Loading...
HomeMy WebLinkAboutC-1027 - Improvement of Jamboree Road from Pacific Coast Highway to Ford Roadr At October 24, 1967 Mr. J. Wylie Carlyle County Recorder P. 0. Box 236 Santa Ana, California 92702 Dear Mr. Carlyle: Enclosed with this letter is Notice of Completion of Public Works project consisting of Remainder of the Wank on Traffic Signal At San Joaquin Hills Road (Final Acceptance of Improvement of Jamboree Road From Pacific Coast Highway to Ford Road] on which Griffith Company was the contractor and The American Insurance Company was the surety. Please record and return to us. Very truly yours, Laura Lagios City Clerk City of Newport Beach ih Encl. Nora...ber 2, ;67 Fred S. James Co. 625 aouta iii sigsley Uri re Los .ngel.,s, California 90005 Subject: The Ainerican Insurance Company .Faithful Fer.on.tanca Bond No. SCR -7 066 757 Labor and Mate vial Bond No. SCR -7 066 757 Contractor Griffith Company Project :3e.nainder of the work on Traffic Signal at San Joaquin Hilla Road (final acceptance of Improvem-a t of Jamboree Road from Pacific Coast Higl.uay to Ford Road) Contract No. :027. Gentleci.en: The City Council on October 23, i967 accepted the remainder of the work on the traffic signa, a.t San Joaquin Hills Road and the City Clerk was authorized to file a Notice of Completion for the re...ainder of the work on the traffic signal at San Joaquin Hills Road and to release the bonds on the entire contract 35 days after the Notice of Completion had been filed. Notice of Completion was filed with the Orange County Recorder on October 26, 1967 in Book No. 8416, Page 937. Bonds may be released 35 days after such recording date. Very truly yours, Laura Lagios City Clerk City of Newport Beach LL:dg cc: Public Works Department 'Laura Lagios, City Clerk 3300 W. Newport Blvd. Newport Beach, Calif. 92660 18629 NOTICE OF COMPLETION PUBLIC WORKS Kci 8416 incE 937 RECORDED AT REQUEST N OFFICIAL RECORDS OI ORANGE COUNTY, CALIF. 9:05 AM OCT 26 1967 1 L WLIE CARLYLE, County Rewnk FREE To All Laborers. and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on Or tnL�on $, l9 &7 the 'Public Works project consisting of Ramainrler of the work nn the Traffin_Simal Pacific Coast Highway to Ford Road (C -1027) on which Griffith rnnpan4 was. the contractor, and The American Insurance Comany was the surety, was:coinpleted. CITY OF NEWPORT BEACH I, the undersigned, say: I am the Public Works Director of the City of Newport Beach;. the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on nntnhar. 4- IM,7 at Newport Beach, California. I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on accepted the above described work as completed and orders that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed.on (lth 24, qF,7 at Newport Beach, California. i g. 9 out m Laura iagios, City Clerk 3300 W, Newport Blvd. Newport Beach, Calif. 92660 8578 NOTICE OF COMPLETION PUBLIC WORKS To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on the Public Works project consisting of Improvement v; _i....,.. +_ V_. V__A . r.,,;,,,. +; .... +�_ +..O FF; .. on which Griffith Company was, the contractor, and The American Insurance Company was the surety, was completed. I, the undersigned, say: 425 RECOM CITY CteRK CITY OF NEWPORT BEACH, 4- r CITY OF NEWPORT BEACH I am the Public Works Director of the City of Newport Beach;. the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury, that the foregoing is true and correct. Executed on March 14, 1967 at Newport Beach, California. I, the undersigned, I. am the City Clerk of the City of Newport Beach; the City Council of said City on March 13. 1967 accepted the above described work as completed and ordered that a Notice of Completion be .filed. I declare under penalty of perjury that the foregoing is true and correct. Executed.on Bch 14, 1967 at Newport Beach, California. (RECORDED AT REQUEST OF CITY or NEWPORT DEMO ORANGE COUNTY, CALIF. 9:05 AM MAR 15 1967 J. WYLIE CARLYLE, Cquldy Reader FREE i ._.. ._. , r. i ._.. ._. , �. I kober 23, 1967 J, [ T0: CITY COUNCIL FROM: Public Works Department SUBJECT: FINAL ACCEPTANCE OF IMPROVEMENT OF JAMBOREE ROAD FROM- PACIFIC COAST HIGHWAY TO FORD ROAD —Contract 1027 RECOMMENDATIONS: 1, Accept the remainder of the work on the traffie-signal °at San °Joaquin Hills Road. 2. Authorize the City Clerk to file a Notice of Completion -for the remainder of the work on the traffic signal at San-Joaquin Hills Road. 3. Authorize the City Clerk to release the bonds on the entire contract 35 days after <the Notice of Completion-has been filed. DISCUSSION: The entire contract for the improvement'of Jamboree;Road-from Coast Highway to Ford Road has been satisfactorily completed, On March 13', 1967 -the Council accepted the work with the exception of the traffic signal-control equipment at.San Joaquin Hills Road. It was pointed out that the contractor-wouId-be'unable to obtain-this equipment until May. The controller was not delivered until the middle of'June and installation was nearly complete by July 1, 1967. Over the Fourth of July weekend the controller cabinet was broken into and approximately $3,000.00 worth of equipment was stolen, The contractor was able to put the signal in partial operation for opening of Fashion Island. All work on the signal was completed on October 4, 1967. The memo to the Council on March 13, 1967 showed the breakdown of the contract costs. Also, it was noted that a final accounting would be submitted at the completion of all work. The total project costs and funding are as follows: Design Engineering Construction Contract Inspection & Testing Signing & Striping Total State Gas Tax Fund A.H.F.P.(Orange Co.) City Water Fund Orange Co. Sanitation District #5 City General Fund Total $ 20,930087 322,882,83 12,815.22 2,777.83 359,406.75 $184,796.25 152,136.69 6,896.22 13,455.00 2,40 122,56,79 359,5 Construction was by the Griffith Company of Costa Mesa, California. Enoineerina was by Boyle Engineering of Santa Ana, California. GPD /ldg Qe't_� vlin Director TO: CITY COUNCIL FROM: PUBLIC WORKS DIRECTOR Gar ia*7 c- /1)-2-7 APRIL 242 1967 L - (C -61) SUBJECT: WIDENING OF JAMBOREE ROAD FROM COAST HIGHWAY TO FORD ROAD., C —,1027 RECOMMENDATION: APPROVE BUDGET AMENDMENT IN THE AMOUNT OF $208.81. DISCUSSION: THE FINAL ACCOUNTING OF THE PROJECT TO WIDEN JAMBOREE ROAD FROM COAST HIGHWAY TO FORD ROADS C -1027o SHOWS THAT THE-COST OF THE WORK PER- FORMED UNDER ACCOUNT NUMBER 02- 5597 -139 EX£EEDED THE APPROPRIATED AMOUNT BY $208.81. THE WORK ORIGINALLY PLANNED WAS AN EXTENSION OF AN 8" SEWER MAIN AND A 12" SEWER MAIN TO A POINT JUST BEYOND THE PROPOSED EDGE OF THE NEW - PAVEMENT. DURING CONSTRUCTION, IT WAS FOUND THAT THE PLANMED.GRADE OF THE SEWER EXTENSIONS CONFLICTED WITH THE GRADE OF THE EXISTING 30 -INCH WATER MAIN. 1N ORDER TO RESOLVE THIS CONFLICT, IT WAS'.NCCESSARY TO REMOVE AND RE -LAY A PORTION OF THE EXISTING SEWERS TO CLEAR. THE WATER MAIN. THE IN- CREASED COST FOR THIS WORK. WAS $208.81. APPROVAL OF THIS BUDGET AMENDMENT WILL BALANCE THE ACCOUNT. 1. l SEPH . DEVLIN USLIC KS DIRECTOR GPD:NAJ 3 -31 -67 Pat Dunigan from Public Works called and said that the 35 day waiting period only applies to the Notice of Completion being filed - -if the bonds have been received during that period, then the old bonds can be released 35 days after the filing of the Notice of Completion - -if the new bonds come in after the 35 days, then the �bodsn�be released immediately.T� H also said that Griffith Co. said they were going to keep the old bonds effective until the signal is installed, therebf cutting out all the red tape involved in taking out new bonds. LL a March 28, 1967 The American Insurance Company c/o Fred S. James Company 625 South Kingsley Drive Los Angeles, California 90005 16 Subject: Bonds No. SCR -7- 066 -757 Contractor: Griffith Company Project Improvement of Jamboree Road from Pacific Coast Highway to For! Road, Contract No: 1027 Gentlemen: The City Council of the City of Newport Beach on March 13, 1967, accepted the work on subject project, except for the traffic signal at San Joaquin hills Road, and authorized the City Clerk to file a Notice of Completion, except for the traffic signal at San Joaquin Hills Road, and to release the bonds 35 days after Notice of Completion has been filed and upon receipt of new bonds covering the remaining work. On March 15, 1967, the County Recorder filed the above- menticned document in Book 8199, Page 425, of the official records of Qranye County; therefore, 35 days after receipt of new bonds covering the construction of Traffic Signal at San Joaquin Hills Road subject bonds will be released. Very truly yours, Laura Ivios City Clerk City of Newport Beach LL:ih cc: Public l,brks Departrent 0 0 March 14, 1967 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: Enclosed with this letter is Notice of Ca!�letion of Public Works project consisting of partial acceptance of improvement of Jamboree Road from Pacific Coast Highway to Ford Road (excepting the traffic signal at San Joaquin Hills Road), on which Griffith Company was the contractor and The American Insurance Company was the surety. Please record and return to us. Very truly yours, Laura Lagios City Clerk City of Newport Beach ih Enc. council: c- /0,27 DISPOSITION: �,,/� MARCH 131 1967 ..P a* T0: CITY COUNCIL vV� c II FROM: PUBLIC WORKS DIRECTOR u> SUBJECT: PARTIAL ACCEPTANCE OF IMPROVEMENT OF JAMBOREE ROAD FROM PACIFIC COAST HIGHWAY TO FORD.ROAD (C -1027) RECOMMENDATIONS: 1. ACCEPT THE WORK, EXCEPTING THE TRAFFIC SIGNAL AT SAN JOAQUIN HILLS ROAD. 2. AUTHORIZE THE CITY CLERK TO FILE A NOTICE OF COMPLETION, EXCEPTING THE TRAFFIC SIGNAL AT SAN JOAQUIN HILLS ROAD. 3. AUTHORIZE THE CITY CLERK TO RELEASE THE BONDS 35 DAYS AFTER THE NOTICE OF COMPLETION HAS BEEN FILED AND UPON RECEIPT OF NEW BONDS COVERING THE REMAINING WORK. DISCUSSION: THE CONTRACT FOR THE IMPROVEMENT OF JAMBOREE ROAD FROM COAST HIGHWAY TO FORD ROAD HAS BEEN SATISFACTORILY COMPLETED WITH THE EXCEPTION OF THE TRAFFIC SIGNAL AT SAN JOAQUIN HILLS ROAD. DUE TO THE UNAVAILABILITY OF ELECTRONIC" COMPONENTS, THE SUPPLIER OF THE SIGNAL CONTROLLER WILL NOT BE ABLE TO MAKE DELIVERY UNTIL MAY OF THIS YEAR. AS THE ROAD HAS BEEN OPEN TO FULL USE SINCE CHRISTMAS, AND SINCE THE DELAY IN RECEIVING THE SIGNAL CONTROLLER IS NOT THE FAULT OF THE CONTRACTOR, IT IS FELT THAT HE SHOULD BE RELIEVED OF HIS MAIN- TENANCE RESPONSIBILITY AND RECEIVE HIS RETAINED FUNDS. LISTED BELOW IS A SUMMARY OF THE CONTRACT AMOUNTS: THE BID PRICE WAS: $304,159.65 AMOUNT OF UNIT PRICE ITEMS CONSTRUCTED TO DATE: 308,173.50 VALUE OF REMIINING TRAFFIC SIGNAL WORK: 12,286.94 AMOUNT OF CHANGE ORDERS: 2.422.39 TOTAL CONTRACT COST $322,882.83 THE INCREASE IN UNIT PRICE ITEMS WAS DUE PRIMARILY TO TWO ERRORS IN THE CONSULTING ENGINEERS ESTIMATE OF QUANTITIES. THE MEDIAN BACKFILL WAS UNDERESTIMATED BY APPROXIMATELY $6000 AND THE PAVEMENT BY APPROXIMATELY $10,000. THE MAJOR ITEMS COVERED BY THE CHANGE ORDERS WERE: (1) RECONSTRUCTION OF THE STRUCTURALLY INADEQUATE PAVEMENT AT THE FORD ROAD INTERSECTION (APPROVED BY COUNCIL 1/23/67); (2) REMOVAL AND REPLACEMENT OF A PORTION OF AN EXISTING DRAIN WHICH WAS FOUND TO BE CRUSHED; AND (3) REMOVAL AND REPLACEMENT OF EXISTING PAVE- MENT TO ACCOMMODATE NEW GRADES. C SUBJECT: ;CONTRACT 1027 THE CONTRACTOR IS THE GRIFFITH COMPANY ;OF COSTA MESA. PAGE 2 ENGINEERING WAS PERFORMED BY BOYLE ENGINEERING OF SANTA ANA. THIS PROJECT WAS FINANCED WITH CITY GAS TAX FUNDS2 COUNTY AHFP FUNDSO COUNTY SANITATION DISTRICT FUNDS AND CITY WATER AND GENERAL FUNDS FOR UTILITY WORK. UPON RECEIPT OF THE CHARGES FROM THE COUNTY FOR.LABORATORY TESTING AND UPON COMPLETION OF THE TRAFFIC SIGNALI A FINAL ACCOUNTING OF THE FUNDS EXPENDED FROM THE DIFFERENT ACCOUNTS WILL BE SUBMITTED TOGETHER WITH THE FINAL ACCEPTANCE OF THE TRAFFIC SIGNAL WORK. / J ��,0SEPfT VLIN PyB LDIRECTOR 'dPD: NAJ Cl TO: CITY COUNCIL FROM: PUBLIC WORKS DIRECTOR 1.1 JANUARY 23, 1967 SUBJECT: IMPROVEMENT OF JAMBOREE ROAD FROM PACIFIC COAST HIGHWAY TO FORD ROAD (CONTRACT 1027) RECOMMENDATION: y� CONFIRM PUBLIC WORKS DIRECT RfS APPROVAL OF CHANGE ORDER No. 8. � DISCUSSION: SECTION 4 -03 OF THE STANDA.RD SPECIFICATIONS FOR THE CON- STRUCTION OF PUBLIC WORKS IN THE CITY OF NEWPORT BEACH REQUIRES COUNCIL APPROVAL OF EXTRA WORK AMOUNTING TO $500 OR OVER. DURING EXCAVATION FOR -THE WIDENING OF THE NORTHBOUND LANES AT THE INTERSECTION OF FORD ROAD, IT WAS DISCOVERED THAT A PORTION OF THE EXISTING PAVEMENT HAD NOT BEEN CONSTRUCTED OF SUFFICIENT STRUCTURAL SECTION. APPROXIMATELY 4,000 SQUARE FEET OF EXISTING PAVEMENT WAS REMOVED AND THE AREA EXCAVATED TO -A DEPTH OF 12 INCHES TO PERMIT THE PROPER THICKNESS OF PAVEMENT AND BASE ROCK TO BE CONSTRUCTED. THE PAVE- MENT REMOVAL AND EXCAVATION WAS PERFORMED ON A FORCE ACCOUNT BASIS, THE TIME FOR.,THE.MEN AND EQUIPMENT BEING RECORDED. THE COST OF THE WORK AT STANDARD WAGES,AND RENTAL RATES WAS $1,178.34. THIS AMOUNT 15 SHARED EQUALLY WITH THE COUNTY UNDER THE A.H.F.P. POLICY. THE CITY'S SHARE IS $589-17 AND WILL BE,FINANCED WI +H STATE GAS.TAX FUNDS; SUFFICIENT FU DS ARE APPROPRIATED AND NO BUDGET AMENDM €NT WILL BE NEEDED. _ 1 )PD:IH SEPH . DEVLIN BLIC 0 KS DIRECTOR = 3 S� &ERTIFICATE OF INSURANC& TO: Name and Address of Insured City of Newport Beach GRIFFITH COMPANY 3300 West Newport Boulevard 611 SOUTH SHATTO PLACE Newport Beach, California LOS ANGELES, CALIFORNIA 90005 Attn: Hunter T. Cook, Project Engineer COVERAGE COMPANY AND POLICY .# EXPIRATION DATE LIMITS OF LIABILITY Workmen's Compensation Pacific Indemnity 7 -1 -67 WC- Statutory Employers Liability PEC 49700 EL- unlimited in California Bodily Injury Property Damage 7 -1 -69 Comprehensive General Pacific Indemnity LAC 177900 $500,000 per currence - Each Per Liability Each Accident Combined Single Limit for Aggregate Bodily Injury and Property Dama e 7 -1 -69 Comprehensive Automobile Liability Insurance Each Person Each Accident Excess Liability Harbor Ins. Co. 7 -1 -69 $1,500,000 per Occurrence - Insurance 103904 Combined Single Limit for Bodily Injury and Property Damage, excess over Pacific Indemnity Policy LAC 177900 ENDORSEMENT NO. 3 TC POLICY LAC 177900 THE CITY OF NEWPORT BEACH is recognize as an Additional Insured but only as respects work peiformed by GRIFFITH COMPANY. "It is hereby under ood and agreed that the Policy t which this Certificate refers may not be canceled, materially changed, not the amount of coverage icy a owe o apse un i en days after receipt by the City Clerk of the City of Newport Beacl., City Hall Newport Beach, California, of a regi t red written J�P�ROVED notice of ueh canc�'11�obl� E D reduction in coverage ." A TO FORM Dated: l S"966 AUG 0) )966 CITY ATT EY 9 ..1......:.. l VJIQKf%� u' Ii,' Location: V Improvement of Jamboree Road from Mcific Coast Highway to Ford Road, Contract No. 1027 (Formerly No. 975) Notice of Cancelation—In the event of cancelation or change in the above certified Coverages, ii:as #rte nn2ehXtiOn ofUhe undersigned U give ilk days written notice of cancelation or change to: will 30 See Above (See reverse side for additional provisions) This is to certify Coverage under the above policies. 7- 29 -66ak TRANSWEST INSURANCE BROKERS 62� S'u It Kingsley ive, Los Angeles 5, Calif. j\ L By v CONTRACT NO. 975 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR IMPROVEMENT OF JAMBOREE ROAD FROM PACIFIC COAST HIGHWAY TO FORD ROAD APPROVED BY THE CITY COUNCIL ON THIS 27TH DAY OF JUNES 1966 yam) 12MA/.%- ii �f /LfStJi. � CITY CLERK i NOTICE TO BIDDERS: CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 975 FOR IMPROVEMENT OF JAMBOREE ROAD FROM PACIFIC COAST HIGHWAY TO FORD ROAD ADDENDUM NO. 1 PLEASE ADD THE FOLLOWING TO SECTION 15 -1, SURPLUS MATERIAL - GENERAL, SECOND PARAGRAPH OF THE SPECIAL PROVISIONS: "IF THE CONTRACTOR ELECTS TO USE DISPOSAL SITE NO. 2, AREA 2A SHALL BE FILLED FIRST. THE LIMITS OF AREA 2A MAY BE EXTENDED AND THE MAXIMUM CROSS SLOPE INCREASED IF THE CONTRACTOR SUBMITS A SPE2IFIC PLAN WHICH IS APPROVED IN ADVANCE BY THE ENGINEER. IT IS EXPECTED THAT SUFFICIENT VOLUME IS INCLUDED WITHIN AREAS 1 AND 2A TO CONTAIN ALL EXCESS EXCAVATION. AREA 2B MAY BE USED ONLY WITH THE PRIOR APPROVAL OF THE ENGINEER." PLEASE SHOW DATE OF RECEIPT OF THIS ADDENDUM ON THE PROPOSAL SHEET OR BY INSERTING A COPY OF THIS ADDENDUM WITH YOUR PROPOSAL. JUNE 30, 1966 / 41�- BENJAMIN B. NOLAN CITY ENGINEER 4 t i NOTICE TO BIDDERS: CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 975 w- IMPROVEMENT OF JAMBOREE ROAD FROM PACIFIC COAST HIGHWAY TO FORD ROAD ADDENDUM NO. 2 PLEASE ADD THE FOLLOWING TO THE "SPECIAL PROVISIO14SOI: SECTION 8A LIME- TREATED SUB- H'ASE:.• SECTION 8A -1 GENERAL THE GONTfjACTOR MAY AT HIS OPTION USE EITHER HYDRATED OR QUICKLIME FOR3;LON'$T.RUCTING Lj I.ME- IT.REATEDIISUWA3E:- SECTION - 8':.WlLWS5E -IUSE6 FDA'�J1UL: t7VOPoK U,T EgEfZ'IINGI HYDRATED 01MEyCSE' CT30N'' 8A.' W,I LL :GOlVEIRN;"/CLLILAORK.NTI•LIZING QUICKLIME. SECTION 8A -2 DESCRIPTION THIS WORK SHALL CONSIST OF MIXING SOILP LIMES AND WATER AND SPREADING AND COMPACTING, ALL AS SPECIFIED .IN THESE SPECIAL PROVISIONS AND APPLICABLE PORTIONS OF OUR STANDARD SPECIFICATIONS. _ SECTION 8A -1 MATERIALS A. WATER,. 'WATER - SHA'LG : %BC POYABLElWwTER NORHAL, Vd THE AREA. B. LIME..DLbME;':TO:- BE'.:M IXEDIIW ILH THEIISO LLOSHADI':.: BE:. GRANNEAR IQU i CKL :I;MD. .: :.W"HEN'-SAMPLED BY THE ENGINEER IMMEDIATELY PRIOR TO PLACING UPON THE GRADES THE QUICKLIME SHALL CONFORM TO THE FOLLOWING SPECIFICATIONS: FREE LIME EXPRESSED AS CALCIUM HYDROXIDE, CA(6H)2, NOT LESS THAN 100% AS DETERMINED BY THE FOLLOWING: .. TEST METHOD No. CALIF. 414 -A. THE REFERENCE TO 0.500 GRAM OF PREPARED SAMPLE IN SECTION D (TEST PROCEDURE) SHALL BE 0.500 GRAM OF QUICKLIME THAT HAS BEEN GROUND.AND SIEVED THROUGH A N0. 100 MESH SIEVE. MECHANICAL ANALYSIS SIEVE SIZE PERCENTAGE PASSING No. 4 100 No. 100 10 MAX. i ADDENDUM No. 2 - C -975 LIME REACTIVITY . . . . . . . . . . . . . .NOT LESS THAN 25. LIME REACTIVITY SHALL BE EXPRESSED AS THE SLAKING RATE OF QUICKLIME AFTER 30- SECONDS, IN ACCORDANCE WITH ASTM DESIGNATION: C110 -5U, EDITORIAL NOTE PART 9, JUNE, 1965). C. SOI:LS:.: ,; SON L FOR,6IME .+MCA TED :S US BAS ;% SHALL =CON$,OSfr'LOF :,NA.T:IVEI- MATE -R (A LS AND SHALL BE FREE OF ROOTS STICKS, AND OTHER DELETERIOUS CONCENTRATIONS OF ORGANIC MATTER. SECTION 8A -4 CONSTRUCTi3ON METHODS A. GENERAL. IT IS THE PRIMARY REQUIREMENT OF THESE SPECIFICATIONS TO SECURE A COMPLETED COURSE OF TREATED MATERIAL CONTAINING A UNIFORM LIME MIXTURE, FREE OF LOOSE OR SEGREGATED AREAS) OF UNIFORM DENSITY AND MOISTURE CON - TENT, WELL BOUND FOR ITS FULL DEPTH AND WITH A SMOOTH SURFACE SUITABLE FOR PLACING SUBSEQUENT COURSES. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO REGULATE THE SEQUENCE OF HIS WORK, TO USE THE PROPER AMOUNT OF LIME, MAINTAIN THE WORKS OBSERVE NECESSARY SAFETY PRECAUTIONS$ AND REWORK THE MATERIALS AS NECESSARY TO MEET THE ABOVE REQUIREMENTS. B. WEATHER LIMITATIONS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE PRO- _ T.ECTION AND QUALITY OF THE LIME TREATED SUBBASE UNDER ANY WEATHER CON- DITIONS. C. THICKNESS.' LAYERS UP TO AND INCLUDING SIX (6) INCHES COMPACTED THICKNESS MAY BE MIXED IN ONE OPERATION, AND AFTER CURING COMPACTED IN ONE OPERA- TION. LAYERS OF OVER SIX (6) INCHES COMPACTED THICKNESS MAY BE MIXED IN TWO OR MORE SEPARATE COURSES OF APPROXIMATELY EQUAL THICKNESS. SPECIFIED DENSITIES SHALL BE OBTAINED IN THE LOWER COURSE PRIOR TO BEGINNING•COM- PACTION ON ANY SUBSEQUENT COURSE. D. PREPARATION OF SUBGRADE. AFTER EXCAVATION AND EMBANKMENT OPERATIONS _ HAVE BEEN COMPLETED AND PRIOR TO PREPARATION OF THE SUBGRADE AT TOP OF SOIL TO BE LIME TREATED) ALL ANTICIPATED EXCESS MATERIAL ABOVE THE LIME TREATED SECTION SHALL BE REMOVED. COMPACTION OF THE MATERIAL BELOW THE LIME TREATED SECTION WILL NOT BE REQUIRED IN AREAS OTHER THAN EMBANKMENT. PRIOR TO BEGINNING ANY LIME TREATMENT, THE S61L TO BE TREATED SHALL BE SHAPED TO CONFORM TO THE APPROXIMATE LINES AND GRADES AS SHOWN ON THE TYPICAL SECTIONS. ANY WET OR UNSTABLE MATERIAL BELOW SUCH A PLANE SHALL ;BE CORRECTED, AS DIRECTED BY THE ENGINEERS BY SCARIFYING, AERATING, AND COMPACTING UNTIL IT IS OF UNIFORM STABILITY. COMPENSATION FOR CORRECTING UNSTABLE AREA BY THIS METHOD WILL BE PAID FOR AT THE CONTRACT UNIT PRICE FOR COMPACTING ORIGINAL GROUND. UNSUITABLE AREAS MAY BE SCARIFIED AND LIME ADDED2 AND COMPACTED TO FORM A STABLE PLANE, AS AN OPTIONAL METHOD AT THE REQUEST OF THE CONTRACTOR AND AS APPROVED BY THE ENGINEER. THIS WORK WILL BE MEASURED AND PAID FOR AT THE CONTRACT UNIT PRICE FOR MIX SPREAD AND COMPACT LIME TREATED,:BASE. - 2 - Aft ADDENDUM N0. 2 - C -975 E. SCARIFYING AND LOOSENING. SCARIFYING AND LOOSENING MAY BE PERFORMED AFTER THE APPLICATION OF LIME TO THE SURFACE. THIS OPERATION WILL NOT BE REQUIRED IF THE MIXER 15 OF SUFFICIENT SIZE AND CAPACITY TO PERFORM THIS OPERATION DURING THE MIXING OPERATION. PRECAUTIONS SHALL BE TAKEN TO AVOID FORMING FURROWS OF LOOSENED MATERIAL BELOW THE DEPTH SPECIFIED FOR THE BOTTOM OF THE LIME TREATED SECTION. THE LENGTH OF ROADWAY TO r BE SCARIFIED, AFTER THE APPLICATION OF LIME, SHALL NOT EXCEED THE LENGTH IN WHICH THE INITIAL MIXING OF LIME CAN BE PERFORMED DURING THE SAME DAY.' F. APPLICATION OF LIME. THE PROPORTION /O/F LIME TO BE APPLIED SHALL BE TWO AND ONE -HALF 2g PER CENT ± ONE -HALF 1Y') PER CENT BY DRY WEIGHT OF THE SOIL. TAILGATING OF THE MATERIAL WILL BE PERMITTED IF A UNIFORM RATE OF SPREAD CAN BE MAINTAINED. G. MIXING, SPREADING, AND COMPACTING. MIXING OPERATIONS SHALL BE PERFORMED IN SUCH A MANNER AS TO PRODUCE A HOMOGENEOUS, UNIFORM MIXTURE OF THE LIME WATER, AND THE SOIL BEING TREATED. STREAKS AND POCKETS OF LIME SHALL BE CONSIDERED AS EVIDENCE OF INADEQUATE MIXING. WATER SHALL BE ADDED, IF NECESSARY, DURING THE MIXING PROCESS UNTIL THE WATER CONTENT OF THE MIX- TURE IS AT LEAST TWO (2) PER CENT ABOVE THE OPTIMUM MOISTURE CONTENT FOR THE TREATED SOIL. ANY UNSLAKED- LIME REMAINING ON THE SURFACE WITHIN OR ADJACENT TO THE PLANNED SECTION SHALL BE THOROUGHLY WETTED TO INSURE COMPLETE HYDRATION. THE MIXER SHALL BE OF AN APPROVED TYPE THAT BY ROTARY MIXING WILL PULVERIZE THE MATERIAL SO THAT AT LEAST 100% OF THE MATERIAL WILL PASS 'A i" SIEVE AND 50% WILL PASS A NO. 4 SIEVE, EXCLUSIVE OF NON- SLAKING PARTICLES. U' L) 1. 7.:... THE7COMPLETED M :OCtURE SHALL BE SPREAD' BY ANY 'MEANS-WHICH WFLL'PRODUCE A ;' ._ UNi id RM LAYER,OF MATERIAL TO THE DEPTHS AS SHOWN ON THE TYPICAL SECTIONS. (LIME TREATED SUBBASE SHALL BE SPREAD AND COMPACTED NOT LESS THAN 24 HOURS AFTER THE ADDITION AND INITIAL MIXING OF LIME AND WATER, BUT SHALL BE SO SPREAD AND COMPACTED WITHIN 96 HOURS, OR AS DIRECTED BY THE ENGINEER. ADDITIONAL MIXING OR SCARIFYING MAY BE REQUIRED TO REDUCE MOISTURE PRIOR TO THE FINAL SPREADING AND COMPACTING. INITIAL ROLLING SHALL BE PERFORMED WITH A PNEUMATIC -TIRED ROLLER. THE RELATIVE COMPACTION OF THE LIME TREATED SUBBASE SHALL BE NOT LESS THAN 95 PER CENT. SUBGRADE TOLERANCES SHALL CONFORM TO SECTION 10 -7 OF THE STANDARD SPECIFICATIONS OF THE CITY OF NEWPORT BEACH. IF IT IS NECESSARY TO TRIM EXCESS MATERIAL FROM THE FINISHED SURFACE TO MEET THE ABOVE TOLERANCES, EXCESSIVE MATERIAL SHALL BE REMOVED AND DISPOSED OF OFF THE ROADBED SECTION. H. CURING. DURING MIXING, CURING, AND COMPACTING OPERATIONS THE MIXTURE SHALL BE KEPT AT OR ABOVE THE OPTIMUM MOISTURE CONTENT AS DETERMINED BY TEST METHOD No 216. AFTER FINAL COMPACTION OF THE MIXTURE THE SURFACE- -SHALL BE KEPT MOISTENED WITH WATER AS DIRECTED BY THE ENGINEER. THE SUBSEQUENT BASE LAYER MAY BE PLACED FOLLOWING FINAL COMPACTION EXCEPTING THIS OPERA- TION SHALL NOT BE CONTINUED IN AREAS WHERE EXCESSIVE DEFLECTIONS OR RUTTING IS OR5ERVED IN THE LIME TREATED SUBBASE. - 3 - ADDENDUM N0. z - C -975 SECTION 8A -5 MEASUREMENT SCARIFYING, BREAKING UPS MIXINGS SPREADINGIAND COMPACTING LIME TREATED SUBBASE MATERIAL WILL BE MEASURED ON AN AREA BASIS FOR MIXING LIME TREATED SUBBASE. THE AREA IN SQUARE YARDS TO BE USED AS A BASIS FOR PAYMENT WILL BE DETERMINED BY HOR I ZONT A L;ME AS URE ME NT; OF.' THE FINISHED SURFACE F Or. :THE S USDA SE::GRADaNGD PLANE• THE QUANTITY OF LIME (DRY WEIGHT):TO BE PAID FOR WILL BE DETERMINED BY SACK COUNT OR BY SCALE WEIGHT. BULK LIME OR FRACTIONAL SACKS WILL BE WEIGHED. LIME DELIVERED IN SLURRY FORM WILL BE SAMPLED AND REPRESENTATIVE SAMPLES DRIED TO DETERMINE DRY LIME CONTENT. SECTION 8A -6 PAYMENT ITEMS OF WORK, MEASURED AS SPECIFIED ABOVE WILL BE PAID FOR AT THE CONTRACT UNIT PRICE PER TON FOR LIME AND PER SQUARE YARD FOR MIXING LIME TREATED SUB- BASE. THE ABOVE PRICES AND PAYMENTS SHALL INCLUDE FULL COMPENSATION FOR FUR- NISHING ALL LABORO MATERIALS, TOOLS EQUIPMENT, INCIDENTALS FURNISHING AND APPLYING ALL WATER TO THE LIME AND MIXTURE DURING THE CURING PERIOD AS SPECI- PIED, AND FOR DOING ALL THE WORK INVOLVED IN CONSTRUCTION OF LIME TREATED SUB - BASE, COMPLETE IN PLACE AS SHOWN ON THE TYPICAL SECTION AND AS SPECIFIED IN THESE.'SPECi FIYCAT I ONS'a: ; PLEASE SHOW DATE OF RECEIPT OF THIS ADDENDUM ON THE PROPOSAL SHEET OR BY INSERTING A COPY OF THIS ADDENDUM WITH YOUR PROPOSAL. JULY 11, 1966 - 4 - BENJAMIN B. NOLAN CITY ENGINEER I I CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NOTICE TO BIDDERS: CONTRACT NO, 975 FOR IMPROVEMENT OF JAMBOREE ROAD FROM PACIFIC COAST HIGHWAY TO FORD ROAD ADDENDUM NO. 3 PLEASE ADD CNB DRAWING R- 5065 -s SHEET 14, OF 18, REV. 2 (ATTACHED) TO THE SET OF APPLICABLE CONTRACT DRAWINGS. REV. I IS HEREBY SUPERSEDED. PLEASE SHOW DATE OF RECEIPT OF THIS ADDENDUM ON THE PROPOSAL SHEET OR BY INSERTING A COPY OF THIS ADDENDUM WITH YOUR PROPOSAL. BENJAMIN B. NOLAN CITY ENGINEER JULY 13, 1966 Ll CITY OF NEWPORT BEACH, CALIFORNIA NOTICE OF INVITING BIDS SEALED BIDS WILL BE RECEIVED FOR PERFORMING WORK FOR THE: IMPROVEMENT OF JAMBOREE ROAD FROM PACIFIC COAST HIGHWAY TO FORD ROAD CONTRACT C -975) AT THE OFFICE OF THE CITY CLERK, CITY HALL, NEWPORT BEACH, CALIFORNIA, UNTIL 10:00 A.M. ON THE 19TH DAY OF JULY 1966. AT THAT TIME THEY WILL BE PUBLICLY OPENED AND READ IN THE CHAMBERS OF THE CITY COUNCIL. 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 AW AMOUNT EQUAL TO AT LEAST 10 PERCENT OF THE AMOUNT BID. THE DOCUMENTS INCLUDED WITHIN THE SEALED BIDS WHICH REQUIRE COMPLETION AND EXECUTION ARE THE FOLLOWING: I. — PROPOSAL 2. PAGE — DESIGNATION OF SUB — CONTRACTORS oPAGE — BIDDER'S BOND PAGE 9 — NON — COLLUSION AFFIDAVIT 5. PAGE IO- CONTRACTOR'S FINANCIAL STATUS THE DOCUMENTS SHALL BE AFFIXED WITH THE APPROPRIATE AND CORRECT SIGNATURES AND SEALS OF THE CORPORATION, PARTNERSHIP, JOINT VENTURE AND /OR INDIVIDUAL. 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 15 TO BE PERFORMED FOR EACH CRAFT OR TYPE OF WORKMAN OR MECHANIC NEEDED TO EXECUTE THE CONTRACT AND IS SET FORTH IN RESO- LUTION N0. 6258. 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 ENGINEERS ESTIMATE OF THE QUANTITIES OF WORK TO BE DONE. NO BID WILL BE ACCEPTED FROM A CONTRACTOR WHO HAS NOT BEEN LICENSED IN ACCORD- ANCE WITH THE PROVISIONS OF CHAPTER 9, DIVISION III OF BUSINESS AND PROFESSIONS' CODE. PLANS AND SPECIFICATIONS, FORMS OF PROPOSALS, BONDS, AND CONTRACT MAY BE OB- TAINED 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 SPECI- FICATIONS OF THE CITY OF NEWPORT BEACH. A REFUNDABLE DEPOSIT OF 5.00 WILL BE RE- QUIRED FOR EACH SET OF PLANS, SPECIAL PROVISIONS, AND CONTRACT DOCUMENTS. UPON RETURN OF THE SET OF PLANS, SPECIAL PROVISIONS, AND CONTRACT DOCUMENTS TO THE PUBLIC WORKS DEPARTMENT, THE $5.00 DEPOSIT WILL BE REFUNDED BY MAIL. NO REFUNDS WILL BE MADE LATER THAN 60 DAYS AFTER AWARD OF THE CONTRACT. 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 j BID PROPOSAL & SPECIAL PROVISIONS FOR JAMBOREE ROAD SELECT SYSTEM PROJECT NO. 53 AHFP PROJECT NO, 288/320 CONTRACT C -975 CITY OF NEWPORT BEACH Orange County, California June 1966 I B 0 Y L E E N G I N E E R I N G Bakersfield San Diego Santa Ana Ventura I' 51- 0050 -00 -00 A. M. Fickes, C.E. 8844 I I Ll I N D E X SPECIAL PROVISIONS SECTION I - SPECIFICATIONS 1 -1 GENERAL SECTION 2 - DRAWINGS 2 -1 GENERAL SECTION 3 - LOCATION AND SCOPE OF WORK 3 -1 GENERAL SECTION 4 - EARTHWORK 4 -1 GENERAL SECTION 5 - SELECT TOP SOIL 5 -1 GENERAL SECTION 6 - WATER 6 -1 GENERAL SECTION 7 - SUBGRADE PREPARATION 7 -1 GENERAL SECTION 8 - LIME- TREATED SUBBASE 8 -1 DESCRIPTION 8 -2 MATERIALS 8 -3 PREPARING MATERIAL 8 -4 SPREADING LIME 8 -5 MIXING, SPREADING, AND COMPACTING 8 -6 CURING 8 -7 MEASUREMENT 8 -8 PAYMENT SECTION 9 - LIME - TREATED SHOULDERS 9 -1 GENERAL SECTION 10 - AGGREGATE BASE 10 -1 GENERAL SECTION 11 - ROAD -MIXED CEMENT - TREATED BASE 11 -1 GENERAL 1] PAGE 2 2 2 2 2 2 3 3 3 3 3 3 3 4 4 4 5 5 5 5 5 6 6 Special Provisions Index - 1 4 SPECIAL PROVISIONS INDEX - Continued Special Provisions Index - 2 PAGE SECTION 12 - ASPHALT CONCRETE 6 12 -1 GENERAL 6 SECTION 13.- SOILS AND MATERIAL REPORTS 7 13 -1 GENERAL 7 SECTION 14 - CROSS SECTIONS 8- 14-1 GENERAL 8 SECTION 15 - SURPLUS MATERIAL 8 15 -1 GENERAL 8 SECTION 16 - TRAFFIC CONTROL 8 16 -1 GENERAL 8 SECTION 17 - COORDINATION OF WORK 8 17 -1 GENERAL 8 SECTION 18 - SAN JOAQUIN HILLS ROAD 9 18 -1 GENERAL 9 SECTION 19 - FENCES 9 19-1 GENERAL 9 SECTION 20 - MISCELLANEOUS SIGNS AND TRAFFIC MARKERS 9 20 -1 GENERAL 9 SECTION 21 - EXISTING UNDERGROUND UTILITIES 10 21 -1 GENERAL 10 SECTION 22 - CONSTRUCTION STAKING .10 22 -1 GENERAL 10 SECTION 23 - MISCELLANEOUS ITEMS OF WORK 10 23 -1 GENERAL 10 SECTION 24 - CORRUGATED METAL PIPE 10 24 -1 GENERAL 10 Special Provisions Index - 2 SPECIAL PROVISIONS INDEX - Continued SECTION 25 - SLOPE PLANTING 25 -1 GENERAL SECTION 26 - SEWER FORCE MAIN 26 -1 DESCRIPTION 26 -2 EXISTING 8 -INCH FORCE MAIN 26 -3 LINED AND COATED STEEL PIPE 26 -4 VITRIFIED CLAY PIPE 26 -5 STEEL PLATE SPECIALS 26 -6 PIPE LAYING AND JOINTING 26 -7 LEAKAGE TEST PAGE II 11- 11 11 Il 11 12 12 12 12 Special Provisions Index - 3 To the City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California Gentlemen: • • CITY OF NEWPORT BEACH JAMBOREE ROAD SELECT SYSTEM PROJECT NO. 53 AHFP PROJECT NO. 288/320 CONTRACT C -975 PROPOSAL OFFICIAL BID DO. NOT REMOVE The undersigned declares that he has carefully examined the location of the . work, that he has examined the plans and specifications noted thereon and read the infor- mation for bidders and hereby agrees to furnish all labor, materials, equipment, trans- portation and services, to do all work required for the improvement of " Jamboree Road, Select System Project No. 53, AHFP Project No. 288/320, Contract C- 975," approximately 9,000 feet in length located in the vicinity of Newport Beach between Coast Highway and Ford Road, in strict conformity with the plans and specifications at the following prices to wit: SCHEDULE OF WORK ITEMS Unit Price Total Item Approx. Description with Lump Sum or No. Ouantitv Unit Prices Written in Words 1. Lump Sum Site clearing,including removal from site of undesirable material, complete for the lump sum price of TWENTY -NINE HUNDRE4 . . . . . . . . . . . DOLLARS and . . .NO . . . . . . CENTS, $ j ���. ,^ $ 2900.00 Proposal - 1 Schedule of Work Items - Continued Unit Price Total Item Approx. Description with Lump Sum or in Figures Amount 2, 98,400 Excavation, complete in place C.Y. for the unit price of . . . . . . . . . . . . . . . DOLLARS and . FGRT.Y- i:IRHS . . . CENTS 3. 3,000 Select top soil, complete in C.Y. place for the unit price of . . . . . . . . . . . . . . . . Typo. . , , . DOLLARS and . . . . NO. . . . . CENTS 4. 8,200 Asphaltic concrete, complete Tons in place for the unit price of ,. . . . .FJvf . . DOLLARS and . . . FJrTY. . . CENTS 5. 2,260 Imported aggregate base (Class B), Tons complete in place for the unit price of . . . . . . . . . . ' and 6. 11,515 Impor'te Tons treated for the . Two . . . . DOLLARS EIGHTY CENTS i aggregate base, cement base, complete in place unit price of . . . . . . . . . . . . . . . . . . . TWO. . . . DOLLARS and . . . . NO. . . . . CENTS $ .48 $ 47 $2.00 $ 6:000.00 $ 5.50 $ 45,loo.00 $ 2,86 $ 6,328.00 f_ $ 2.00 $ 23.030.00 Proposal - 2. ri 10. DOLLARS and . . . . TWENTY, . . CENTS 2,144 Portland cement for cement Barrels treated base, complete in place for the unit price of . . . . . . . . . . . . . . . . FOUR. , , , . DOLLARS and . . . . No. . . . . CENTS 35,536 Preparation of lime - treated S.Y. subbase, complete in place for the unit price of . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . DOLLARS and . , TWENTY , , , , CENTS 12,400 Preparation of lime - treated S.Y. shoulder, complete in place for the unit price of . . . . . . . . . . . . . . . . . . . . . . . . NO. . . . . DOLLARS and . , THIRTY CENTS 324 Lime for lime - treated subbase Tons and shoulder, complete in place for the unit price of THIRTY, , , , , DOLLARS and . . . No . . . . . . CENTS $ .20 $ 7,107.20 $ 4.0o $.. $ .20 $L' —IO .20 $ • 30 $ 3o720.00-- $30.00 $9,720.00 Proposal - 3 Scl,elitlC of Work Items - Continued Unit Price Total Item Approx. Description with Lump Sum or in Figures Amount No. Quant it Unit Prices Written in Words Dlrs. Cts. Dirs. Cts. 7. 35,536 Mixing and spreading of cement S.Y. treated base, complete in place for the unit price of . . . . ri 10. DOLLARS and . . . . TWENTY, . . CENTS 2,144 Portland cement for cement Barrels treated base, complete in place for the unit price of . . . . . . . . . . . . . . . . FOUR. , , , . DOLLARS and . . . . No. . . . . CENTS 35,536 Preparation of lime - treated S.Y. subbase, complete in place for the unit price of . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . DOLLARS and . , TWENTY , , , , CENTS 12,400 Preparation of lime - treated S.Y. shoulder, complete in place for the unit price of . . . . . . . . . . . . . . . . . . . . . . . . NO. . . . . DOLLARS and . , THIRTY CENTS 324 Lime for lime - treated subbase Tons and shoulder, complete in place for the unit price of THIRTY, , , , , DOLLARS and . . . No . . . . . . CENTS $ .20 $ 7,107.20 $ 4.0o $.. $ .20 $L' —IO .20 $ • 30 $ 3o720.00-- $30.00 $9,720.00 Proposal - 3 ONE-HUNDRED . , DOLLARS and No. . . . . . . CENTS $ 100.00 $ 2300.00 Proposal 4 i. Schedule of Work Items - Continued Unit Price Total Item Approx. Description with Lump Sum or in Figures Amount No. Quantity Unit Prices Written in Words Dlrs. Cts. Dlrs. Cts. 12. 11,840 Seal coat, prime coat, and Gals. painter binder, complete in place for the unit price of No . . . DOLLARS and . . . TWENTY. . . . CENTS $ .20 $2,368.00 13. 5,036 Miscellaneous asphaltic con - S.Y. crete, complete in place for the unit price of . . . . . . Two . . , . DOLLARS and . . M. . . . . . . CENTS $ 2.00 $ 10x072.00 14. 16,160 Concrete curb and gutter, com- L.F. plete in place for the unit price of. . . . . . . . . . . . . . . DOLLARS . . ONE and .FQRT.Y . . . . . CENTS, $ 1.110 $ 22,624.00 15. 187,000 Slope planting, complete in S.F. place for the unit price of No, . . . . DOLLARS and FIVE. . . . . . CENTS $ .05 $ 9,350.00 16.. 23 Adjust manhole frame and covers Each to grade, complete in place for the unit price of . . . . . . ONE-HUNDRED . , DOLLARS and No. . . . . . . CENTS $ 100.00 $ 2300.00 Proposal 4 i. 18. 11,995 L. F. 19• 12 Each 20. 12 Each 21. 1 Each . . . . . . . . . . . . . . . . . . . ,ONE, DOLLARS and . . .NO . . . . . . CENTS Remove and salvage existing barbed wire fence, complete in place for the unit price of . . . . . . . . . . . . . . . . , .No , , , , . DOLLARS and . . ,FIFTEEN CENTS Relocate existing vent pipes and blow -offs, complete in place for the unit price of . . . . . . . . . . . . . . . . . . . . Two UUNDUEp . DOLLARS and . . .NO . . . . . CENTS, Adjust valve boxes to grade, complete in place for the unit price of . . . . . . . . . . . . .FIFTY. . . . DOLLARS and . . .N4 . . . . . . CENTS Modify 12 -inch gate valve at San Joaquin Hills Road, com- plete in place for the lump sum price of. . . . . . . . . . . . . . . . . . . . . . . . . ONE HUNDRED DOLLARS and .NO. CENTS $ 1.00 $ 1,160.00 $ •15 $ IP799.25 $ 200.00 $ 2.400.00 $_2. oo $ 600.00 $ 100.00 $ 100.00 Proposal - 5 Schedule of Work Items - Continued Unit Price Total Item 'Approx. Description with Lump Sum or in Figures Amount No. Quanity Unit Prices Written in Words Dlrs. Cts. D1rs. Cts. 17. 1,160 Remove and relocate existing L.F. chain link fence, complete in place for the unit price of . 18. 11,995 L. F. 19• 12 Each 20. 12 Each 21. 1 Each . . . . . . . . . . . . . . . . . . . ,ONE, DOLLARS and . . .NO . . . . . . CENTS Remove and salvage existing barbed wire fence, complete in place for the unit price of . . . . . . . . . . . . . . . . , .No , , , , . DOLLARS and . . ,FIFTEEN CENTS Relocate existing vent pipes and blow -offs, complete in place for the unit price of . . . . . . . . . . . . . . . . . . . . Two UUNDUEp . DOLLARS and . . .NO . . . . . CENTS, Adjust valve boxes to grade, complete in place for the unit price of . . . . . . . . . . . . .FIFTY. . . . DOLLARS and . . .N4 . . . . . . CENTS Modify 12 -inch gate valve at San Joaquin Hills Road, com- plete in place for the lump sum price of. . . . . . . . . . . . . . . . . . . . . . . . . ONE HUNDRED DOLLARS and .NO. CENTS $ 1.00 $ 1,160.00 $ •15 $ IP799.25 $ 200.00 $ 2.400.00 $_2. oo $ 600.00 $ 100.00 $ 100.00 Proposal - 5 . . . . SEVEN . . . . DOLLARS i and No. . . . . . . CENTS 25. 65 12" V.C.P. sewer complete L.F. in place for the unit price of. . . . . . . . . . . . FOVRTE;N, ', DOLLARS and N°. . . . . . . CENTS 26. 50 8" Cast iron pipe water main, L.F. complete in place for the unit price of . . . . . . . . . . . . . . . . . . . . . . . . Tw €LYE'. . . . DOLLARS and No . . . . . . . CENTS $7-00 $ 87j.00 $11.00 $ 9 10.00 $_12.00 $ 600.00 Proposal - 6 Schedule of Work Items - Continued Unit Price Total Item Approx. Description with Lump Sum or in Figures Amount No. Quantity Unit Prices Written in Words Dlrs. Cts. Dirs. Cts. 22. 1 Blow -off assembly, complete Each in place for the lump sum price Of . . . . . . . . . . . . . . . . . . . . . . . . . . . . . TWE4V4 dUNDREQ. , DOLLARS and N°. . . . . . . CENTS $1200.00 $1200.00 23• 370 1 -1/2" P.V.C. conduit, L.F. complete in place for the unit price of . . . . . . . . . . . . . . . . . . . . . . . . . . . . DOLLARS and N0. . . . . . . CENTS $ 3.00 $ 4110.00 24. 125 8" V.C.P. sewer complete L.F. in place for the unit price of . . . . . . . . . . . . . . . . . . SEVEN . . . . DOLLARS i and No. . . . . . . CENTS 25. 65 12" V.C.P. sewer complete L.F. in place for the unit price of. . . . . . . . . . . . FOVRTE;N, ', DOLLARS and N°. . . . . . . CENTS 26. 50 8" Cast iron pipe water main, L.F. complete in place for the unit price of . . . . . . . . . . . . . . . . . . . . . . . . Tw €LYE'. . . . DOLLARS and No . . . . . . . CENTS $7-00 $ 87j.00 $11.00 $ 9 10.00 $_12.00 $ 600.00 Proposal - 6 Schedule of Work Items - Continued Unit Price Total Item Approx. Description with Lump Sum or in Figures Amount Nn_ niuntity Ilnit Prices Written in Words Dirs. Cts. Dlrs. Cts. 27. 160 Concrete encasement, complete L.F. in place for the unit price of . . . . . . . . . . . . . . . . . . . . . . . . . . . . . TEN . . . DOLLARS and . N°. . . . . . CENTS $10.00 $1,600.00 28. 5 Relocate metal end sections, Each complete in place for the unit price of . . . . . . . . . . . . . . . . . . . . . . . TWENTY . . DOLLARS and NO. CENTS $20.00. $ 1 Do. b 29• 3 Metal end sections, complete. in Each place for the unit price of and 30. 80 1511 L. F. 300 the . FIF7X No. reinforced ) -D, comple unit price . . . DOLLARS . CENTS $ 50.00 $ 150.00 concrete pipe to in place for of . . . . . . . FOLRTEEN. . . DOLLARS and N °. . . CENTS $ .00 $1,120.00 31. 79 12 feet corrugated metal pipe L.F. "Multiplate" 8 gage, complete in place for the unit price of . . . . . . . . . . . . . . . . , Two HUNDRED DOLLARS and . NO. . . . . . . CENTS $ 200.00 $ I ,800.00 Proposal - 7 • • Schedule of Work Items - Continued Unit Price Total Item Approx. Description with Lump Sum or in Figures Amount Nn_ Ounntity Unit Prices Written in Words Dirs. Cts. Dirs. Cts. 32. 33 34. 35. 36. 3 Each I Each 9 Each go L. F. 60 L. F. 0 Concrete catch basin, complete in place for the unit price of SIX HUNDRED DOLLARS and . . NO. . . . . . . CENTS 24" Corrugated metal pipe man- hole and curb inlet, complete in place for the lump sum price of . . . . . . . . . . . . . . . THeEE HUUDgEp DOLLARS and NO. . . . . . . CENTS Downdrains, complete in place for the unit price of . . . . . . . . . . . . . . . . . , , , , F04R,H4NQR�D, DOLLARS and . . NO. . . . . . . CENTS 36" corrugated metal pipe 12 gage, complete in place for the unit price of . . . . . . . . . . . . . . . . . . . SEVENTEEN DOLLARS and N °. . . . . . . CENTS 48" corrugated metal pipe 12 gage, complete in place for the unit price of . . . . . .. . . . . . . . . . . . . . TW�NT,v JT JO. DOLLARS and . . NO. . . . . . . CENTS $ 600.00 $ 10800.00 $ 300.00 $ 300.00 $ 400.00 $ 3,600.00 $ 17.00 $ 1,530.00 $ 22.00 $ 1,320.00 Proposal - 8 Proposal - 9 • Schedule of Work Items - Continued Unit Price Total Item Approx. Description with Lump Sum or in Figures Amount No. Quantity Unit Prices Written in Words Dlrs. Cts. Dirs. Cts. 37• 275 15" corrugated metal pipe L.F. 16 gage, complete in place for the unit price of . . . . . , . .NJNf ,. DOLLARS and No . . . . . . . CENTS $ 9.00 $ 2-,475.00 38• 92. 22" x 36" corrugated metal pipe L.F. arch 16 gage, complete in place for the unit price of . . . . . . . . . . . . . . . . . . . THJRTE €N. . . DOLLARS and No. . . . . . CENTS $ 13.00 $ i,196.00 39 80 181.1 x 29" corrgated metal pipe L.F. arch 14 gage, complete in place for the unit price of . . . . . . . . . . . . . . . . . . . ELEVEN DOLLARS . . . . . . . and No. . . . . . . CENTS $11.00 $ $80.00 40. Lump Traffic signals -San Joaquin Sum Hills Road, complete in place for the lump sum price of. . . . . . . . . . . . . TWENTY - SEVEN - THOUSAND. DOLLARS and . No . CENTS $2Z 00.00 41 Lump Traffic signals -Ford Road, Sum complete in place for the lump sum price of . . . . . . . . . . . . . . . . . . . . . . . . EIGHT THOUSAND, DOLLARS and No. . . . . . . CENTS $ l.8• $80000.00 Proposal - 9 Schedule of Work Items - Continued Unit Price Total Item Approx. Description with Lump Sum or in Figures Amount No. Ouantitv Unit Prices Written in W rds Dirs. Cts. Dirs. Cts. 42. Lump 14" sewer force main and Sum appurtenances, complete in place for the lump sum price of . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TvIUTEEQ THQu §AMD. DOLLARS and .114 . . . . . . CENTS TOTAL SUM OF BID. . . . . . . . THgEE UUUDUEq . . . . . ANDrFOUR` THOUSANDp ; .a. . HUNDRED FIFTY.NINE . . . DpL}A(i S,AND.5JXTY -FjvE CENTS. , . (Words) 13f000.OD $ 3o4,15q.65 Figures It is understood that the approximate quantities shown above are solely for the purpose of comparison of bids and that the Contractor's compensation will be com- puted upon the basis of the actual quantities in the completed work, whether they be more or less than those shown herein. If awarded this contract, the total items of work listed in this proposal shall be completed in 120 consecutive calendar days, from the date of the notice to proceed. If awarded the contract for'the work, the undersigned hereby agrees to sign said contract and to furnish the necessary bonds within ten (10) days after being awarded this contract and to begin work within ten (10) days from the date of the notice to proceed. Signature of Bidder' GRIFFITH COMPANY. S/ `BEN P. GRIFFITH PRESIDENT Business Address P.O. Box 395 C05TA MESA, CALIFORNIA 92627 Telephone Number KI 9 -2291 Contractor's License No. 3 -2168 Dated this 19TH day of JUL I g 66 . Proposal = 10 ALL BIDS ARE TO BE COMPUTED ON THE BASIS OF THE GIVEN ESTIMATED QUANTITIES OF WORK, AS INDICATED IN THIS PROPOSAL, TIMES THE UNIT PRICE AS SUBMITTED BY THE BIDDER., IN CASE OF A DISCREPANCY BETWEEN WORDS AND FIGURES, THE WORDS SHALL PREVAIL. IN CASE OF AN ERROR IN THE EXTENSION OF A UNIT PRICE, THE CORRECTED EXTENSION SHALL BE CALCULATED AND THE BIDS WILL BE COMPUTED AS INDICATED ABOVE AND COMPARED ON.THE BASIS OF THE CORRECTED TOTALS. THE ESTIMATED QUANTITIES OF WORK INDICATED IN THIS PROPOSAL ARE APPROXIMATE ONLY, BEING GIVEN SOLELY AS A BASIS FOR COMPARISON OF BIDS. THE UNDERSIGNED HAS CHECKED CAREFULLY ALL OF THE ABOVE FIGURES AND UNDERSTANDS THAT THE'CITY WILL NOT BE RESPONSIBLE FOR ANY ERRORS OR OMISSIONS ON THE PART OF THE UNDERSIGNED IN MAKING UP THIS BID. THE UNDERSIGNED AGREES THAT IN CASE OF DEFAULT IN EXECUTING THE REQUIRED CONTRACT WITH NECESSARY BONDS WITHIN TEN (10) DAYS, NOT INCLUDING SUNDAY, AFTER HAVING RECEIVED NOTICE THAT THE CONTRACT IS READY FOR SIGNATURE, THE PROCEEDS OF CHECK OR BOND ACCOMPANY- ING THIS BID SHALL BECOME THE PROPERTY OF THE CITY OF NEWPORT BEACH. LICENSED IN ACCORDANCE WITH THE STATUTES OF THE STATE OF CALIFORNIA PROVIDING FOR THE REGISTRATION OF CONTRACTORS, LICENSE No. 32168 ACCOMPANYING THIS PROPOSAL IS BIDDERS BOND. CASH, ERTIFIED CHECK, CASHIERS CHECK OR BOND IN AN AMOUNT NOT LESS THAN 10 PERCENT OF THE TOTAL BID.PRICE. K 9 -2291 GRIFFITH COMPANY PHONE NUMBER BIDDER 'S NAME JULY 19, 1966 DATE P.O. Box 395 (SEAL) S/ BEN P. GRIFFITH,'PRESIDENT ' AUTHORIZED SIGNATURE F.C. RODENBROCK , ASS'T. SECRETARY. AUTHORIZED SIGNATURE COSTA MESA, CALIFORNIA 92627 CORPORATION BIDDER 'S ADDRESS TYPE OF ORGANIZATION (INDIVIDUAL, CORPORATION, CO- PARTNERSHIP) LIST BELOW NAMES OF PRESIDENT, SECRETARY, TREASURER AND MANAGER IF A CORPORATION, AND NAMES OF ALL CO- PARTNERS IF A CO- PARTNERSHIP; BEN P. GRIFFITH PRESIDENT 1001 LINDA FLORA DR. LOS ANGELES,CAL.9O049 W.R. MIRAMS VICE PRESIDENT & SECRETARY 241 VIA GENOA NEWPORT BEACH,CAL C.F. REES VICE PRESIDENT & TREASURER 207 N. HILLCREST BL.. INGLEWOOD, AL.9O3OI J.F. PORCHER VICE PRESIDENT- CONSTRUCTION 2921 ILLINOIS AVE SOUTH GATE CAL.90280 THELMA M. BARNES' AsSISTANT707RESIDENT 401 S. URNSI VE. L A. CALI F W.I. GREGORY, JR. 'CONTRACT OFFICER - ASST SECY 4535 CARPENTER AVE. N.HOLLYW000,CAL.91607 O DENBROCK SST`S -E CRETARY OART LD. ., ALIF L.W. BUNCH ASSISTANT TREASURER 11 OSBORN W. COVINA,CALIF 91790 PAGE 3 DESIGNATION OF SUB - CONTRACTORS THE UNDERSIGNED CERTIFIES THAT HE HAS USED THE SUB —BIDS OF THE FOLLOWING LISTED CONTRACTORS IN MAKING UP HIS BID AND THAT THE SUB— CONTRACTORS LISTED WILL BE USED FOR THE WORK FOR WHICH THEY BID, SUBJECT TO THE APPROVAL OF THE CITY ENGINEER, AND IN ACCORDANCE WITH THE APPLICABLE PROVISIONS OF THE SPECIFICATIONS. NO CHANGE MAY BE MADE IN THESE SUB — CONTRACTORS EXCEPT UPON THE PRIOR APPROVAL OF THE ENGINEER. ITEM OF WORK SUB — CONTRACTOR I. Cnurac Tr _ JEZOWSKI AND MARKEL ADDRESS SANTA ANA 2. FENCE ALCORN FENCE COMPANY SANTA ANA 3- PIPE CARD CONSTRUCTION COMPANY' COSTA MESA 4. ELECTRICAL 5e 6. 7 12 STEINY — MITCHELL GRIFFITH COMPANY BIDDERS NAME I.OS ANGELES S/ BEN P. GRIFFITH AUTHORIZED SIGNATURE CORPORATION TYPE OF ORGANI ATION (INDIVIDUAL, COPARTNERSHIP OR CORPORATIONY P.O. Box 395 COSTA MESA, CALIFORNIA, 92627 ADDRESS r 0 PAGE 4 FOR ORIGINALO SEE CITY CLERKS COPY) BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS THAT T -WEB GRIFFITH COMPANY ) AS PRINCIPAL AND THE AMERICAN INSURANCE COMPANY j AS SURETY) ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH) CALIFORNIAN IN THE SUM OF TEN PERCENT OF THE TOTAL AMOUNT BID IN DOLLARS ($ 10% OF BID J, 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 _ IMPROVEMENT OF JAMBOREE ROAD FROM PACIFIC COAST HIGHWAY TO FORD ROAD FORMERLY CONTRACT C -975 (C -2027) IN THE CITY OF NEWPORT BEACH, IS ACCEPTED BY THE CITY COUNCIL OF SAID CITY, AND IF THE ABOVE BOUNDEN PRINCIPAL SHALL DULY ENTER INTO AND EXECUTE A \CONTRACT FOR SUCH CONSTRUC- TION AND SHALL EXECUTE AND DELIVER THE TWO (2) BONDS DESCRIBED IN THE "NOTICE INVITING BIDS" WITHIN TEN (I0) DAYS (NOT INCLUDING SATURDAY AND SUNDAY).FROM THE DATE OF THE MAILING OF A NOTICE TO THE ABOVE BOUNDEN PRINCIPAL BY AND FROM SAID CITY OF NEWPORT BEACH THAT SAID CONTRACT IS READY FOR EXECUTION, THEN THIS O�t-I'GATION SHALL BECOME NULL' AND VOID; OTHERWISE IT BE AND REMAIN IN FULL FORCE AND EFFLCTI AND THE AMOUNT SPECIFIED HEREIN SHALL BE FORFEITED TO THE SAID CITY. _ IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL IT IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOF, WE HEREUNTO SET OUR HANDS AND SEALS THIS ru DAY OF ,1Y , I9-.L6. CORPORATE SEAL (IF CORPORATION) (ATTACH ACKNOWLEDGEMENT OF ATTORNEY IN FACT) PREMIUM INCLUDED IN BBSU. GRIFFITH COMPANY PRINCIPAL S/ BEN P. GRIFFITH PRESIDENT THE AMERICAN INSURANCE COMPANY SURETY S/ BY B.J. BOLTON B. J. BOLTONO ATTORNEY IN FACT TITLE LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, THAT a No. 90.7 066 737 PAGE 5 WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTED �JUI y 2,5,0 1966 HAS AWARDED TO GRIFFITH COMPANY , HEREINAFTER DESIGNATED AS THE "PRINCIPAL", A CONTRACT FOR IMPROVEMENT OF c,:' IV JAMBOREE ROAD FROM PACIFIC COAST HIGHWAY TO FORD ROAD (FORMERLY C-975) (C-1027 IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI- CATIONS AND OTHER CONTRACT DOCUMENTS ON FILE IN THE OFFICE OF THE CITY CLERK. WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND THE TERMS THEREOF REQUIRE THE FURNISHING OF A BOND WITH SAID CONTRACT, PROVIDING THAT IF SAID PRINCIPAL OR ANY OF HIS OR ITS SUBCONTRACTORS) SHALL FAIL TO PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER, OR OTHER SUPPLIES OR TEAMS USED IN, UPON, FORA 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 GRIFFITH COMPANY AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND THE AMERICAN INSURANCE COMPANY AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF One- Hundred - Fifty- Two - Thousand- Seventy -Nine & - - - - - - - -__83/100 - - DOLLARS ($ 152,079.83 ), 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 CONDI ":.ON OF THIS OBLIGATION IS SUCH, THAT IF THE PERSON OR HIS SUBCON- TRACTORS., FAIL TO PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER, OR OTHER SUPPLIES, OR TEAMS, USED IN, UPON, FOR, OR ABOUT THE PERFORMANCE OF THE WORK CONTRACTED TO BE DONE, OR FOR ANY OTHER WORK OR LABOR THEREON OF ANY KIND, OR FOR AMOUNTS DUE UNDER THE UNEMPLOYMENT INSURANCE CODE WITH RESPECT TO SUCH WORK OR LABOR, THAT THE SURE"': OR SURETIES WILL PAY FOR THE SAME, IN AN AMOUNT NOT EXCEEDING THE SUM SPECI- FIED IN THE BOND, AND ALSO, IN CASE SUIT IS BROUGHT UPON THE BOND, A REASONABLE ATTORNEYS FEE, TO BE FIXED BY T.HE COURT, AS REQUIRED BY THE PROVISIONS OF SECTION 4204 OF THE GOVERNMENT CODE OF THE STATE OF CALIFORNIA. PAGE 6 (LABOR AND MATERIAL BOND - CONTINUED) THIS BOND SHALL INURE TO THE BENEFIT OF ANY AND ALL PERSONS COMPANIES, AND CORPOR- ATION ENTITLED TO FILE CLAIMS UNDER SECTION 1192.1 OF THE CODE OF CIVIL PROCEDURE SO AS TO GIVE A RIGHT OF ACTION TO THEM OR THEIR ASSIGNS IN ANY SUIT BROUGHT UPON THIS BOND, AS REQUIRED BY THE PROVISIONS OF SECTION 4205 OF THE GOVERNMENT CODE OF THE STATE OF CALIFORNIA. AND THE SAID SURETY FOR VALUE RECEIVED, HEREBY STIPULATES AND AGREES THAT NO CHANGE EXTENSION OF TIMES ALTERATIONS OR ADDITIONS TO THE TERMS OF THE CONTRACT OR TO THE WORK TO BE PERFORMED THEREUNDER OR THE SPECIFICATIONS ACCOMPANYING THE SAME SHALL IN ANY WISE AFFECT ITS OBLIGATIONS ON THIS BOND, AND IT DOES HEREBY WAIVE NOTICE OF ANY SUCH CHANGE, EXTENSION OF TIME) ALTERATIONS OR ADDITIONS TO THE TERMS OF THE CONTRACTOR OR TO THE WORK OR TO THE SPECIFICATIONS. IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BON -_AS AN fNDIVIDUAL) IT IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT.--E X ONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOF, THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND SURETY ABOVE NAMED ON THE 5th DAY OF August , 196 C Z:amitis dwATw ftr tffia 11" L tael=w is ebww tqw]Mae a .21MIL APPROVED AS TO FORM: l� CIT TTORNEY THIS BOND WAS APPROVED BY THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH BY MOTION ON DATE ATTEST: CITY CLERK GRIFFITH COMPANY (SEAL) (SEAL) VICE- PRESIDENT EAL) TRACTOR �'f� •� 'cZEALr.- L J. RoUft, Atimorm In Ire! _. �SEA0 SURETY State of (�� {_ � County ofj� NN�{{��„t��� N(,{ ss: On AVVA44 SI therein, duly commissioned and sworn, personally appeared before me, a Notary Public in and for said County and State, residing B. J. f lun known to me to be Attorney -in -Fact of 7K AMERICAN INSURANCE COMPANY the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set I My Commission JAN 14 1968 year stated in this certificate above. OFFBC.7AL SLU M. S. BYBEE A i "INpN1l 0"W6 W Notary Public C] PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, THAT I ?wm PAGE 7 WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTED JULY 25, 1966 HAS AWARDED TO GRIFFITH COMPANY HEREINAFTER DESIGNATED AS THE "PRINCIPAL") A CONTRACT FOR IMPROVEMENT OF G JAMBOREE ROAD FROM PACIFIC COAST HIGHWAY TO FORD ROAD (FORMERLY C -975) 7-(C -102 IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI- CATIONS AND OTHER CONTRACT DOCUMENTS NOW ON FILE IN THE OFFICE OF THE CITY CLERK OF THE CITY OF NEWPORT BEACH. WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND THE TERMS THEREOF REQUIRE THE FURNISHING A BOND FOR THE FAITHFVL PERFORMANCE OF SAID CONTRACT; NOW, THEREFORE, WE, GRIFFITH COMPANY AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE "CONTRACTOR"" AND THE AMERICAN INSURANCE COMPANY AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF One- Hundred - Fifty - Two - Thousand- Seventy -Nine & --------- - - - - -- 83/100 DOLLARS ($ 152,079.83 ), SAID SUM BEING EQUAL TO 50% OF THE ESTIMATED AMOUNT OF THE CONTRACT, TO BE PAID TO THE SAID CITY OR ITS CERTAIN ATTORNEY) ITS SUCCESSORS, AND ASSIGNS; FOR WHICH PAY- MENT, WELL AND TRULY TO BE MADE, WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND AD- MINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRE- SENTS. THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE ABOVE BOUNDEN PRINCIPAL, HIS OR ITS HE RS, EXECUTORS, ADMINISTRATORS, SUCCESSORS, OR ASSIGNS, SHALL IN ALL THINGS STAND TC,ND ABIDE BY, AND WELL AND TRULY KEEP AND PERFORM THE COVENANTS, CONDITIONS AND AGRE;_AENTS IN THE SAID CONTRACT AND ANY ALTERATION THEREOF MADE AS THEREIN PRO- VIDED ON HIS OR THEIR PART, TO BE KEPT AND PERFORMED AT THE TIME AND IN THE MANNER THEREIN SPECIFIED, AND IN ALL RESPECTS ACCORDING TO THEIR TRUE INTENT AND MEANING, AND SHALL INDEMNIFY AND SAVE HARMLESS THE CITY OF NEWPORT BEACH, ITS OFFICERS AND AGENTS, AS THEREIN STIPULATED, THEN,THIS OBLIGATION SHALL BECOME NULL AND VOID; OTHERWISE IT SHALL REMAIN IN FULL FORCE AND VIRTUE. 0 0 PAGE H (PERFORMANCE BOND - CONTINUED) AND SAID SURETY, FOR VALUE RECEIVED, HEREBY STIPULATES AND AGREES THAT NO CHANGE, EXTENSION OF T!ME, ALTERATION OR ADDITION TO THE TERMS OF THE CONTRACT OR TO THE WORK TO BE PERFORMED THEREUNDER OR THE SPECIFICATIONS ACCOMPANYING THE SAME SHALL IN ANY WISE. AFFECT ITS OBLIGATIONS ON THIS BOND, AND IT DOES HEREBY WAIVE NOTICE OF ANY CHANGE, EXTENSION OF TIME, .ALTERATION OR ADDITION TO THE TERMS OF THE CON- TRACT OR TO THE WORK OR TO THE SPECIFICATIONS. IN HE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL, IT IS AGREED THAT THE DEATH ON ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOF, THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND SURETY ABOVE NAMED, ON THE 5th DAY OF August , 1966= let= wvi tw lids 1s oi.s417.00 APPROVED AS TO FORM- C ATTORN GRIFFITH COMPANY (SEAL) G (SEAL) VICE-PRESIDENT (SEAL) CONTRACTOR s�fd+0 Comm (SEAL) I (SEAL) i +•(jjojt&T YMtaaq 3k*t-'. I r State of County oI �i Angel" ss: On Aug"t 58 before me, a Notary Public in and for said County and State, residing therein, duly Commissioned and sworn, personally appeared B. J. Bolton known to me to be Attorney -in -Fact of THE AMERICAN INSURANCE COMPA the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the said Corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my i My Commission Expires JAN 14 1968 . 92116 .59 offfcinh seats the _dsrv�nd year stated in this certificate above. OFFICIAL SEAL '-"•� S. BYBEE RY RY ouenc - CA' IFURlIIM 'RINCIVAL OFFICE IN Notary Public OS'AN.OLES COUNT`F -• { 0 0 PAGE 9 NON- COLLUSION AFFIDAVIT THE BIDDERS, BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRESENT AT THE TIME OF FILING THIS BIDS BEING DULY SWORN ON THEIR OATHS-SAY, THAT NEITHER THEY NOR ANY OF THEM, HAVE IN ANY WAY, DIRECTLY OR INDIRECTLY ENTERED INTO ANY ARRANGEMENT OR AGREEMENT WITH ANY OTHER BIDDERS OR WITH ANY PUBLIC OFFICER OF SUCH CITY OF NEWPORT BEACH WHEREBY SUCH AFFIANT OR AFFIANTS OR EITHER OF THEM, HAS PAID OR IS TO PAY TO SUCH BIDDER OR PUBLIC OFFICER ANY SUM OF MONEYS OR HAS GIVEN OR IS TO GIVE TO SUCH OTHER BIDDER OR PUBLIC OFFICER ANYTHING OF VALUE WHATEVER) OR SUCH AFFIANT OR AF- FIANTS OR EITHER'OF THEM HAS NOT DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGE- MENT OR AGREEMENT WITH ANY OTHER BIDDER OR BIDDERS WHICH TENDS TO OR DOES LESSEN OR DESTROY FREE COMPETITION IN THE LETTING OF THE CONTRACT SOUGHT FOR BY THE AT- TACHED BIDS; THAT NO BID HAS BEEN ACCEPTED FROM ANY SUBCONTRACTOR OR MATERIALMAN THROUGH ANY BID DEPOSITORY, THE BYLAWS, RULES OR REGULATIONS OF WHICH PROHIBIT OR PREVENT THE CONTRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCONTRACTOR OR MATERIAL- MAN WHICH IS NOT PROCESSED THROUGH SAID BID. DEPOSITORY, OR WHICH PREVENT ANY SUB- CONTRACTOR OR MATERIALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES NOT USE THE FACILITIES OF OR ACCEPT BIOS FROM OR THROUGH SUCH BID DEPOSITORY; THAT NO INDUCE- MENT OR ANY FORM OR CHARACTER OTHER THAN THAT WHICH APPEARS UPON THE FACE OF THE BID WILL BE SUGGESTED OFFERED PAID, OR DELIVERED TO ANY PERSON WHOMSOEVER TO INFLUENCE THE ACCEPTANCE OF THE SAID BID OR AWARDING OF THE CONTRACT] NOR HAS THIS BIDDER ANY AGREEMENT OR UNDERSTANDING OF ANY KIND WHATSOEVER WITH ANY PERSON WHOMSOEVER TO PAYS DELIVER T0, OR SHARE WITH ANY OTHER PERSON IN ANY WAY OR MANNER, ANY OF THE PROCEEDS OF THE CONTRACTS SOUGHT BY THIS BID. GRIFFITH COMPANY S/ BEN P. GRIFFITH PRESIDENT S/ F.C. RODENBROCK SETS Tom. -SECRETARY SUBSCRIBED AND SWORN TO BEFORE ME BY BEN P. GRIFFITH F.C. RODENBROCK THIS 19TH DAY OF JULY 1966 MY COMMISSION EXPIRES: MY COMMISSION EXPIRES SEPT. 10, 1967 S/ BRUCE E. FULLER NOTARY PUBLIC BRUCE E. FULLER ... .:y .. .... Pin T"r :Y,^.t7. ^na:+i r. t�}}�V)•• ...... __. + 4 � w � Vlau:: slY VV1G'f talVJl BALANCE SM-MT AT DEOMMER 31s 1965 REAL ESTATE_ IIMZ Real Estate Lots 299161.08 Buildings and Improvements 19414553.60 Less Allowance for Depreciation l,�,F' M •7F a6 X •Y.• d:• #-% 'k dE -Y.- '•Y.' '.f 'i; dP �• dF .%. dF i. iE ':• :: f i •.H i'c 4k -0i LIABILITIES a. LAPP AL F SUiii'LCI5 LT_ABT.LIT?i Accouats Payable A c : and Payroll D ,3 O_f ccrs end Stock'r_old:; -,L D ;n' loyees savia�s roe.. ,t Accova,s jasw:li;rcnt Con ;:ac;:� :ayaU:aa Mortgage Payable - Real Estate Pede-al Income Tax Payable Q,1..7 '.,_r.ARILIT7IS i Labor Drafts :._ asi&�ary a Piru Rock Co. !-_age Payable o R. E. Long Term P.1774P.ED CREDITS Earnings on Uncompleted Contracts GA ISAL STOCK .M SDWLUS Capital Stock Issued Surplus 198849394.39 1069354.49 77.307.86 9200.00 719689.60 169824.73 F ?_8..09 TOTAL 269551.34 199600.63 ..=0'/00._.2$ TOTAL 843 $1,00.00 y$479p3Lb_83 TOTAL $5$660,258.49 $359570.76 195949247.74 L y 2.,1609019.32 262,855.75 � :a ASSr'� t R1�i]T AS$ i�.�'S Cash in kt and on hand 300$027.78 Acn.ounts Receivable 4D16OD94� .39 Securities at Cost 170$863.10 Inrmntory 1,"toraial and Supplies 67972'7.77 Streot Improva -iont Bands 109241.58 Street Improvement Assessments 475$918.31 Sundry Refundable Deposits 14340.00 Notes Receivable 669336.46 Advances on Uncompleted Contracts 289$116.42 Account Receivable - U.S. Treas. Dept. 1 ?J TOTAL Investments and Advances to Subsidiaries and Read. Estate Joint Ventures 532947.6.48 Installment Contracts Receivable on Sales of Real Estate 389227.67 Second Mortgages and Trust Deeds 179344.41 Cash Surrender Value of Life Insurance 21S ;Kf.60 TOTAL FT. sLZ�s Land .m Plant Sites 1410940.18 Autos and Trucks $1,7819970.57 Leos A1.taamma for Doprodati.on, ,l? X9,141 353 ®925.16 Equipment and Plants 3D292D961.42 Less Allowance for Depreciation —902W79_fY1 . T 9Il989RF32.Lf1 TOTAL REAL ESTATE_ IIMZ Real Estate Lots 299161.08 Buildings and Improvements 19414553.60 Less Allowance for Depreciation l,�,F' M •7F a6 X •Y.• d:• #-% 'k dE -Y.- '•Y.' '.f 'i; dP �• dF .%. dF i. iE ':• :: f i •.H i'c 4k -0i LIABILITIES a. LAPP AL F SUiii'LCI5 LT_ABT.LIT?i Accouats Payable A c : and Payroll D ,3 O_f ccrs end Stock'r_old:; -,L D ;n' loyees savia�s roe.. ,t Accova,s jasw:li;rcnt Con ;:ac;:� :ayaU:aa Mortgage Payable - Real Estate Pede-al Income Tax Payable Q,1..7 '.,_r.ARILIT7IS i Labor Drafts :._ asi&�ary a Piru Rock Co. !-_age Payable o R. E. Long Term P.1774P.ED CREDITS Earnings on Uncompleted Contracts GA ISAL STOCK .M SDWLUS Capital Stock Issued Surplus 198849394.39 1069354.49 77.307.86 9200.00 719689.60 169824.73 F ?_8..09 TOTAL 269551.34 199600.63 ..=0'/00._.2$ TOTAL 843 $1,00.00 y$479p3Lb_83 TOTAL $5$660,258.49 $359570.76 195949247.74 L y 2.,1609019.32 262,855.75 � :a >r 0 0 PAGE IO 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 RESPONSIBILITYY. THE UNDERSIGNED SUBMITS BELOW A STATEMENT OF THE WORK OF SIMILAR CHARACTER TO THAT INCLUDED IN THE PROPOSED CONTRACT WHICH HE HAS SUCCESSFULLY PERFORMED. THIS BUSINESS WAS INCORPORATED IN APRIL, 1902, AS FAIRCHILD- GILMORE_WLLTON C9• THE NAME WAS CHANGED TO GRIFFITH COMPANY, INCORPORATED UNDER THE LAWS OF THE STATE OF CALIFORNIA ON DECEMBER 7. 122 AND HAS BEEN IN CONTINUOUS OPERATION AVERAGING 31,0000000.00 ANNUALLY FOR THE PAST TEN YEARS AND 29,000,000.00 ANNUALLY FOR THE PAST THREE YEARS IN CONTRACT AMOUNTS. GRIFFITH COMPANY HAS PERFORMED WORK OF THIS NATURE FOR THE CITIES OF LOS ANGELES, SAN DIEGO, BAKERSFIELD, PASADENA, GLENDALE, LONG BEACHy SANTA ANA, GARDEN GROVE, NEWPORT BEACH AND MANY OTHERS AS WELL AS FOR VARIOUS DEPARTMENTS OF.THE TATE OF ALIFORNIA AND THE COUNTIES OF LOS ANGELES, SAN DIEGO, KERN, VENTVRA, ORANGE, SAN BERNARDINO AND OTHERS. OUR BANKING REFERENCE IS THE FARMERS AND MERCHANTS OFFICE OF SECURITY -FIRST NATIONAL 13ANK, UANK OF AMERICA, Los ANGELES MAIN OFFICE, SAN DIEGO TRLLST AND SAVINGS BANK AND UNITED STATES NATIONAL BANK OF SAN DIEGO. WE ARE BONDED BY THE AMERICAN INSURANCE COMPANY OF NEWARK, NEW JE GRIFFITH COMPANY S/ BEN P. GRIFFITH SIGNED RESIDENT PAGE II C O N T R A C T THIS AGREEMENT, MADE AND ENTERED INTO THIS f,641 DAY OF BY AND BETWEEN THE CITY OF NEWPORT BEACH, CALIFORNIA, HEREINAFTER DESIGNATED AS THE CITY, PARTY OF THE FIRST PART, AND GRIFFITH COMPANY 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 FORMERLY AND TO PERFORM AND COMPLETE IN A GOOD AND WORKMANLIKE MANNER ALL THE WORK PERTAINING THERETO SHOWN ON THE PLANS AND SPECIFICATIONS THEREFOR; TO FURNISH AT HIS OWN PROPER COST AND EXPENSE ALL TOOLS, EQUIPMENT, LABOR, AND MATERIALS NECESSARY THEREFOR, (EX- CEPT SUCH MATERIALS, IF ANY, AS IN THE SAID SPECIFICATIONS ARE STIPULATED TO BE FUR- NISHED BY THE CITY), AND TO DO EVERYTHING REQUIRED BY THIS AGREEMENT AND THE SAID PLANS AND SPECIFICATIONS. 2. FOR FURNISHING ALL SAID MATERIALS AND LABOR, TOOLS, AND EQUIPMENT, AND DOING ALL THE WORK CONTEMPLATED AND EMBRACED IN THIS AGREEMENT, ALSO FOR ALL LOSS AND DAMAGE ARISING OUT OF THE NATURE. OF THE WORK AFORESAID, OR FROM THE ACTION OF THE ELEMENTS, OR FROM ANY UNFORESEEN DIFFICULTIES WHICH MAY ARISE OR BE ENCOUNTERED IN THE PROSECU- TION OF THE WORK UNTIL ITS ACCEPTANCE BY THE CITY, AND FOR ALL RISKS OF EVERY DE- SCRIPTION CONNECTED WITH THE WORK; ALSO, FOR ALL EXPENSES INCURRED BY OR IN CONSE- QUENCE OF THE SUSPENSION OR DISCONTINUANCE OF WORK, EXCEPT SUCH AS IN SAID SPECIFI- CATIONS ARE EXPRESSLY STIPULATED TO BE BORNE BY THE CITY; AND FOR WELL AND FAITHFULLY COMPLETING THE WORK AND THE WHOLE THEREOF, IN THE MANNER .SHOWN AND DESCRIBED IN THE SAID PLANS AND SPECIFICATIONS, THE CITY WILL PAY AND THE CONTRACTOR SHALL RECEIVE IN FULL COMPENSATION THEREFORE THE LUMP SUM PRICE, OR IF THE BID IS ON THE UNIT PRICE BASIS, THE TOTAL PRICE FOR THE SEVERAL ITEMS FURNISHED PURSUANT TO THE SPECIFICATIONS, NAMED IN THE BIDDING SHEET OF THE PROPOSAL, AS THE CASE MAY BE. 3. THE CITY HEREBY PROMISES AND AGREES WITH THE SAID CONTRACTOR TO EMPLOY, AND DOES HEREBY EMPLOY THE SAID CONTRACTOR TO PROVIDE THE MATERIALS AND TO DO THE WORK ACCORDING TO THE TERMS AND CONDITIONS HEREIN CONTAINED AND REFERRED TO FOR THE PRICE AFORESAID, AND HEREBY CONTRACTS TO PAY THE SAME AT THE TIME, IN THE MANNER, AND UPON THE CONDITIONS SET FORTH IN THE SPECIFICATIONS; AND THE SAID PARTIES FOR THEMSELVES, THEIR HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS AND ASSIGNS, DO HEREBY AGREE TO THE FULL '."RFORMANCE OF THE COVENANTS HEREIN CONTAINED. 4. THE NOTICE TO BIDDERS, INSTRUCTIONS TO BIDDERS, CONTRACTOR'S PROPOSAL, AND THE PLANS AND SPECIFICATIONS, AND ALL AMENDMENTS THEREOF, WHEN APPROVED BY THE PAR- TIES HERETO, OR WHEN REQUIRED BY THE CITY IN ACCORDANCE WITH THE PROVISIONS OF THE PLANS AND SPECIFICATIONS, ARE HEREBY INCORPORATED IN AND MADE PART OF THIS AGREE- MENT. (CONTRACT - CONTINUED) 0 PAGE 12 5. THE CONTRACTOR SHALL ASSUME THE DEFENSE OF AND INDEMNIFY AND SAVE HARMLESS THE CITY, THE DIRECTOR OF PUBLIC WORKS, AND THEIR OFFICERS AND EMPLOYEES, FROM ALL CLAIMS, LOSS, DAMAGE, INJURY, AND LIABILITY OF EVERY KIND, NATURE, AND DESCRIPTION, DIRECTLY OR INDIRECTLY ARISING FROM THE PERFORMANCE OF THE CONTRACT OR WORK, REGARD- LESS OF RESPONSIBILITY FOR NEGLIGENCE; AND FROM ANY AND "ALL CLAIMS, LOSS, DAMAGE, INJURY, AND LIABILITY, HOWSOEVER THE SAME MAY BE CAUSED, RESULTING DIRECTLY OR IN- DIRECTLY FROM THE NATURE OF THE WORK COVERED BY THE CONTRACT, REGARDLESS OF RESPON- SIBILITY FOR NEGLIGENCE. IN WITNESS WHEREOF, THE PARTIES HERETO HAVE CAUSED THIS CONTRACT TO BE EXECUTED THE DAY AND YEAR FIRST ABOVE WRITTEN. ATTEST: CITY OF NEWPORT BEACH, CALIFORNIA BY: f7� —�_ MAYOR G _i cl_ CITY CLERK GRIFFITH COMPANY CONTRACTOR (SEAL) BY• C � VICE - PRESIDENT I ITLE B . ASST. SECRETARY. TITLE APPROVED AS TO FORM: ac ITY ATTOR CITY OF NEWPORT BEACH ORANGE COUNTY, CALIFORNIA JAMBOREE ROAD SELECT SYSTEM PROJECT NO. 53 AHFP PROJECT NO, 288/320 CONTRACT C -975 SPECIAL PROVISIONS SECTION I SPECIFICATIONS 1 -1 GENERAL All work shall be done in accordance with the City of Newport Beach, Public Works Department, standard specifications, the applicable provisions in the California State Standard Specifications as called for in the special provisions and these special provisions. SECTION 2 DRAWINGS 2 -1 GENERAL The complete set of plans for bidding and construction consists of the following: Drawing No. Drawing No. Drawing No. Drawing No. Details Drawing No. R- 5065-S, Sheets S- 5020 -S, Sheets 304 (Orange County 305 (Orange County 306 (Orange County through 18 and 2 Standard) Catch Basin Standard) Miscellaneous Inlet Standard) Grate and Frame SECTION 3 LOCATION AND SCOPE OF WORK 3 -1 GENERAL The work to be constructed under this contract is the improvement of Jamboree Road approximately 9,000 feet in length located in the City of Newport Beach between Pacific Coast Highway and Ford Road. The work to be done consists of clearing and grubbing, grading, removal of existing pavement and base, construction of concrete curb and gutter, construction of variable pavement and base sections, two traffic signal systems, miscellaneous drainage and utilities, and other appurtenant work as necessary to complete the work as shown on the plans and as included in these specifications. Special Provisions - 1 SECTION ►+ EARTHWORK 4 -1 GENERAL Earthwork shall conform to the provisions in Section 10 of the standard specifi- cations and these special provisions. It is estimated that there will be surplus excavation which shall become the property of the Contractor and shall be disposed of outside the highway right of way in accordance with the provisions in Section 7 -1.13 of the State Standard Specifications. The provisions in Section 19 -5.2 of the State Standard Specifications and Section 10 -7 of Standard Specifications are superseded by the following; The original ground for a width equal to the width of the grading plane for lime- treated base shall have no relative compaction requirement. The relative compaction of all embankment areas including shoulder areas shall be not less than 90% in lieu of the provisions in Section 19 -6.2 of the State Standard Specifications requiring nut less than 95% relative compaction within 2.5 feet of finished grade. Backfill at all structures shall have a sand equivalent requirement and shall have relative compaction requirement of not less than 90% as provided for in Section 16 -7 of Standard Specifications. SECTION 5 SELECT TOP SOIL 5 -1 GENERAL Select top soil shall be placed within the median strip. Tnis material shall replace the total excavaged area within the median strip and shall have a mini- mum depth of 6 inches. There shall be no requirements for compaction of this material except in the areas as shown on the plan to receive asphalt pavement. Within these areas the backfill may be random fill material and shall be com- pacted to not less than 90% as provided for in Section 16 -7 of the Standard Specifications. The select material may be secured from the disposal site across from the Newporter Inn. If this material is used, the select material shall be excavated from the top two feet of the site after removal of the top 3 inches. This item will be paid for on a cubic yard basis,in place,under Item 3 of the bid proposal form. SECTION 6 WATER 6 -1 GENERAL The Contractor shall make his own provisions for the securing of water necessary to perform his work. No separate pavement will be made for water. Special Provisions - 2 SECTION 7 SUBGRADE PREPARATION 7 -1 GENERAL SUBGRADE PREPARATION SHALL. CONFORM TO THE PROVISIONS IN SECTION 21 OF THE STATE STANDARD SPECIFICATIONS, EXCEPT THE SUBGRADE WITHIN 0.5 FEET BELOW THE GRADING PLANE IN THE AREAS TO RECEIVE LIME TREATMENT SHALL HAVE NO RELATIVE COMPACTION REQUIREMENT IN LIEU OF THE 95% SPECIFIED IN SECTION 21 -1.2 OF THE STATE STANDARD SPECIFICATIONS AND SECTION 10 -7 OF THE STANDARD SPECIFICATIONS. SECTION 8 LIME - TREATED SUBBASE 8 -1 DESCRIPTION THIS WORK SHALL CONSIST OF MIXING SOIL, LIME, WATER, SPREADING, AND COMPACTING AS SPECIFIED IN THE SPECIAL PROVISIONS AND APPLICABLE PORTIONS OF STATE STANDARD SPECIFICATIONS. 8 -2 MATERIALS WATER SHALL CONFORM TO THE PROVISIONS IN SECTION 13 -2 OF THE STANDARD SPECI- FICATIONS "PORTLAND CEMENT CONCRETE.11 LIME TO BF MIXED WITH THE SOIL SHALL BE HYDRATED LIME, WHEN SAMPLED BY THE ENGINEER DURING APPLICATION, THE HYDRATED LIME SHALL CONTAIN NOT LESS THAN 75p` OF CALCIUM HYDROXIDE AS DETERMINED BY TEST METHOD CALIF. NO. 414, THE CONTRACTOR SHALL, FURNISH THE ENGINEER WITH A CERTIFICATE OF COMPLIANCE OF THE SOURCE 70 THIS REQUIREMENT _OR TO MEETING THE "RAPID SUGAR METHOD." A.S.T.M.'DESIGNATIONS C- 25 -58, ITEM 26 (C). , SOILS FOR LIME - TREATED SUBGRADE SHALL CONSIST OF NATIVE MATERIALS. 8.3 PREPARING MATERIAL AFTER EXCAVATION AND EMBANKMENT OPERATIONS HAVE BEEN COMPLETED AND PRIOR TO PREPARATION AND COMPACTION OF THE SUBGRADE} ALL ANTICIPATED EXCESS MATERIAL ABOVE THE LIME- TRE.ATEO SECTION SHALL BE REMOVED. THE SOIL TO BE TREATED SHALL BE SCARIFIED AND THOROUGHLY BROKEN UP BY MEANS OF EQUIPMENT CONSTRUCTED AND OPERATED TO LEAVE A RELATIVELY UNDISTURBED PLANE AT THE BOTTOM OF THE LIME - TREATED SUBBASE AS SHOWN ON THE TYPICAL CROSS SECTION. PRECAUTION SHALL BE TAKEN TO AVOID FORMING FURROWS OF LOOSENED MATERIAL BELOW THE. PLANE ABOVE MENTIONED AND TO OBTAIN A UNIFORM CONDITION OF THE MATERIAL FOR THE FULL W107'H TO BE TREATED. 8 -4 SPREADING LIME MYORATED LIME MAY BE MIXED WITH WATER TO FORM A SLURRY PRIOR TO BEING ADDED TO THE SOIL. MIXING OF THE LIME WITH THE WATER MAY BE ACCOMPLISHED BY USING COM- PRESSED AIR OR MECHANICAL AGITATION. THE AMOUNT OF DRY LIME IN THE WATER SHALL SPECIAL PROVISIONS - 3 be 35% + 3% by weight. This percentage may be changed with approval of the Engineer but shall not vary more than 3% above or below such percentages as thereto specified. The suspended lime material shall be placed on the grade from a truck with distributor which shall provide uniform distribution for the full width of distributor.. The lime shall be applied so as to provide from 2 -1/2% to 3 -1/2% by dry weight of the material being treated. This may be accomplished by one o or more passes of the distributor. The distributor truck shall be equipped with a circulating device to prevent settling of the lime prior to depositing on the grade if uniformity of the suspended material cannot otherwise be main- tained. In lieu of placing the hydrated lime in a slurry form, a dry hydrated lime may be placed by equipment that will introduce water into or onto the lime during the placing operation and such process provides for a uniform and dust free application. Spreading of dry lime followed by spraying the surface with a water truck will not be permitted. 8 -5 MIXING, SPREADING, AND COMPACTING Mixing operations shall be performed in such a manner as to produce a homogenous, uniform mixture of the lime, water, and the material being treated. Streaks and pockets of lime shall be considered as evidence of inadequate mixing. Water shall be added during the mixing process until the water content of the mixture is approximately 2% above the optimum moisture content for the soil. If a disk -type mixing operation is used, a minimum of three successive passes shall be required with a minimum interval of one hour between each pass. Disk - type equipment shall be capable of mixing entire planned depth. Additional mixing may be required to thoroughly blend the lime, soil, and water.. The com- plete mixture shall be spread by any means which will produce a uniform layer of material at the subgrade elevation as shown on the typical section. Lime - treated subbase shall be spread and compacted within 48 hours after the addition of lime and water or as permitted by the Engineer. The relative compaction of the lime - treated subbase shall be not less than 95% as determined by Test Method No Calif. 216 -F. Subgrade tolerances shall conform to Section 10 -7 of standard specifications. 8 -6 CURING During mixing and compacting operations, the mixture shall be kept at or above the optimum moisture content as determined by Test Method No. Calif. 216. After compaction, the surface of the mixture shall be kept moist for a minimum period of 24 hours and until such time as it is covered by base or other materials. 8 -7 MEASUREMENT Scarifying, breaking up, mixing, spreading, and compacting lime - treated subbase material will be measured on an area basis for mixing lime - treated subbase. The area in square yards to be used as a basis for payment will be determined by horizontal measurement of the finished surface of the subbase grading plane. The quantity of lime (dry weight) to be paid for will be determined by sack count or by by scale weight. Bulk lime or fractional sacks will be weighed. Lime delivered in slurry form will be sampled and representative samples dried to determine dry lime content. Special Provisions - 4 . r , 8 -8 PAYMENT Items of work, measured as specified above, will be paid for at the contract unit price per ton for lime and per square yard for mixing lime - treated subbase. The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, incidentals, furnishing and applying all water to the lime and mixture during the curing period as specified, and for doing all the work involved in construction of lime- treated subbase, complete in place as shown on the typical section and as specified in these specifications. SECTION. 9 LIME - TREATED SHOULDERS 9-1 GENERAL All graded shoulders shall be stabilized with lime treatment for depth of 5 inches; in width of 8 feet. All provisions of Section 3 "Lime- Treated Subbase" shall be complied with except that the lime shall be applied at the rate of 2% by dry weight of material being treated. A seal coat of MC -70 cut with approximately 30% Naptha shall be applied to the lime - treated shoulder.at the rate of 0.1 gallons per square yard. The product as applied to the shoulder shall have a viscosity of 17 to 25 Seconds, Saybolt Furol (S.S.F.) at 77 °F. It is the intent of this item to obtain maximum penetration and seal. Rate of application and percentage of mix- ture may be modified to meet field conditions. SECTION 10 AGGREGATE BASE 10 -1 GENERAL Class 3 aggregate shall conform to the provisions for Class 2 aggregate base which is 1 -1/2 -inch maximum as specified in Section 26 of the State Standard Specifications and these special provisions. At least 65% by weight of the material retained on the No. 4 sieve shall have at least one fractured face as determined by Test Method No. Calif. 205. The R -value requirement will not be waived as provided in Section 26 -1.28 of the State Standard Specifications. The provisions of Section 26 -1.35 of the State Standard Specifications are super- seded by the following: At the time aggregate base is spread, it may have a moisture content sufficient to obtain the required compaction. Such moisture shall be uniformly distri- buted throughout the material. In lieu of the spreading requirements specified in Section 26, aggregate base mate- rial shall be spread upon prepared subgrade by means of approved spreading devices which will deposit a uniform windrow or layer, and after spreading as above speci- fied, the material shall be shaped to the requirements of Section 26 of the State Standard Specifications. Motor graders may be used for the aforementioned shaping. Special. Provisions - 5 Tailgate spreading of the material by dump trucks will not be permitted except for spot dumping and in areas not readily accessible to approved spreading devices. The use of bottom dumps will be permitted. SECTION II ROAD -MIXED CEMENT - TREATED BASE II -1 GENERAL Road -mixed cement - treated base shall be Class B and shall conform to the pro- visions in Section 27 of the State Standard Specifications and these special provisions. The aggregate for the cement - treated base shall conform to the following grading when determined by Test Method No. Calif. 202. Sieve Sizes Percentage Passing Sieves 2" 100 1 -1/2" 90 -100 3/4" 50 -90 No. 4 25 -75 No. 30 10 -40 No. 200 2 -15 In lieu of the provisions of Paragraph 5 of Section 27 -1.7 of State Standard Speci- fications, the mixture may be spread and compacted in one layer where the required thickness is 0.50 feet or less. If the Contractor elects to use.the plant -mixed method, as specified in Section 27 -1.6 of the State Standard Specifications, the mixed material shall be spread upon prepared subgrade by means of approved spreading devices which will deposit a uniform windrow or layer. Tailgate spreading of the material by dump trucks will not be permitted except for spot dumping and in areas not readily accessible to approved spreading devices. In .lieu of the provisions in the second paragraph of Section 27 -1.12 of the State Standard Specifications, the quantity of Portland cement to be paid for will be determined from sack count or by certified scale weights of the bulk cement as transported to the job site. The provisions of Section 4 -3 "Extra Work" shall not apply to this item. The Contractor shall notify the Engineer ten working days prior to cement treated base operations as to the names and /or locations of cement and aggregate suppliers. SECTION 12 ASPHALT CONCRETE 12 -1 GENERAL Asphalt concrete shall be Type B and shall conform to the provisions of Section 12 of the Standard Specifications and these special provisions except that the mineral aggregate shall be 3/4 -inch maximum - medium. Special Provisions - 6 i The penetration range of paving asphalt will be Grade 85 -100. The amount of asphalt binder to be mixed with the mineral aggregate shall be between 3% and 7% by weight of the dry mineral aggregate. The exact amount of asphalt binder to be mixed with the mineral aggregate will be determined by the Engineer. The provisions in Section 39 -2.4A and 39 -2.4B of the State Standard Specifications are superseded by the following: At least 75% by weight of the material retained on the No. 4 sieve shall have at least one fractured face as determined by Test Method No. Calif. 205. Aggregate grading requirements for base course may be either 3/4 -inch maximum (coarse) or base course as specified an Section 39 -2.2 of the State Standard Specifications. The base course mixture shall be placed on the prepared subgrade by means of approved spreading devices which will deposit a uniform windrow or layer and may be spread and shapped with motor graders. Each lane of the top course (surface course) shall be placed continuously between terminals as approved by the Engineer. Rolling equipment shall conform to the provisions of Sectiorf, 39-5.2, 39 -5.3, and 39 -6.3 of the State Standard Specifications. The miscellaneous areas to be paid for at the contract prices per square yard for placing asphalt concrete, in addition to the price paid per ton for the material involved, shall be limited to ditches, spillways, aprons, driveways, and median paving. Paint binder (tack coat) shall be mixing type asphaltic emulsion with a bitu- minous base grade of 60 -70 paving asphalt except where directed by the Engineer to use another grade. Prime coat shall be liquid asphalt grade SC -250 unless directed otherwise by the Engineer. SECTION 13 SOILS AND MATERIAL REPORT 13 -1 GENERAL A report for this project entitled ''Materials Report for the Proposed Construction of Jamboree Road from Pacific Coast Highway to Ford Road," has been prepared by Orange County Road Department. A copy is on file in the City Engineer's office. Special Provisions - 7 SECTION 14 CROSS SECTIONS 14 -1 GENERAL The cross sections for excavation are on file in the City Engineer's office and are available to bidders for inspection. Copies shall . be furnished to the Contractor for use during construction. SECTION 15 SURPLUS MATERIAL 15-1 GENERAL A mass diagram for the earthwork for this project is included as Sheet 17 of the improvement plans. This mass diagram shows the total excavation and fill for this project which includes the base material and asphaltic concrete pave- ment as shown on the plans to be removed. As listed under Item I of these special provisions, all surplus excavation shall become the property of the Contractor. For the convenience of the Contractor, two disposal areas have been set aside as shown on Sheet 18 of the improvement plans. The Contractor may at his sole discretion dispose of all or part of the excess excavation of these two disposal sites. The disposal sites shall be prepared and the material placed in accordance with the provisions of Section 10 of the standard specifications and these special provisions. All material shall be placed to obtain a relative compaction of not less than 90 %. The finished site shall be graded to meet lines and grades as shown on the grading plans for the disposal sites or,as approved by the City Engineer. SECTION 16 TRAFFIC CONTROL 16 -1 GENERAL Prior to the start of construction, the Contractor shall furnish to the Engineer for approval, his schedule for performing the work which shall include his schedule for maintaining a minimum of one paved lane of traffic each way for the entire period of the contract as provided for in Section 7 of the State Standard Specifications. Free flow of traffic shall be maintained between the hours of 6730 a.m. to 8:00 a.m. and from 4 :00 p.m. to 5 :00 p.m. SECTION 17 COORDINATION OF WORK 17 -1 GENERAL Along the entire length of the project there are numerous power poles and appurte- nances which will be removed and relocated by the Southern California Edison Company. Special Provisions - 8 0 0 For the full length of the project, The Pacific Telephone and Telegraph Company has an underground facility which is shown schematically on the improvement plans. The Contractor shall maintain this facility in place. Near the inter- section of San Joaquin hills Road, The Pacific Telephone and Telegraph Company proposes to relocate its facility. Also, it will be the responsibility of The Pacific Telephone and Telegraph Company to adjust all manhole covers to finish grade for its facility. The Southern California Gas Company has an 8 -5/8 -inch diameter gas main running the full length of the project which is shown schematically on the plans. It will be the responsibility of the Contractor to maintain this facility in place during the course of construction. Near the intersection of San Joaquin Hills Road, the Southern California Gas Company proposes to relocate its facility. It shall be the responsibility of the Contractor to coordinate his work with the utility companies for the relocation of their facilities. The Contractor shall be responsible for maintaining in place all existing water mains, sewer mains, and other utilities during the course of construction. It shall be the responsibility of the Contractor to adjust all sewer manholes, water valve covers, and other facilities, other than mentioned above, to grade at the completion of the project. SECTION 18 SAN JOAQUIN HILLS ROAD 18 -1 GENERAL It is the intent of The Irvine Company to sign a contract for the construction of San Joaquin Hills Road including the storm drain facility across Jamboree Road concurrently with the construction of this project. It will be the res- ponsibility of the Contractor to coordinate construction with the successful Contractor for San Joaquin Hills Road. SECTION 19 ' FENCES 19-1 GENERAL All fences except as shown on the plans shall be removed by the Contractor. All barbed wire shall become the property of the Contractor. All steel fence posts shall be salvaged by the Contractor, stock piled on the site, and will remain the property of The Irvine Company. All chain link fences as shown on the plans to be relocated shall be relocated on the new property lines by the Contractor. SECTION 20 MISCELLANEOUS SIGNS AND TRAFFIC MARKERS 20 -1 GENERAL All signs within the right of way belonging to private parties will be removed and relocated by others. All traffic signs and markers will be removed by the Contractor, salvaged and delivered to the City of Newport Beach. The replace - ment of all traffic signs will be performed by the City. This item will be paid for under the general item of site clearing. Special Provisions - 9 4 . 0 0 For the full length of the project, The Pacific Telephone and Telegraph Company has an underground facility which is shown schematically on the improvement plans. The Contractor shall maintain this facility in place. Near the inter- section of San Joaquin hills Road, The Pacific Telephone and Telegraph Company proposes to relocate its facility. Also, it will be the responsibility of The Pacific Telephone and Telegraph Company to adjust all manhole covers to finish grade for its facility. The Southern California Gas Company has an 8 -5/8 -inch diameter gas main running the full length of the project which is shown schematically on the plans. It will be the responsibility of the Contractor to maintain this facility in place during the course of construction. Near the intersection of San Joaquin Hills Road, the Southern California Gas Company proposes to relocate its facility. It shall be the responsibility of the Contractor to coordinate his work with the utility companies for the relocation of their facilities. The Contractor shall be responsible for maintaining in place all existing water mains, sewer mains, and other utilities during the course of construction. It shall be the responsibility of the Contractor to adjust all sewer manholes, water valve covers, and other facilities, other than mentioned above, to grade at the completion of the project. SECTION 18 SAN JOAQUIN HILLS ROAD 18 -1 GENERAL It is the intent of The Irvine Company to sign a contract for the construction of San Joaquin Hills Road including the storm drain facility across Jamboree Road concurrently with the construction of this project. It will be the res- ponsibility of the Contractor to coordinate construction with the successful Contractor for San Joaquin Hills Road. SECTION 19 ' FENCES 19-1 GENERAL All fences except as shown on the plans shall be removed by the Contractor. All barbed wire shall become the property of the Contractor. All steel fence posts shall be salvaged by the Contractor, stock piled on the site, and will remain the property of The Irvine Company. All chain link fences as shown on the plans to be relocated shall be relocated on the new property lines by the Contractor. SECTION 20 MISCELLANEOUS SIGNS AND TRAFFIC MARKERS 20 -1 GENERAL All signs within the right of way belonging to private parties will be removed and relocated by others. All traffic signs and markers will be removed by the Contractor, salvaged and delivered to the City of Newport Beach. The replace - ment of all traffic signs will be performed by the City. This item will be paid for under the general item of site clearing. Special Provisions - 9 SECTION 21 EXISTING UNDERGROUND UTILITIES 21 -1 GENERAL E All under3round utilities as shown on these plans are plotted from existing records and general observation in the field and are shown for the information of the Contractor only. The Contractor shall verify the position and elvation of these utilities and shall protect said utilities during the course of con- struction. The Contractor's attention is tailed to the fact that the 20 -inch water line may be exposed during the course of construction. Special precautions shall be taken to protect this line to maintain continuous service. SECTION 22 CONSTRUCTION STAKING 22 -1 GENERAL All field staking for the control of construction shall be the responsibility of the Contractor. This construction staking shall be under the supervision of a State licensed surveyor or civil engineer. Payment for this item of work shall be included in the unit price for each phase of construction work. The basic horizontal and elevation control for this project is shown on Sheet 15 of the improvement plans. SECTION 23 MISCELLANEOUS ITEMS Of WORK 23-1 GENERAL There are numerous micellaneous items of work to improvement plans and these specifications which in the bid proposal form. The compensation to t be included in the major items bid. No separate miscellaneous items of work not shown in the bid be performed to conform with the are not specifically itemized ie Contractor for this work shall payment will be made for any proposal form. SECTION 24 CORRUGATED METAL PIPE 24 -1 GENERAL All corrugated metal pipe shallbe galvanized and asphalt dipped and shall conform to the requirements of Section 17 of the City's standard specifications and Sections 66, 67, 69, and 19 -302 of the State Standard Specifications. . Special Provisions - 10 SECTION 25 SLOPE PLANTING All slopes will be planted with liner stock consisting of Myoporum, Acacia Latafolia or Nerium - Oleander placed on 5 -foot centers. All planting is to be in accordance with standard nursery practice. Planting will be maintained until initial growth is established and it is apparent the plants have completely recovered form the transplanting shock. No adjustment of unit compensation will be made for any increase or decrease in the quantity of planting required regardless of the reason for such increase or decrease. The provisions of Section 4 -3 ''Extra Work'' shall not apply to the item of planting. SECTION 26 SEWER FORCE MAIN 26 -1 DESCRIPTION This work shall consist of constructing the 14 inch se.,ier force main as shown on Sheets 1 and 2 of Drawing No. S- 5020 -S. The construction of this new force main is being financed by County Sanitation District No. 5 of Orange County under an agreement with the City of Newport Beach. The bid price for this item of work should include a proportional share of the construction- staking cost. Construction of the force main shall not be commenced until the portion of the street to be occupied by the line has been rough graded. None of the cost of this prior street grading is to be included in the price bid for constructing the force main. 26 -2 EXISTING 8 -INCH FORCE MAIN The existing 8 -inch force main shall remain in continuous service until the lined and coated steel pipe has been completed and tested. . The removal of the existing 8 -inch line northerly of the manhole and the connection of the 15 -inch V.C.P. shall be done in such a manner as to minimize interruption of service. If it is necessary to discontinue service for more than one hour, then the connection shall be made between Midnight and 6 a. m. 26 -3 LINED AND COATED STEEL PIPE Lined and coated steel pipe shall be either mortar lined and coated steel pipe, or reinforced concrete cylinder pipe. Each steel cylinder, including bell and spigot ends, shall be subjected to a hydrostatic pressure test which stresses the steel to 22,000 psi. Rubber gaskets shall be held in place with test heads utilizing a companion bell or spigot. Fabrication of the pipe shall not be corn- T menced until shop drawings have been approved by the Engineer. Special Provisions - 11 Ir Mortar lined and coated steel pipe shall be nonpretensioned pipe conforming to Federal Specifications SS- P- 00385a, Class 100. The dimensional requirements of the pipe shall conform to the values for Class 100 as shown in Table 1. Reinforced concrete cylinder pipe (pretenstioned) shall conform to Federal Speci- fication SS -P -381 Class 100. Cement used in mortar lining and coating shall be Portland cement Type 11. 26 -4 VITRIFIED CLAY PIPE Vitrified clay pipe shall conform to Section 16 -2 and shall have plastic compression joints as specified in Section 16 -6. 26 -5 STEEL PLATE SPECIALS Steel plate specials are defined as bands, reducers, outlets, and other specials shown on the drawings. Steel plate specials shall be fabricated from steel plate having a minimum wall thickness equal to that of the adjacent connection pipe, but in no case less than 3/16 -inch. The design of all specials shall conform to the Drawings and AWWA Specification C -80 and shall submitted to the Engineer for approval before fabrication is commenced. Where bends are shown on the drawings the radius, unless otherwise specified,. shall be not less than two- one -half times the pipe diameter. Hydrostatic testing of specials will not be required if previously tested pipe is used in their construction. However, all welds shall be tested by the dye check method. Interior linings and exterior coatings shall conform to the requirements for the adjacent connecting pipe; except that hand - placed lining and coating will be permitted provided the results are equal to those obtained by mechanical means. 26 -6 PIPE LAYING AND JOINTING Lined and coated steel pipe shall be laid and.jointed as specified, in Section 19-5• The interior of joints shall be pointed with cement mortar. V.C.P. shall be laid and jointed as specified in Section 16 -6 except that the pipe shall be laid with the bells down grade. 26 -7 LEAKAGE TEST The end of the fired and coated steel pipe near Station 0 + 80 shall be tem- porarily bulkheaded in such a manner that a hydrostatic pressure equal to 100 psi can be maintained at the lowest end of the line for four hours. The test shall be performed with all air expelled from the pipeline. The maximum allowable leakage shall be 7 gallons for the four hours (15 gallons /inch dia. /mile /24hrs). Accurate means shall be provided for measuring the quantity of water required to maintain the test pressure on the line for the duration of the test period. All visible leaks and leaks in excess of the maximum allowable leakage rate shall be located and repaired as directed by the Engineer. Special Provisions - 12 CI TO: Finance Director FROM: City Clerk SUBJECT: Contract Contract No. C -1027 • Date August 9, 1966 Authorized by Resolution No. 6416 , adopted on July 25, 1966 Date Mayor and City Clerk executed Contract August 8, 1%6 Effective date of Contract Contract with Griffith Company Address P. 0. Boa 395 Costa Kass, California 92627 Brief description of Contract Improvement of Jamboree Road from Pacific Coast Highway to Pord Road. Amount of Contract 5304,159.65 Acting City Clerk i (12) LA 1 AmMICH, 110 - 3 if4pf� £ of J'Agb m fi Pfd G+.tA�Y i "UT TO FOLD SAD (00r Tire. M2 ) 5 vauas, purs"Ut to the ,motiso towiti.ag side fbr wwk 6 tt: sistiug of the imoreve aDlt of J6466rSO Raed tm MP"fic 4;Qmst 7 fii&tNoy to JrO d Road If, t3M +city Of Ncerport 30"bw Au ar'"Wcf Mu 8 with the planes and specifications bgretogwo aAjopted, bids stars 9 roc+sived an the 19th day of July, 1966x 084 016liclq and 10 18"W$; and 11 UMMEAS, it apraar& that the 19#ust responsible biddew 12 therefor i.n tbs W tb t h C006aY; 13 sms , " IT RSQLYU that the !stied 01 the 14 Griffith €:omp"y in the *avant of $304*159.0 be accepted and Chet 15 ths cantroCt for the k be &Wrd&4 to said Udder. 16 A& IT rWTMM UMXVUD Ott the !Payers ad city clock 17 as's® hereby erast.barisred and direamd to exomts a commet in accwg& 18 auto with the arwificatioaesw bid and i hLs award on behalf of gbe 19 city of t*wport $eachf and that the City Clark be ediracted to 20 faretiSh tea eraCor..d COPY to the aiddas. 21 ADWMD thi B �, day of 9". �. z AMU s .tx4�::�fibt.:i .. °' ":.. . il._.]iY'v- ..�a.e- .,.:..:..::�.. .e.� ..dr.. •:... try.. �.r�: ....:.,. _:'.`�_.... ... - -s V I j n • City Clerk Public Works Director City Clerk Contract No. 1027 &U g�:, /W Attached are two executed copies of subject contract for the improvement of Jamboree Road from Pacific Coast Highway to Ford toad for your department and for transmittal to the Contractor. Acting lcl Encl. 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT NO. TO: CITY CLERK FROM: PUBLIC WORKS DEPARTMENT SUBJECT: CONTRACT DOCUMENTS FOR CONTRACT C -1027 6 Date AUGUST 8, 1966 ATTACHED ARE 4 COPIES OF THE SUBJECT DOCUMENTS FOR EXECUTION BY THE CITY. ALSO ATTACHED ARE THREE COPIES OF THE INSURANCE CERTIFICATE AND A LETTER FROM THE GRIFFITH COMPANY CONCERNING A TYPING ERROR THE LETTER IS FOR YOUR INFORMATION. THESE DOCUMENTS HAVE BEEN APPROVED AS TO FORM BY THE CITY ATTORNEY. IN THE APPROPRIATE BLANK INSERT DATE ON WHICH THE DOCUMENT IS EXECUTED BY THE MAYOR. PLEASE EXECUTE AT THE EARLIEST POSSIBLE DATE. AFTER EXECUTION BY THE CITY, PLEASE RETAIN THE COPY MARKED "CITY CLERK" FOR YOUR FILES SEND THE COPY MARKED "FINANCE" TO THE FINANCE DEPARTMENTS AND RETURN THE REMAINING TWO COPIES TO THIS OFFICE. HUNTER T. COOK PROJECT ENGINEER ATTS: HTC:NAJ 0 GRIFFITH COMPANY TRA CTORB 811 O 14ATTO PLACE LOS A S S DUNKIRK 7.8141-:.. August 4, 1966 ,. City of Newport Beach 3300 West Newport Boulevard Newport Beach, California Att. Mr. Hunter T. Cook Project Engineer • Subject: Improvement of Jamboree Road from Pacific Coast Highway to Ford Road - Contract No. 1027 (Formerly No. 975) Gentlemen: We are returning herewith 4 copies of Contract documents for the construction of the above subject project, which have been fully executed by us, including the necessary executed Labor and Material Bonds and Performance Bonds. We have asked our insurance carriers, Transwest Insurance Brokers, to furnish you with our Certificate of Insurance in accordance with the Stipulations set forth in your letter of July 26, 1966. We have corrected the new Contract Number (C -2027) to read (C -1027) on pages 5, 7 and 11 of Contract documents marked "City Clerk" and "City Finance Department ", which we have initialled in accordance with instruction from your Mr. Mike Anderson of the Engineering Department. Please indicate your acceptance of these corrections by initialling same. Please return a complete Contract Document to us after It has been fully executed by the City. RFCEIVED AUG 51966 .P=C WORKS DEPT, FCR /agt Encl Yours very truly, G � COMP�d,�� F. C. o �brock Assistant Secretary cc: Mr.' G. P.' Griffit% District Manager Orange District 0 CITY OF NEWPORT BEACH CITY ATTORNEY DEPARTMENT To: City Clerk From: City Attorney 0 July 21, 1966 Subject: Resolution awarding a contract for the improvement of Jamboree Road from Pacific Coast Highway to Ford Road (Contract No. C -1027 - Formerly C -975) Transmitted is subject resolution which, if adopted, by the City Council, will award the contract to the Griffith Company for the improvement of Jamboree Road from Pacific Coast High- way to Ford Road in the amount of $304,159.65. This is for Council consideration at their meeting on July 25, 1966. 1� n V Tuily. . Seymali City Attorney THS :aem Attachs. cc - City Manager Public Works Director 0Uv L: 7 -as 6` *6Hi L G • • JULY 25, 1966 TO: CITY COUNCIL O , FROM: PUBLIC WORKS DIRECTOR �J SUBJECT: CONTRACT FOR THE IMPROVEMENT OF JAMBOREE ROAD FROM PACIFIC COAST HIGHWAY TO FORD ROAD - CONTRACT 1027 (FORMERLY C -975) RECOMMENDATION: ADOPT A RESOLUTION AWARDING THE CONTRACT TO THE GRIFFITH COMPANY FOR $304059.65 AND AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE THE CONTRACT. DISCUSSION: THIS CONTRACT WILL PROVIDE FOR THE WIDENING OF JAMBOREE ROAD FROM PACIFIC COAST HIGHWAY TO FORD ROAD TO FOUR LANES. A CURBED MEDIAN WILL BE INCLUDED AND A TRAFFIC SIGNAL WILL BE INSTALLED AT THE INTERSECTION WITH SAN JOAQUIN HILLS ROAD. THE ROAD WILL BE REALIGNED AT TWO LOCATIONS TO REDUCE THE CURVATURE AND IMPROVE THE SIGHT DISTANCES. FIVE BIDS WERE RECEIVED AND OPENED IN THE CITY COUNCIL CHAMBERS AT 10:00 A.M. ON JULY 190 1966. BIDDER TOTAL GRIFFITH Co. $304,159.65 COSTA MESA TOMEI CONSTRUCTION CO. 321,032.05 MANHATTAN BEACH C. E. HURLEY CONTRACTING CORP. 3249872.42 GARDEN GROVE COXCO, INC. 330,928.14 STANTON SULLY - MILLER CONTRACTING CO. 354394.57 ORANGE THE LOW BID IS 9.3% BELOW THE ENGINEERS ESTIMATE OF $335,603' =' THE TOTAL ESTIMATED COST OF THE PROJECT, BASED ON THE LOW BID, IS: CONSTRUCTION $304,159.65 DESIGN ENGINEERING 20,000.00 INSPECTION AND TESTING 10,000..00 CONTINGENCY (3.3 %) 9,840.35 $344,000.00 A • TO: CITY COUNCIL 7 -25 -66 SUBJ: CONTRACT 1027 (FORMERLY C -975) THE PROJECT WILL BE FUNDED AS FOLLOWS: SECTION 2107 GAS TAX - ACCOUNT 120- 3353 -025 $174,915.00 AHFP (COUNTY) - ACCOUNT #26- 3353 -025 147,800.00 WATER FUND - ACCOUNT 150- 9297 -051 6,500.00 GENERAL FUND - ACCOUNT #02- 5597 -139 1785.00 SANITATION DISTRICT #5 - ACCOUNT 102- 5597 -139 13,000.00 $344,000.00 A TOTAL OF $3$6,000.00 ($2100000.00 GAS TAX, $176,000.00 AHFP) Is PRESENTLY BUDGETED FOR THIS PROJECT. GENERAL FUND MONEY WILL BE USED TO INSTALL SEWER STUB -OUTS FOR FUTURE CONNECTIONS IN ORDER TO AVOID CUTTING THE STREET IN THE FUTURE. WATER FUNDS WILL BE USED FOR RELOCATION AND ADJUSTMENT OF EXISTING FACILITIES AND FOR THE EXTEN- SION OF STUB -OUTS BEYOND THE EDGE OF THE PAVEMENT. IT HAD ORIGINALLY BEEN PLANNED TO FINANCE THIS UTILITY WORK WITH GAS TAX AND AHFP FUNDS. WE HAVE RECENTLY BEEN ADVISED BY THE STATE AND ORANGE COUNTY THAT THIS WORK IS INELIGIBLE FOR THIS TYPE OF FUNDING. BUDGET AMENDMENTS ARE BEING PRESENTED FOR COUNCIL CONSIDERATION. SANITATION DISTRICT #5 HAS EXECUTED A COOPERATIVE FINANCING AGREE- MENT TO FINANCE THE COST OF A SEWER FORCE MAIN NEAR THE SAN JOAQUIN HILLS ROAD INTERSECTION. THE ESTIMATED COMPLETION DATE OF THE CONTRACT IS DECEMBER 15, 1966. OSEPH T DE \N BLIC O XS DIRECTOR C,VR 11Z m o --i zo- G)Z r mm mD: A n U) z C- 0o m 1 0 z . m m A i> O D O 3 9 O 0 �ee�eeaaa�ni�eeom�� -ni N x 0 10 o T W m °v A .. O A A O O D O C v n < � -G 3 2 s � 4 I ol r r I m 11-1111111019, Ills. .1. mmom m o --i zo- G)Z r mm mD: A n U) z C- 0o m 1 0 z . m m A i> O D O 3 9 O 0 Z m Z -ni N x 0 10 o T W m °v A .. O A A O O D O C v n < � -G ao-i r �r3 n m m -ni 0 Z A c O v n < � 3 2 s � 4 I ol r r I m N mo-1 zoo n z r. zim mn m 0 � c Vn C- Z n y0 a 3 m 1� � m a 1 0 v z 0 < z NINE � m milmonglignialm2l ss' . o O O o� Ems c N mo-1 zoo n z r. zim mn m 0 � c Vn C- Z n y0 a 3 m 1� � m a 1 0 v z mv -ir 30 . mm� n x O vl -a4 ml t on r , . 1 E' ' I 1 1 0 < z � m ss' . o O O o� .. c mv -ir 30 . mm� n x O vl -a4 ml t on r , . 1 E' ' I 1 1 LEGAL NOTICE 1'; 4 K. YFF .NE,P.PIRT f1EAi:d;' CALIFORNIA NOTICE OF INVITING BIDS SCALED BIDS will be re- ceived for performing work for the: Improvement of Jamboree Road from Pacific Coast Highwayto Ford Road (Contract G.97fi) at the office of the City Clerk, City Hall, Newport Beach, California, until 10:00 a.m. on the 19th day of July 1966. At that time they will be publicly opened and read in the Chambers of the City Coun- cil. No bid will be received un- less it is made on a proposal form furnished by the Public Works Department. Each bid roust be accompanied by cash, certified check, or bidder's bond made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The documents included with- in the sealed bids which require completion and execution are the following: 1. - Proposal 2. Page 3 - Designation of Sub - Contractors 3. Page 4 - Bidder's Bond 4. Page 9 - Non - Collusion Affidavit S. Page 10 - Contractor's Fi- nancial Status The documents shall be af- fixed with the appropriate and correct signatures and seals of the corporation, partnership, joint venture and /or individual. In accordance with the pro. visions of Section 1770 of the Labor Code, the City Council of the City of Newport Reach has ascertained the general prevai rate of per diem W he locality in which the w to be performed for each o4A,or type of workman ae meo4ain needed to execute the co,lmict' and is set forth in Rpolaf(W No. 6258. A copy of said Resolution is available in the office of the City Clerk in the City of Newport Beach, 111 rids 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, Divi. sion HI of Business and Profess sions Code. Plans and specification,, forms of proposals, bond,, and contract may be obtained at the Public Works Department, City Hall, Newport Beach, Califor. nia. A non - refundable charge of $2.00 will be required for each set of Standard Specifications of the City of Newport Beach. A refundable deposit of $5.00 will be required for each set of plans, special provisions, and contract documents. Upon return of the set of plans, spe- cial provisions, and contract documents to the Public Works Department, the $5.00 deposit will be refunded by mail. No refunds will be made later than 60 days after award of the contract. 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 MARGERYSCHROUDER, City Clerk Publish: Jute 30, 1966, in The Newport Harbor Ensign CITY OF NEWPORT BEAC19ALIFORNIA NOTICE OF INVITING BIDS SEALED BIDS WILL BE RECEIVED FOR PORMING WORK FOR THEE IMPROVEMENT OF JAMBOREE ROAD FROM PACIFIC COAST HIGHWAY TQ FORD ROAD CONTRACT C — ;—" AT THE OFFICE OF THE CITY CLERK., CITY HALL., NEWPORT BEACH., CALIFORNIA., UN —N,, 00100 A.M. ON THE 19TH DAY OF JULY 1966. AT THAT TIME THEY WILL BE PUBLICLY OPENED AN,) RLAD IN THE CHAMBERS OF THE CITY COUNCIL. 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 CA!H, CERTIFIED CHECK„ OR BIDDER'S BOND MADE PAYABLE: TO THE CITY OF NEWPORT BEACH., FOR AN AMOUNT EQUAL TO AT LEAST 10 PERCENT OF THE AMOUNT BID. THE DOCUMENTS INCLUDED WITHIN THE SEALED BIDS WHICH REQUIRE COMPLETION AND EXECUTION ARE THE FOLLOWING: Io PROPOSAL 20 PAGE — DESIGNATION OF SUB—CONTRACTORS 4ePAGE — BIDDER'S BOND PAGE 9 — NON — COLLUSION AFFIDAVIT 5. PAGE 10 -- CONTRACTORS FINANCIAL STATUS THE DOCUMENTS SHALL BE AFFIXED WITH THE APPROPRIATE AND CORRECT SIGNATURES AND SEALS OF THE CORPORATION., PARTNERSHIP., JOINT VENTURE AND/OR INDIVIDUAL. 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 RE50- LUTION NO. 6258. 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 LBCENSED IN ACCORD- ANCE WITH THE PROVISIONS OF CHAPTER 9, DIVISION III OF BUSINESS AND PROFESSIONS' CODE. PLANS AND SPECIFICATIONS' FORMS OF PROPOSALS, BONDS, AND CONTRACT MAY BE OB- TAINED 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 SPECI- FICATIONS OF THE CITY OF NEWPORT BEACH. A REFUNDABLE DEPOSIT OF 5000 WILL BE'RE- QUIRED FOR EACH SET OF PLANS, SPECIAL PROVISIONS, AND CONTRACT DOCUMENTS. UPON RETURN OF THE SET OF PLANS, SPECIAL PROVISIONS, AND CONTRACT DOCUMENTS TO THE PUBLIC WORKS DEPARTMENT, THE $5.00 DEPOSIT WILL BE REFUNDED BY MAIL. NO REFUNDS WILL BE MADE LATER THAN 60 DAYS AFTER AWARD OF THE CONTRACT. 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 MAROERY SCHROUDER., CITY CLERX Toe CITY COUNCIL FROM: PUBLIC WORKS DIRECTOR 0 JUNE 27, 1966 n, % SUBJECT: IMPROVEMENT OF JAMBOREE ROAD FROM PACIFIC COAST HIGHWAY TO FORD ROAD (CONTRACT NO.,� RECOMMENDATIONS: 1. APPROVE THE PLANS AND SPECIFICATIONS. 2. AUTHORIZE THE CITY CLERK TO ADVERTISE FOR BIDS TO BE OPENED AT 10 :00 A.M. ON JULY 192 1966. 3. ADOPT A RESOLUTION AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH SANITATION DISTRICT N0. 5. DISCUSSION: THIS PROJECT WILL PROVIDE FOR THE WIDENING OF JAMBOREE ROAD FROM PACIFIC COAST HIGHWAY TO FORD ROAD TO FOUR LANES. A CURBED MEDIAN WILL BE INCLUDED AND A TRAFFIC SIGNAL WILL BE INSTALLED AT THE INTERSECTION WITH SAN JOAQUIN HILLS ROAD. THE ROAD WILL BE REALIGNED AT TWO LOCATIONS TO REDUCE THE CURVATURE AND IMPROVE SIGHT DISTANCE. THE ESTIMATED COST OF THE PROJECT IS: CONSTRUCTION DESIGN ENGINEERING FIELD ENGINEERING CONTINGENCY +INCLUDES CITY LABOR FOR INSPECTION , ESTIMATED AT 8,500. THE CONSTRUCTION WILL BE FUNDED AS FOLLOWS: SECTION 2107 GAS TAX AHFP WATER FUND GENERAL.FUND SANITATION DISTRICT #5 TOTAL $339,000 200,000 18,000+ 10 000 W', $197,0 170,000 4,000 2,000 14 000 $387,'000 A TOTAL OF $386,000 (2102000 GAS TAX, 176,000 AHFP) IS PRESENTLY BUDGETED FOR THIS PROJECT. GENERAL FUND MONEY WILL BE USED TO INSTALL SEWER STUB -OUTS FOR FUTURE CONNECTIONS IN ORDER TO AVOID CUTTING THE STREET IN THE FUTURE. WATER FUNDS WILL BE USED FOR RELOCATION AND ADJUSTMENT OF EXISTING FACILITIES, AND FOR THE EXTENSION OF STUB -OUTS RrYONn THE EDGE OF THE PAVEMENT. IT HAD ORIGINALLY BEEN PLANNED TO FINANCE THIS UTILITY WORK WITH GAS TAX AND AHFP FUNDS. HOWEVER, WE HAVE RECENTLY �[tL_ /ey4M -2- SUBJ9 CONTRACT NO. 975 9 BEEN ADVISED BY THE STATE THAT THIS WORK IS NOT ELIGIBLE FOR GAS TAX FUNDS. BUDGET AMENDMENTS WILL BE SUBMITTED FOR COUNCIL CONSIDERATION UPON RECEIPT OF BIDS. SANITATION DISTRICT 5 WILL FINANCE THE COST OF A SEWER FORCE MAIN NEAR THE SAN JOAQU IN HILLS ROAD I NTERSECT'1 ON., A COOPERATIVE FINANCING AGREEMENT FOR THIS WORK HAS BEEN PREPARED FOR COUNCIL ACTION. THE ESTIMATED DATE OF COMPLETION 1S NOVEMBER 30, 1966. JJSEPH UDEVLIN KS DIRECTOR NAJ A NOTICE TO BIDDERS: • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 975 FOR 46 IMPROVEMENT OF JAMBOREE ROAD FROM PACIFIC COAST Hn HWAY TO FORD ROAD ADDENDUM NO. 4 PLEASE REVISE PROPOSAL ITEM #5 TO READ "IMPORTED AGGREGATE BASE CLASS 3)..." VICE "....(CLASS B) ... u THE FOLLOWING INFORMATION IS GIVEN TO CLARIFY THE INTENT OF CERTAIN PORTIONS OF THE SPECIAL PROVISIONS: SECTION 15: ONLY SUITABLE FILL MATERIAL WILL BE ALLOWED WITHIN THE DISPOSAL AREAS. ALL WEEDSAND OTHER ORGANIC MATERIAL WILL HAVE TO BE REMOVED FROM THE SITE. SECTION 16: A REASONABLY SMOOTH, DUST FREE ROADWAY IS REQUIRED TO HANDLE THE LOCAL TRAFFIC. AN OILED SURFACE., IF WELL MAINTAINED, WILL SATISFY THE REQUIREMENT FOR PAVED LANES. SECTION 24: THE 12' 0 CORRUGATED MULTIPLATE STRUCTURE WILL BE GAL- VANIZED BUT NOT ASPHALT DIPPED. THE EXISTING BEVELLED ENOS NAY BE REUSED AT THE CONTRACTORS OPTION. I PLEASE SHOW DATE OF RECEIPT OF THIS ADDENDUM ON THE PROPOSAL SHEET OR BY INSERTING A COPY OF THIS ADDENDUM WITH YOUR PROPOSAL. BENJAMIN B. NOLAN ' - CITY ENGINEER JULY 142 1966 \ GRIFFITH COMPANY. j I NOTICE TO BIDDERS, CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 975 FOR IMPROVEMENT OF JAMBOREE ROAD FROM PACIFIC COAST HIGHWAY TO FORD ROAD ADDENDUM NO. 3 PLEASE ADD CNB DRAWING R- 5065 -S SHEET 14, OF I$y REV. Z (ATTACHED) TO THE SET OF APPLICABLE CONTRACT DRAWINGS. REV. I IS HEREBY SUPERSEDED. PLEASE SHOW DATE OF RECEIPT OF THIS ADDENDUM ON THE PROPOSAL SHEET OR BY INSERTING A COPY OF THIS ADDENDUM WITH YOUR PROPOSAL. JULY 138 1966 BENuAMIN B. NOLAN CITY ENGINEER GRIFFITH COINWANY k NOTICE TO BIDDERS: n u CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 975 FOR IMPROVEMENT OF JAMBOREE ROAD FROM PACIFIC COAST HIGHWAY TO FORD ROAD ADDENDUM NO. 2 PLEASE ADD THE FOLLOWING TO THE "SPECIAL PROVISIONS": SECTION 8A L IMF - TREATED SUB- ffkSE-.• SECTION 8A -1 GENERAL THE CONT"oToh MAY AT HIS OPTION USE EITHER HYDRATED OR QUICKLIME FOR::CON'STRUCTING L -I.Ml: TREATEDI'SUUMASE:: SECTION. & W.ILIL'B1E. IUSiEW FOR- ;ALLIWOR'K;U-TFciz IlNG! HYDRATED L IiMC; �SE OT•ION (8A._ WILL 'IGO'VE';RN ALL-.WORK UTI•L I Z I NG QUICKLIME. SECTION 8A -2 DESCRIPTION THIS WORK SHALL CONSIST OF MIXING SOIL, LIME, AND WATER AND SPREADING AND COMPACTING ALL AS SPECIFIED IN THESE SPECIAL PROVISIONS AND APPLICABLE PORTIONS OF OUR STANDARD SPECIFICATIONS. SECTION 8A -� MATERIALS A. WATER. WATER - SHALL %BE POTABLE' - WATER- �NOkMAL TO- -THE AREA. B. LIME. ) L..m r;. TO:_ BE. IMIXEDI IWITHITHE!ISOLL•.JSHALL:BE .GRAN'UEARIQUICKLLMB.,:..W!HEN- SAMPLED BY THE ENGINEER IMMEDIATELY PRIOR TO PLACING UPON THE GRADE, THE QUICKLIME SHALL CONFORM TO THE FOLLOWING SPECIFICATIONS: FREE LIME EXPRESSED AS CALCIUM HYDROXIDES CA(OH)2, NOT LESS THAN 100% AS DETERMINED BY THE FOLLOWING: TEST METHOD NO. CALIF. 414 -A. THE REFERENCE TO 0.500 GRAM OF PREPARED SAMPLE IN SECTION D (TEST PROCEDURE) SHALL BE 0.500 GRAM OF QUICKLIME THAT HAS BEEN GROUND AND SIEVED THROUGH A N0. 100 MESH SIEVE. MECHANICAL ANALYSIS SIEVE SIZE PERCENTAGE PASSING No. 4 100 No. 100 10 MAX. ti ADDENDUM NO. 2 - C -975 LIME REACTIVITY. . . . . . . . . 0 o . . .NOT LESS THAN 25. LIME REACTIVITY SHALL BE EXPRESSED AS THE SLAKING RATE OF QUICKLIME AFTER 30- 3ECONDS, IN ACCORDANCE WITH ASTM DESIGNATION: Clio-58, EDITORIAL NOTE (PART 91 JUNE, 1965). C. S01'. LS..:,; SD:IC FOR_. LIME TREATED - SUB8ASZ :SHALL �ZONS IISY 01` :,NATVVE MATERIALS AND SHALL BE FREE OF ROOTS' STICKSy AND OTHER DELETERIOUS CONCENTRATIONS OF ORGANIC MATTER. SECTION 8A -4 CONSTRUCTION METHODS A. GENERAL. IT IS THE PRIMARY REQUIREMENT OF THESE SPECIFICATIONS TO SECURE A COMPLETED COURSE OF TREATED MATERIAL CONTAINING A UNIFORM LIME MIXTURE FREE OF LOOSE OR SEGREGATED AREAS OF UNIFORM DENSITY AND MOISTURE CON - TENT) WELL BOUND FOR ITS FULL DEPTH AND WITH A SMOOTH SURFACE SUITABLE FOR PLACING SUBSEQUENT COURSES. IT SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR TO REGULATE THE SEQUENCE OF HIS WORK, TO USE THE PROPER AMOUNT: OF LIMES MAINTAIN THE WORKS OBSERVE NECESSARY SAFETY PRECAUTIONS) AND REWORK THE MATERIALS AS NECESSARY TO MEET THE ABOVE REQUIREMENTS. B. WEATHER LIMITATIONS. THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE PRO- TECTION AND QUALITY OF THE LIME TREATED SUBBASE UNDER ANY WEATHER CON- DITIONS. C. THICKNESS. LAYERS UP TO AND INCLUDING SIX (6) INCHES COMPACTED THICKNESS MAY BE MIXED IN ONE OPERATIONS AND AFTER CURING COMPACTED IN ONE OPERA- TION. LAYERS OF OVER SIX (6) INCHES COMPACTED THICKNESS MAY BE MIXED IN TWO. OR MORE SEPARATE COURSES OF APPROXIMATELY EQUAL THICKNESS. SPECIFIED DENSITIES SHALL BE OBTAINED IN THE LOWER COURSE PRIOR TO BEGINNING.COM- PACTION ON ANY SUBSEQUENT COURSE. D. PREPARATION OF SUBGRADE. AFTER EXCAVATION AND EMBANKMENT OPERATIONS HAVE BEEN COMPLETED AND PRIOR TO PREPARATION OF THE SUBGRADE AT TOP OF SOIL TO BE LIME TREATED ALL ANTICIPATED EXCESS MATERIAL ABOVE THE LIME TREATED SECTION SHALL BE REMOVED. COMPACTION OF THE MATERIAL BELOW THE LIME TREATED SECTION WILL NOT BE REQUIRED IN AREAS OTHER THAN EMBANKMENT. PRIOR TO BEGINNING ANY LIME TREATMENTS THE SOIL TO BE TREATED SHALL BE SHAPED TO CONFORM TO THE APPROXIMATE LINES AND GRADES AS SHOWN ON THE TYPICAL SECTIONS. ANY WET OR UNSTABLE MATERIAL BELOW SUCH A PLANE SHALL iBE CORRECTED AS DIRECTED BY THE ENGINEERS BY SCARIFYING, AERATING AND COMPACTING UNTIL IT IS OF UNIFORM STABILITY. COMPENSATION FOR CORRECTING UNSTABLE AREA BY THIS METHOD WILL BE PAID FOR AT THE CONTRACT UNIT PRICE FOR COMPACTING ORIGINAL GROUND. UNSUITABLE AREAS MAY BE SCARIFIED AND LIME ADDED AND COMPACTED TO FORM A STABLE PLANES AS AN OPTIONAL METHOD AT THE REQUEST OF THE CONTRACTOR AND AS APPROVED BY THE ENGINEER. THIS WORK WILL BE MEASURED AND PAID FOR AT THE CONTRACT UNIT PRICE FOR MIXP SPREAD AND COMPACT LIME TREATED BASE. — 2 — • .. . • ADDENDUM N0. 2 - C -975 E. SCARIFYING AND LOOSENING. SCARIFYING AND LOOSENING MAY BE PERFORMED AFTER THE APPLICATION OF LIME TO THE SURFACE. THIS OPERATION WILL NOT BE REQUIRED IF THE MIXER IS OF SUFFICIENT SIZE AND CAPACITY TO PERFORM THIS OPERATION DURING THE MIXING OPERATION. PRECAUTIONS SHALL BE TAKEN TO AVOID FORMING FURROWS OF LOOSENED MATERIAL BELOW THE DEPTH SPECIFIED FOR THE BOTTOM OF THE LIME TREATED SECTION. THE LENGTH OF ROADWAY TO BE SCARIFIED, AFTER THE APPLICATION OF LIME, SHALL NOT EXCEED THE LENGTH IN WHICH THE INITIAL MIXING OF LIME CAN BE PERFORMED DURING THE SAME DAY. F. APPLICATION OF LIME. THE PROPORTION OF LIME TO BE APPLIED SHALL BE TWO AND ONE -HALF 27 PER CENT ± ONE -HALF (2) PER CENT BY DRY WEIGHT OF THE SOIL. TAILGATING OF THE MATERIAL WILL BE PERMITTED IF A UNIFORM RATE OF SPREAD CAN BE MAINTAINED. G. MIXING,, SPREADING, AND COMPACTING. MIXING OPERATIONS SHALL BE PERFORMED IN SUCH A MANNER AS TO PRODUCE A HOMOGENEOUS, UNIFORM MIXTURE OF THE LIME, WATER, AND THE SOIL BEING TREATED. STREAKS AND POCKETS OF LIME SHALL BE CONSIDERED AS EVIDENCE OF INADEQUATE MIXING. WATER SHALL BE ADDED, IF NECESSARY, DURING THE MIXING PROCESS UNTIL THE WATER CONTENT OF THE MIX- TURE IS AT LEAST TWO (2) PER CENT ABOVE THE OPTIMUM MOISTURE CONTENT FOR THE TREATED SOIL. ANY UNSLAKED' LIME REMAINING ON THE SURFACE WITHIN OR ADJACENT TO THE PLANNED SECTION SHALL BE THOROUGHLY WETTED TO INSURE COMPLETE HYDRATION. THE MIXER SHALL BE OF AN APPROVED TYPE THAT BY ROTARY MIXING WILL PULVERIZE THE MATERIAL SO THAT AT LEAST 100% OF THE MATERIAL WILL PASS A 1" SIEVE AND 50% WILL PASS A NO. SIEVE, EXCLUSIVE OF NON - SLAKING PARTICLES. THE COMPLETED MIXTURE SHALL BE SPREAD BY'ANY MEANS -WHICH WILL PRODUCE :A UNIFORM LAY €R,OF MATERIAL TO THE DEPTHS AS SHOWN ON THE TYPICAL SE'C'TIONS. LIME TREATED SUBBASE SHALL BE SPREAD AND COMPACTED NOT LESS THAN 24 HOURS AFTER THE ADDITION AND INITIAL MIXING OF LIME AND WATER, BUT SHALL BE SO SPREAD AND COMPACTED WITHIN 96 HOURS, OR AS DIRECTED BY THE ENGINEER. ADDITIONAL MIXING OR SCARIFYING MAY BE REQUIRED TO REDUCE MOISTURE PRIOR TO THE FINAL SPREADING AND COMPACTING. INITIAL ROLLING SHALL BE PERFORMED WITH A PNEUMATIC -TIRED ROLLER. THE RELATIVE COMPACTION OF THE LIME TREATED SUBBASE SHALL BE NOT LESS THAN 95 PER CENT. SUBGRADE TOLERANCES SHALL CONFORM TO SECTION 10 -7 OF. THE STANDARD SPECIFICATIONS OF THE CITY OF NEWPORT BEACH. IF IT IS NECESSARY TO TRIM EXCESS MATERIAL FROM THE FINISHED SURFACE TO MEET THE ABOVE TOLERANCES., EXCESSIVE MATERIAL SHALL BE REMOVED AND DISPOSED OF OFF THE ROADBED SECTION. H. CURING. DURING MIXING, CURING, AND COMPACTING OPERATIONS THE MIXTURE SHALL BE KEPT AT OR ABOVE THE OPTIMUM MOISTURE CONTENT AS DETERMINED BY TEST METHOD NO. 216. AFTER FINAL COMPACTION OF THE MIXTURE THE SURFACE= SHALL BE KEPT MOISTENED WITH WATER AS DIRECTED BY THE ENGINEER. THE SUBSEQUENT BASE LAYER MAY BE PLACED FOLLOWING FINAL COMPACTION EXCEPTING TH 15 OPERA- TION SHALL NOT BE CONTINUED IN AREAS WHERE EXCESSIVE DEFLECTIONS OR RUTTING IS OBSERVED IN THE LIME TREATED SUBBASE- - 3 - ADDENDUM NO. 2 - C -975 SECTION 8A -5 MEASUREMENT SCARIFYING, BREAKING UP, MIXING, SPREADING,AND COMPACTING LIME TREATED SUBBASE MATERIAL WILL BE MEASURED ON AN AREA BASIS FOR MIXING LIME TREATED SUBBASE. THE AREA IN SQUARE YARDS TO BE USED AS A BASIS FOR PAYMENT WILL BE DETERMINED BY HORIZONTAL:MEASUREMENTI :OF. THE F:I:NISHED SURFACE.OF:THE SUBBASE..GRADQ,NGUPUANE. THE QUANTITY OF LIME (DRY WEIGHT) TO BE PAID FOR WILL BE DETERMINED BY SACK COUNT OR BY SCALE WEIGHT. BULK LIME OR FRACTIONAL SACKS WILL BE WEIGHED. LIME DELIVERED IN SLURRY FORM WILL BE SAMPLED AND REPRESENTATIVE SAMPLES DRIED TO DETERMINE DRY LIME CONTENT. SECTION 8A -6 PAYMENT ITEMS OF WORK, MEASURED AS SPECIFIED ABOVE, WILL BE PAID FOR AT THE CONTRACT UNIT PRICE PER TON FOR LIME AND PER SQUARE YARD FOR MIXING LIME TREATED SUB- BASE. THE ABOVE PRICES AND PAYMENTS SHALL INCLUDE FULL COMPENSATION FOR FUR- NISHING ALL LABOR, MATERIALS, TOOLS, EQUIPMENT, INCIDENTALS, FURNISHING AND APPLYING ALL WATER TO THE LIME AND MIXTURE DURING THE CURING PERIOD AS SPECI- FIED, AND FOR DOING ALL THE WORK INVOLVED IN CONSTRUCTION OF LIME TREATED SUB- BASE, COMPLETE IN PLACE AS SHOWN ON THE TYPICAL SECTION AND AS SPECIFIED IN THESL. SPECIFII`CAT IONS: PLEASE SHOW DATE OF RECEIPT OF THIS ADDENDUM ON THE PROPOSAL SHEET OR BY INSERTING A COPY OF THIS ADDENDUM WITH YOUR PROPOSAL. JULY 11, 1966 BENJAMIN B. NOLAN CITY ENGINEER - 4 - A� 1 NOTICE TO BIDDERS- CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 475 FOR • IMPROVEMENT OF JAMBOREE ROAD FROM PACIFIC COAST HIGHWAY TO FORD ROAD ADDENDUM NO. 1 PLEASE ADD THE FOLLOWING TO SECTION 15 -1, SURPLUS MATERIAL - GENERAL, SECOND PARAGRAPH OF THE SPECIAL PROVISIONS: "IF THE CONTRACTOR ELECTS TO USE DISPOSAL SITE NO. Z, AREA ZA SHALL BE FILLED FIRST. THE LIMITS OF AREA ZA MAY BE EXTENDED AND THE MAXIMUM CROSS SLOPE INCREASED IF THE CONTRACTOR SUBMITS A SPECIFIC PLAN WHICH IS APPROVED IN ADVANCE BY THE ENGINEER, IT IS EXPECTED THAT SUFFICIENT VOLUME IS INCLUDED WITHIN AREAS I AND ZA TO CONTAIN ALL EXCESS EXCAVATION. AREA ZB MAY BE USED ONLY WITH THE PRIOR APPROVAL OF THE ENGINEER." PLEASE SHOW DATE OF RECEIPT OF THIS ADDENDUM ON THE PROPOSAL SHEET OR BY INSERTING A COPY OF THIS ADDENDUM WITH YOUR PROPOSAL. JUNE 30, 1966 BENJAMIN B. NOLAN CITY ENGINEER GRIFFITH COMPANY 0 To the City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California Gentlemen: CITY OF NEWPORT BEACH JAMBOREE ROAD SELECT SYSTEM PROJECT NO. 53 AHFP PROJECT NO. 288/320 CONTRACT C -975 PROPOSAL The undersigned declares that he has carefully examined the location of the work, that he has examined the plans and specifications noted thereon and read the infor- mation for bidders and hereby agrees to furnish all labor, materials, equipment, trans- portation and services, to do all work required for the improvement of '' Jamboree Road, Select System Project No. 53, AHFP Project No. 288/320, Contract C- 975," approximately 9,000 feet in length located in the vicinity of Newport Beach between Coast Highway and Ford Road, in strict conformity with the plans and specifications at the following prices to wit: SCHEDULE OF WORK ITEMS 1. Lump Sum Site clearing,including removal from site of undesirable material, complete for the lump sum price of . . . . . . . . . . . DOLLARS and CENTS $ C J $dZ9eo: — GRIFFITH COMPANY ProAogal: -� 1: -._ Unit Price Total Item Approx. Description with Lump Sum or in Figures Amount No. Unit Prices Written in Words Dl.rs. Cts. Mrs. Cts. 1. Lump Sum Site clearing,including removal from site of undesirable material, complete for the lump sum price of . . . . . . . . . . . DOLLARS and CENTS $ C J $dZ9eo: — GRIFFITH COMPANY ProAogal: -� 1: -._ 0 0 Schedule of Work Items - Continued in place for the unit price of . . . . . . . . . . . . . . . . . ... � . DOLLARS Unit Price Total Item Approx. Description with Lump Sum or in Figures Amount No. Quantity Unit Prices Written in Words Dlrs. Cts. Dlrs. Cts. and CENTS 6. 11,515 Imported aggregate base, cement 2. 98,400 Excavation, complete in place for the unit price of . . . . C.Y. for the unit price of . . . . . . . . . . . . . . . . . . . . . . . . . . . . . _. DOLLARS and O � /'��CENTS 3. 3,000 Select top soil, complete in C.Y. place for the unit price of . . . . . . . . . . . . . . . . -LzJ �. . . DOLLARS and . . . . . . . . . . CENTS 4. 8,200 Asphaltic concrete, complete Tons in place for the unit price of . . . . . . . . . . . . . . . . . ... � . DOLLARS and '. r CENTS 5. 2,260 Imported aggregate base (Class B), Tons complete in place for the unit price of . . . . . . . . . . . . . �? �'. . . DOLLARS and CENTS 6. 11,515 Imported aggregate base, cement Tons treated base, complete in place for the unit price of . . . . . . . . . . . . . . . . . . . . . . DOLLARS and . . . . . . . . . . CENTS $ $ q7 ,Z32, g�36301 GRIFFITH COMPANY Proposal - 2 Schedule of Work Items - Continued Unit Price Total Item Approx. Description with Lump Sum or in Figures Amount No. Quantity Unit Prices Written in Words Dlrs. Cts. Dirs. Cts. 7• 35,536 M xing and spreading of cement S.Y. treated base, complete in place for the unit price of . . . . DOLLARS and .17V CENTS 8. 2,144 Portland cement for cement Barrels treated base, complete in place for the unit price of . . . . . . . . . . . . . . . . DOLLARS and . . : . . . . . . CENTS 9. 35,536 Preparation of lime - treated S.Y: subbase, complete in place for the unit price of . . . . DOLLARS and /w �� . . . CENTS 10. 12,400 Preparation of lime- treated S.Y. shoulder, complete in place for the unit price of . . . . . . . . . . . . . . . . . . . DOLLARS and /Z' / CENTS 11. 324 Lime for lime- treated subbase Tons and shoulder, complete in place for the unit price of $ J20 $ O ,,ZO v .. .$ 7' $�5 �r $ j 2 0 $ /Q / r .2.0 $ • 3o s �2y, DOLLARS and . . . . . . . . . . CENTS $ 30. $ q %O,. I GRIFFITH COMPANY.. Proposal - 3 0 11 Schedule of Work Items - Continued Unit Price Total Item Approx. Description with Lump Sum or in Figures Amount 12. 11,840 Seal coat, prime coat, and Gals. painter binder, complete in place for the unit price of DOLLARS and .�.'�. . . . /. . CENTS 13• 5,036 Miscellaneous asphaltic con - S.Y. crete, complete in place for the unit price of . . . . . . . . . . . . . . . . . . . . . . . D DOLLARS and . . . . . . . . . . CENTS 14. 16,160 Concrete curb and gutter, com- L.F. plete in place for the unit price of. . . . . . . .. . . . . . . . . . . . . .. . . . . . . . . . .. . . . DOLLARS and ` %. . . . CENTS 15. 187,000 Slope planting,, complete in S.F. place for the unit price of . . . . . . . . . . . . . . . . . -. . . . . . . . DOLLARS and . . . . . . . CENTS 16. 23 Adjust manhole frame and covers Each to grade, complete in place for the unit price of . . . . . . . . . . . . . . . . . . . . . . . ns. . . . DOLLARS ��77 ✓ $vcr $ and .-7-77 CENTS $ AQdr' $- 2.3BBr GRIFFITH COMPANY Proposal - 4. 0 Schedule of Work Items - Continued 0 Unit Price Total Item Approx. Description with Lump Sum or in Figures Amount No. Quanity Unit Prices Written in Words Dlrs. Cts. Dlrs. Cts. 17. 1,160 Remove and relocate existing L.F. chain link fence, complete in place for the unit price of . . . . . . . .. . . . . . . . . DOLLARS and . . . . . . . . . . CENTS 18. 11,995 Remove and salvage existing L.F. barbed wire fence, complete in place for the unit price of . . . . . DOLLARS and 775.—"5:' 1.�L1. . CENTS 19. 12 Relocate existing vent pipes Each and blow -offs, complete in place for the unit price.of . . . . . .. . . . . . . . . . . � DOLLARS and . . . . . . . . . . CENTS 20. 12 Adjust valve boxes to grade, Each complete in place for the unit price of . . . . . . . . . . . . . . . . . . . . . . . ! T/ DOLLARS and . . . . . /. . . CENTS 21. 1 Modify 12 -inch gate valve at Each San Joaquin Hills Road, com- plete in place for the lump Sum price of. . . . . . . . . . . $ .2001 $ . . . . . . . . . . . . . . . �: �. ��� �M DOLLARS v' and . . . . . . . . . CENTS $ /OOr ' $ /OOs GRIFFITH COMPANY Proposal - 5 GRIFFITH COMPANY Proposal - 6 , Schedule of Work Items - Continued Unit Price Total Item Approx. Description with Lump Sum or in Figures Amount No. Quantity Unit Prices Written in Words Dirs. Cts. Dirs. Cts. 22. 1 Blow -off assembly, complete Each in place for the lump sum price of. . . . . . . . . . . . . . ��Tj�y� y+1lJ/✓c��a DOLLARS and :°� . . . . CENTS $ /.Zoo, 23• 370 1 -1/2" P.V.C. conduit, L.F. complete in place for the unit price of . . . . . . . . . . . . . . . . . . . . . . . �. . . . . . DOLLARS .� and CENTS 24. 125 8" V.C.P. sewer complete L.F. in place for the unit price of . . . . . . . . . . . . . . S �. . . . . . DOLLARS and . . . . . . . . . . CENTS $ $ ?76,, 25. 65 12" V.C.P. sewer complete L.F. in place for the unit price of . . . . . . . . . . . . . . .f O.L. . . . . DOLLARS and . . . . . . . . . . CENTS 26. 50 8" Cast iron pipe water main, L.F. complete in place for the unit price of . . . . . . . . T .. . DOLLARS and : - - -. . . CENTS (poet GRIFFITH COMPANY Proposal - 6 , Schedule of Work Items - Continued Unit Price Total Item Approx. Description with Lump Sum or in Figures Amount No. Quantity Unit Prices Written in Words Dlrs. Cts. Dlrs. Cts. 27. 160 Concrete encasement, complete L.F. in place for the unit price of . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . DOLLARS and . . . . . . . . . CENTS 28. 5 Relocate metal end sections, Each complete in place for the unit price of . . . . . . . . �. DOLLARS and .�.� CENTS 29• 3 Metal end sections, complete in Each place for the unit price. of . . . . . . . . . . . . . . Y �. . . DOLLARS and . . . . . . . . . . CENTS 30. 80 15" reinforced concrete pipe L.F. 3000 -D, complete in place for the unit price of . . . . . . LOGS .'4r i �. OLLARS and . . . . . . . CENTS 31. 79 12 feet corrugated metal pipe L.F. "Multiplate" 8 gage, complete in place for the unit price of . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Th `, . . . . . . . DOLLARS and . . . . . . . . CENTS $, $Goo! 5Or $ $ izo! $ zoo. — $ %5 &oo r/ GRIFFITH COMPANY Proposal 7 Schedule of Work Items - Continued Unit Price Total Item Approx. Description with Lump Sum or in Figures Amount No. Ouantitv Unit Prices Written in Words Dlrs. Cts. Dlrs. Cts. 32• 3 Concrete catch basin, complete Each in place for the unit price f DOLLARS and . . . . . . . . . . CENTS 33. 1 24" Corrugated metal pipe man - Each hole and curb inlet, complete in place for the lump sum price o . . . . . . . . . . . DOLLARS and . . . . . . . . . . CENTS 34. 9 Downdrains, complete in place Each for the unit price of . . . . . . . . . . . . . . . . DOLLARS and . . . . . . . . . . CENTS 35. 90 36" corrugated metal pipe L.F. 12 gage, complete in place for the unit price of . . . . . . . . . . . . . . . . . . . DOLLARS and . . . _ . . . . . CENTS 36. 60 48" corrugated metal pipe L.F. 12 gage, complete in place . for the unit price of . . . . . . . . . . . . . . . . . . . DOLLARS and ./ . . CENTS $ C3O� $ 300, $ 300, .s' $ 3 0 0 0, GRIFFITH COMPANY proposal - 8 GRIFFITH COMPANY.. Proposal Schedule of Work Items - Continued Unit Price Total Item Approx. Description with Lump Sum or in Figures Amount No. Quantity Unit Prices Written in Words Dlrs. Cts. Dlrs. Cts. 37. 275 15" corrugated metal pipe L.F. 16 gage, complete in place for the unit price of . . . . �V N. DOLLARS v and . . . . CENTS 38. 92. 22" x 36" corrugated metal pipe L.F. arch 16 gage, complete in place for the unit price of . . . . DOLLARS and :— : -. . . . CENTS $ /• - $ // �ci. 39 80 181' x 29" corrgated metal pipe L.F. arch 14 gage, complete in place for the unit price of . . . . l: G.j'✓ : �. DOLLARS L and . . . . . . . . . . CENTS $ ��- $ ��o• 40. Lump Traffic signals -San Joaquin Sum Hills Road, complete in place for the lump sum price of. . �f OGo DOLLARS and . . . . . . . . . CENTS 41 Lump Traffic signals -Ford Road, Sum complete in place for the lump sum price of . . . . . '. !Y. . . . DOLLARS , and . . . � -. . CENTS d D_ GRIFFITH COMPANY.. Proposal Schedule of Work Items - Continued Unit Price Total Item Approx. Description with Lump Sum or in Figures Amount No. Quantity Unit Prices Written in W rds Dlrs. Cts. Dlrs. Cts. 42. Lump 14" sewer force main and Sum appurtenances, complete in place for the lump sum price of . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ". . . -. -'. . -. . DOLLARS and . . . . . . . . . . CENTS TOTAL SUM OF BID . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . (Words). \— Figures It is understood that the approximate quantities shown above are solely for the purpose of comparison of bids and that.the Contractor,'s compensation will be com- puted upon the basis of the actual quantities in the completed work, whether they be more or Tess than those shown herein. If awarded this contract, the total items of work listed in this proposal shall be completed in 120 consecutive dalendar days, from the date of the notice to proceed. If awarded the 'contract for the work, the undersigned hereby agrees to sign said contract and to furnish the necessary bonds within ten (10) days after being awarded this contract and to begin work within ten (10) days from the date of the notice to proceed. Signature of Bidder GRIFFIT COMPANY BEN P. GRIFFITH PRESIDEN'R Business Address P'. 0. 13ox 395 Costa Mesa, Calif. 92627 Telephone Number KI 9 2291 Contractor's License No. 32168 Dated this 19th day of July ,1966 _... PrPposal _ .� �.O ALL BIDS ARE TO BE COMPUTED ON THE BASIS OF THE GIVEN ESTIMATED QUANTITIES OF WORK, AS INDICATED IN THIS PROPOSAL, TIMES THE UNIT PRICE AS SUBMITTED BY THE BIDDER.. IN CASE OF A DISCREPANCY BETWEEN WORDS AND FIGURES, THE WORDS SHALL PREVAIL. IN CASE OF AN ERROR IN THE EXTENSION OF A UNIT PRICE, THE CORRECTED EXTENSION SHALL BE CALCULATED AND THE BIDS WILL BE COMPUTED AS !NOICATED ABOVE AND COMPARED ON THE BASIS OF THE CORRECTED TOTALS. THE ESTIMATED QiiANTdT1ES OF WORK INDICATED IN THIS PROPOSAL ARE APPROXIMATE ONLY, BEING G`.V'EN SOLELY AS A BASIS FOR COMPARISON OF BIDS. THE UNDERSIGNED HAS CHECKED CAREFULLY ALL OF THE ABOVE FIGURES AND UNDERSTANDS THAT THE C'TY WILL NOT BE RESPONSIBLE FOR ANY ERRORS OR OMISSIONS ON THE PART OF THE UNDERSIGNED IN MAKING UP THIS BID. THE UNDERSIGNED AGREES THAT IN CASE OF DEFAULT IN EXECUTING THE REQUIRED CONTRACT WITH NECESSARY BONDS WITHIN TEN (10) DAYS, NOT INCLUDING SUNDAY, AFTER HAVING RECEIVED NOTICE THAT THE CONTRACT IS READY FOR SIGNATURE, THE PROCEEDS OF CHECK OR BOND ACCOMPANY - ING THIS BID SHALL BECOME THE PROPERTY OF THE CITY OF NEWPORT BEACH- LICENSED !N ACCORDANCE WITH THE STATUTES OF THE STATE OF CALIFORNIA PROVIDING FOR THE REGISTRATION OF CONTRACTORS, LICENSE No. 32168 ACCOMPANYING THIS PROPOSAL IS Bidder's Bond CASH' CERTIFIED CHECK, CASHIER'S CHECK OR BOND IN AN AMOUNT NOT :,ESS THAN 10 PERCENT OF THE TOTAL BID .PRICE. KI 9 2291 PHONE NUMBER July 19, 1966 DATE. P, 0, Box 395 Costa Mesav California) 92627 BIDDER'S ADDRESS GRIFFITH COMPANY BIDDER'S NAME rr n (SEAL) AUTHORIZED SIGNATURE PRESIDENT AUTHO I ZED SIGNATURE ASST. SECREURY. Corporation TYPE OF ORGANIZATION (INDIVIDUAL, CORPORATION, CO— PARTNERSHIP) LIST BELOW NAMES OF PRESIDENT, SECRETARY, TREASURER AND MANAGER IF A CORPORATION, AND NAME'S OF ALL CO- PARTNERS IF A CO— PARTNERSHIP' Ben P Griffith ■ R Mirams C F Rees J F Porcher Thelma M Barnes U I Gregory Jr F C Rodenbrock L W Bunch President Vice President & Secretary Vice President & Treasurer Vice President - Construction Assistant to President Contract Officer -Asst Secy Assistant Secretary Assistant Treasurer 241 Via Genoa 204 N Hillcrest Bl 2921 Illinois Ave 401 S Burnside Ave 4535 Carpenter Ave 512 S Hobart Blvd 411 Osborn Newport Beach Cal 92660 Inglewood Calif 90301 South Gate Calif 90280 Los Angeles Calif 90036 N Hollywood Calif 91607 Los Angeles Calif 90005 West Covim Calif 91790 • PAGE3 DESIGNATION OF SUB - CONTRACTORS THE UNDERSIGNED CERTIFIES THAT HE HAS USED THE SUB-310S OF THE FOLLOWING LISTED CONTRACTORS IN MAKING UP HIS,SID AND THAT THE SUS'- 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;XITY OF NEWPORT BEACH- ITEM OF WORK SUB- CONTRACTOR ADDRESS 1- 2. 3- 4. 5- 6. GRIFFITH COMPANY BIDDER 'S NAME �.C, LI - LL{ " AUTHORIZED SIGN *ATURE PRESIDENT, CORPORATION , TYPE OF ORGANIZATION (INDIVIDUAL9 COPARTNERSHIP OR CORR«ATION) P. 0. Box 395 Costa Mesa, California 92627 ADDRESS • 0 PAGE 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, THAT WE, GRIFFITH COMPANY , AS PRINCIPAL, AND THE AMERICAN INSURANCE COMPANY , AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OF ten percent bid in of t}l E1 tntal amount DOLLARS ($101% of Bid ), LAWFUL MONEY OF THE UNITED STATES FOR THE PAYMENT OF WHICH SUM WELL AND TRULY TO BE MADE, WE BIND OURSELVES) JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, THAT IF THE PROPOSAL OF THE ABOVE BOUNDEN PRINCIPAL FOR THE CONSTRUCTION OF Improvement of Jamboree Road from Pacific Coast Highway to Ford Road Contract C -975 IN THE CITY OF NEWPORT BEACH, 15 ACCEPTED BY THE CITY COUNCIL OF SAID CITY, AND IF THE ABOVE BOUNDEN PRINCIPAL SHALL DULY ENTER INTO AND EXECUTE A CONTRACT FOR SUCH CONSTRUC- TION AND SHALL EXECUTE AND DELIVER THE TWO (2) BONDS DESCRIBED IN THE "NOTICE INVITING BIDS" WITHIN TEN (10) DAYS (NOT INCLUDING SATURDAY AND SUNDAY).FROM THE DATE OF THE MAILING OF A NOTICE TO THE ABOVE BOUNDEN PRINCIPAL BY AND FROM SAID CITY OF NEWPORT BEACH THAT SAID CONTRACT ES READY FOR EXECUTION, THEN THIS OBLIGATION SHALL BECOME NULL AND VOID; OTHERWISE IT BE AND REMAIN IN FULL FORCE AND EFFECT, AND THE AMOUNT SPECIFIED HEREIN SHALL BE FORFEITED TO THE SAID CITY. IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL, IT 15 AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOF, WE HEREUNTO SET OUR HANDS AND SEALS THIS 19th DAY OF July 1966. CORPORATE SEAL (IF CORPORATION) GRIFFITH COMPANY PRINCIPAL ATTACH ACKNOWLEDGEMENT OF ��In ATTORNEY IN FACT) PRESIDENT, THE AMERICAN INSURANCE COMPANY SURETY BY b. bof on, Attorney in Fact - -:- TITLE V - Premium included in BBSU. i State of (,aliforniat County of LAS Azzgal ass: On July 19, 1966 , before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared B. J. Bolton known to me to be Attorney -in -Fact of 111E AMERICAN INSURANCE COMPANY the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year stated in this certificate above. .................. I .... I..... .............. z OFFICIAL SEAL My Commission Expires JAN 14 1968 5k, NOTAM. S. BYBEE PRINCIPAL OFFICE IN - fig...s;'. LOS ANGELES COUNTY PAGE 5 LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, THAT WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTED HAS AWARDED TO HEREINAFTER DESIGNATED AS THE "PRINCIPAL" A CONTRACT FOR IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI- CATIONS AND OTHER CONTRACT DOCUMENTS ON FILE IN THE OFFICE OF THE CITY CLERK - WHEREAS, SAID PRINCIPAL HAS EXECUTED OR 15 ABOUT TO EXECUTE SAID CONTRACT AND THE TERMS THEREOF REQUIRE THE FURNISHING OF A BOND WITH SAID CONTRACT, PROVIDING THAT IF SAID PRINCIPAL OR ANY OF HIS OR ITS SUBCONTRACTORS, SHALL FAIL TO PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER, OR OTHER SUPPLIES OR TEAMS USED IN, UPON, FOR, OR ABOUT THE PERFORMANCE OF THE WORK AGREED TO BE DONE, OR FOR ANY WORK OR LABOR DONE THEREON OF ANY KIND, THE SURETY ON THIS BOND WILL PAY THE SAME TO THE EXTENT HEREINAFTER SET FORTH: NOW, THEREFORE, WE AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF ARS ($ ), SAID SUM BEING ONE -HALF OF THE ESTIMATED AMOUNT PAYABLE BY THE CITY OF NEWPORT BEACH UNDER THE TERMS OF THE CONTRACT, FOR WHICH PAYMENT WELL AND TRULY TO BE MADE WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND ADMINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS. THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE PERSON OR HIS SUBCON- TRACTORS, FAIL TO PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER, OR OTHER SUPPLIES, OR TEAMS, USED IN, UPON, FOR, OR ABOUT THE PERFORMANCE OF THE WORK CONTRACTED TO BE DONE, OR FOR ANY OTHER WORK OR LABOR THEREON OF ANY KIND, OR FOR AMOUNTS DUE UNDER THE UNEMPLOYMENT INSURANCE CODE WITH RESPECT TO SUCH WORK OR LABOR, THAT THE SURETY OR SURETIES WILL PAY FOR THE SAME, IN AN AMOUNT NOT EXCEEDING THE SUM SPECI- FIED IN THE BOND, AND ALSO, IN CASE SUIT IS BROUGHT UPON THE BOND, A REASONABLE ATTORNEYS FEE, TO BE FIXED BY THE COURT, AS REQUIRED BY THE PROVISIONS OF SECTION 4204 OF THE GOVERNMENT CODE OF THE STATE OF CALIFORNIA. PAGE 6 (LABOR AND MATERIAL BOND m CONTINUED) THIS BOND SHALL INURE TO THE BENEFIT OF ANY AND ALL PERSONS, COMPANIES, AND CORPOR- ATION ENTITLED TO FILE CLAIMS UNDER SECTION 1192.1 OF THE CODE OF CIVIL PROCEDURE SO AS TO GIVE A RIGHT OF ACTION TO THEM OR THEIR ASSIGNS IN ANY SUIT BROUGHT UPON THIS BOND, AS REQUIRED BY THE PROVISIONS OF SECTION 4205 OF THE GOVERNMENT CODE OF THE STATE OF CALIFORNIA. AND THE SAID SURETY, FOR VALUE RECEIVED, HEREBY STIPULATES AND AGREES THAT NO CHANGE, EXTENSION OF TIME, ALTERATIONS OR ADDITIONS TO THE TERMS OF THE CONTRACT OR TO THE WORK TO BE PERFORMED THEREUNDER OR THE SPECIFICATIONS ACCOMPANYING THE SAME SHALL IN ANY WISE AFFECT ITS OBLIGATIONS ON THIS BOND, AND IT DOES HEREBY WAIVE NOTICE OF ANY SUCH CHANGE, EXTENSION OF TIME, ALTERATIONS OR ADDITIONS TO THE TERMS OF THE CONTRACTOR OR TO THE WORK OR TO THE SPECIFICATIONS. IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL, IT BS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOF, THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND SURETY ABOVE NAMED, ON THE DAY OF 196 (SEAL) (SEAL) (SEAL) CONTRACTOR (SEAL) (SEAL) (SEAL) APPROVED AS TO FORM: SURETY CITY ATTORNEY THIS BOND WAS APPROVED BY THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH BY MOTION ON DATE ATTEST; CITY CLERK PAGE 7 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, THAT WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTED HAS AWARDED HEREINAFTER DESIGNATED AS THE "PRINCIPAL", A CONTRACT FOR IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI- CATIONS AND OTHER CONTRACT DOCUMENTS NOW ON FILE IN THE OFFICE OF THE CITY CLERK OF THE CITY OF NEWPORT BEACH. WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND THE TERMS THEREOF REQUIRE THE FURNISHING A BOND FOR THE FAITHFUL PERFORMANCE OF SAID CONTRACT; NOW, THEREFORE, WE, AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE "CONTRACTOR") AND AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF DOLLARS ($ SAID SUM BEING EQUAL TO 50% OF THE ESTIMATED AMOUNT OF THE CONTRACT, TO BE PAID TO THE SAID CITY OR ITS CERTAIN ATTORNEY) ITS SUCCESSORS, AND ASSIGNS; FOR WHICH PAY- MENT, WELL AND TRULY TO BE MADE, WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND AD- MINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRE- SENTS. THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE ABOVE BOUNDEN PRINCIPAL, HIS OR ITS HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS, OR ASSIGNS, SHALL IN ALL THINGS STAND TO AND ABIDE BY, AND WELL AND TRULY KEEP AND PERFORM THE COVENANTS, CONDITIONS AND AGREEMENTS IN THE SAID CONTRACT AND ANY ALTERATION THEREOF MADE AS THEREIN PRO - VIDEO ON HIS OR THEIR PART, TO BE KEPT AND PERFORMED AT THE TIME AND IN THE MANNER THEREIN SPECIFIED, AND IN ALL RESPECTS ACCORDING TO THEIR TRUE INTENT AND MEANING, AND SHALL INDEMNIFY AND SAVE HARMLESS THE CITY OF NEWPORT BEACH, ITS OFFICERS AND AGENTS, AS THEREIN STIPULATED, THEN THIS OBLIGATION SHALL BECOME NULL AND VOID; OTHERWISE IT SHALL REMAIN IN FULL FORCE AND VIRTUE. PAGE H (PERFORMANCE BOND - CONTINUED) AND SAID SURETY, FOR VALUE RECEIVED, HEREBY STIPULATES AND AGREES THAT NO CHANGE, EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERMS OF THE CONTRACT OR TO THE WORK TO BE PERFORMED THEREUNDER OR THE SPECIFICATIONS ACCOMPANYING THE SAME SHALL IN ANY WISE AFFECT ITS OBLIGATIONS ON THIS BOND, AND IT DOES HEREBY WAIVE NOTICE OF ANY CHANGE, EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERMS OF THE CON- TRACT OR TO THE WORK OR TO THE SPECIFICATIONS. IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL, IT IS AGREED THAT THE DEATH ON ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOF, THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND SURETY ABOVE NAMED, ON THE DAY OF , lq6 APPROVED AS TO FORM- ITY ATTORNEY CONTRACTOR (SEAL) (SEAL) (SEAL) (SEAL) (SEAL) SURETY PAGE 9 NON- COLLUSION AFFIDAVIT THE BIDDERS, BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRESENT AT THE TIME OF FILING THIS BID, BEING DULY SWORN ON THEIR OATHS 5AY� THAT NEITHER THEY NOR ANY OF THEM, HAVE IN ANY WAY, DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGEMENT OR AGREEMENT WITH ANY OTHER BIDDERS OR WITH ANY PUBLIC OFFICER OF SUCH CITY OF NEWPORT BEACH WHEREBY SUCH AFFIANT OR AFFIANTS OR EITHER OF THEME HAS PAID OR IS TO PAY TO SUCH BIDDER OR PUBLIC OFFICER ANY SUM OF MONEYS OR HAS GIVEN OR 15 TO GIVE TO SUCH OTHER BIDDER OR PUBLIC OFFICER ANYTHING OF VALUE WHATEVER, OR SUCH AFFIANT OR AF- F)ANTS OR EITHER OF THEM HAS NOT DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGE- MENT OR AGREEMENT WITH ANY OTHER BIDDER OR BIDDERS WHICH TENDS TO OR DOES LESSEN OR DESTROY FREE COMPETITION IN THE LETTING OF THE CONTRACT SOUGHT FOR BY THE AT- TACHED BIDS; THAT NO BID HAS BEEN ACCEPTED FROM ANY SUBCONTRACTOR OR MATERIALMAN THROUGH ANY BID DEPOSITORY, THE BYLAWS, RULES OR REGULATIONS OF WHICH PROHIBIT OR PREVENT THE CONTRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCONTRACTOR OR MATERIAL - MAN WHICH 15 NOT PROCESSED THROUGH SAID BID. DEPOSITORY OR WHICH PREVENT ANY SUB- CONTRACTOR OR MATERIALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES NOT USE THE FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH BID DEPOSITORY THAT NO INDUCE- MENT OR ANY FORM OR CHARACTER OTHER THAN THAT WHICH APPEARS UPON THE FACE OF THE BID WILL BE SUGGESTED OFFERED PAID, OR DELIVERED TO ANY PERSON WHOMSOEVER TO INFLUENCE THE ACCEPTANCE OF THE SAID BID OR AWARDING OF THE CONTRACT, NOR HAS THIS BIDDER ANY AGREEMENT OR UNDERSTANDING OF ANY KIND WHATSOEVER, WITH ANY PERSON WHOMSOEVER TO PAYS DELIVER TOE 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 BEN P. GRIFFITH F. C. RODENBROCK THIS 19th DAY OF July MY COMMISSION EXPIRES My Commission Expires Sept. 10, 1962 GRIFFITH COMPANY 1 ASST. SECRETARY NOTARY PUBLIC BRUCE E. FULLER Q =CALIFORNIA R NO ORNIA IN TY . � l+c'T'L'Y cr^tr ..nam�n•arr��// BALANCE S:ff•I'.'T AT DECEHM 31v 1965 - yduxecwrr aa�s�- � Cash in Banks and on Hand 3009027.78 Accounts Payable Aecovmts Receivable 491609941.39 1088354.49 Securities at Cost Due Officers and StoekholdoLs 1700868.10 Material and Supplies 920.00 678727.77 Installmont Contracts Payable Street Improvement Bonds Street 3A9241.58 168824.73 Street Improvement Assessments Federal Income Tax Payable 475,93.8.31 Sundry Refundable Deposits 149340.00 S,= LIABILITM Notes Receivable 669336.46 268554.34 Advances on Uncompleted Contracts Due Subsidiary - Piru Rook Co. 2899116.42 Account Receivable - U.S. Tress. Dept. �i69700 7fi TOTAL OTHER TOTAL DEFERRED CREDITS Earnings on Uncompleted Contracts 0596800258.49 ASSETS Investments and Advances to Subsidiaries CAPITAL STOCK AND SLQZLZ Capital Stock Issued 8438400.00 and Real Estate Joint Ventures - `de1.7Qoj 5329416.48 TOTAL Installment Contracts Receivable 60322,7A6,FM on Sales of Real Estate 388227.87 7��� Second Mortgages and Trust Deeds 179344.41 Cash Surrender Value of Life Insurance y 5 TOTAL 8359570.76 FIXED ags Land.- Plant Sites 1419940.18 Autos and Trucks 61$,7819970.57 Less Alloamnes for Depreciation •! ?A -00 -^ 3539925.16 Equipment and Plants 392929961.42 Less Allowance for Depreciation TOTAI�� '119280382 "a 195949247.74 RF•AL ESTATE INV1'�Tt.�fdTS Real Estate Lots 299161.08 Buildings and Improvements 194149553.80 Less Allowance for Depreciation S� �86GG.ti A TOTAL L 9 9 •7F •1F % •Y.• d-X. y. 'F .: % -Y 9: -4 >'.- i. ., .. .'. f. .. .. LIABILITIES ® CAPITAL-=-S-C_ UUMV11.,1T L.LHC.1,l11Tl1'w7 Accounts Payable 198848394.39 Accrued Payroll 1088354.49 Due Officers and StoekholdoLs °779307.88 Employees Savings Bonds Account 920.00 Installmont Contracts Payable 718689.80 Mortgage Payable - Real Estate 168824.73 Federal Income Tax Payable 52.9 -D3 TOTAL 291609019.32 S,= LIABILITM Unpaid Labor Drafts 268554.34 Due Subsidiary - Piru Rook Co. 199600.63 Mortgage Payable - R„ E. Long Term �i69700 7fi TOTAL 262855.75 - DEFERRED CREDITS Earnings on Uncompleted Contracts 1969280.58 CAPITAL STOCK AND SLQZLZ Capital Stock Issued 8438400.00 Surplus - `de1.7Qoj TOTAL 60322,7A6,FM _ Y • • PAGE IO 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 THE INC This business was incorporated in April, 1902, as Fairchild - Gilmore - Milton Co. The name was changed to Griffith Company, incorporated under the laws of the State of California on December 7, 1922, and has been in continuous operation averaging $31,000,000.00 annually for the past ten years and $29,000,000.00 annually for the past three years in contract amounts. Griffith Company has performed work of this nature for the Cities of Los Angeles, San Diego, Bakersfield, Pasadena, Glendale, Long Beach, Santa Ana, Garden Grove, Newport Beach and many others, as well as for various departments of the State of California and the Counties of Los Angeles, San Diego, Kern, Ventura, Orange, San Bernardino and others. Our banking reference is the Farmers and Merchants Office — of Security -First National Bank, Bank of America, Los Angeles Main Office, San.Diego Trust and Savings Bank and United States National Bank of San Diego. We are bonded by The American Insurance Company of Newark, New Jersey. GRIFFITH COMPANY L.� ED PRESIDENT C O N T R A C T PAGE II THIS AGREEMENTS MADE AND ENTERED INTO THIS DAY OF BY AND BETWEEN THE CITY OF NEWPORT BEACH, CALIFORNIA, HEREINAFTER DESIGNATED AS THE CITY, PARTY OF THE FIRST PART, AND HEREINAFTER DESIGNATED AS THE CONTRACTOR, PARTY OF THE SECOND PART. WITNESSETH* THAT THE PARTIES HERETO DO MUTUALLY AGREE AS FOLLOWS; I. FOR AND IN CONSIDERATION OF THE PAYMENTS AND AGREEMENTS HEREINAFTER MENTIONED TO BE MADE AND PERFORMED BY THE CITY, THE CONTRACTOR AGREES WITH THE CITY TO FURNISH ALL MATERIALS AND LABOR FOR THE CONSTRUCTION OF AND TO PERFORM AND COMPLETE IN A GOOD AND WORKMANLIKE MANNER ALL THE WORK PERTAINING THERETO SHOWN ON THE PLANS AND SPECIFICATIONS THEREFOR; TO FURNISH AT HIS OWN PROPER COST AND EXPENSE ALL TOOLS, EQUIPMENT, LABOR, AND MATERIALS NECESSARY THEREFOR, (EX- CEPT SUCH MATERIALS, IF ANY, AS IN THE SAID SPECIFICATIONS ARE STIPULATED TO BE FUR- NISHED BY THE CITY), AND TO DO EVERYTHING REQUIRED BY THIS AGREEMENT AND THE SAID PLANS AND SPECIFICATIONS. Z. FOR FURNISHING ALL SAID MATERIALS AND LABOR, TOOLS AND EQUIPMENT, AND DOING ALL THE WORK CONTEMPLATED AND EMBRACED IN THIS AGREEMENT, ALSO FOR ALL LOSS AND DAMAGE ARISING OUT OF THE NATURE OF THE WORK AFORESAID, OR FROM THE ACTION OF THE ELEMENTS, OR FROM ANY UNFORESEEN DIFFICULTIES WHICH MAY ARISE OR BE ENCOUNTERED IN THE PROSECU- TION OF THE WORK UNTIL ITS ACCEPTANCE BY THE CITY, AND FOR ALL RISKS OF EVERY DE- SCRIPTION CONNECTED WITH THE WORK; ALSO, FOR ALL EXPENSES INCURRED BY OR IN CONSE- QUENCE OF THE SUSPENSION OR DISCONTINUANCE OF WORK, EXCEPT SUCH AS IN SAID SPECIFI- CATIONS ARE EXPRESSLY STIPULATED TO BE BORNE BY THE CITY; AND FOR WELL AND FAITHFULLY COMPLETING THE WORK AND THE WHOLE THEREOF, IN THE MANNER SHOWN AND DESCRIBED IN THE SAID PLANS AND SPECIFICATIONS, THE CITY WILL PAY AND THE CONTRACTOR SHALL RECEIVE IN FULL COMPENSATION THEREFORE THE LUMP SUM PRICE, OR IF THE BID IS ON THE UNIT PRICE BASIS, THE TOTAL PRICE FOR THE SEVERAL ITEMS FURNISHED PURSUANT TO THE SPECIFICATIONS, NAMED IN THE BEDDING SHEET OF THE PROPOSAL, AS THE CASE MAY BE. 3. THE CITY HEREBY PROMISES AND AGREES WITH THE SAID CONTRACTOR TO EMPLOY, AND DOES HEREBY EMPLOY THE SAID CONTRACTOR TO PROVIDE THE MATERIALS AND TO DO THE WORK ACCORDING TO THE TERMS AND CONDITIONS HEREIN CONTAINED AND REFERRED TO FOR THE PRICE AFORESAID, AND HEREBY CONTRACTS TO PAY THE SAME AT THE TIME, IN THE MANNER, AND UPON THE CONDITIONS SET FORTH IN THE SPECIFICATIONS; AND THE SAID PARTIES FOR THEMSELVES, THEIR HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS AND ASSIGNS, DO HEREBY AGREE TO THE FULL PERFORMANCE OF THE COVENANTS HEREIN CONTAINED. 4. THE NOTICE TO BIDDERS, INSTRUCTIONS TO BIDDERS, CONTRACTORS PROPOSAL, AND THE PLANS AND SPECIFICATIONS, AND ALL AMENDMENTS THEREOF, WHEN APPROVED BY THE PAR- TIES HERETO, OR WHEN REQUIRED BY THE CITY IN ACCORDANCE WITH THE PROVISIONS OF THE PLANS AND SPECIFICATIONS, ARE HEREBY INCORPORATED IN AND MADE PART OF THIS AGREE- MENT. PAGE IZ (CONTRACT - CONTINUED) 5 -. THE CONTRACTOR SHALL ASSUME THE DEFENSE OF AND - INDEMNIFY AND SAVE HARMLESS THE CITY, THE DIRECTOR OF PUBLIC WORKS, AND THEIR OFFICERS AND EMPLOYEES, FROM ALL CLAIMS) LOSS$ DAMAGE, INJURY) AND LIABILITY OF EVERY KIND, NATURE$ AND DESCRIPTION, DIRECTLY OR INDIRECTLY ARISING FROM THE PERFORMANCE OF THE CONTRACT OR WORK, REGARD- LESS OF RESPONSIBILITY FOR NEGLIGENCE; - AND'FROM ANY AND ALL CLAIMS$.LOSS$ DAMAGE$ INJURY$ AND LIABILITY$ HOWSOEVER THE SAME MAY BE-CAUSED$ RESULTING DIRECTLY OR IN- DIRECTLY FROM THE NATURE OF THE WORK COVERED BY THE CONTRACT, REGARDLESS OF RESPON- SIBILITY FOR NEGLIGENCE. j r IN WITNESS WHEREOF) THE PARTIES HERETO HAVC.CAUSED THIS CONTRACT TO BE EXECUTED THE DAY AND YEAR FIRST ABOVE WRITTEN. - ATTEST: ITY CLERK APPROVED AS TO FORM: CITY ATTORNEY I CITY OF NEWPORT BEACH$ CALIFORNIA BY: MAYOR BY: BY: RACTOR ITLE TITLE (SEAL)