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)