILL - O RDWY ERM TO PALMUM AWp CDNTAM 50. 8b7 %2 OF INSURANCE LIMITS OF LIABILITY POLICY NO. EFFECTIVE EXPIRATION Worhrsen's Compensation Manufacturers' & Contractors' Thousand Dollars Each Person Bodily Injury Liability Thousand Dollars Each Accident Property Damage Liability Thousand Dollars Each Accident Thousand Dollars Aggregate Owners' or Contractors' Protective Thousand Dollars Each Person Bodily Injury Liability Thousand Dollars Each Accident Property Damage Liability Thousand Dollars Each Accident Thousand Dollars Aggregate Comprehensive Automobile * Thousand Dollars Each Person Bodily Injury Liability * Thousand Dollars Each Accident 3300 80 7 /1/6$ 7/1165 Property Damage Liability * Thousand Dollars Each Accident Comprehensive General Thousand Dollars Each Person Bodily Injury Liability * Thousand Dollars Each Accident * Thousand Dollars Aggregate Property Damage Liability Thousand Dollars Each Accident * Thousand Dollars Aggregate Thousand Dollars Each Person Bodily Injury Liability Thousand Dollars Each Accident Thousand Dollars Aggregate Prop" Damage Liability Thousand Dollars Each Accident Thousand Dollars Aggregate +62 000 OOO. SUBL$ LxMMII' BOSH= lllJW AM SM The /Etna Casualty and Surety Cocnpenr 1R:N At TAX lrpA By y ..... �n Ir (AMENDED CANCEIJATt44W i5I0N) It is agreed that this Policcy.shall not be cancelled or reduced in coverage until iii days after the parties listed below shall have received notice of such cancellation of reduction in coverage as evidenced ty return receipt of notice addressed to: CTff MW OF TSL Q$i 0 =WW W Ciiv cm i "o 1Qr3i W UMV Ca3tmou AFFE OVER AS TO FORM Dated: 1/1.V/!q .._,: .CITY ATTORNEY; It is further agreed that the first two sentences of the r cancellation condition of the policy are amended to read as follows. This policy may be cancelled by the insured by mailing written notice to the Company stating when, not legs than I,5 days thereafter, such canceLlation shall be effective. This policy my be cancelled by the Company by mailing to the insured at the address shown in this policy written notice stating when, not less than 10 days thereafter, such eanceilatiort shall be effective. This ender eRP forms a part of the policy to which attached, effective from its date of issue unless otherwise stated herein. (The information below it required only when this endorsement it irrued subsequent to preparation of the policy.) Endorsement Effective Aa►1� vs 19% Policy No, 33 AL 3" W Endorsement No. Named Insured PREMIUM: Additional Z Return S The /Etna Casualty and Surety Company The Standard Fire Insurance Company Hartford, Connecticut Countersigned ...... _: �:.�"_..`.: `.^..X 67 /`�. ^ /_(_.�^: _!_�"h _.. Q IBC. � Authorized Agent President Jr I (90455 -1 -A) Territory Code Kind I (State & County or City) I Policy Year Premium Term Expiry Form Class Accounts Experience Jr. i •/ 1" 31 121 1 ' ;s X t :: isl 01 ILA 1t t 11' 0 it t IT IS AGREED THAT TEiE POLICY IS EXTENDED TO COVER THE ADDITIONAL INSURED DESIGNATED BUM SUBJPXT TO THE FOLL(71ING FROVISIONSt (1) THE COVERAGE AFFORM BY THIS ,�TDORSEI= SHALL APPLY ONLY TO OPERATIONS PERF010M FOR SUCH ADDITIONAL INSURED BY THE NAMED INSURED OR HIS SUBCONTRACTORS AND G4TERAL SUMVISION THEREOF BY SUCH ADDITIONAL INSURE'!, IF THE, ACCIDrXT OCCURS IN THE COURSE OF SUCH OP MATIONS. (2) THE PFWMI FCR THIS ENDORST2'ENt SITALL BE BASS ON "COST ". THE WORD 11COST" IMNS THP TOTAL COST TO THE ADDITIONAL INSURED OF ALL WORK LET OR SUBLET TO OR BY THE NAM INSURED, INCLUDING THE ODST OF ALL LABOR, MATERIALS AND EPUIPIM FURNISHED, USED OR DELMERED FOR USE IN THE EXECUTION OF SUCH TIORK WHPTHER FURNISHED BY TEU3 PRINCIPAL CONTRACTOR OR SUB- 0011TRACTOR, INCLUDING ALL FEES, ALWIANCES, BONUS!'.S OR OWISSIONS MADE, PAID CH DUE. Aliq� CITY CF MOM ULVOWIL J ", INSURED: B — MUR&M MM 20 FALMV= MAD& inwram M. 147 IT IS FURTHER AGREED THE PREMIUM SHALL BE DETWUNED AS FOLLOWS' ♦\ 04u (K C0M B.I. P.D. B.I. P.D. T.&IL T.Yr&. This endorsement forms a part of the policy to which attached, effective from its date of issue unless otherwise stated herein. (Tbe information below it regxiiread�o� ns only when Ibis endorteem it irrxedexbregxent to preparation of the policy.) Endorsement Effective "f�11 170 Policy No. jj AL 3" 90 Endorsement No. Named Insured =no I.. PREMIUM: U-152 Additional S Return S The /Etna Casualty and Surety Company The Standard Fire Insurance Company Hartford, Connecticut MM i TM /S�.BIi� It�y/ .. (��}� Countersigned -- _------- --_- �_� -".� -- --- --- f `!- ____ _ _ "'v 'qi /,L, , \ Authorized Agent '� \ President. L Kind (90455 -1 -A) 1 -62 z Terrimry Code (State & County or City) Policy Year I Term Expiry Form Class Premium Accounts Experience r JIPr n W r R�IFICATE OF INSUFA'R E "' -' y PACI MPLOYERS GROUP OF INSURANCE C OFFICE - LOS ANGELES CALLFORN1A ' < ' Y P CIFIC EMPLOYERS INSURANCE COMPANY ALLIED 1 Ii TiFALIFORNIA FOOD INDUSTRY INSURANCE COMPANY CALIFORNIA to HAS ISSUED TO THE INSURED NAMED HEREIN A VALID WORKMEN'S COMPENSATION INSURANCE POLICY APPROVEDI IF THIS POLICY IS CANCELLED, TEN DAYS ADVANCE NOTICE WILL BE MAILED TO THECERTIFICATE HOIDER NAM FLOW e F —T w.rir. It 6 == W now mugs* y y O am NPANY F I. I I N 11 INA=$ 4 "o F"-wIN`;A'"d of Mwr.d I D C LOCATION AND DESCRIPTION OF WORK MAMW L� ERs yd By NO. i EXPIRATION DATE ADDITIONAL INFORMATION VOLUNTARILY FURNISHED BRANCH OFFICE DATE ISSUED Xemm*W - 196 • ISSUED BY NO. MAILED TO CERTIFICATE HOLDER--t—TO PRODUCER_ PE6C -I IA 1M.W.7-62 .. TI& R1e116RI is ✓iME.I}L I THIS CERTIFKATE IS ISSUED FOR ONIY AND CONFERS NO RIGHTS UPON THE . P,ANY , j dir The jEtna Casualty and Surety Company Harcfocd.. Connectic.ut , To C2M 01P MPM WON$ Ciff skuq WPM Want C♦LUMU Date',' /� Gentlemen: This is to certify that insurance policies, subject to their terms, conditions and exclusions, are at present in force in this Cam- - pany as follows: _ yi Name of Insured =Got mc. � . Covering JAMMU RW `WWWWW - IIAR=n RM TO ftLUk= ="9CC!%= W* 847 F i KIND OF INSURANCE LIMITS OF LIABILITY POLICY NO. EFFECTIVE EXPIRATION Workmen's Compensation Manufacturers' & Contractors' Thousand Dollars Each Person Bodily Injury Liability Thousand Dollars Each Accident Property Damage Liability Thousand Dollars Each Accident Thousand Dollars Aggregate Owners' or Contractors' Protective Thousand Dollars Each Person Bodily Injury Liability Thousand Dollars Each Accident Property Damage Liability Thousand Dollars Each Accident Thousand Dollars Aggregate Comprehensive Automobile Bodily Injury Liability Property Damage Liability Thousand Dollars Each Person f Thousand Dollars Each Accident Thousand Dollars Each Accident 33 Al 3" SD T/1/i� T/1/65 Comprehensive General Bodily Injury Liability Property Damage Liability ♦ Thousand Dollars Each Person • Thousand Dollars Each Accident • Thousand Dollars Aggregate 't Thousand Dollars Each Accident M Thousand Dollars Aggregate Bodily Injury Liability Property Damage Liability Thousand Dollars Each Person Thousand Dollars Each Accident Thousand Dollars Aggregate Thousand Dollars Each Accident Thousand Dollars A re ate s t l �1i r1IiA CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. Final 10% FOR PERIOD ENDI ebruary 21, 1968 PROJECT: REALIGNMENT OF JAMBOREE ROAD BUDGET NO. 20- 3397 -012 CONTRACT 4 84 ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED i i ORIGINAL CONTRACT (�� EXTRAS TO DATE ray_ CONTRACT TO DATE AMOUNT EARNED $309,394.79 LESS 10% RETENTION 11,7550.00 liquidated damages LESS PREVIOUS PAYMENTS 278,455.31 AMOUNT DIE THIS REQUEST $199189.48 HERE8,' CERTIFY THAT THE ABOVE AMOUNTS AND �,. ENGINEtR 1 Send payment to: Coxco Inc. P.O. Drawer C Stanton, California VALUES ARE CORRECT. SIGNED CONTRACTOR BY TO: COXCO INC. P.O. Drawer C Stanton, California CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 W. Newport Boulevard ATTENTION: SUBJECT: REALIGNMENT OF JAMBOREE ROA We are Transmitting the following: Date No. Copies Description k] Remarks: Progress Payment Request No. 20 (F) -A Sign original and one copy and return to our office. Retain one copy for your file. Copies to: By: G. P. Dunigan, Jr. Assistant Civil Engineer I• CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST N0. 20 (F) FOR PERIOD END PROJECT: REALIGNMENT OF JAMBOREE ROAD fBUDGET N0. 20-3397 -012 CONTRACT N . 847 Item* No,. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED I CLEARING & GRUBBING $11,400 -00 L 100% $ 11,400.00 2 ROADWAY EXCAVATION 0.85 /cY 70,000CY 59,500.00 DITCH EXCAVATION ., 2.4o /cY 212.29CY 509.50 COMPACTING ORIGINAL GROUND O -IO /SY 1666 SY . 166.60 5 IMPORTED SAND BORROW 1.05 /cY 17,726 CY 18,612.30 6 AGGREGATE BASE 3.00 /TO 5,424.3T 16,272.90 7 LIQuID ASPHALT (MC -1) 50.00 /To 4.60 T 230.00 . 8 ASPHALT- ICCEMULSION (RS -I) 50.00 /To 8.27 T 413.50% 9 ASPHALT CONCRETE 6.00 /TO 2,088.62T 12,531.72 10 PLACING A. C. DITCHES 0.35 /LF 634LF 221.90 II FURNISHING PILES 9.00 /LF -4,194.42L- 37,749.78 '11 -A DRIVING PILES 400.00 EA - 74 ea. 29,600.00 12 SAN DIEGO CREEK BRIDGE 127,600.00 LS - 100% 127,600,00 I SPECIAL DROP INLETS . 3{SO.0O EA 3 each 1,050.00 1 STANDARD PRECAST MANHOLE 2W.00 EA *1 each 280.00 15 I& R.C.P. 11.00 /LF 460 LF 5,060.00 16 RESET 24" x 50' C.M -P. 460.00 LS 1 each 460.00 Iz 30" C -M -P- Iz -00 /LF 150 LF 2,550..00 1 12 "'C.M.P. DOWN DRAIN tS.00 /LF 8 LF 64.00 19 DOWN DRAIN ENTRANCE TAPERS 70.00 EA 1 ea. 70.00 20 DOWN DRAIN SLIP JOINTS 50.00 EA 1 ea. 50.00 21 DOWN DRAIN ANCHOR ASSEMBLIES - -.._.. 30.00 EA 1 ea. 30.00 22 METAL BEAM GUARD RAILING 3.70 /LF 260 LF 962.00 23 GUIDE & CULVERT MARKERS 12.00 EA 40 ea. 480.00 2 SETTING ROAD SIGNS 12.00 EA 0 - 25 REMOVING TRAFFIC STRIPES 0.12 EA 4,942 LF 593.04 26 MODIFYING MANHOLE 200.00 LS 100% 200.00 12h7 SEPTIC TANK SYSTEM 1,200.00 LS 100% 1,200.00 20 CONSTRUCTION SURVEYS 6,OOo.00 L$ 100% 6,000.00 333,857.24 r CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. gn (F) -A FOR PERIOD ENDING NoVpmhar 9. 1967 BUDGET NO. 2p -33g7 -012 CONTRACT NO. R47 ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED C.O. #1 $2,026.56 C.O. #2 112.31 C.O. #3 866.55 C.O. #4 588.00 C.O. #5 247.38 C.O. #6 696.26 C.O. #7 & 7A 30,467.13 C.O. #8 11100.00 C.O. #9 - C.O. #10 23.00 L' C.O. #11 344.62 t 7 $ 09,394.79 O t-/ i ORIGINAL CONTRACT $338,468.50 Send - Payment To: EXTRAS TO DATE 24,462.45 CONTRACT TO DATE 314,006.15 '0- COXCO INC. P.O. Drawer C AMOUNT EARNED 309,394.79 R C r , Stanton, California LESS 10,% RETENTION 30,939.48* C` LESS PREVIOUS PAYMENTS 270,772.77 1/.1 `.; � v D AMOUNT DUE THIS REQUEST 7,682.54 6 *Includes $11,750.00 Liquidated Damages. 1�$8 I HEREBY CERTIFY THAT THE ABOVE AMOUNTS AND VALUES ARE CORRECT. SIGNED S IGMED� NG 1 N R (� Ttj�.CTOR/ BY a CITY OF NEWPORT BEACH - PUBLIC HORNS DEPARTMENT PROGRESS PAYMENT REQUEST N0: 20 (F)' _ FOR PERIOD ENDING NaUMm r Q. 1967 PROJECT. REALIGNMENT OF JAMBOREE ROAD BUDGET NO. 20- 3397 -012 CONTRACT NO. 847 It6fa, No CONTRACT ITEM CONTRACT MICE PERCENT COMPLETE AMOUNT FARM I _ CLEARING &. GRUBBING $11,400.00 L 100% $ 11,400.00 2 ROADWAY ExCAVATION O-85/Cy 70,000CY 59,500:00 3 DITCH ExcAVATION .. 2.40 /Cy 212.29CY 509.50 (i COMPACTING ORIGINAL GROUND O.IO /SY 1666 $Y . 166.60 5 IMPORTED SAND BORROW 1.05 /cY 17,726 CY 18,612.30 6 AGGREGATE BASE 3.00 /To 5,424.3T 16,272.90 LIQUID ASPHALT (MC -1) 50.00 /To 4.60 T 230.00 , ASPHALTTCCEMULSION (RS -I) 50.00 /To 8.27 T 413.50: '.. 9 ASPHALT CONCRETE'" 6.00 /To 2,088.62T 12,531.72 10 PLACING A. C. DITCHES' 0.35 /LF 634LF 221.90 it FURNISHING PILES 9.00 /LF 4,194.42E 37,749.78 II-A DRIVING PILES 400.00 EA 74 ea. 29,600.00 12 SAN DIEGO CREEK BRIDGE 127,600.00 LS 100% 127,600.00 13 SPECIAL DROP INLETS 3.00 EA 3 each 1,050.00 1 STANDARD PRECAST MANHOLE ? .O0 EA 1 each 280.00 15 18" R.C.P. II.00 /LF 460 LF 5,060.00 16 RESET 24" x 50' C.M.P. 460.00 LS 1 each 460.00 Iz 30" C.M.P. Iz.00 /LF 150 LF 2,550.00 1 tf 12" 'C. M. P. DOWN DRAIN t3.00 /LF 8 LF 64.00 19 DOWN DRAIN ENTRANCE TAPERS 70.00 EA 1 ea. 70.00 20 DOWN DRAIN SLIP JOINTS 50.00 EA 1 ea. 50.00 21 DOWN DRAIN ANCHOR ASSEMBLIES 30.00 EA 1 ea. 30.00 22 METAL BEAM GUARD RAILING 3.70/1-F 260 LF 962.00 2 GUIDE Si. CULVERT MARKERS 12.00 EA 40 ea. 480.00 24 SETTING ROAD SIGNS 12.00 EA 0 - 2 5 REMOVING TRAFFIC STRIPES 0.12 EA 4,942 LF .593.04 26 MODIFYING MANHOLE 200.00 LS 100% 200.00 27 SEPTIC TANK SYSTEM 1,200.00 L$ 100% 1,200.00 2 CONSTRUCTION SURVEYS 6,000.00 LS 100% 6,000.00 333,857.2 CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST N0. Y0 FOR PERIOD ENDING Nf1Vamllar 9. 1467 PROJECT:- ` 1u OF 'Vg0 C1;1 BUDGF7 NO. 1 1 r CONTRACT ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED C.O. #1 $2,026.56 C.O. #2 112.31 C.O. #3 866.55 C.O. #4 588.00 C.O. #5 247.38 C.O. #6 696.26 C.O. #7 & 7A 30,467.13 C.O. #8 11100.00 C.O. #9 - C.O. #10 I ` 23.00 C.O. #11 344.62 $ 09,394.79 ORIGINAL CONTRACT $338,468.50 EXTRAS To DATE — 24,462.45 CONTRACT TO DATE 314,006.15 AMOUNT EARNED 309,394.79 LESS IO% RETENTION LESS PREVIOUS PAYMENTS 270,772.77 AMOUNT DUE THIS REQUEST I HEREBY CERTIFY THAT THE ABOVE AMOUNTS.AND VALUES ARE CORRECT. SIGNED �� /L _ �� SIGNED ENGINE Elf BY 1 1 G R 2` 1967 i f CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMEV PROGRESS PAYMENT REQUEST N0: 20 (F.) FOR PERIOD ENDING November 9. 1967 PROJECT. REALIGNMENT OF JAMBOREE ROAD BUDGET NO. 20-3397-012 CONTRACT N0. 847 I;;em• No' . CONTRACT TE CONTRACT E PERCENT COMPLE79 AMOUNT EARNED I y CLEARING & GRUBBING $11,400.00 L 100% $ 11,400.00 2 ROADWAY.ExCAVATION 0.85 /Cy 70,000CY 59,500.00 3 DITCH ExCAVATION 2.40 /Cy 212.29CY 509.50 j� COMPACTING ORIGINAL GROUND O.IO /SY 1666 SY . 166.60 5 IMPORTED SAND BORROW 1.05 /Cy 17,726 CY 18,612.30 6 AGGREGATE BASE 3.00 /To 5,424.3T 16,272.90 7h LIQUID ASPHALT (MC -1) 50.00 /To 4.60 T ,. 230.00 , O ASPHALT "ICCEMULSION (RS -1) 50.00/To 8.27 T 413.50.;'. 9 ASPHALT CONCRETE'' 6.00 /TO 2,088.62T 12,531.72 10 PLACING A. C. DITCHES 0.35 /LF 634LF 221.90 11 FURNISHING PILES 9.00 /LF 4,194.421-7 37,749.78 11 -A DRIVING PILES 400.00 EA 74 ea. 29,600.00 12 SAN DIEGO CREEK BRIDGE 127,600.00 LS 100% 127,600.00 13 SPECIAL DROP INLETS . 350.00 EA 3 each 1,050.00 1 STANDARD PRECAST MANHOLE 20.00 EA 1 each 280.00 15 18" R.C.P. II-00 /LF 460 LF 5,060.00 16 RESET 24" x 50' C.M.P. 460.00 LS 1 each 460.00 Iz 30" C.M.P. I z.00 /LF 150 LF 2,550.00 Its 1.2 "'C.M.P. DOWN DRAIN t:OO /LF 8 LF 64.00 19 DOWN DRAIN ENTRANCE TAPERS 70.00 EA 1 ea. 70.00 20 DOWN DRAIN SLIP JOINTS 50.00 EA 1 ea. 50.00 21 DOWN DRAIN ANCHOR ASSEMBLIES -_ 30.00 EA 1 ea. 30.00 22 METAL BEAM GUARD RAILING 3.70 /LF 260 LF 962.00 2 GUIDE & CULVERT MARKERS 12.00 EA 40 ea. 480.00 2� SETTING ROAD SIGNS 12.00 EA 0 .' - 25 REMOVING TRAFFIC STRIPES 0.12 EA 4,942 LF 593.04 26 MODIFYING MANHOLE 200.00 LS 100% 200.00 27 SEPTIC TANK SYSTEM 10200.00 LS 100% 1,200.00 2 CONSTRUCTION SURVEYS 6,000.00 LS 100% 6,000.00 333,857.2 r� 0 ,- CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST N0. , 20 FOR PERIOD ENDING Nnvamhar 9. 1967 BUDGET NO. 2n-,-jjq7-nj2 CONTRACT NO. 847 ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED C.O. #1 $2,026.56 C.O. #2 112.31 C.O. #3 866.55 C.O. #4 588.00 C.O. #5 247.38 C.O. #6 696.26 C.O. #7 "& 7A 30,467.13 C.O. #8 1,100.00 C.O. #9 - C.O. #10 23.00 C.O. #11 344.62 $ 09,394.79 ORIGINAL CONTRACT $338,468.50 EXTRAS To DATE 24,462.45 CONTRACT TO DATE 314,006.15 AMOUNT EARNED 309,394.79 LESS 10% RETENTION LESS PREVIOUS PAYMENTS 270,772.77 AMOUNT DUE THIS REQUEST i HEREBY CERTIFY THAT THE ABOVE AMOUNTS AND VALUES ARE CORRECT. SIGNED YCr ENGINEER a COXCO, SIGNED C. C CTO BY v CITT OF NEWPORT BEACH - PUBLIC WORKS D: PROGRESS PAYMENT REQUEST NO. 19 FOR PERIOD PROJECTS REALIGNMENT OF JAMBOREE ROAD BUDGET N0. 02- 3397 -012 CONTRACT NO Ifikm o CPA CONTRACT PRICE CENT COMPLETE AMOUNT . EARN0 I CLEARING & GRUBBING .$11,400.00 L 100% W,400.0o 2 ROADWAY EXCAVATION 0.85 /Cy 66,000 CY 56,100.00 3 DITCH EXCAVATION,. 2.40/CY 212.29 CY 509.49 4 ' COMPACTING ORIGINAL GROUND O.IO/SY 1666 sY 166.00 .� 5 IMPORTED SAND BORROW 1.05 /Cy 17,726 CY 18,612.30 6 AGGREGATE BASE 3.00 /TO 5,424.3 T 16,272.90 - LIQUID ASPHALT (MC -1) 50.00 /To .4.60 T .230.00 -•" ASPHALT "tCCEMULS ION (RS-1) 50.00 /TO 8.27 T 413.50 " 9 ASPHALT CONCRETE 6.00 /TO 2r 088.62 T 12,531.72 10. PLACING A. C. DITCHES 0.35 /LF 634 LF 221.90 11 FURNISHING PILES 9.00 /LF 4194.42 LF 37,749.78 11-A DRIVING PILES 400.00 EA '74 EACH 29,bo0.00 12 SAN DIEGO CREEK BRIDGE 127,600.00 LS 98% 125,048.00 Ij SPECIAL DROP INLETS . 350.00 EA 3 EACH 1,0 0.00 . MOO 14 STANDARD PRECAST MANHOLE 2.00 EA I EACH 15 18" R.C.P. 11.00 /LF 460 LF . 5,060.00 16 RESET 24" x 50' C.M.P. 460.00 LS I EACH 460.00, I 30" C.M.P. . I 00 /LF 150 LF 2,550.00 ' 1t5 12" C.M.P. DOWN DRAIN �.00 /LF 8 LF 64.00 19 DOWN DRAIN ENTRANCE TAPERS 70.00 EA I EACH 70.00, "_ 20 DOWN DRAIN SLIP JOINTS 50.00 EA I EACH 70.00 21 DOWN DRAIN ANCHOR ASSEMBLIE6 30.00 EA 22 METAL BEAM GUARD RAILING 3.70 /LF 2j GUIDE & CULVERT MARKERS 12 00 EA 40 EACH '480.00 24 SETTING ROAD SIGNS 12.00 EA 25 REMOVING TRAFFIC STRIPES 0.12 EA 4,942 LF 26 MODIFYING MANHOLE 200.00 LS 100% 200.00 2 SEPTIC TANK SYSTEM [,200.00 LS 100% 19200.00 20 CONSTRUCTION SURVEYS 6,000.00 LS 100 6 ' 000.00 $32�^ CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. 19 FOR PERIOD ENDING JUNE 1501967 PROJECT: REALIGNMENT OF JAMBOREE ROAD BUDGET NO. 20- 3397-012 CONTRACT NO. 847 ITEM PR ICE C.O. #1 1$2,026.56 C.O. #2 112.31 C.O. #3 866.55 c.o. #4 588.00 C.O. #5 247.38 c.o. #6 696.26 C.o. #7 - 31,229.13 C.O. #8 1,100.00 C.O. #9 ,747.52 ORIGINAL CONTRACT EXTRAS TO DATE CONTRACT TO DATE $338,468.50 25,5392.07 31' -6 SEND PAYMENT TO: AMOUNT EARNED $3OG,747.5'[ 6GC �'2.�-�% LESS 10% RETENTION 30,074.75 �,� COXCO, INC. -ESS PREVIOUS PAYMENTS 25 6J41.12 P.O. DRAWER C AMOUNT DUE THIS REQUEST 13,931.65 STANTONS CALIFORNIA I HEREBY CERTIFY THAT THE ABOVE AMOUNTS AND VALUES ARE CORRECT/ SIGNED �,7X- SIGNED 41 NOI NE Tg�C�TOR BY V�J r ,(�� CITY OF NEWPORT BEACH - PUBLIC WORKS DEPA1 PROGRESS PAYMENT REQUEST NO. 18 FOR PERIOD END: PROJECT: REALIGNMENT OF JAMBOREE ROAD BUDGET NO. Qa- 3397 -012 CONTRACT 1 22r 4 766 O 9 10 I! -A 12 I I I 61 17 I 19 20 21' 22 2 2 26 27 2 CLEARING & GRUBBING ROADWAY EXCAVATION DITCH EXCAVATION COMPACTING ORIGINAL GROUND IMPORTED SAND BORROW AGGREGATE BASE LIQUID ASPHALT (MC -1) ASPHALTTCCEMULSION (RS -I) ASPHALT CONCRETE PLACING A. C. DITCHES FURNISHING PILES DRIVING PILES SAN DIEGO CREEK BRIDGE SPECIAL DROP INLETS STANDARD PRECAST MANHOLE 18" R.C.P. RESET 24" x 50' C.M.P. 30" C.M.P. 12 "'C.M.P. DOWN DRAIN DOWN DRAIN ENTRANCE TAPERS DOWN DRAIN SLIP JOINTS DOWN DRAIN ANCHOR ASSEMBLIES METAL BEAM GUARD RAILING GUIDE & CULVERT MARKERS SETTING ROAD SIGNS REMOVING TRAFFIC STRIPES MODIFYING MANHOLE SEPTIC TANK SYSTEM CONSTRUCTION SURVEYS MAY I $11,400.00 L 100% $11,400.00 o.85 /cY 66,000 cY 56,1oo.00 2.4o /cY 150 cY 36o.00 o.10 /sY 1,666 sY 166.00 . 5/ 1 cr 18,680.55 3.00/ o 2,751.4 Tot 8,254.20 50.00 /To 4.60 TON .230.00 50.00 /To 6.oO /To 1,031.36 T N 6,188.16 0.35 /LF 515 LF 180.25 9.00 /LF 194.42 LF 37,749.78 400.00 EA 74 EACH 29, 00.00 127,600.00 LS 98% 125,o48.00 350.00 EA 3 EACH 1,050.00 280.00 EA PEACH 280.00 I1.00 / LF 460 LF 5,o6o.0o 460.00 LS I EACH 460.00 1 .00 /LF 150 LF 2,550.00 . t5 .00 /LF 70.00 EA 50.00 EA 30.00 EA 3.7o/LF 12.00 EA 28 EACH 12.00 EA 0.12 EA 1,692 LF ...203.o4 200.00 LS 50% 100.00 1,200.00 LS 100% 1,200.00 6,000.00 LS 100% 6,000.00 $310,T5-9---9U- r CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. ®' PROJECT: REALIGNMENT OF JAMBOREE ROAD FOR PERIOD ENDING MAY 15, 1967 BUDGET NC. 20- 3397 -012 CONTRACT N0. 847 ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED C.O. 1 2,026.56 C.O. 2 112.31 I C.O. 3 866.55 c.o. 4 588.00 C.0. 5 247.38 c.o. 6 696.26 C.O. 7 31,229.13 c.o. 8 1,100.00 C.O. 9 - 285,267.91 ORIGINAL CONTRACT EXTRAS TO DATE CONTRACT TO DATE AMCUNT EARNED LESS i0,% RETENTION LESS PREVIOUS PAYMENTS AMOUNT DUE THIS REQUES:` $338,468.50 - 25,592.07 312,876.43 �r�K SR�({�,jf� END PAYMENT TO: 2 ,267.91 p`•1 /" " "" COXCO, INC. 2 526.[79 0. DRAWER C 246,925.40 -�� • (>JTANTON, CALIFORNIA 9,815.64 I HEREBY CERTIFY TNA; THE ABOVE AMOUNTS AND VALUES ARE CORRECT. SIGNE , ENGI kfER SIGNED •: •►i BY �' CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. 17. FOR PERIOD PROJECTS REALIGNMENT OF JAMBOREE ROAD ' BUDGET NO. 02-3397 -012 CONTRACT NO Item' o'• . CONTRACT CONTRACT E PERCENT C MpP MTZ AMOUNT i CLEARING & GRUBBING $II,400.00 L 100% 11,400.00 . 2 ROADWAY EXCAVATION - O.8 CY 5/ 66,000 cv 561100.00. 3 DITCH EXCAVATION 2.40 /Cy 150 Cy 60.00 4 COMPACTING ORIGINAL GROUND O.IO /SY 15666 sY 166•oo A 4 5 6 IMPORTED SAND BORROW I.O cY 5/ 17,791 cv 18,680.55 '( AGGREGATE BASE 3.00 /TO 2;751.40 T 8j254.20 7b LIQUID ASPHALT (MC -1) - 50.00 /To . 4.60T .230,00 O ASPHALT "(CCEMULSION (RS-1 SO.00 /TO �(4 ". 9 ASPHALT CONCRETE ' - 6.00 /TO 1,031.36 T 6..0.16 10 PLACING A. C. DITCHES 0.35 /LF 515 LF -. 180.25 - It FURNISHING PILES 9.00/1-F 4tt 194.42 L 37 mt 7Z7449.78 II -A 12 DRIVING PILES SAN DIEGO CREEK BRIDGE 400.00 EA 127,600.00 LS 774 EACH' 66% . 2 600.00 84,216.00 I SPECIAL DROP INLETS 3rd -00 EA 3 EACH -I ,O 0.00, I� STANDARD PRECAST MANHOLE 2W.00 EA I'EACH' X.00 15 18" R.C.P. 11.00 /1-F 460 LF. 5,06o.00. 16 RESET 24" x 50' C.M.P. 460.00 LS I EACH 460.00 Iz 30" C.M.P. 1 .00 /LF �.00 150 LF . 2,550.00 1t5 12" `C.M.P. DOWN DRAIN /LF 19 DOWN DRAIN ENTRANCE TAPERS 70.00 EA 20 DOWN DRAIN, SLIP JOINTS 50.00 EA -. .. 21 DOWN DRAIN ANCHOR ASSEMBLIES -... 30.00 EA 22 METAL BEAM GUARD RAILING 2,3 GUIDE & CULVERT MARKERS 12.00 EA 28 EACH 336.00 24 SETTING ROAD SIGNS 12.00 EA 25 REMOVING TRAFFIC STRIPES 0.12 EA 1,692 1,F ._203.o4 26 MODIFYING MANHOLE 200.00 L$ 20,% 40.00 27 SEPTIC TANK SYSTEM 1,200.00 L$ 100% 1,200.00 28 CONSTRUCTION SURVEYS 6,000.00 LS 92% 9.520.00 $ C.O. #1 2;026.56 C.O. #2 112.31 C.O. # 866.55 c r1 C.O. #5 Z47- 30 Original Contract $338,468. S D PAYMENT To: C.O. 16 696.2-6 Extras to Date 31670. 5 OK 3- •?,0;�7 i , 3 Contract to Date 3421139- 1 4,4f%l,Yon COXCO, 4C. P. 0. .: x C X7:3'6 /4 Amount Earned % ,�iL�•G� STANTON, CALIFORNIA e� Less 10% Retention Lees Previous Payments Amount Due This Request I hereby certify that the above amounts and values ar0correct. SIGNED ? i-i SIGNED COXCO, .1 , Engfheer or BY CITI OF NEWPORT BEACH.- 1 PROGRESS PAYHBNT REQUEST N0. 16 PRrLTF.r1P9 REALIGNMENT OF JAMBOREE ROAD BUDGET NO. 02- 3397 -012 IiAm' I COQ RAC E CLEARING & GRUBBING 2 ROADWAY EXCAVATION 3 DITCH EXCAVATION ,.•+ f{ COMPACTING ORIGINAL GROUND 5 IMPORTED SAND BORROW ' 6 AGGREGATE BASE T LIQUID ASPHALT (MC -1) 8 ASPHALT'! CLEMULSION (RS -I) .. 9 ASPHALT CONCRETE ' ., 10 PLACING A. C. DITCHES 11 FoRIISHING PILES 11 -A VVVING PILES • d2 SdA.DIEGO CREEK BRIDGE 3EA. 11PECIAL A09.INLETS • •'•fig • . •1 f7� . 4NDARD411111AST MANHOLE I '�n:•R.C•.P.. 46o.00 LS ,• ;I • 6GET 24 :•X 59, C.M.P. • •Ij � log C.M.9P. ' •18 1 12" -C.M A. DOWN DRAIN • • ..19 . vWN DRRJV.�;TRANCE TAPERS 20 'Do0 DRAIN SLIP JOINTS 21 • DYWN DRAIN ANCHOR ASSEMBLIES 22 METAL BEAM GUARD RAILING 2 GUIDE & CULVERT MARKERS . 2 SETTING ROAD SIGNS 25 REMOVING TRAFFIC STRIPES r---2-6 NG MANHOLE \EP.TI.CI TANK S•(STEM ?rT Pmr.dl CO- NaTRUtT :ION-SURVEYS -- -. I n WOAS3 DEPARTHEat -- pp U11., i. itIG AGENT 1 alOidS iSiEt � N CONTRACT NO. 847 $11,400.00 L ' 100% o.85 /cY 66,000 cr 2.40 /cY 150 Cy 0.10 /Sy 15666 sv 1.05 /cY 17,791 cY To 2'754.60 5000 .00 /To T 50.00 /To 6.00 /To 1,031.36 T 0 35 /LF 515 LF 9.00 /LF 4,194.42 L 400.00 EA 74 EA 127,6o0.0o LS 4o% 350.00 EA 3EA. 280.00 EA i EA. II.00 /LF 460 LF 46o.00 LS I EA Iz.00 /LF 150 LF 15.00 /LF 70.00 EA 50.00 EA 30.00 EA 3.70/LF 12.00 EA 28 EA. 12.00 EA 0.12 EA 1,692 LF 200.00 LS 20� 1,200.00 LS 100% 6,000.00 Ls 92% '•/2 C.O. #1 C.O. #2 C.O. #3 C.O. #5 SEND PAYMENT TO-C.O. Extras to Date 3,670.15 Contract to Date 3¢.t! CoxcoQ �Pic� E 1 p �/!(I/ /J -Z2 CG P. O.,Box C ���Q Amount Earned $241, 18 . 40" STANTON.Nb* �'Of10 Less 10% Retention 24,118.5 v� Less Previous Payments 216,230.07 2 Amount Due This Request 800 01 = q 3 7 o I PUBLIC �4i`KS I hereby certify that the above amounts and values are correct. 11,400.00 56,1oo.0o 36o.00 166.00 18,680.55 '. 8,254.20 230.00 6,188.16 180.2 37,749.7$ 29,600.00 51,o4o.00 I,o5o.00 2880.00 5,060.00 46o.00 2,550.00 336.00 ..20.3.o4 4o.00 1,200.00 x.520.00 36,640.56 2,026.56 112.31 866.55 slow COXCO C. Engine6r tir 3 v O rtSec &ftx J39j7,.'Io A / 6 ,I 5• I CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT. PROGRESS PAYMENT REQUEST NO. 16 FOR PERIOD ENDIN N PRf1TF.CT, REALIGNMENT OF JAMBOREE ROAD ��^ BUDGET NO. 02- 3397 -012 CONTRACT (�J IiAm' CONTRACT CONTRAC E PERCENT COMPLETE AMOUNT "ARNED I CLEARING & GRUBBING, $11,400.00 L 100$ 11,400,00 2 ROADWAY EXCAVATION 0.85 /Cy 66,000 CY 56,100.00. 3 DITCH EXCAVATION 15O C`( 36o.00 (i COMPACTING ORIGINAL GROUND.., O•IO /SY 13,666 sY 5 6 IMPORTED SAND BORROW 1.05/0' 17o791 Cy p �1p6,6,.00 18,686.55.. " AGGREGATE BASE OO TO 3• / 2,75.1:40 T 80254.2.0' 7 LIQUID ASPHALT (MC -1) 50.00 /To 4.60 T 230.00 8 AsPHALT-IccEMULSION (RS -I) 50.00 /To ASPHALT CONCRETE 6.00 /To 1,031.36,7 .6;188:16 10 PLACING A. C. DITCHES 5/ LF 15 LF 180`.25 11 FURNISHING PILES 9. /LF ,194.42 L 3.70749, 11 -A DRIVING PILES 400. EA 74 EA 29, OO.PO 12 SAN DIEGO CREEK BRIDGE 1 7v6OO.00 LS 4o% 51,D4o.g4 13 I SPECIAL DROP INLETS STANDARD PRECAST MANHOLE.,..... 350.00 EA 2 EA 3EA. 1 ;0r6�O.QO� MOD I.EA. 15' 18" R.C.P. 11. /LF 460 LF: :' 5,060:00::'. 16 RESET 24" x 50' C.M.P. 60 0 LS 1 E. 460.00 17 30" C.M -P. 00 /LF 150 LF.. 2,550.00 . ":. 1 12 "`C.M.P. DOWN D IN .00 /LF . 19 DOWN DRAIN ENTRANC TAPIRS 70.00 EA 20 DOWN DRAIN SLIP JOI TS 50.00 EA .. 21 DOWN DRAIN ANCHOR A EM LIE - 30.00 EA 22 METAL BEAM GUARD RAI IN 3.70 /LF . 2 GUIDE & CULVERT MARKE S 12.00 EA 28 EA.. 336.00 2 SETTING ROAD SIGNS 12.00 EA 25 REMOVING TRAFFIC STRIP 0.12 EA 1,692 LF - 203.04 , 26 MODIFYING MANHOLE 200.00 LS 20% 40.00 27 SEPTIC TANK SYSTEM 1,200.00 LS I00% 1,200.00 2 CONSTRUCTION SURVEYS 6,000.00 LS 92% _5,920.00 236 C.O. #1 20026.556 C.O. #2 112.31 c.o. # 866.55 Original Contract Extras to Date Contract to Date Amount Earned Less 10% Retention Lose Previous Payments Amount Due This Request C.O. #5 2477.36 $3380468.50 E AYMENT TO '.C'.O. #6 6967 26_ 3,670.I= $z 1- I 342,139. 1 cox o, INC. 0. Box C $241,1855.6 ` STANTON, CALIFORNIA 24,I18.56 216,230.07 837.01 I hereby certify that the above amounts and values are correct. slrx�m/12 - SIGNED Coxco rr EA eer P'L•. BY- : n CITY OF NEWPORT BEACH - PUBLIC WORKS P'ZGaSS PAYMENT REQUEST NO. 15 FOR PERIOD REALIGNMENT OF JAMBOREE ROAD OCTOBER Y+. 196E c G?T No. 02- 3397 -012 CONTRACT NO. b47 CONTRACT PERCENT AMOUNT CO RAC E COMPLETE - LFARING & GRUBBING $11,400.00 L 100,% 11,400.00 ROADWAY EXCAVATION 0.85 /Cy 66,000 CY 56,100.00 7CH EXCAVATION 2.40 /CY C3MPACTING ORIGINAL GROUND O.IO /SY 1,666 sY 166.00 - .:,PORTED SAND BORROW 1.05 /Cy 17,791 Cy 18,680,55 .. ..,ZREGATE RASE 3.00 /TO 2,751.40 T 8-254.20 , ..QUID ASPHALT AMC -i) � 50.00 /To 4.60 T � _ 230.00.`" • ASPHALT "ICGEMULSION (RS -I) 50.00 /TO '. ASPHALT CONCRETE I 6.00 /TO 1,004,92 T 6,029.52 ;PLACING A. C. DITCHES 0.35 /LF -URNISHING PILES 9.00 /LF 4,194.42 LF 37,749.78 �. -A IJR.VING PILES 400.00 EA 74 EA 2%600.00 12 'SAN DIEGO CREEK BRIDGE 127,600.00 LS 40% 5`1,040,00 SPECIAL DROP INLETS 0.00 EA 3 EA 1,0 0.00 14 STANDARD PRECAST MANHOLE 2bO•00 EA 1 EA � 260.00 5 18" R.C.P. 11.00 /LF 460 LF 5,060.00 16 RESET 24" x 50" C.M.P. 460.00 LS 1 EA 460.00 17 30" C.M.P. 17z.00 /LF 150. LF 2,550.00 13 12" C.M.P. DOWN DRAIN tS.00 /LF 19 DOWN DRAIN EN'YRANCE TAPERS 70.00 EA 20 DOWN DRAIN SLIP JOINTS 50.00 EA 21 DOWN DRAIN ANCHOR ASSEMBLIES - _ 30.00 EA 22 METAL BEAM GUARD RAILING 3.70 /LF 2 GUIDE & CULVERT MARKERS 12.00 EA 28 EA 336.00 2 SETTING ROAD SIGNS 12.00 EA 25 REMOVING TRAFFIC STRIPES 0.12 EA 1,692 LF 203•o4, 26 MODIFYING MANHOLE 200.00 LS 20% 40.00 2� ISEPTIc TANK SYSTEM ,200.00 4S� 100% 1,200.00 2 !CONSTRUCTION SURVEYS ;,VVV.vu 1 -- 90% 5,400.co ._ in 6.: Con io Da':. to .. _.. Lue '''nis Request 2,026.56 112.31 :3 866.55 $j3i"iy `_OG jl. SEND PAYMENT To: 342,139.01 CO, iNC. off �j P 0. Box C $240,366.755 v '°J " TANTON, CALIFORNIA 209,5 336.987 6,683.10 "247..38 96.2626 5 s:6 certify that the above amounts and values are oorrect(" Oxcln , INCI. CITE OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST N0, 14 FOR PERIOD ENDING FEBRUARY 15, 1966 ppOJgCT= RE*jW4NT OF JAMBOREE ROAD BUDGET No. 02-3397 -012 CONTRACT N0. 847 Item CO CONTRACT PERCENT AMOUNT I CLEARING & GRUBBING $11,400.00 u 100% $ 11,400.00 2 ROADWAY EXCAVATION 0.85 /cY 66,000 CY 56,IOO:oo 3 DITCH EXCAVATION 2.40 /Cy P. 0. Box C [� COMPACTING ORIGINAL GROUND o.Io /SY 1,666 sY 5 IMPORTED SAND BORROW 1.05 /Cy 17,7911 Cy �1 p6,6�.6o. 18,680:55 6 AGGREGATE BASE 3.00 /TO 1028.44 32985.32' LIQUID ASPHALT (MC -1) 50.00 /To '. 2120-7 .610.00, 8 ASPHALTUc EMULSION (RS -I) 50.00 /To 9 ASPHALT CONCRETE 6.00 /To 480.27 2,881.62 10 PLACING A. C. DITCHES 0.35 /LF ' 11 FURNISHING PILES 9.00 /LF 4094.42 37,749.78 11 -A DRIVING PILES 400.00 EA 74 EA 29,600.00 12 SAN DIEGO CREEK BRIDGE 127,600.00 LS 49% 51,040.00 13 SPECIAL DROP INLETS . 350.00 EA 3 EA 1,050.00 MOO I STANDARD PRECAST MANHOLE 20.00 EA I EA 15 18" R.C.P. II.00 /LF 460 LF 5,060.00 16 RESET 24" x 50' C.M.P. 460.00 LS I EA 460.00 z 30" C.M.P. Iz.00 /LF 150 LF 2,550.00 1t3 12" 'C.M.P. DOWN DRAIN Z:O'O /LF 19 DOWN DRAIN ENTRANCE TAPERS 70.00 EA 20 DOWN DRAIN SLIP JOINTS 50.00 EA . 21 DOWN DRAIN ANCHOR ASSEMBLIES 30.00 EA '22 METAL BEAM GUARD RAILING 3.70 /LF 2 GUIDE & CULVERT MARKERS 12.00 EA 28 EA 336.00 2 SETTING ROAD SIGNS 12.00 EA 25 REMOVING TRAFFIC STRIPES 0.12 EA 1,692,LF . -. 20.3,04 . 26 MODIFYING MANHOLE 200.00 LS 20% 40.00 27 SEPTIC TANK SYSTEM 10200.00 LS 100% 12200.00 28 CONSTRUCTION SURVEYS 6,000.00 LS go% 400.00 . 2 ,292.91 C.O. #1 2,o26,56 . C.O. #2 112.31 C.O. #' 866.55 as 10% Retention 23,283.00 Lose Previous Payments 203,804.97 Amount Due This Request $ 5,742.00 I hereby cart that the abo amounts and values are correct. SIGNED SIGNED Engineer BY -1 C.O. #5 247}.38 Original Contract $338,468.50 SEND PAYMENT TO:C .O. #6� 6 Extras to Date 3,670.1 �0,26 2 2 2 .97 3$ ,62 Contract to Date $342,139-01 COXCO, INC. P. 0. Box C Amount Earned $232,829.97 STANTON, CALIFORNIA as 10% Retention 23,283.00 Lose Previous Payments 203,804.97 Amount Due This Request $ 5,742.00 I hereby cart that the abo amounts and values are correct. SIGNED SIGNED Engineer BY -1 CITY OF NEWPORT BEACH.- PUBLIC NORKS DEPARTMENT PROGRESS PAYMENT REQUEST N0. 13.•. FOR PERIOD END JANUARY 2O, 1966 I PROJECTS REALIGNMENT OF JAMBOREE ROAD BUDGET 110. 02- 3397 -012 CONTRACT 8+7 IG, C CO C y CONTRACT P PERCENT A AMO i..' C CLEARING &GRUBBING $ y P 100%' $ $ .11,400,00 2 R ROADWAY EXCAVATION 0 0.85 /cY660000 c cY 5 56;1oo.po DITCH EXCAVATION . " 2 2.40 /CY . ... . . COMPACTING ORIGINAL GROUND ` - -' O O•IO /SY1,666sY 1 166.6o .:. 5 '. I IMPORTED SAND BORROW , ,. 1.05 /Cy . . i7y7911 Cy 1 18f68a.55 6 A AGGREGATE BASE . .00 /TO , ,28.44 O ON ••3f 985.32 :•• Original Contraot j, Extras to Date J Contract to Date jj Amount Earned ' Lees 10% Retention j Lose Previous Payments $338,468:50 SEND PAYMENT TO: .0. #6.' 696 6 3,670.15 $ 2 ; .9.97 $342,139:01 COxCO, INC.. " P. 0. Box C $226,449.97 STANTON, CALIFO IA 22,645.00 171,649.77 :'.. Amount Due This Request 32,155.20 ;!..I hereby certify that the above amount$ and values are correct. /•„-� �' SIGNED COXCO, I SIGNED •� /': r Eagideer :. •' r �. '4 : •.11.x. 1'I.:r• :.1�: .r. �!('• -,i'i) '•l''' : j 1 . { ':1 :• �} i �". iCtali L, Pu.� "8E .';: '•'�: r:,e 1 pld :L'i �9� r.c+fl,. iiri...Ja L�: n n. l•�.d.r ._,.. .if Ct:... i ... _ _ � .... '�J. CITZ OF NEWPORT BEACH - PUBLIC HORNS DEPARTMENT i " `.PROGRESS PANT REQUEST N0. .12 FOR PERIOD ENDING DF �� PROJECTS REALIGNMENT OF JAMBOREE ROAD BUDGET N0. 02- 3397 -612 CONTRACT NO 847 Iuli. No-`. C ONTRACT CONTRACT E PERCENT AMOUNT EARNED I CLEARING & GRUBBING $11,400.00 Ls 100% $ .1.1,400.0o`':.: .2. ROADWAY EXCAVATION 0.85 /cY - 66,000 cY 100.00"'_ •. _ DITCH EXCAVATION :. ,',: �' �','. �:`. ;,' 2.4o /cY :_ . COMPACTING ORIGINAL GROUND: }1.. 'ri:,_�.; j;`• - }. O.IO /SYI,j666'SY '.' 166.60 5 . IMPORTED SAND BORROW I.aS /CY ' +7,.791 :CY - 18,680.55- 6 AGGREGATE BASE o 3.00 /TO 1,328:44 T;_.3;985.32':,. 7y LIQUID ASPHALT (MC -1) "" ;= ; 50.00 /To '•2:20 T 110.00 O S ION ' (RS�I AS PHA LT'teCEMUL O 9 , ASPHALT CONCRETE ;'.' .�''.+.:. 6.00 /TO' #80.27 T ','2,881.62�'''� 10 PLACING A. C. DITCHES . �... <�:.' .,::, 0.35 /LF •• .�. 11 FURNISHING PILES 9.00 /LF 4,194.,42LF 37749.78. 11 -A DRIVING PILES 400.00 EA ,.74 EA 222 O0.00". ` .12 SAN DIEGO CREEK BRIDGE 127,600.00 LS 7% ". 0;932.00 13 SPECIAL DROP INLETS: 3.00 EA :.3:EA +I,050.aa. I STANDARD PRECAST MANHOLE 260.00 EA 1. 'EA 280.00, 15 1& R.C.P. II.00 /LF 'x+60 LF 5,060.00 16 RESET 24" x 50' C.M-P. 460.00 LS I:EA. 460:00: . 30" C.M.P. I z.00 /LF ' :.150 LF I 12" 'C.M. P. DOWN DRAIN tS.00 /LF 19 DOWN DRAIN ENTRANCE TAPERS 70.00 EA 20 DOWN DRAIN SLIP JOINTS, 50.00 EA 21 DOWN DRAIN ANCHOR AsSEMBLIii; - 30.00 EA .. 22 METAL BEAM GUARD RAILING .� 3.70 /LF' 2 GUIDE & CULVERT MARKERS 12.00 EA 28 E' A "' 336.00 24 SETTING ROAD SIGNS .. 12.00 EA , 25 REMOVING TRAFFIC STRIPES 0.12 EA 1,692 LF ..:263.o4. 26 MODIFYING MANHOLE 200.00 LS 2O,$ 40.00 27 28 SEPTIC TANK SYSTEMr' CONSTRUCTION SURVEYS OIv 1,200.00 LS 6,000.00 LS 100% 90% 1,200.00. ' 400.00 y'I C.O. #i • C.O. #2 $)86,184 91 . 2,026.56 112.31 C. C). # 866..55 Original Contract Extras to Date Contract to Date Amount Earned Less'16% Retention Less Previous Payments Amount Due This Requeet $3380468:50 3,670 15 $342,139':01 $190,721.97 1 ,072.20 12, 10.80 0.0- #5 247-35 ' SEND PAYMENT tq0 #6 696.26 19.PpM:97:. COXCO, INC. P.' 0. Box C STANTON, CALIFORNIA I hereby certifq that the above aam aunts and value are correct*. SIGNSD�^ -�'! SIONED�+ Engin r ..,: •, fil .I;, i1x r�1 �,:��'_L�.. y.i: }�� "v:`>'Vf�q,, :iy:!_ :ry }.:V'= .' °i�r • tl ��,, ..:� ,,.. a. ,;llpa :n. •L K: ./' irW '.'iu:!?'�� cCii �ti�4'., �. °. C= OF h .k'PORT BEACH - POLIO WORKS DEPARTMENT PROGRESS PAU-=T ''QUEST NO. .II. FOR PERIOD ENDING NnvFmRER 15 155 m, REALIGNMENT OF JAMBOREE ROAD E`JDGET 110. 02- 3397 -012 CONTRACT NO.(. 847 \' Item, `O.. CONTRACI ITEM CONTRACT PRICE PERCENT C MP LETE AMOUNT EARNED I CLEARING & GRUBBING $II,400.00 L 100% $ 11,400.00 2 ROADWAY ExCAVATION 0.85 /Cy 65,000 Cy 55,250,00 3 DITCH EXCAVATION ,. 2.40 /Cy CQntract to Date $342,139:01 jF COMPACTING ORIGINAL GROUND 0.10 /SY 1,666 sY 166,60. 5 IMPORTED SAND BORROW 1.05 /Cy 17,791 Cy 18,680.55 6 AGGREGATE BASE 3.00 /TO 1)328.44 T 3,985.32 7 LIQUID ASPHALT (MC -1) 50.00 /TO 2.20 T . .'110.00 , 8 ASPHALT'ICcEMULSION (RS -I) 50.00 /TO ...,as Previo'.:; Paymanta 152,011,97 9 ASPHALT CONCRETE 6.00 /TO 480.27 T pp 2,881.62, 10 PLACING A. C. DITCHES 0.35 /LF , 11 FURNISHING PILES 9.00 /LF 4,218 LF 37,962.00 11 -A DRIVING PILES 400.00 EA 74 EA. 29,600.00 12 SAN DIEGO CREEK BRIDGE 127,600.00 LS 5% 61380.00 I SPECIAL DROP INLETS 350.00 EA 3 EA. 1,05,{0.00 1 STANDARD PRECAST MANHOLE 280.00 EA I EA. 200.00 15 18" R.C.P. II.00 /LF 460 LF 5,o6o.00 16 RESET 24" x 59, C.M.P. 460.00 LS I EA. 460.00 I 30" C.M.P. 17.00 /LF 150'LF 2,550.00. Its 12 "''C.M.P. DOWN DRAIN O.00 /LF 19 DOWN DRAIN ENTRANCE TAPERS 70.00 EA 20 DOWN DRAIN SLIP JOINTS 50.00 EA 21 DOWN DRAIN ANCHOR ASSEMBLIES 30.00 EA 22 METAL BEAM GUARD RAILING 3.70 /1-F 2 GUIDE & CULVERT MARKERS 12.00 EA 28 EA. 336.00 2 SETTING ROAD SIGNS 12.00 EA 25 REMOVING TRAFFIC STRIPES 0.12 EA 1,692 LF ..,263.04 26 MODIFYING MANHOLE 200.00 LS 20% 40.00 27 SEPTIC TANK SYSTEM I,2OO.00 LS 100% 11200.00 28 SURVEYS 6,000.00 LS 85% 100.00 2,095-13 (CONSTRUCTION A: � s' c.o. #I 2,026.56 j "` C.O. #2 112.31 # 866. -55 C.O. #5 247-3b Orie ral Contract .' $338,468.50 SEND PAYMENT Ci QY. #6 6 6 26 Extras to Data 3,670,15 .$107,232.19 CQntract to Date $342,139:01 COxCO, INC., P. 0. Box C .:.-Clint Eain:,d $187,232.19 STANTON, CALIFORNIA I _.ss 10A Re. ration 10,723.22 ...,as Previo'.:; Paymanta 152,011,97 i� Duo .::�a RCgac z $ 16,497,00 I hereby certify that the above amounts and values are correct. . � SIGNID�j�/ - > SIGNED , Engi er to /, BY"� " i� EEEIVED` CT 21 1965. CITY OF NEWPORT BEACH - PUBLIC WORKS !ME- .PROGRESS PAYMENT REQUEST NO. 10 FOR PERIOD ENDING OCTOBER 20, 1965 PROJECTS REALIGNMENT OF JAMBOREE ROAD BUDGET NO. 02-3397 -012 coNTRACT No. 847 It9m' o-, . CONTRACT CONTRACT E PERCENT -COMPLETE AMOUNT I CLEARING & GRUBBING $11,400.00 L 100% $.11,400.00. 2 ROADWAY EXCAVATION - 0.85 /cY65,00o cY 55,250:00: 3 DITCH EXCAVATION.. 2.40 /Cy .. .. (i COMPACTING ORIGINAL GROUND .......:.:... ...:�;.t. O•IO /SY .'. 1,666 sy- .. 166.6o 5 6 IMPORTED SAND BORROW -:. I.OS /CY J:91 Cy .'i8,680;55 : AGGREGATE BASE 3.00 /TO 1,328.44 . N:3,985.32 7 LIQUID ASPHALT (MC -1) 5 O.00 /To 2.20 N.:..110.00:., " " 8 ASPHALTT2CEMULSION (RS -I�. 50.00 /TO 9 ASPHALT CONCRETE ; 6.00 /TO ` .:.;.48M7 N`• 2,881.62.' 10 PLACING A. C. DITCHES ;: 0.35 /LF _ , II .. . FURNISHING PILES _ 9.00 /LF 1.40218 LF .32,962.00' I -A DRIVING PILES 400.00 EA 45 EA It3,000.00 12 SAN DIEGO CREEK BRIDGE 127,600.00 Ls `13 SPECIAL DROP INLETS 40 350.00 EA z EA. : 700.00 I STANDARD PRECAST MANHOLE 200.00 EA I EA 280.00, 15 18t1 R.C.P. 11.00 /1-F 460 LF 5,o60.00 16 RESET 24" x 501 c.M.P• 46o.00 LS ', I EA .� 46o.00 :..: 1 30" C.M.P. 1 .00 /LF ;150: LF `2,550:00- 1 12 "'C.M.P. DOWN DRAIN 0.00 /LF 19 DOWN DRAIN ENTRANCE TAPERS 70.00 EA 20 DOWN DRAIN SLIP JOINTS 50.00 EA 21 DOWN DRAIN ANCHOR ASSEMBLIES .- 30.00 EA 22 METAL BEAM GUARD RAILING, 3.70 /LF. 2 GUIDE & CULVERT MARKERS .' 12.00 EA 28 EA. 336.00.. 2 SETTING ROAD SIGNS 12.00 EA 25 REMOVING TRAFFIC STRIPES 0.12 EA 1,692.LF :- :'.203.o4 26 MODIFYING MANHOLE 200.00 LS 20 %. . 40.00 2 SEPTIC TANK SYSTEM 1,200.00 LS 100% . 1,200.00 20 CONSTRUCT 6,000.00 Ls 85%-::- 100.00 01C M- 2S-CCr C.O. #1 1 2;02 1 6. 3 / C.O.' #2 112.31 C.O. # 866.55 Original Contract Extras to Date Contract to Date Amount Earned Leas 10% Retention Lees Previous Paymen$s Amount Due This Request $338,468.50 3,670.15. $3420139.01 $168, 02.19 16,b9O.22 141,931.97. IO; O.OQ C.O. #5 SEND PAYMENT Q90, #6 2477.38 6(b 2b 2.19_ CDXCD, INC. P. 0. Box C STANTON, CALIFORNIA I hereby certify that the above amounts and values are correct. SI� SIGNED r Engineer . rao r Y / I i CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. 9 FOR PERIOD ENDIN SEPT• ; 1C1� PROJECT: REXIQIM ENT Of JADIME ROAD BUDGET NO. x2'3397 -0`12 CONTRACT NO. ITEM No. CONTRACT ITEM CONTRACT. PRICE PERCENT COMPLETE AMOUNT EARNED CLCARING E GRUDGING s 11,400.00 100$ 114,400.00 ROADWAY EXCAVATION D.85/ 65,000 cY 55,250,00 DITCH EXCAVATION 2.40/ COWACTINO ORIGINAL GROUND 0.10/3 1,666 S1! 166.60 IMPORTIED SAND BORROW. 1ls#& 13 AGGR[GATt BASt 3,00/T 44 t AMR I llw ID ASPHALT (WC 0 9D.OD/T 2.20 T 110900 a ASPNALTIC EMULSION (RS -1) QO 9 AsPuLT CONCRETt 6. 480.27 T 20881.62 10 PLACING A. C. DITCNts 0-35/LF 11 fWRNIsMING Plus 9.60/ 4,218 LF 37,962.00 11 -A DRIVING PILES 400.00 EA 1j EA 6,800.00 12 SAN DItGo CRttK BRIDGE 127,600.00 13 1 SPtC1AL DROP Imuys j0.00 E 2 EA 1'j STANDARD PRtCAOT MANMOU 2®0.00 E 1 EA � 00 1 1& R.C.P. SET 24M X 501 C.M.P. 110 46jj0.00 460 E 5�o6o.OD 460.00 i 1 C.M.P. lY C.N.P. DOWN DRAIN lko0� 150 LF 29550.00 19 N DRAIN EMTRANG[ TAPIRS 70.00 EA 20 DRAIN SLIP JOINTS 50.00 EA 21 DRAIN AssawLlts 30`00 EA 22 �A"N�CMON TAL Bt AN GUARD RAILING 3.70 /Ii 2 2 IOt i CULVERT NARKCMS 12.00 EA 28 CA .QO TTING ROAD SIGNS 12.00 EA ZS E6 MOVING TRAFFIC STRIPis 0.12 EA 106N LF 293-0k 27 IFYING NAMIGIE tPTIC TAMK Sync" 200.00 LS 1,200.00 LS 20 1000 40.00 28 10200.00 sTRUcT1ON 31RtYtrs 61,000.00 LS 5.100.00 C.O. r�t. 1 , . 20 C.O. 14 X88. bb ORIGINAL CDATRAC ��1670-15 �.� C90,15 az EXTRAS TO DATE (HQ� aw CONTRACT TO DATE _ 342,139.01 , 1 AMOUNT EARNED =15719 SEND PAVWjff TOl LESS 10% RETENTION 15#M22 LESS PREVIOUS PAYMENTS g] 2120.I[��2� COXCO, INC. AMOUNT DUE THIS REQUEST MI,811.45 P. O. BOX C STANTON i1� CALIFORNIA I HEREBY CERTIFY THAT THE ABOVE AMOUNTS AND VALUES ARE CORRk CT. S IGNED o C SIGNED C 0 ]I C 0, I 1I C. ENGINEE CONTRACTOR r BY ket'S Contracts Administrator l r � CITI OF NWORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. 8." FOR PERIOD ENDINO &UQUST fs- 104 PROJECT: REALIGNMENT OF JAMBOREE ROAD BUDGET No. 02- 3397 -012 CONTRACT NO. 7 IiAm No;;. CO CONTRACT PRICE PERCENT COMPLETE AMOUNT EAFM I CLEARING & GRUBBING $11,400.00 L 100% $11,400,00 2 ROADWAY EXCAVATION 0.85 /Cy 64,000 CY 54,400.00 3 DITCH EXCAVATION 2.40 /Cy n C [t COMPACTING ORIGINAL GROUND 0.10 /$Y 1,666 SY 166,60. 5 IMPORTED SAND BORROW 1.05 /Cy 17,791 Cy "18,680:55 6 AGGREGATE BASE 3.00 /To 1,328:44 T 3,985.32 7 LIQUID ASPHALT (MC -1) "" 50.00 /To 2.20 T ItO.00 g ASPHALTT6CEMULSION (RS-1). 50.00 /TO " 9 ASPHALT CONCRETE 6.00/TO 480.27 p '2,881.62 10 PLACING A. C. DITCHES 0.35 /LF .T 11 FURNISHING PILES 9.00 /LF 11 -A DRIVING PILES 400.00 EA 12 SAN DIEGO CREEK BRIDGE 127,600.00 LS 13 SPECIAL DROP INLETS • 3SS0.00 EA 1 -35% 122.50 14 STANDARD PRECAST MANHOLE 2W.00 EA " 15 18" R.C.P. 11.00 /LF 200 LF 2,200.00 16 RESET 24" x 59' C.M.P. 46o.00 Ls I 30" C.M.P. I .00 /LF 150 LF 2,550:00 1 12" `C.M.P. DOWN DRAIN 0.00 /LF 19 DOWN DRAIN ENTRANCE TAPERS 70.00 EA 20 DOWN DRAIN SLIP JOINTS 50.00 EA 21 DOWN DRAIN ANCHOR ASSEMBLIES -. 30.00 EA 22 METAL BEAM GUARD RAILING 3.70 /LF 2 GUIDE & CULVERT MARKERS 12.00 EA 28 -EA 336.00 2 SETTING ROAD SIGNS 12.00 EA 25 REMOVING TRAFFIC STRIPES 0.12 EA 1,692 LF _.20.3.04 26 MODIFYING MANHOLE 200.00 LS 20% 40.00 27 SEPTIC TANK SYSTEM 1,200.00 L$ 100% .1,200.00'. " 2 CONSTRUCTION St 6,000.00 LS 85% 100.00 C.O. 11 $103,374 6 3 2,oz6.56 C.O. 2 31 866; 55 Original Contract $338,468:50 C.o. SEND PAYMENT TOC.O. #5 247-30 #6 696.26 Extras to Date 3,670.51 U07,911_69 Contract to Date 342,139.01 COXCO, INC. Amount Earned 107,91 1.69 P. 0. Box C STANTON, CAL I FORN Lees 104 Retention 10,791.17 n C Lose Previous Payments 88,279.82. 6 1965 „ Amount Due This Request 8,84o.7o pUG I hereby certify that the above amounts and values are correct. RKS �� SIGNED SI PUB1 -1C 3� Engin r _. _ r ft!i, 3t�'_ _ ., ._ _ aa_.a. -"'.'. ,:A..... +•: it' acs: •.tn ?s. :t is.o rte_.: �sna V CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST N0. 7 FOR PERIOD END IKC�� PROJECT: REALIGNMENT OF JAMBOREE ROAD BUDGET NO. 02- 3397-012 CONTRACT NO. 18'. 1 ITEM No. CONTRACT ITEM CONTRACT. PRICE NT COMPLETE AMOUNT EARNED I CLEARING & GRUBBING $110400.00 LS 100% 01 ,400.00 2 RonowaY EXCAVATION 0.85 /CY 52,500 cY 44,625.00 DITCH EXCAVATION _ 2.40 /Cy COMPACTING ORIGINAL GROUND .O.IO /SY 1,666 sY 166.60 . 5 IMPORTED SAND BORROW •.. °" - 1.05/Cy 17,791 CY 6 AGGREGATE BASE 3.00 /To I, 328.44T ..18,680.55 3,985.32 7 LIQUID ASPHALT (MC ^1) 50.00/Tot 2.20T 110.00. ASPHALTIC EMULSION (RS -1) 50.00/70 9 ASPHALT CONCRETE" 6.00 /TO '480.2. n� , 2881.62 10 \ PLACING A.C. DITCHES" 0.35 /LF 11 FURNISHING PILES 9.00 /LF It -A DRIVING PILES 400.00 EA 12 SAN DIEGO CREEK BRIDGE 127,600.00 LS 13 SPECIAL DROP INLETS 35j0.00 EA 1 -35% 122.50. I STANDARD PRECAST MANHOLE 260.00 EA 15 18" R.C.P. 11.00 /LF 200 LF 21200.00 16 RESET 24" X 50' C.M.P. 460.00 LS z 30" C.M.P. Ij.00 /LF 150 LF 2,550.00 1i5 12" C.M.P. DOWN'DRAIN 15.00 /LF 19 DOWN DRAIN ENTRANCE TAPERS 70.00 EA 20 DOWN DRAIN SLIP JOINTS 50.00 EA 21 DOWN DRAIN ANCHOR ASSEMBLIES 30.00 EA 22 METAL BEAM GUARD RAILING 3.70 /LF 23 _ _ GUIDE & CULVERT MARKERS 12.00 EA 24 EA 288.00 2 SETTING ROAD SIGNS 12.00 EA 25 REMOVING TRAFFIC STRIPES 0.12 EA 1,692 LF 203.04 26 MODIFYING MANHOLE 200.00 LS 20% 40.00 27 SEPTIC TANK SYSTEM 1,200.00 LS 100% 1,200.00 28 CONSTRUCTION $URVE 61000.00 LS 85% 100.0�0 $93,551.6 3 DK �-Zy -6s C.O. #1 2,026.59 C.O. 2 112.31 C.O. 3 866.55 C.O. # 588.00 ORIGINAL CONTRACT EXTRAS TO DATE CONTRACT TO DATE AMOUNT EARNED LESS 10% RETENTION LESS PREVIOUS PAYMENTS AMOUNT DUE THIS REQUEST $338,468.50 3,670.51 342,139.01 $ '98,o88.69 9,808.87 77,373.21 10,909.61 c.o. #5 247-30 C.O.6 626.26 9 SEND PAYMENT TO: COXCO, INC. P. 0. Box c STANTON, CALIFORNIA I HEREBY CERTIFY THAT THE ABOVE AMOUNTS' AND VALUES-ARE CORRECT. SIGNED ��� _ �� SIGNED C O X C O, 1 N C. r LNG I NrC4 T BY A. j i CITI OF NEWPORT BEACH - 'PUBLIC WORKS DEPARDW ,. PROGRESS PAYMENT REQUEST NO. F FOR PERIOD ENDING MAY 20, 1965 ?'. PAOJSCTi REALIGNMENT OF JAMBOREE ROAD BUDGET N0. 02- 3397 -012 CONTRACT NO. 847 AMOUNT •_...:.: Itbs• C CONTRACT PERCENT 2,726.tS7.'. _ I & GRUBBING $11,400.00 95% $10,830.00 .. , ROADWAY EXCAVATION 0.85 /CY :Q•C• P.' 0. Box _ DITCH EXCAVATION ,. - -. ! ! ;. 2.40 /Cy j/p+,_eo, -' Lela 10$ Retention 4 4 COMPACTING ORIGINAL GROUND 0.10 /Si .1 .666. s.Y. -` 166.60. . IMPORTED SAND BORROW .. ... '!' 1.0 CY 5/ I I C.Y. 7,:79 �.)8 680.. 55 .' AGGREGATE BASE 3.00 /To 1,234.0 T. !:132702.00- a LIQUID ASPHALT 5o.00 /TO 2.20; T. O ASPHALT12GEMULS ION (RS-I�...:1' :..;; a\,. ;.,;., 50.00 /TOyiOC `� } .. 9 ASPHALT CONCRETE - 6.00 /TO 480.zl. T. :'081.62 :• 10 PLACING A. C. DITCHES �.•'' 0.35 /LF 11 FURNISHING PILES 9.00 /LF II-A DRIVING PILES _ 400.00 EA ` ,- 12 SAN DIEGO CREEK BRIDGE 127,600.00 LS I3 SPECIAL DROP INLETS ,. 350.00 EA I4 STANDARD PRECAST MANHOLE 280.00 EA 15 : 18" R.C.P. II.00 /LF 200. L.F. 2,200.00:_.. 16 . RESET 24" x 50' C.M.P. 46o.00 Ls - �.'... z 30" C.M.P. Iz.00 /LF 150; L.F. - 2;550.00% . 1t3 12" C.M.P. DOWN DRAIN 13.00 /LF 19 DOWN DRAIN ENTRANCE TAPERS " 70.00 EA !i 20 DOWN DRAIN. SLIP JOINTS 50.00 EA 2I "' DOWN DRAIN ANCHOR ASSEMBLIES.', 30.00 EA 22 METAL BEAM GUARD RAILING 3.70 /LF 2 GUIDE & CULVERT MARKERS 12.00 EA 24 EA. 288.00 24 SETTING ROAD SIGNS - 12.00 EA " 25 REMOVING TRAFFIC STRIPES 0.12 EA I,692:L.F. 2o3.04 . 26 MODIFYING MANHOLE 200.00 LS 20$ 40.00 2I SEPTIC TANK SYSTEM 1,200.00 LS 100,E .1,200.00. ' 28 CONSTRUCTION SURVEY 6,000.00 LS HS�' 1 -y, 00.00 C.O. #1 �/� �� 2� -s.. g�; 3iL: 8/ 2,026.56 C-0. #z " } 112.31 C.O. #3 866.55 C.o. 4 58A nn 31 Original Contract $338,468: `�g0. c" SEND PAYMENT TOS Extras to Date 2,726.tS7.'. Contract to Date $341,195.37 COxCO, INC. P.' 0. Box AIDOUIIt Earned $ 84,270-P A, 70' i/3 STANTON, CALIFORNIA Lela 10$ Retention 8, 2 AmounPrevious hissRequest DDuec $ ,239.52 I 4a: i��: "w"L7 oori"'v that the AwTv asounto Sam W are rreot. C.OXCO INC, .. . y + tt ' ,}.- ...e.alar '711 .�iy!f c.. :: ��`�' _w'. h?�.f` €�' S �f�'•�!'r��'S1 h+T! 1:fsh� s'' � \ i i y. CITY OF NEWPORT BEACH - PUBLIC WORKS DEP. PROGRESS PAYMENT REQUEST N0. 5. FOR PERIOD EN PROJECTo REALIGNMENT OF JAMBOREE ROAD ' BUDGET NO. 02- 3397 -012 CONTRACT N0 — i Original Contract . $338,468i 50 Extras to Date # ;'. Contract to Date Amount Earned ; l}m. Less 10% Retention .:. Less Previous Payments .( Amount Due This Request 5;910. SEND PAYMENT TO: COXCO, INC. P. 0. Box C STANTON, CALIFORNIA' I hereby certify that the above amounts and values are correct. &9XG.0, SIGNED F3, esr t to 0 0 CITY OF NEWPORT BEACH - PUBLEC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. PROJECT 4 REALIGNMENT OF JAMBOREE ROAD FOR PERIOD ENDEt MARCH 31, 1965 BUDGET N0, 02- 3397-012 CONTRACT NO. ITEM No. CONTRACT ITEM CONTRACT PRICE RCENT COMPLETE AMOUNT EARNED CLEARING & GRUBBING 411,400.00 L., $10,830.00 2 ROADWAY EXCAVATION 0.85 /CY 282000 Cy 23,800.00 DITCH EXCAVATION 2.40 /q COMPACTING ORIGINAL GROUND 0 . 10 /SY 1,76p66SY 166.60 5 IMPORTED SAND BORROW 1.05 /Cy 1771/ CY �p wf�.55 6 AGGREGATE BASE 3.00/70 ,1 .13T 3,432.39 _ LIQUID ASPHALT (MC-1) 50-OO/Tot 2.20T 110.00 d7 O ASPHALTIC EMULSION (RS -1) 50 -OO/TO 9 ASPHALT CONCRETE 6.00/TO 460.27T 2,761 -62 10 PLACING A.C. DITCHES 0.35/LF IN FURNISHING PILES 9.00 /1-F 11 -A DRIVING PILES 400.00 EA 12 SAN D;EGO CREEK BRIDGE 127,600.00 LS (3 SPECIAL DRIP INLETS 3550.00 EA STANDARD PRECAST MANHOLE 250.00 EA 15 18" R.C.P. 11.00 /LF 200 LF 22200.00 16 RESET 24" X �O' C.M.P. 460.00 LS 1z 30" C.M.P. 17.00 /LF 150 LF 2,550.00 Iii 12" C.M.P. DOWN DRAIN 8.00 /LF 19 DOWN DRAIN ENTRANCE TAPERS 70.00 EA 20 DOWN DRAIN SLIP JOINTS 50.00 EA 21 DOWN DRAIN ANCHOR ASSEMBLIES 30.00 EA 22 METAL BEAM GUARD RAILING 3.70/LF 2 GUIDE & CULVERT MARKERS 12.00 EA 20 EA 240.00 2 SETTING ROAD SIGNS 12.00 EA REMOVING TRAFFIC STRIPES 0.12 EA 1,692 LF 203.04 2 MODIFYING MANHOLE 200.00 LS 20,% 40.00 27 2$ SEPTIC TANK SYSTEM CONSTRUCTION SURVE 122DO.00 LS 6,000.00 LS 100$ 80% 10200.00 4.800.00 ' /)K y//-��r> CHANGE ORDER N0. 142 $71,o&ao 866. 3 , ORIGINAL CONTRACT $338,468.50 EXTRAS TO DATE CONTRACT TO DATE AMOUNT EARNED .p 71P880 LESS 10% RETENTION P} 0:9 LESS PREVIOUS PAYMENTS 37,362.87 AMOUNT DUE THIS REQUEST $ 27,329 -86 SEND PAYMENT TOI COXCO, INC. P. 0. DRAWER C STANTON, CALIFORNIA I HEREBY CERTIFY THAT THE ABOVE AMOUNTS AND 'VALUES ARE CORRECT. COXCO, INC. SIGNED) •- S IGNED 'er ENGIN� ONC BY -1 ItiAm' C C P CONTRACT P PERCENT A AMOUNT ... i C CLEARING & GRUBBING11�400.00 L L 9 90% .: $ $10,260.00 _ 2 .' R ROADWAY EXCAVATION 0 0.85 /cY 3 D DITCH EXCAVATION 2 2.40 /Cy j: C COMPACTING ORIGINAL GROUND O O.IO /SY 5 I IMPORTED SAND BORROW I I.05 /CY 1 17,791 C.Y. . .18fOU1J.q(5 6 A AGGREGATE BASE - 3 3. 00 /TO 2 204 14. TON ' . . iS1G1Y1SU f •�c;+� �-r -. 8IG1�SD - � �/•�.•p, • � " � ;:' i. -t7 i CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT 95 Ji PROGRESS PAYMENT ST N0. FOR PERIOD ENDING JANUARY PROTECT: EALIGNMENT OF JAMBOREE ROAD BUDGET N0. ' 02- 3397 -012 i. I NO Item No ^. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT RNED I V CLEARING & GRUBBING $11,400.00 L 90% $10,260.00 2 ROADWAY EXCAVATION ' 0.85 /Cy .. . DITCH EXCAVATION .' 2.40 /Cy {Q 4 COMPACTING ORIGINAL GROUND O.IO /SY .. 5 IMPORTED SAND BORROW 1.05 /CY` 6 AGGREGATE BASE 3.00 /TO 204.j4 Top :'.6f2, 42' LIQUID ASPHALT (MC -I)':" 50.00 /To ASPHALT'f CCEMULSION (RS -I) 50.00 /TO . 9 ASPHALT CONCRETE ' - 6.00 /To w9-.13... Tot 654:78' 10. PLACING A. C. DITCHES. 0.35 /LF ' It FURNISHING PILES 9.00 /LF II -A DRIVING PILES - 400.00 EA 12 SAN DIEGO CREEK BRIDGE 127,600.00 LS .. > I3 SPECIAL DROP INLETS 3 .00 EA 0 = I4 STANDARD PRECAST MANHOLE 2.00 EA 15 18" R.C.P. 11.00 /LF 1.65 LF 1.,815..00 16 RESET 24" x 50' C -M.P- 460.00 LS 1 30" C.M.P. I .00 /LF 25 %'150,LF 637•50 " 1 12" 'C.M.P. DOWN DRAIN �.00 /LF 19 DOWN DRAIN ENTRANCE TAPERS 70.00 EA 20 DOWN DRAIN SLIP JOINTS 50.00 EA 21 DOWN DRAIN ANCHOR ASSEMBLIES 30.00 EA 22'' METAL BEAM GUARD RAILING 3.70 /LF 2 GUIDE & CULVERT MARKERS 12.00 EA .1I E'A. 132.00 24 SETTING ROAD SIGNS 12.00 EA 25 REMOVING TRAFFIC STRIPES .�. 0.12 EA .... _.- '......', 26 MODIFYING MANHOLE 200.00 LS 25% 50.00 27 SEPTIC TANK SYSTEM 1,200.00 LS 100% 1,200.00 28 CONSTRUCTION SURVEYS 6,000.00 LS 50 %1: 1,000.00 Q/C Z 5 6 I , 61 .70 CHANGE ORDER N0. 3 T19,226.25 Original Contract $338,468.50 SEND PAYMENT TO: Extras to Date Contract to Date COXCO, INC. P. 0. Box C Amount Earned 19,228.25 STANTON, CALIFORNIA' Less 10% Retention 1,922.83 Less Previous Payments qg, 288.00 ' Amount Due This Request Fi,017- I hereby certify that the above amounts and values are correct. COXCO, INC. SIGNED -� SIGNED . Engifieer o r t BY A: 4� PROGRESS'PATHENT BUDGET NO. '�- arTZ or 11 vmff BEACH,. PUBLIC worm WARVMT FOR FZUOD ENDING DECEMBER 31. 11) IGNMENT OF JAMBOREE ROAD ;': CONTRACT No. 847 PERCENT AMOUNT .. . $.9,120 00. _ I CLEARING & GR1IJ eeINGI1.,,400.00 L 804 -: Z ROADWAY EXCAVATION •r 0.85 /CY Ifiki� C CONTRACT PERCENT AMOUNT .. . $.9,120 00. _ I CLEARING & GR1IJ eeINGI1.,,400.00 L 804 -: Z ROADWAY EXCAVATION •r 0.85 /CY .Extras to Date DITCH EXCAVATION ''w ?,u 2.40 /CY r Contract to Date COMPACTING ORIGINAL GROUND 0.10 /SY `I 5 IMPORTED SAND BORROW ;� 1.05 /CY ' 6 AGGREGATE BASE 3.00 /TO $109320.00 ., STANTONS CALIFORNIA''',_'i•�'.•` LIQUID ASPHALT (MC -I) ''SO.00 /TO •• I;032.00 ASPHALTTCCEMULSION (RS -1) ' '..50.00 /TO '.: + r 9 .' ASPHALT CONCRETE , 6.00 /TO :.r•� .. '., . 10: PLACING A. C. DITCHES >i t 0.35 /1-F .; .9, 11 FURNISHING PILES •' 9.00/1-F �i• :,: ;;, - 114 DRIVING PILES � 400.00 EA ,•I, , •• 12.,.E .. SAN DIEGO CREEK BRIDGE. :I•:, 127 600.00 LS ''�''' � �'. :' ..' "' . '13 ,. SPECIAL DROP INLETS .• '':' 'r�390.00 EA I STANDARD PRECAST MANHOLE I 280.00 EA f5 „ 15 18" R.C.P. II.00 /LF •.'. ., 16 RESET 24" x 50' C.M.P. 11.460-00 LS I I 30" C.M.P. I .00 /LF l. 1 ::;� 12" `C.M.P. DOWN DRAIN �.00 /LF ' I 9 DOWN DRAIN ENTRANCE TAPERS 7 0.00 EA r 20 " DOWN DRAIN, SLIP JOINTS 50.00 EA 21 DOWN DRAIN ANCHOR ASSEMSLIE>! :, •- 30. 00 LF Vii.;' 22 , "' METAL BEAM GUARD RAILING,' 3 . 7 / Y •_ r -' , 2 GUIDE & CULVERT MARKERS 12.00 EA 2 ;• SETTING ROAD SIGNS .., °.:' 12.00 EA 2 '. REMOVI No, TRAFFIC STR.I[Pes. 0.12. EA :20 MODIFYING MANHOLE - 200.00 LS 27 SEPTIC TANK SYSTEM 1 200.00 L$ f06% 1 200 00.. 2 CONSTRUCTION SURVEY 6,000.00 LS �. 4 � Original Contract $338s48 0 � $CND PAYMENT TOi ; .Extras to Date ! r Contract to Date Coxco, INC. `I a" P. 0. Box Amount Earned $109320.00 ., STANTONS CALIFORNIA''',_'i•�'.•` Lose 10% Retention I;032.00 { Lose Previous Payments Amolmt Due This Request 9,288.00 , 1 hereb,F certify that the abm awmotts and values are correct. t CHANGE ORDER NO. 11 CONTRACT N0, 847 6 d CITY OF NEWPORT BEACH PUBLIC WORKS PROJECT CHANGE ORDER CONTRACTOR'S NAME Coxco, Inc. DATE November 7, 1967 URCHASE ORDER NO. - BUDGET NO. 20- 3397 -012 PROJECT NAME AND NO. Realignment of Jamboree Road ACTION: On the easterly side of Jamboree Road at the intersection of Palisades Road widen the pavement at the return and construct A.C. curb as directed. The cost of this work performed on a force account basis, per Daily Extra Work Report and invoice submitted is $344.62. APPROVAL: neer C;:�XCO, INC. CONTRACT _ BY 1 CTE RECEIVED 5-- l2 `Department Head Date NOV Q ^ 1967. cc: Purchasing PUBLIC vjoaws DEPT• CITY OF NEWPORT BEACH PUBLIC WORKS PROJECT CHANGE ORDER CHANGE ORDER NO. 1e DATE AYOw 3v '07 CONTRACT NO. 8%7 PURCHASE ORDER NO. BUDGET NO. CONTRACTOR'S NAME omov mg. PROJECT NAME AND NO. JAMN M Ono ACTION: S/MLAO AM LML TUC iT +IL[0 MA IMIAL 9AST98L000r T T66AWAVK MOM MWROXINATCLT 8TA 83 50 TO � � A I[M/SMNLS ON A rem AOCoSNT ews! 1LM DAILT Exm Wow kp=T sAT[O 12/9 /o Is $23.00. APPROVAL: 1� em engineer CONTRACTOR: BY DATE cc: Purchasing c C- �Ln ? /9G RECEIVED AUG p 9 1967 PUBLIC woRm DEPT., CITY FMic C11m Own *AWNS g COWRACTI JAM MU Raw aAL lenow t90 OWT MME T' CWMACMa Com# Iwo AT Tim tM' ROUTIMi OF JAMiMU 40 NO EAWYOLWr DMiV9s wives To ftmew M TIIC MMTMKOT OMIMO St"m AO O7 OM DMIwsm " "A lacT 5v ft% 30 Tom Wom /HULL Mc PROhMMRO AT 1MC APPWN#ATC MIT PMteci AO Mom OM UK PMFUK AM WALL U IWLVM IN .TMi TOTAL McAMIUO OYAMTITicOr Tim APPAOMtMATC I wovici MO sOOTO Aw aAMIAT Elt"WAT IMt1 w eT ! j0.bj /eT * 3%•DD AOWOATC *AM$ 30 TOM* i 300/1w • 1311.W Alp"LTte comma Ct 89 Ten i 8A Aon + .. ALM APPMOMiMATC TOTALI 43*40 XCO0 INC S � 1967 MY v It~ am PWL!C Won lowmaw cwAu orm mows f g e COWPA"I Jmsmt Rom 14ts4seaw COWW= Howl $47 cwrRACT*Itt conco. time Is AT STATIM A + lbs o"W"Mi Tot of **As* so"? to, 15-ma DIAMTgn Pipes Conown OwstrILLO MO " low OM Domes *own "37-Lo Tat A*C* VCR SMA MIALL OR ►AID •6ft WARICS VW APPOWNIATt PRO- 0081�,, ITM* 'Tat SIMAIMCM Or T*9 VMII =ALL OR ►gWOMO AT VUR LUW Sm PRIOR Wow 00 yOilO peops"L onfift 41010AD* °JD I • f PHONES: IACNEON 9-6126 Muss rN 3-2604 .. C o r INC. : CONTRAM01% LICENSE NO. 208909 STAXTON. CAIN; 1 2062 TO: CITY of BEYlOIC BEAi3S _ PROPOSAL X? 2062 3300 W. NEWPORT BLV& (Customer) NHWPORT MEA010 CALM ATTENTION OF '44P*. 'BYNI4A8 $I_ A8'P CIVIL APRIL 24 1967 WE PROPOSE TO FURNISH TO YOU LA19R MATERIAL, TQQLS'.AND EQUIPMENT FOR THE CON- STRUCTION OF: DRAINAGE. ON PROJECT LOCATED AT/FOR: JAKBORES RW (O pw) IN ACCORDANCE WITH YOUR BRAYING Noe 1144,504 " MW DRAINNAGB SYSTEI JAKSOM NOD STATE 164800.DATBD APRIL 14,1967 (1) FOR THE Me SiRI AKOVX OF 19100-00 ` .`i WE WILL CONSTROCT TKE MAIRM WORK SHOWN CONSISTING ESSBNTIALLY OF TIE EYCAVAT10>r' OR AND PLACING OF THE j 421 OF 150 R.C. PIPE, THE VA OF 150 O.K. PIPE* WITS THE COMPETE MWARIKUT AS SHOWN, TIE INLET AND, THE CONCRETE PIPS COLLAR PLUS BACSFILLING THE DRAINAGE WORK AND CLEAN 13P* FOR_ LYKP 80K TOTAL OF $-1,,100.00 - The acceptance of this proposal is limited to FIFTEEN DAYS from the date above. TERMS: NET CASH NOT LATER THAN THE TENTH OF THE MONTH FOLLOWING DATE OF COMPLETION: 1. This proposal and, when accepted, the contract shall consist of and include all the terms, provisions and conditions set forth on both silo of this instrument. 2. A firm contract shall exist between the parties hereto only when this proposal has been signed by a qualified sales represen• tative of COMPANY, and the acceptance has been signed end dated within the limited acceptance time by CUSTOMER. All proposals over $10,000 must be signed by a partner of COMPANY. ACCEPTED: COXCO,INC. By "CUSTOMER" R.D. COY _ I DATED• a � i., ANIL 22",4' GERRAL TERMS AND CC 0111 1. if accoWjItnot paid when due, interest wfll,lbe c Oe maximum legal rate. The C es. to give written n6ti :any claims of shortages, defects or �,be c if "; 'i to C C1 have physically completed the work,­" five days after Compan y!% ly io. he said claims shall be deem _i c;, t u in 4e In the wp b' rk as proposed shall t out the written consent of.tAr'dem0any. �4. item or.j;oriion of item shall have been completed, it shall be t". l j fttq tec ainst da from others' operations. AWFg 5. Water shall be furnished by the Customer at a site convenient to the w K" I :4i 17. 6. It shall be the Cu 9t blipti 'd Al on e any necessary permits,1166-2 ozorn- �P­lla`hte with Gdve= I ws'priorities; l9dd AtIonr Su 'priorlt authority. This agreement is sin . qeiei-io contingencies of manufacture, strikes, lires, eiii6ji&ii,' delays H fiarlipefta= tion or other contingencies beyond our control. ta or 8. All taxes of any nature nn , now or hereinafter levied by any Gover)ent—Fedet4 4WLocal—on any as-may be included in this proposal, __alnv oper tion as may. BeAncluded in this proposal product by, the Customer. shall e- 10, • 1PA; a 9. if at any bmw+01 -ti* buyer becomds- or unsatis- W=Z�nour opinion, the financial factory, % the right to require payment in adva or. suspend operations. AkQ. Any ,.`attorney's fees, cps.ts pr other Maes we-Lnaw ��e cyjlection of monies as may ­ • I I- _. -,f � - _ be, iy�cuF,,re4,,jp c9me,. i,;ie 1�1��atiact, wi 'Said or by 'the customer. -Engineering, inspection antrab-ortit'ory. as may be required., shall be at the expense of the customer unless specifically stated otherwise in thtfod Posal. Construction ppictice will be. advised, or Licensed Engineers and Surveyors hired for you if ydiv$o desire. 12. The customer agrees to defend idthe name 46and on thelbehaif of Coxco, Inc., all claims or suits for damages and to pay all costs and interest on all such proceedings• and to pay all sums which Coxco, Inc. may become liable to pay as damages which might arise out of injury to or destruction of property out of any(,jyd) Njor bi aemmplished anAer-flis jDreposal- 1%) 1*TVJ_Z. 'I ;! 'd .. I- ��s nia)6. 13. In the event that the work covered by this proposal shall consume more than one month, a monthly progress billing shall be made by,­Cqxcoi Inc,: wjthjpayme!1J therwifibft �m -I*rj* _Wrdw teath bf. month following, with no retentions bt6g'h0a'by ilie-ims.0 .mer 14. When asphalt paving is contracted 1or-ih'_qt i's _3�'"or'le�s_s_%-a n -oh- oh - i , or poncrete or __djf this Company will assume no responsibility oi� magq. to Stse -of Aegc�4on­,or* avy. traffic. T T, 15. Where no date or time for commeh6enietit'or cdmp1L§rton­-o04hd'wofk_ Is speeifie oedXg, A" � reasonable time shall be allowed for both commencement and completion, and 0xftshaft siohsle iinfe be granted to Company upon fts request where the delays were occasioned by factors beyond Company's control. 16. Only the construction itemized on the reverse side is included in this proposal. 17. When paving is done on rough grade prepared by others or over others ditches, this Company is not responsible for any failure as might occur afterwards due to lack of compaction or improper backfilling. 18. When curb and gutter work is included in this proposal, the owner's engineer shall layout the curb depressions in ample time ahead of our concrete crews. 19. Each operation contracted hereon shall be allowed to proceed to completion in a single continuous increment with no interference from others. 20. This proposal shall become part of any contract as might bd negotiated by reason of its presentation. C,O Z'C 0, IM 0. IF lip PNONE9: J,L,MN 7.5116 TWRioAxs 3 -2606 C O X C O, INC. CONTRACTOR'S L,OENSE NO. 206707 t.0. MAWM C STANTON. CWLW. (OgASpc,QoWt ) W Mann j PROPOSAL N? 2062 V. $, (Customer) . ,. V71isl+iN! CIVIL XR1XX1&TE_AFSn 24.190 WE PROPOSE TO FURNISH TO YOU LABOR, MATERIAL, TOOLS AND EQUIPMENT FOR THE CON- STRUCTION OF: DRAIJAS ON PROJECT LOCATED AT /FOR: ,JAM001 SW (OOW) IN ACCORDANCE WITH Z =ANM 50. Do-*" VM DRALN00Z XISM MBOBAS Aft STATION 164NO AWIM OM 14,107 t1> ?OA 8�Q fNt Axet4xT QP _ - - - - - - - - - - - • - - "' 9 1;190.00 VIZ iiIii 00N5'AwT 20 PAIAno wow am 0035I5TISl. Z85211IALLT OF TNN =ATARI= TOR AND PLYfiNO 0i W 42, or ls; R.O. PIPZ, in r at 151 a.m. Z3l�. WM "M 0002ZTZ Z* ASAUNT AS 9K WIi. TKZ IS IN AND TKI 00 0 `09'Z PW 0%J AZ-- 3'LZIS DAMMING TIN WAINAa1 WOES: AND QLZAZ YV* FOR bVR EVIL TOTAL OF The acceptance of this proposal is limited to FIFTEEN DAYS from the date above. TERMS: NET CASH NOT LATER THAN THE TENTH OF THE MONTH FOLLOWING DATE OF COMPLETION: 1. This pro posa m l and, when accepted, the contract shall consist of and include all the terms, provisions and conditions set forth on both sides of this instrument. 2. A firm contract shall exist between the parties hereto only when this, proposal has been signed by a qualified sales represen• tative of COMPANY, and the acceptance has been signed and dated within the limited acceptance time by CUSTOMER. All proposals over $10,000 must be signed by a partner of COMPANY. ACCEPTED: COXCO, "CUSTOMER" DATED- 2.9_ aim GARAL TERMS AND CONDITIA I. If account is not paid when due, interest will be charged at the maximum legal rate. 2. The Customer agrees to give written notice to Company of any claims of shortages, defects or unsatis- factory work within five days after Company's forces skull have physically completed the work, and if not so given, the said claims shall be dee waived..: 3. No changes<in the work as proposed shall Wmade without the written consent of this Company. 4. When each item or portion of item shall have been - completed, it shall be the customer's liability to pro- tect it against damage from others' operations. sr 5. Water shall be furnished by the Customer at a site convenient to the work. 6. It shall be the Customer's obligation to provide any necessary permits, licenses, rights -of -way and cotn- pliante with Government regulations such as priorities, land u §e and coin ineitcement of construction authority. 7. This agreement is subject to contingencies of manulacaue, strikes, fires, embargoes, delays in transporta- tion or other contingencies beyond our control. 8. All taxes of any nature, now or hereinafter levied by any Government— Federal, State or Local —on any product as may be included in this proposal,_or on any operation as may be included in this proposal shall be paid by the Customer. 9. If at any time, in our opinion, the financial responsibility of the buyer becomes impaired or unsatis- factory, we reserve the right to require payment in advance, or suspend operations. 10. Any attorney's fees, costs or other expenses which may be incurred in the collection of monies as may become due under this contract, will be paid for by the customer. 11. Engineering, inspection and laboratory tests as may be required, shall be at the expense of the customer unless specifically stated otherwise in this proposal. Construction practice will be advised, or Licensed Engineers and Surveyors hired for you if you so desire. 12. The customer agrees to defend in the name of and on the behalf of Cusco, Inc., all claims or suits for damages and to pay all costs and interest on all such proceedings and to pay all sums which Casco, Inc. may become liable to pay as damages which might arise out of injury to or destruction of property out of any such work as may be. accomplished under -this proposal_ 13. In the event that the work covered by this proposal shall consume more than one month, a monthly progress billing shall be made by Coxco, Inc. with .payment thereof being no later than the tenth of month following, with no retentions being held by the customer. 14. When asphalt paving is contracted for that is 3" or less in thickness, or concrete paving of 8" or less, this Company will assume no responsibility for damage to the paving because of vegetation or heavy traffic. ' 15. Where no date or time for commencement or completion of the work is 'specified or agreed upon, a reasonable time shall be allowed for both commencement and completion, and extensions of time shall be granted to Company upon its request where the delays were occasioned by factors beyond Company's control. 16. Only the construction itemized on the reverse side is included in this proposal. 17. When paving is done on rough grade prepared by others or over others ditches, this Company is not responsible for any failure as might occur afterwards due to lack of compaction or improper backfilling. 18. When curb and gutter work is included in this proposal, the owner's engineer shall layout the curb depressions in ample time ahead of our concrete crews. 19. Each operation contracted hereon shall be allowed to proceed to completion in a single continuous increment with no interference from others. 20. This proposal shall become part of any contract as might be negotiated by reason of its presentation. ooa mom on9nd L96I Z ddV 0 3 A I' '' 3 CORCO, INC. CITY OF NEWPORT BEACH PUBLIC WORKS PROJECT CHANGE ORDER CHANGE ORDER NO. 7-A DATE November 7, 1967 CONTRACT NO. CONTRACTOR'S NAME COXCO. INC. PURCHASE ORDER NO. - BUDGET NO. 20- 3397 -012 PROJECT NAME AND NO. REALIGNMENT OF JAMBOREE ROAD I ACTION: This change revises the dollar value of Change Order R. This project originally called for a 2 -inch A.C. wearing surface over the pre -cast deck members. The concrete surface constructed under the remedial work at no cost to the City eliminated the need for this A.C. pavement. Since the wearing surface has been planned as a pay item, the value of the computed quantity of this surface is deducted from the value of Change Order No. 7. 360 lin. ft. x 31.5 ft. wide x 24 lb /sq.ft. = 127.00 Tons 127.00 Tons x $6.00 (Item 9) = $762.00 Change Order #7: $- 31,229.13 This revision: 762.00 Revised total C.O. #7: $- 30,467.13 CONTRACTOR: LM DATE APPROVAL: /Z - 7 - ,- 2 eia tnaineer Department Head Date cc: Purchasing CP -�CO3 INC. i CITY OF NEWPORT BEACH PUBLIC WORKS VEPARVENT CHANGE ORDER NUMBER: 7 CONTRACT .REAL I.GNMENT OF JAMBOREE, ROAD -,- (SAN DIEGO CREEK BR I'Dcl CONTRACT NUMBER 847 CONTRACTOR. Coxcol INC. SCOPE OF WORK: - :I REPAIR DEFECTS IN EXISTING PRECAST BRIDGE DECK AS PER APPROVED NO. R- 5086 -S1 AND SPECIFICATIONS FOR "D-ING�.1 REMEDIAL WORK, BOTH PREPARED--,Y , a' WILLIAM F. LEVER. -. ACCEPTANCE OF THIS CHANGE ORDER BY THE CONTRACTOR WILL NECESSITATE ACCEPTANCE OF THE FOLLOWING CONDITIONS: 1. A REDUCTION IN PRICE TO COMPENSATE TAE CITY FOR THE.ADDITIONA.L COST DUE TO INCREASED THICKNESS OF DECK REQUIRED WHEN THE PRESENT BRIDGE IS WIDENED TO LANES -AT A FUTURE DATE.'TNE COMPUTED COST OF REDUCTION IM PRICE FOR THIS ITEM IS: $51700.00 r 2. A REDUCTION IN PRICE TO COMPENSATE THE CITY FOR THE WITHDRAWAL FROM PARTICIPATION IN FINANCING OF THE BRIDGE BY THE ARTERIAL . FINANCING PROGRAM OF ORANGE COUNTY. THE COMPUTED COST OF REDUCTION IN PRICE FOR THIS ITEM IS: $251529.13• 3- INSPECTION OF THE REMEDIAL WORK AND CERTIFICATION UPON COMPLE- TION BY WI=LLIAM F. LEVER THAT THE WORK WAS DONE TO HIS SATISFACTION. ALL.COSTS FOR REMEDIAL WORK TO BE BORNE BY THE CONTRACTOR. ' SIGNED "..-�- CONTRACTOR COXCO, INC. TITLE _�, /� BY - DATE p[J, 30 �Q�� - I DATE2 -3 66 ;. .. _ RECEIVED. JAN 1# 1961 PUBLIC WORKS ; num F CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CHANGE ORDER NUMBER: E) CONTRACT: pR�E�ALIGNMENT OF JAMBOREE ROAD UY CONTRACT NUMBER: 7 CONTRACTOR: COXCO) INC. AT STATION 92 +99, 30 INCH C.M.P., REMOVE UNSUITABLE BEDDING MATERIAL AS DIRECTED BY THE ENGINEER AND REPLACE WITH IMPORTED SAND BORROW. THIS WORK SHALL BE DONE ON A FORCE ACCOUNT BASIS PER SECTION 9 -03 OF THE CITY STANDARD SPECIFICATIONS. THE APPROXIMATE COST OF THIS CHANGE IS: *500iOO. COXCO, INC. SIGNED/ CONTRACTOR DATE 7 — Z Z —G.i" BY DATE THE FINAL COST OF THIS WORK DETERMINED FROM TIME SHEETS AND INVOICES SUB- MITTED IS: $. Z49; SIGNED _� LPL.- ,�.c•i .. --._Jr CONTRACTOR C O C INC i DATE— GS' -' ^C 1'�. BY .- . JUNI6 1955 ' • DATE i CIIAROt ONKs (N tR1 GOMTRAtTi RtALlownT Of Ao*oow: *Uw dOMTRACTORI OIIbO� IRe. Ar STATION 92+.99, V Imat GILL* s. 11LW*9 WW jrASLt SWI tHS 00901AL (A o1R[Crib tr.TR[ ENRIRttR MO RCRLACI WITH, 11lP}llT6..W* 40"W. TV#$ MORk'Sk"L Ot DOW ON A /ORCt 'AtCOMIIT *A;IS 943 N Tog EftT, sTiuIeARR SftoricAtson. TOW A►PROXINATC COST O/ TMIf C14AM I91 ' �gE18y00, S IORt9 %d • � ' �E— ✓r, � EOMtR�ICTWt -6,1J CO I LI N u.ur1 6`1965 :Ears Tog rl"L Css1A' or TAfli won% DtTtiiK1RLO rm" TillL wims AM males R�, pit- .91 j� y COXCO, INC. ENGINEERING CONTRACTORS P. O. DRAWER C STANTON, CALffORNIA TO: City of Newport Beach 3350 W. Newport Blvd. Newport Beach, California Att: Public Works Dept. (cormer Knott and xatdla Raa&) 327.5326 April 30. 1965 :Nvo:ce No J -773 YOUR P. O. NO (TERMS: NET CASH) PLEASE PAY FROM THIS INV&CE NO MONTHLY STATEMENT WILCU SEW 1 T E M AMOUNT 6 — � "ecO.7 CHANGE ORDER NO. ,Z- Increase section of northbound roadway - Contract No. 847 - Realingment of Jamboree Road. Labor: Labor 16 Hrs` 4 1 73. Foreman (Al Lewis) 9 Hrs 0.00 /fir 90.00 Rental equipment: 30 Ton truck crane (ZPdvv*r equip, invoice attached). 11 Hrs ✓ 32.00 /hr 352,00 HS 3 Cat loader (T do W 7 Hrs✓ 12.50 /hr 87 50 Barth movers inv. att. ) Move charge for Cat ldr 10 00� 2 x 2 centrifugal pump (Blystone Equip, inv. att.) 1 day y 24.00 24 00 Sub -total 636 '94 Add 15% for overhead and profit 95.54 TOTAL 732.48 RECEIVEQ MAY 5 1965 PUBLIC WORKS DEPT, (TERMS: NET CASH) PLEASE PAY FROM THIS INV&CE NO MONTHLY STATEMENT WILCU SEW COXCO, INC. ENGINEERING CONTRACTORS P. O. DRAWER C STANTON, CALIFORNIA TO: City of Newport Beach 3350 W. Newport Blvd. Newport Beach, California (Corner Knott and Katella Roads) 527.5126 DATE April 30, 1965 INVOICE NO. J -773 YOUR P. O. NO. (TERMS: NET CASHI PLEASE PAY FROM THIS INVOICE NO MONTHLY STATEMENT WILL BE SENT ITEM AMOUNT CHANGE ORDER NO, A- Increase section of northbound roadway - Contract No. 847 - Realingment of Jamboree Road. Labor: Labor 16 Hrs 4.59/hr 73.44 Foreman (Al •�ewis) 9 Hrs 10.00 /hr 90.00 Rental equipment: 30 Ton truck crane (7dwl*r equip. invoice attached) 11 Hrs 32.00 /hr HS 3 Cat loader (T & W 7 Hrs 12. 50 /hr 352.00 87.50 Earth movers inv. att. ) Move charge for Cat ldr 10.00 2 x 2 centrifugal pump (Blystor.e Equip. inv. att.) 1 day 24.00 2.00 Sub -total 636.94 Add 15 % for overhead and profit 95,54 TOTAL $ 732 48 (TERMS: NET CASHI PLEASE PAY FROM THIS INVOICE NO MONTHLY STATEMENT WILL BE SENT COXCO, INC. ENGINEERING CONTRACTORS P. O. DRAWER C STANTON, CALIFORNIA TO: City of Newport Beach 3350 W. Newport Blvd. Newport Beach, California (Comer Knott and Katd 1a Roads) 527.5126 DATFApril 30, 1965 INVOICE NO. J -773 YOUR P. O. NO. (TERMS: NET CASH) PLEASE PAY FROM THIS INVOICE NO MONTHLY STATEMENT WILL BE SENT ' 1 T E M AMOUNT CHANGE' ORDER NO, 4- Increase section of northbound roadway - Contract No. 847 - Realingment of Jamboree Road. Labor: Labor 16 Hrs 4,59/hr 73.44 Foreman (r.l ..ewis) 9 Hrs 10.00 /hr 90.00 Rental equipment: 30 Ton truck crane (7divitr equip, invoice attached) 11 Hrs 32.00 /hr 352 00 HS 3 Cat loader (T & W 7 Hrs 12, 50 /hr 87 50 Barth movers inv. att. ) Move charge for Cat ldr 10 00 2 x 2 centrifugal pump (Blystone Fquip, inv. att.) 1 day 24,00 24.00 Sub -total 636.94 Add 155o for overhead and profit 95.54 TOTA L $ 732,48 (TERMS: NET CASH) PLEASE PAY FROM THIS INVOICE NO MONTHLY STATEMENT WILL BE SENT �{ a HARLEN INVOICE= 7059 revised ,Ar UNDERGROUND CONTRACTORS 2627 S. MAIN STREET. SANTA ANA. CALIFORNIA STATEMENT, ACCOUNT OF COXCO INC. P.O. BOX C STANTON, CALIF. 546 -8920 DATE MARCH 3, 1965 JOB LOCATION Jamboree job CUSTOMER'S P.O. = C -847 C. C.O. 4 Work done 2/4/¢5 & 2/5/65 Excavation & Placement of SE 30 Sand & 30" CMP Labor - Total hours 16 Supervision - Total hours 9 Equipment - 30 ton crane 11 hours H -S -3 Cat loader 7 hours H -D -3 Cat -Move in charge Pump 15% OHP 4.59 10.00 32.00 12.50 73.49 90.00 352.00 87.50 10.00 24.00 636.-99 95.55 732.54 HARLEN INVOICE# 7059 revised UNDERGROUND CON.TRACTORS 2927 S. MAIN STREET. SANTA A.A. CALIFORNIA 546-8920 STATID4 UNT OF DATE MARCH 31 COXCO :[R P.O. BOX C STANTON, CALIF.- JOB LOCATI10N jamboree job JI I CUSTOMER'S P.O. # C-847 C. C. O. 4 Work done 2/4/05 & 2/5/65 Excavation & Placement o,fSE.30 Sand & 30" CMP Labor - Total hours 4E 16 Supervision - Total hours 9 Equipment - 30 ton crane 11 urs H-S-3 Cat loader �Wzurs H-D-3 Cat-Move in charge Pump 15% OHP @ 4.59 @ 10.00 @ 1 32.00 @ 12.50 .:w ?i L/ 73.49 90.00 352.00 87.50 10.00 636.79 95. 732.SW .4 t §�0 \/ r( i> =1 (� I /` §/ §� � c 2 � e . . k � I q 0 •• § o | ; � '§ ■ � ; z Z s m ZO a in �lz z \ / 9 k 0 c 2 0 ■■� k� t 000 07r K ;qg s k§§�o� .m, . � )� 'to z*��`$ {> o ;; � - OUR NUMBER 7-174. C� /0 OATS ' Sold � / � To `!�/ t/ �r /ZI� cuss e•s oRO ' Vi �-- f-- - - -_.- TERMS i W Shipped To - V F. O.0. Address z Redifgrm 7H 722 W16_v : 67 a 17 its 1° l° i O d m I j li 1' m mz I I I I is I o� §T N T 'O J `r 1 1 d � f'1'f H mz 9 v � = m Z .t I o m Z1 °° > ug i • Z I x m n 0 1 < ]p N N t W Q A o a O m at �N m I j a m m O� = Z ■ S x o xl I I I I O I MI z I lxx ;i�sl; �x ; =l3 =1 x— 0 6 > '9> � r i Si I S I f o I co c i ' ' I I !i i !a i ri a) o W i d � f'1'f H mz m (� .t 1 m ri a) o W i t second revision INVOICE x TM 7059 HARLEN UNDERGROUND CONTRACTOR• 16,27 S. MAIN STREET. SANTA ANA. CALIFORNIA dw S /EaESO STATEMENT. ACCOUNT OF DATE May 21, 1965 COXCO INC. P.O. BOX C JON LOCATION JAMBOREE JOB STANTON, CALIF. CUSTOMER'S I.O. R C -847 C.C.O. Work done 2/4/65 & 2/5/65 Excavation & Placement of SE 30 Sand & 30" CMP Labor - Total hours 16 Supervision - Total hours 9 Equipment - 30 ton crane 11 hours H -6-3 Cat loader 7 hours H -D-3 Cat -move in charge Pump 15% OHP O• 4.59 6.50 I 32.00 12.50 73.44 58.50 352.00 97.50 10.00 R24.00 605.44 90.82 696.26 CITY OF NEWPORT BEACH PUBLIC,W KB DEFARTWNT -A. CHANGE ORDER NUMBER: 5 CONTRACT: REALIGNMENT OF JAMBOREE ROAD CONTRACT NUMBER: 847 CONTRACTOR: COXCO, INC. JANUARY 26, 1965 DUE TO AN ADDITIONAL SEWAGE SYSTEM, THE EXISTANCE OF WHICH WAS UNKNOWN] AT THE FRAME BUILDING AT APPROXIMATELY STATION 100 + OOI MAKE INVEST- IGATION AS NECESSARY TO DETERMINE THE BEST METHOD OF CONNECTION TO THE NEW SYSTEM INSTALLED UNDER THIS CONTRACT. HAKE THIR CONNECTION AS DIRECTED BY THE ENGINEER. WHEN THE CONNECTION HAS BEEN MADEA PUMP OUT AND FILL WITH SAND THE REMAINING CESSPOOL. THIS WORK SHALL BE DONE ON A FORCE ACCOUNT OASIS PER SECTION 9-03 OF THE CITY STANDARD SPECIFICATIONS. THE APPROXIMATE COST OF THIS CHANGE IS: $125.00. SIGNED�! 6![y� ✓t'. 601C�ONTPACTOR _ DATE �- L a ��� BY DATE THE FINAL COST OF THIS WORK DETERMINED FROM TIME SHEETS AND INVOICES SUBMITTED ISS $ Z4/72,6 SIGNED DATE CONTRAC Tom I / BY !! ttry DATE `. V COXCO, INC. ENGINEERING CONTRACTORS P. O. DRAWER C STANTON, CALIFORNIA TO: City of Newport Beach 3350 W. Newport Blvd, Newport Beach, California Att: ITEM (Corner Knott and Katella Roads) 527 -5126 DATE April 30, 1965 J -773 INVOICE NO. YOUR P. O. NO. CHANGE ORDER NO, 5 - Realignment of Jamboree Road Contract No, 847 Locate and make connection to existing sewer system, pump out and fill with sand remaining cesspool, Labor: Labor 22 Hrs 4. 59/hr Foreman 3 Hrs 10, 00/ hr Equipment: Pump 2 Ids ' 18. 00/ld Skiploader 2 hrs 12, 00/hr Materials: Sub -total Add 1516 overhead and pfofit TOTAL p. << �o (TERMS: NET CASH) PLEASE PAY FROM THIS INVOICE NO MONTHLY STATEMENT WILL BE SENT AMOUNT 100.98 30,00 36100 24 +00 34163 225161 33 84 $ 259145 COXCO, INC. ENGINEERING CONTRACTORS P. O. DRAWER C STANTON, CALIFORNIA TO: City of Newport Beach 3350 W. Newport Blvd. Newport Beach, California A44. (Corner Knott and Katella Roads) 527.5126 e t. INVOICE NO. J -773 YOUR P. O. NO. (TERMS: NET CASH) PLEASE PAY FROM THIS INVOICE NO MONTHLY STATEMENT WILL BE SENT 1 T E M AMOUNT CHANGE ORDER NO. 5 - Realignment of Jamboree Road Contract No. 847 Locate and make connection to existing sewer system, pump out and fill with sand remaining cesspool. Labor: Labor 22 Hrs 4. 59 /hr 100.98 Foreman 3 Hrs 10.00 /hr 30.00 Equipment: Pump 2 lds 18. 00 /ld 36.00 Skiploader 2 hrs 12.00 /hr 24.00 Materials: 34.63 Sub -total 225.61 Add 159/6 overhead and pfofit 33.84 TOTAL $ 259.45 (TERMS: NET CASH) PLEASE PAY FROM THIS INVOICE NO MONTHLY STATEMENT WILL BE SENT COXCO, INC. ENGINEERING CONTRACTORS P. O. DRAWER C STANTON. CALIFORNIA TO: City of Newport Beach 3350 W. Newport Blvd. Newport Beach. California A++. A„Llin Wnn4e n�n1 (Coiner Knott and KateEa Roads) 527.5126 INVOICE NO. J-773 YOUR P. O. NO. (TERMS: NET CASH) PLEASE PAY FROM THIS INVOICE NO MONTHLY STATEMENT WILL BE SENT 1 T E M AMOUNT CHANGE ORDER NO. 5 • Realignment of Jamboree Road Contract No. 847 Locate and make connection to existing sewer system, pump out and fill with sand remaining cesspool. Labor: Labor 22 Hrs 4.59/hr 100.98 Foreman 3 Hrs 10.00 /hr 30.00 Equipment: Pump 2lds 18.00 /ld 36,00 Skipioader 2 hrs 12.00 /hr 24.00 Materials: 34.63 sub -total 225.61 Add 15% overhead and pfofit 33 84 TOTAL $ 259.45 (TERMS: NET CASH) PLEASE PAY FROM THIS INVOICE NO MONTHLY STATEMENT WILL BE SENT r • • INVOICE= 7059 revised HARLEN UNDERGROUND CONTRACTORS 2627 S. MAIN STREET, SANTA ANA, CALIFORNIA STATEMENT, ACCOUNT OF COXCO INC. P.O. BOX C STANTON, CALIF. a 546 -8920 DATE March 3, 1965 JOB LOCATION JAMBOREE' JOB CUSTOMER'S P.O. = `' -8¢7 C. C. 0. #5 Work done 1/28/65 & 2/4/65 Find and connect house laterals, pump & fill cesspoc Labor - Total hours 22 hours C Supervision - total hours 3 hours @ Pump two loads @ Equipment - Skip loader total hours 2 @ Material 1/30/65 total material 2/18/65 total material OHP 15% 17.50 17.13 225.61 33.84 259.45 4.59 100.98 10.00 30.00 18.00 36.00 12.00 24.00 17.50 17.13 225.61 33.84 259.45 TY OF NEWPORT BEACH t'JBLIC WORKS DEPARTMENT CHANGE ORDER NUMBER: 5 CONTRACT: REALIGNMENT OF JAMBOREE LOAD CONTRACT NUMBER: Vn J }( CONTRACTOR: COXCO, INC. DUE TO AN ADCIT IONAL SEWAGE SYSTEM, THE EXISTANCE OF AT THC FRA.MC SUILDIUC. AT APPROXIMATELY STATION IOC + iGATION AS NECESSARY TO DETERMINE THE BEST METHOD OF NEW SYSTEM INSTALLED UNDER THIS CONTRACT. MAKE THIS DIRFCT -0 BY THE ENGINEER. F11HEN THE CONNECTION HAS e AND FILL. WITH SAND THE REMAINING CESSPOOL. JANUARY 28, 1965 WHICH WAS UNKNOWN; 00, MAKE INVEST - CONNECTION TO THE CONNECTION AS _EN MADE, PUMP OUT THIS WORK SHALL BE DONE ON A FORCE „CCOUNT BASIS PER SECTION 9 -03 OF THE CITY STANDARD SPECIFICATIONS. THE APPROXIMATE COST OF THIS CHANGE IS: 1+105.00. `CONTRACTOR DATE �- 'L �_-/r�T`' -1 _ -- BY DATE THE FINAL. COST OF THIS WORK DETERMINED FROM TIME SHEETS AND INVOICES SUBMITTED IS: S I GNED `�So / f/ CONTRACTOR DATE G�J �� —!SV BY ^•�/ Cis DATE 6 •ecor�A rwisiwl INVG#CX#vm 7059 HARLEN UNDERGROUND CONTSADj0a6 2627 S. MAIN STREET. SANTA ANA. CALIFORNIA = M4-S61D STATEMENT. ACCOUNT OF DATE May 21, 1965 COKCO INC. �y�,� P. O. BOX C SOD LOCATION JAXBORU im STANTON, CALIF. CUSTONER•S ►.D. i Work done 1/28/65 & 2/4/65 Find and connect house laterals, pump & fill cesspool. Labor - Total hours 22 hours Supervision - total hours 3 hours Pump two loads Equipment - Skip loader total hours 2 Material 1/30/65 total material 2/18/65 total material OHP 15% • C.C.O. #5 4.59 10.00 18.00 12.00 &W-96 19.50 36.00 34.00 17.50 17.13 215.1.1 32.27 247.38 CHANGE ORDER NUMBER CONTRACT: CONTRACT NUMBER: CONTRACTOR: CITY Of NEWPORT BEACH PUBLIC WORKS DEPARTMENT k REALIGNMEN7 OF JAMBOREE ROAD 8117 COXCO, INC. INCREASE THE STRUCTURAL SECTION OF THE NORTHBOUND ROADWAY BETWEEN STATION 10100 AND 102:-95 TO 3° A.C. /7" A.B./12° SELECT SAND SUB -BASE. THE ADDITIONAL ROADWAY EXCAVATION SHALL BE PAID FOR AT THE UNIT PRICE BID AND SHALL BE INCLUDED IN THE FINAL QUANTITIES. THE SELECT SAND SUB -BASE SHALL BE PAID FOR AT THE NEGOTIATED UNIT PRICE OF $1.75 PER CUBIC YARD. THE APPROY. IMA7E QUANTITIES ARE: 1. ROADWAY EXCAVATION: 280 CU• YD. 2. SELECT SAND SUB -BASE: 280 CU. YD. THE APPROXIMATE COST OF THIS CHANGE IS: I. ROADWAY EXCAVATION: INCLUDED IN UNIT PRICES 2. 'SELECT SAND SUB -BASE: 280 X $1.75 = m1T90.00 a�. Oxc®r m C. S 1 G 4E �(�. 1/ ✓� CONT RAC T OP ` ( DATE SIGNED O.C.H.D. DATE THE FINAL AMOUNT AMID COST OF THE SELECT SAND SUB -BASE IS: $ 588 -DO (336 CU.YD) DATE Si GIIED O.C.H.D. DATE CONTRACTOR -`'• BY C DATE J W . 1 G, CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTIvENT CHANGE ORDER NUMBER: 4 CONTRACT: REALIGNMENT OF JAMBOREE ROAD CONTRACT NUMBER: 847 CONTRACTOR: COXCO, INC. INCREASE THE STRUCTURAL SECTION OF THE NORTHBOUND ROADWAY BETWEEN STATION 101+00 AND 1021 -95 TD 3" A.C./7° A.B./12° SELECT SAND SUB -BASE. THE ADDITIONAL ROADWAY EXCAVATION SHALL BE PAID FOR AT THE UNIT PRICE BID AND SHALL BE INCLUDED IN THE FINAL QUANTITIES. THE SELECT SAND SUB -BASE SHALL BE PAID FOR AT THE NEGOTIATED UNIT PRICE OF $1.75 PER CUBIC YARD. THE APPROXIMATE QUANTITIES ARE: 1. ROADWAY EXCAVATION: 280 CU. YD. 2. SELECT SAND SUB -BASE: 280 CU. YD. THE APPROXIMATE COST OF THIS CHANGE IS: 1. ROADWAY EXCAVATION: INCLUDED IN UNIT PRICES 2. SELECT SAND SUB -BASE: 28o X $1.75 = $49o.00 S I G N E D DATE SIGNED O.C.H.D. DATE CONTRACTOR J.�_ BY �L�4t.I. /r e- DATE THE FINAL AMOUNT A W COST OF THE SELECT SAND SUB -BASE IS: $ 588.00 (336 CU.YD) S I GNED, J / �/���� CONTRACTOR t, DATE .. -i " /�>-� BY DATE S IGNE O.C.H.D. DATE T 0 ob CHANGE ORDER NUMBERS CONTRACTS CONTRACT NUMBER$ CONTRACTOR: CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3 REALIGNMENT OF JAMBOREE ROAD 847 COXCOS, INC. AT THE CONTRACTOR'S OPTIONS THE TEMPORARY BY -PASS MAY BE PAVED WITH 2 INCHES OF ASPHALTIC CONCRETE. THE LUMP SUM COST OF THIS PAVING SHALL BE THE COMPUTED COST OF THE TEMPORARY BY -PASS SURFACING AS ORIGINALLY SHOWN ON THE PLANS AND IN THE SPECIAL PROVISIONS. THIS COMPUTED COST IS: $866.55 THE COST COMPUTATION SHEET IS ATTACHED. THIS CHANGE ORDER WILL RESULT IN NO CHANGE TO THE ORIGINAL CONTRACT PRICE. \ v S IGNED // ' � ✓� /-CONTRACTOR INC. DATE -I S"'��JJ BY ✓ / DATE JAN 181965 E CEIVED JAN - PUBLIC WORIKS APE Al I. 4b JAMBOREE ROAD t -847 CHANGE ORDER ND. 3; MODIFY SURFAet ON TEMPORARY BY -PASS. LENGTH. 6455p FEET (MEASURED) MIDTHI 28 FEET FROM PLANS) AREA: 18,060 SQ. FEET BID ITEM 15, IMPORTED SAND 19,060 x 2/12 r. 1/27 = 111.48 cu. YD. BID ITEM #8, ASPHALT EMULSION (RS -1) 5 APPLICATIONS AT 3/8 GALLON PER $0. YAkD 18,060 x 1/9 x 3/8 x 5 = 3,762.5 GALLONS FROM STATE S,ANOARD SPEcS., GRADE I ASPHALT = 251 GAL. /TON 3,762.5 x 1/251 = 14.99 TONS BID ITEM PRICE QUANTITY TOTAL COST 5 1.05 /cu.Yo. 111.48 $ 117.05 8 50.00 /TON 14.99 749.50 $ 866.55 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CHANGE ORDER NUMBER: Z CONTRACT: REALIGNMENT OF JAMBOREE ROAD CONTRACT NUMBER: 847 CONTRACTOR: COXCO, INC. \J SUBSEQUENT TO THE DRAFTING OF THE PLANS AND SPECIFICATIONS FOR THE SUBJECT CONTRACT A QUANTITY OF EARTH AND MUD WAS DUMPED IN THE RIGMT�OF-WAY FROM APPROXIMATELY STATION 82 TO STATION 815. PER THE SOILS ENGINEERS RECOM- MENDATION, THIS MATERIAL SHALL BE LEVELED OFF IN A LAYER APPROXIMATELY 10 INCHES THICK. THIS WORK SMALL BE PERFORMED ON A FORCE ACCOUNT BASIS PER SECTION 4-03 OF THE CITY STANDARD SPECIFICATIONS. THE APPROXIMATE COST OF THIS WORK IS: $150.00 S IGNED CONTRACTOR C 0'! C O, 1 N C. DATE /- /s--�J' 13Y DATE H!'v __ �.,u•. THE FINAL COST OF THE ABOVE WORK PER TIME SHEETS AND /OR INVOICES ATTACHED IS: Il ?_31 DATE _ - J CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CHANGE ORDER NUMBER :, I CONTRACTS REALIGNMENT Of JAMBOREE ROAD CONTRACT NUMBER: 847 CONTRACTOR: COXCOl INC. INSTALL 420 LIN. FEET Of 15 -INCH DIAMETERS ASBESTOS BONDED, ASPHALT - DIPPED CORRUGATED METAL PIPE IN TTc,^H,E DRAINAGE DITCH CROSSING THE ROADWAY CENTERLINE AT APPROXIMATELY STATION W + . NO SPECIAL FITTINGS AT THE PIPE ENDS WILL BE REQUIRED. ALIGNMENT AND GRADE WILL BE STAKED BY THE CITY'S SURVEYORS WHEN REQUESTED. THIS WORK SHALL BE PERFORMED ON A FORCE ACCOUNT BASIS PER SECTION 4 -03 OF THE CITY STANDARD SPECIFICATIONS. THE APPROXIMATE COST OF THIS WORK IS% $Isgw.00 COXc o, INC. SIGNED._�� CONTRACTOR d��a - 4, DATE � ! S— — l t BY DATE THE FINAL COST OF THE ABOVE WORK PER TIME SHEETS ANDAR INVOICES ATTACHED IS: S I GNED DATE coxco, fNC. CONTRACTOR BY DATE S— '4'-1— G RECEIVED MAY PUBLIC utPT. ' CITY OF NEWPORT BEACH PUBLIC UORKS PROJECT CHANGE ORDER CHANGE ORDER N0, 7 -A DATE PJovgriber 7, 1967 CONTRACT N0. 047 PURCHASE ORDER N0. BUDGET NO. 20 -3397 -012 CONTRACTOR'S NAME COXCtl, 1:w- PROJECT NAME AND N0, R Al ,1'!ZJT of ,I^." IOREE ROAD ACTION: This change revises tiie dollar value of C;langa Order #7. T,ris project originally called for a 2 -inch A.C. wearing surface over the pre -cast deck members. The concrete surface constructed under the remedial ,pork at no cost to t!ne City eliwiinated the need for t1,A, A.G. pavement. Since the wearing surface iras begin planned as a pay item, th- value of the computed quantity of tdis surface is deducted from the value of Change Order No. 7. 366 lin. ft. x 31.5 ft. wide x 24 lb /sq.ft. = 127.00 Tons 127.00 Tons x $6.00 (Itern 9) _ $762.00 Cnange Order #'7: $- 31,229.13 This revision: 762.00 Revised total C.O. #7: $- 30,467.13 CONTRACTOR: x C O, INC, i' BY DATE APPROVAL: e a Engineer Department Head Date cc: Purchasing Ji ^CITY OF NEWPORT 4RACN - PUBLIC WORKS TMENT C.C.O. No_ I (J Amount Authorized = , oporf No DA RA WORK RT Previous Expendifure $ �Date Work Perforce �Z - " 6 Today $ Date of Report To Date : p Project Nam v' 8�°a`F <✓L '���' /o ��6il ontracf No: 0¢7 Desc ' tion of Wor GrPST rz7r✓ /7YS�7/!/fiYY c�7.�?77G.0 d 7S - HOURLY HOURS EXTENDED `x< - RATE- AMOUNTS LABOR ge L ft f 3 rF . l White to Inspector Yellow to Public Works Department Pink to Contractor UNDER STATE; AND FEDERAL LAWS AND COLLECTIVE BARGAINING AGREEMENTS For office use only Pd. on fsf. No Checked by J I n ONTRACTOR'S FORCES TOTAL . Cost of Materials Sub -Tofel •15% (Sec. 9 -03 Sid. Specs.) Total this report Z U a-r. 3 A tJ Z 3 erw For office use only Pd. on fsf. No Checked by J ' t C -847 (BR I DGE ) HAlCE ORDER NUMBER: CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT I CCJT - -ACT REALIGNMENT OF JAMBOREE ROAD (SAN DIEGO CREEK BRIDGE) CC?;TRACT NuuBER 847 C \Tir ".CTCR COXCO, INC. --OPE OF WC)Rz:: REPAIR DEFECTS IN EXISTING PRECAST BRIDGE DECK AS PER APPROVED DRAWING 0. -- ° -S, AND SPECIFICATIONS FOR REMEDIAL WORK, BOTH PREPARED BY '.11LLiAM F. LEVER. rCCEPTANCE OF THIS CHANGE ORDER BY THE CONTRACTOR WILL NECESSITATE ACCEPTANCE OF THE FOLLOWING CONDITIONS: ,. A REDUCTION IN PRICE TO COMPENSATE THE CITY FOR THE ADDITIONAL COST DUE TO INCREASED THICKNESS OF DECK REQUIRED WHEN THE PRESENT BRIDGE IS WIDENED TO 3 LANES AT A FUTURE DATE. THE COhIPUiED COST OF REDUCTION IN PRICE FOR THIS ITEM IS: $5,700.00 2. A REDUCTION IN PRICE TO COMPENSATE THE CITY FOR THE WITHDRAWAL FROM PARTICIPATION IN FINANCING OF THE BRIDGE BY THE ARTERIAL FINANCING PROGRAM OF ORANGE COUNTY. THE COMPUTED COST OF REDUCTION IN PRICE FOR THIS ITEM IS: $25,529.13' 3 INSPECTION OF THE REMEDIAL WORK AND CERTIFICATION UPON COMPLE- TION BY 'WILLIAM F. LEVER THAT THE WORK WAS DONE TO HIS SATISFACTION. ALL COSTS FOR REMEDIAL WORK TO BE BORNE BY THE CONTRACTOR. SIGNED /fit vl y� (,� -Q«,., CONTRACTOR COO, I>��" T T I TILE BY DATE - G./ I � %`r% DATE CITY OF NE'dPORT BEACH PUBLIC WORKS DEPARTMENT 0 C -847 (BRIDGE) CHANGE ORDER NUMBER: 7 CONTRACT REALIGNMENT OF JAMBOREE ROAD (SAN DIEGO CREEK BRIDGE) o ,,,, ACT Nu`SBER 847 CONNTRACTOR COXCO, INC. CDFE OF ',RJRK: -PAIR DEFECTS IN EXISTING PRECAST BRIDGE DECK AS PER APPROVED DRAWING i;0. �C- jO°iJ -S, AND SPECIFICATIONS FOR REMEDIAL WORK, BOTH PREPARED BY ':!1LLiAM F. LEVER. ACCEPTANCE OF THIS CHANGE ORDER BY THE CONTRACTOR WILL NECESSITATE ACCEPTANCE OF THE FOLLOWING CONDITIONS: I. A REDUCTION IN PRICE TO COMPENSATE THE CITY FOR THE ADDITIONAL ;AST DUE TO INCREASED THICKNESS OF DECK REQUIRED WHEN THE PRESENT BRIDGE IS WIDENED TO 3 LANES AT A FUTURE DATE. THE COMPUTED COST OF REDUCTION IN PRICE FOR THIS ITEM IS: $5,700.00 2. A REDUCTION IN PRICE _0 COMPENSATE THE CITY FOR THE WITHDRAWAL FROM PARTICIPATION IN FINANCING OF THE BRIDGE BY THE ARTERIAL F I:VAN`C 1NG �ROGRAr� OF ORANGE COUNTY. THE COMPUTED COST OF REDUCTION IN PRICE FOR THIS ITEM IS: $25,529.13' 9 k%15 PE C; aF . - REMEDIAL WORK AND CERTIFICATION UPON COMPLE- J' TION 3 'n'i L,lAM F. LEVER THAT THE WORK WAS DONE TO HIS SATISFACTION. ALL CJSTS FOR REMEDIAL WORK TO BE BORNE BY THE CONTRACTOR. SIGN'D ywy.l , � CONTRACTOR COXGO, INC. TITLE jtr �itet BY T G 2 -s1 -66 DATE ,��f �Q I���� DATE r � CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CHANGE OfiDER NUMBER: I , CONTRACT: REALIGNMENT OF JAMBOREE ROAD CONTRACT NUMBER: 847 Vf, 1' CONTRACTOR: COXCO, INC. I INSTALL 420 LIN. FEET OF 15 -INCH DIAMETER, ASBESTOS BONDED, ASPHALT- DIPPED CORRUGATED METAL PIPE IN THE DRAINAGE DITCH CROSSING THE ROADWAY CENTERLINE QQ AT APPROXIMATELY STATION W t . No SPECIAL FITTINGS AT THE PIPE ENDS WILL BE REQU.AROD. ALIGNMENT AND GRADE WILL BE STAKED BY THE CITY'S- SURVEYORS WHEN REQUESTED. THIS WORK SHALL BE PERFORMED ON A FORCE ACCOUNT BASIS PER SECTION 4 -03 OF THE CITY STANDARD SPECIFICATIONS. THE APPROXIMATE COST OF THIS WORK IS: S I GNED,,��/�/��_, , DATE $1,900.00 / v CONTRACTOR COXCO, INC. BY DATE JAN 18 1965 THE FINAL COST OF THE ABOVE WORK PER TIME SHEETS AND/OR INVOICES ATTACHED IS: $ 2,026.56 S 1 GNED n(J DATE 7 4 -27 -65 y CONTRACTOR BY V?yt�Mrouz'4� DATE .4 -27 -65 t COkCO, INC. ENGI4019 CONTRACTORS P. O. DRAWER. C STANTON, CALIFORNIA TO: City of Newport Beach 3300 W. Newport Blvd, Newport Beach, California •4i. D»,min ur^,i�. )font 40 (C« Tcnaft awl Katella Road.) 527 -3326 DATE April 27. 1965 INVOICE NO. J -773 YOUR P. O. NO. Oat (TERMS: NET CASH) ' PLEASE PAY FROM THIS INVOICE NO MONTHLY STATEMENT WILL BE SENT - - 3 T IS M AMOUNT CHANGE ORDER NO, 1 - Realignment of Jamboree Road Contract No. 847 Furnish and install 420 LF 15" dia asbestos bonded, asphalt dipped corrugated metal pipe, Labor Laborers 13.5 Hrs 4, 27/hr 57.65 Teamsters 20.5 Hrs 5,00/hr 102.50 Foreman 7. 0 Hrs Z 6, 42/hr 44 94 Tractor Operator 8,0 Hrs 5.99/hr 47,92 Equipment HD 16 tractor 11, 0(�lr 8.001hr 88 00 crawler 17 Materials 420 LF - 16" dia CMP (California Culvert Supply invoice No. 8533 attached) 1,421 22 Sub -total 1,762 23 Add 15% 264.33 TOTAL 28026.56 Oat (TERMS: NET CASH) ' PLEASE PAY FROM THIS INVOICE NO MONTHLY STATEMENT WILL BE SENT - - 0 COXCO, INC. ENGINEERING CONTRACTORS P. O. DRAWER C STANTON. CALIFORNIA TO: City of Newport Beach 3300 w. Newport Blvd. Newport Beach, California A ". D..l.}i.. W..nba r%..d 40 (Corner Knott and Katella Roads) 527.5126 OAT- April 27 1265- INVOICE NO. J -773 YOUR P. O. NO. (TERMS: NET CASH) PLEASE PAY FROM THIS INVOICE NO MONTHLY STATEMENT WILL BE SENT ITEM AMOUNT CHANGE ORDER NO. 1 - ttealignment of Jamboree Road Contract No. 847 Furnish and install 420 LF 15" dia asbestos bonded, asphalt dipped corrugated metal pipe. Labor Laborers 13.5 Hrs 4.27/hr 57 65 Teamsters 20.5 Hrs 5.00 1hr 102 50 Foreman 7. 0 Hrs 6.42/hr 44.94 Tractor Operator 8.0 Hrs 5.99 /hr 47.92 Equipment HD 16 crawler tractor 11.00 1hr 8.00 1hr 88.00 Materials 420 '.F - 18" dia CWIP (California Culvert Supply invoice No. 8533 attached) 1,421 22 pub -total 1.762 23 Add 15% 264 33 TOTAL $ 2,026 56 (TERMS: NET CASH) PLEASE PAY FROM THIS INVOICE NO MONTHLY STATEMENT WILL BE SENT P CEMNYTA GPI.9F'^T ei!['P+.Y CI 14121 HA;,1:: ,14,'I'A ftWUb GARDE': 1. 432 FC�P;iiA 321 -8-8432 . No. 8533 Sold n To (nxrtn Shipped To n _• ? r :.'i o.'�F� �:i F'ia't. . Do k J r ' f.. r ON CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CHANGE ORDER NUMBER: 2 CONTRACT: REALIGNMENT OF JAMBOREE ROAD CONTRACT NUMBER: 847 1 ONUPACTOR: COX-10, INC. SUBSEQUENT TO THE DRAFTING OF THE PLANS AFD SPECIFICATIONS FOR THE SUBJECT' CONTRACT A QUANTITY OF EARTH AND MUD WAS DUMPED IN THE RIGHT-OF-WAY FROM APPROXIMATELY STATION 82 TO STATION 85. PER THE SOILS ENGINEER'S RECOM- MENDAFIGN, THIS MATERIAL SHALL BE LEVELED OFF 114 A LAYER APPROXIMATELY 10 INCHES THICK. THIS WORK SHALL BE PERFORMED ON A FORCE ACCOUNT BASIS PEr SECTION )1-03 or- IHE CITY STANDARD SPEC IF (CATIONS. THE APPROXIMATE COST OF THIS WORK IS: tl`�j �O.C)0 . I CNED CONTRACTOR ..2 DATE BY DATE THE FINAL COST OF THE ABOVE QORK PER TIME SHEETS AND/OR INVOICES ATTACHED J, rl IGNED CONTRACTOR Di.TE BY E -!t—,47 7 I COXCO, IN;C. ENGINEERING CONTRACTORS P.O. D C STANToRNIA TO: City of Newport Beach 3350 W. Newport Blvd. Newport Beach, California AN. T%—+ (Ca Knom and Katdla Roe&) szn -5M April 27, 1965 INVOICE NO. 3-773 YOUR P. O. NO. (TERMS: NET CASH) PLEASE PAY FROM THIS INVOICE NO MONTHLY STATEMENT WILL BE SENT ITEM AMOUNT CHANGE ORDER NO. 2 - RLalignment of Jamboree Road Contract No. 847 Level out excess earth add mud deposited on right of way as directed. / Labor: Tractor operator 9.0 hrs 5.9991hr 53,91 Equipment D6 crawler tractor 6.25/hr 7.0 hrs 43.75 Sub -total 97.66 Add 15% 14.65 TOTAL " $ 112 31 (TERMS: NET CASH) PLEASE PAY FROM THIS INVOICE NO MONTHLY STATEMENT WILL BE SENT M M COXCO, INC. ENGINEERING CONTRACTORS P. O. DRAWER C STANTON, CALIFORNIA TO: City of Newport Beach 3350 V. Newport Blvd. Newport Beach, California Ala. (Corner Knoll and Kaw2a Roads) 527.5126 INVOICE NO. J -773 YOUR P. O. NO. (TERMS: NET CASH) PLEASE PAY FROM THIS INVOICE NO MONTHLY STATEMENT WILL BE SENT 1 T E M AMOUNT CHANGE ORDER NO. 2 - Realignment of Jamboree Road Contract No. 847 Level out excess earth add mud deposited on right of way as directed. Labor: Tractor operator 9.0 hrs 5.99/hr 53 91 Equipment D6 crawler tractor 6, 25 /hr 7,0 hrs 43.75 Sub -total 97.66 Add 1510 14.65 TOTAL $ 112 31 (TERMS: NET CASH) PLEASE PAY FROM THIS INVOICE NO MONTHLY STATEMENT WILL BE SENT COXCO, INC. ENGINEERING CONTRACTORS P. O. DRAWER C STANTON, CALIFORNIA TO: City of Newport Beach 3350 W. Newport Blvd. Newport Beach, California (Corner Knott and Katella Roads) 527 -5126 �ir.,�aAirrr INVOICE NO. J -773 YOUR P. O. NO. (TERMS: NET CASH) PLEASE PAY FROM THIS INVOICE NO MONTHLY STATEMENT WILL BE SENT 1 T E M AMOUNT CHANGE ORDER NO. 2 - Ryaltgnment of Jamboree Road Contract No. 847 Level out excess earth and mud deposited on right of way as directed. Labor: Tractor operator 9.0 hrs 5.99/hr 53.91 Equipment D6 crawler tractor 6.25/hr 7.0 hrs 43.75 Sub -total 87.66 Add 15% 14.65 TOTAL $ 112 31 (TERMS: NET CASH) PLEASE PAY FROM THIS INVOICE NO MONTHLY STATEMENT WILL BE SENT