Loading...
HomeMy WebLinkAboutC-1096(B) - Improvements of Jamboree Road from Ford Road to Palisades RoadTO: CiT'Y COUNCIL January 8, 1968 FROM: Public Works Department SUBJECT: RIGHT TURN LANE ON PALISADES ROAD AT JAMBOREE ROAD RECOMMENDATION: Authorize the Public Works Director to issue a Change Order to Contract 1096 in the amount of $6,585,95, DISCUSSION: On November 27, 1967, the Council authorized the Public Works Director to negotiate a Change Order for the construction of a right turn lane on Palisades Road at Jamboree Road: The Griffith Company, which is now working on Contract 1096, "Improvement of Jamboree Road from ford Road to Palisades Road" has submitted a price of $6,585,95 for the work, based on their contract unit price. The County of Orange has executed a Cooperative Agreement for a portion of the work, The County will finance all work within County jurisdiction, including purchase of additional right of way, The estimated cost of the entire project is $12,000,00, Funding will be as follows: Construction Right of Way Engineering, inspection and contingency TOTAL City Gas Tax Funds $2,084,60 715,40 $2,800,00 County Total $4,501,35 $6,585,95 3,326,00 3,326,00 1,372,65 2,08805 $9,200.00 $12,000.00 The City is acting as the County's agent in securing the right of way. Budget amendments are being submitted for your consideration, Sufficient unappropriated Gas Tax Funds are available. Scheduled completion of the project is May 15, 1968. e\ 7 n J eph Devlin��,� Pu lic o s Director HTCjldg COUNCIL: h �; SAYS S 1 �1 L� ua A,�E. CONTRACT DOCUMENTS & CONSTRUCTION SPECIFICATIONS FOR JAMBOREE ROAD SELECT SYSTEM PROJECT NO. 69 AHFP PROJECT NO. 346 CONTRACT 1096 CITY OF NEWPORT BEACH ORANGE COUNTY, CALIFORNIA SEPTEMBER, 1967 SANTA ANA �c n ids VENTURA i ' CITY OF NEWPORT SE1►CH i PUBLIC WORKS CHANGE ORDER I ' CHANG$ ORDER NO. 1 DATE DeCember.364. 1967 CONTRACT NO. 1096 PURCBASE ORDER NO. BUD':ATO. • ' CONTRACTOR'S NAME Griffith Co '. PROJECT NAME AND NO. IMPROVSM$NT OF JAMBOREE ROAD FROM FORD ROAD ' TO PALISADES ROAD ' ACTION: Construct improvements at the intersection of Palisades Road and Jamboree Road as shown on CUB Drawing R- 5115 -S, Sheet .(1) of (1). The agreed upon prices for the items of work will be: I 1 I 1. Grading 2. Aggregate 3. Aggregate 4. Asphaltic 5. A.C. Berm 6. B -3 Curb 7. 3" PCC B. Modify Tr Sub -Base 530 Tons Base 265 Tons Concrete 133 Tons 148 L.F. 42 LF 45 SF iffic Signal -- * 19- 3369 -036 25- 3669 -036 -4 LS $2.20 /Ton 2.50 /Ton 6.75 /Ton 1.15 /LF 1.00 /LF 0.50 LS Approximate Total Ref: Cooperative Agreement APPROVAL: 1 1 $1,025.00 1,166.00 - 662.50- 897.75 170.20 42.00 22.50 2,600.00 $6,585.95 C =1096 C4 with County of Orange dated November 29, 1967 CONTRACTOR: GRIFFITH COMPANY l By Griffith DATE January 17, 1968 CC. Purchasing CHANGE ORDER NO. 1 -A /CiY6 CITY OF NEWPORT BEACH PUBLIC WORKS PROJECT CHANGE ORDER DATE April 1, 1968 CONTRACT NO. 1096 PURCHASE ORDER NO. BUDGET NO. See Belew CONTRACTOR'S NAME GRIFFITH COMPANY PROJECT NAME AND NO. JAMBOREE ROAD WIDENING, FORD ROAD TO PALISADES ROAD ACTION: This change establishes the final cost of the non - contract items of work performed under Change Order Number 1. 1. Grading $1,025.00 lump sum $1,025.00 2. Paid under contract items - 3. Agg. Base 2.50 /Ton x 221.50 Tons 553.75 4. Paid under contract items - 5. A.C. Berm 1.15 /lin.ft. x 150 lin. ft. 172.50 6 & 7. Paid under contract items - 8. Modify T.S. 2,600.00 Lump Sum 2,600.00 Total (non- contract items) $4,351.25 Budget Numbers: 19- 3369 -036: $l__1 B9 25- 3369 - 036- 4:A31�r6 Zyi�.s y APPROVAL: Field En sneer CONTRACTOR: GRIFFITH COMPANY BY :�07�- //_ G. P. Griffith DATE April 4, 11968 cc: Purchasing 9 � 1 -r• ' CITY OF NEWPORT BEACH PUBLIC WORKS PROJECT CHANGE ORDER ' CHANGE ORDER NO. 2 DATE 1anuaq, 9, 1962 CONTRACT NO, 19- 3369 -036 1096 PURCHASE ORDER N0. _ BUDGET N0. 2ri_33fiq_D3f,_1 CONTRACTOR'S NAME GRIFFITH COMPANY PROJECT NAME AND N0._ JAMBOREE ROAD WIDENING FORD ROAD TO PAITSADFS ROAD I ACTION: From Sta 103 to Sta 111, the plans call for a structural section of 4" A.C.18" A.B. /12" A.S. to be constructed. This change modifies that section to 4" A.C. /9" A.B. The approximate change in the unit price items is: DELETE: 4" A.C.: 115 Tons @ 6.75 $776.25 8" A.B.: 270 Tons @ 3.50 945.00 12" A.S.: 400 Tons @ 2.20 880.00 24" Roadway Ex: 415 CY @0.70 290.50 Total $2,891.75 Net Change:— $738.50 APPROVAL: Field Enginee✓ ' Departmgnt Head )PPAX XW( Orange cc: Purchasing / — ex Ap?_ ADD: 4" A.C.° 115 Tons @ 6.75 9" A.B.: 305 Tons @ 3.50 13" Roadway Ex: 225 CY @ Borrow Ex; T90 CY @ 0.80 Total = $776.25 = 1067.50 1.70 = $157.5C = 152.00 $2,153.25 CONTRACTOR: GRIFEIXH COMPANY BY G. P. Griffith �jf,. 7 DATE January 9°, 1968 �ErIUED !F,N 1 IS�3 OLPL CITY OF NEWPORT BEACH PUBLIC WORKS PROJECT CHANGE ORDER ' CHANGE ORDER NO, 3 DATE January 3, 1968 CONTRACT NO, 1096 PURCHASE ORDER NO, - BUDGET NO. 19- 3369 -036 ' CONTRACTOR'S NAME GRIFFITH COMPANY PROJECT NAME AND NO, _JAMBOREE ROAD WIDENING, FORD ROAD TO PALISADES ROAD ACTION: At Station 103 + 50 ±, easterly side, at the 8 -inch sewer,as directed, raise the un- paved shoulder grade and vary the paved ditch section sufficiently to clear the sewer. Additional ditch paving, if necessary, will be paid under proposed item #8. ' APPROVAL: tField Engineer Dep rtmery R_A�N���E� ' cc� P ru chas0iingY ARTMENT Z/ ➢at , ry DATE CONTRACTOR: GRIFFITH COMPANY gY G. P. Griffith DATE January 11, 1968 2. Er _' 3 CITY OF NEWPORT BEACH R F R F 1 V E D IV AR 2 8 1968 PUBLIC WORKS PROJECT CHANGE ORDER PUBLIC WUM urPT. ' CHANGE ORDER N0, 4 DATE r•iarch 18, 1;C�-' CONTRACT NO.. 1836 PURCHASE ORDER NO, BUDGET N0.1;L- 1369 -136 ' CONTRACTOR'S NAME GRTEFI.T}l cpl pA Y T PROJECT NAME AND NO, DRFF ROAD �TDFNTLAr, FORD ROAD TO PAI11;AQF5 20AD ACTION At Sta 1J3 + 50t, right side, encase the 8 -inch Y.C.P. sewer with approximately 4- inches of concrete on all sides. Tois work shall be performed on a force account basis. Tire cost, per Daily Extra 'Work Report and Invoice submitted Is 4".44, 1, 0"6,'.2-3 •, It ' APPROVAL: Field Engineer Department Hea cc: Purchasing � 7- Date CONTRACTOR: GRIFFITH COMPANY gym � y G. P. Griffith DATE March 27, 1968 t - 4 Ty OF NEWPORT BEACH PUBLIC W0(5 DEPARTMENT�r'�Ep; ` F r C.C.O. No Amount Authoraed'. :, ;- epart No DAILY EXTRA WORK' EPORT Previous Expenddure ; fate W¢rlc Performed /- /D -68— Today ; Date of'$,port To Date ; j Project N - � ����'��f� ay.�� /1�v . :4;1: �Confiraet No. of C7JJt'���F. EXTENDED AMOUNTS 'HOURLY RATE SHALL INCLUDE ACTUAL WAOEB PAID PLUS PAYMENTS REQUIRED UNDER STATE AND FEDERAL LAWS AND COLLECTIVE 84ROAININ6 AGREEMENTS ,01PEROR�/ -- / /dim: �}i6.ci/rJ � �IAE%:`i"a'�STitlLC �jGr For office use only White to Inspector Pd. on Est. No k .YeG2w to Public Works Department �?$7rYG Checked by Pink to Contractor �yPyr I EQUIPMENT Total Cost of Equipment MATERIALS and /or WORK DONE BY OTHER THAN CONTRACTOR'S FORCES Z-57 z- u ez ox TOTAL Cost of Materials The bov' reeor is ` inpI ,e and rrec} CONTRACTOR'S RP�E86NTATIVE Sub-Total Q15% j5ec.9 -03 Std. Specs. Total this report C oe ,01PEROR�/ -- / /dim: �}i6.ci/rJ � �IAE%:`i"a'�STitlLC �jGr For office use only White to Inspector Pd. on Est. No k .YeG2w to Public Works Department �?$7rYG Checked by Pink to Contractor �yPyr I IXJHM 18 S•SM 1 -" HARLEY 110 INVOICE GRIFFITH COMPANY CONTRACTORS 611 SOUTH SHATTO PLACE LOS ANGELES 5, CALIFORNIA DUNKIRK 7.3241 City of Newport Beach 3300 Newport Blvd. Newport Beach, California 92660 Atten: G P. Dunigan DATEJanuary 10, 1968 dp CCo 4 YOUR ORDER NO. OUR ORDER NO. 32209 NET CASH NOT SUBJECT TO DISCOUNT Job Location: Jamboree Rd. , Ford Rd. to Palisades Road Extra Work - Repair Sewer Line - Card Construction Co. Foreman Laborers (2) Backhoe Case 530 Pipe 8" V.C.P. Band Couplers 8" R /Mix Concrete Add 15% Profit 66 , &a 23 RECEIVED S. 7G 43./3 $ 234.31 5060 4 -365 hfFR 1 ,,1968 PUBLIC WURKS utpl, io is- 4 Hrs. 8 Hrs. �6 �a 4 Hrs. 15 L. F. 3 2 EA. �7 a+ 22 C.Y. ). s a - G6 --Y9- ��, z 3 G 90 /G So F� /7 )S Lump Sum 4/. c-O .SS". 2o 66 , &a 23 -k �- S. 7G 43./3 $ 234.31 35-151 $ 269.46 i GRIFFITH COMPANY Gii SOUTH SHATTO PLACE LOS ANGELES. CALIF. 90005 January 10, 1968 dp 5o6o 4 -365 CCO 4 City of Newport Beach J�;)u c'wport Blvd. 32209 Newport Beach, California 92660 Atten: G P. Dunigan Job Location: Jamboree Rd e, Ford Rd. to Palisades Road 1 /10 Extra Work - Repair Sewer Line - Card Construction Co. � Foreman 4 Hrs. /o i' , Laborers (2) <; =+ Hrs. A �' G6,rn Backhoe Case 530 Hrc. Pipe 8" V.C.P. 1�5 L.F. Band Couplers 8" 2 EA. ��)S .{j;/j R /Mix Concrete 22 C.Y. Lump Sum $ 234.31 Add 15% Profit 35.15 $ 269.46 5o6o 4 -365 'CHANGE ORDER NO CONTRACT NO. CITY OF NEWPORT BEACH PUBLIC WORKS PROJECT CHANGE ORDER 5 DATE January 31, 1968 1096 PURCHASE ORDER NO. - BUDGET NO.19- 3369 -036 ■ CONTRACTOR'S NAME GRIFFITH COMPANY • PROJECT NAME AND NO. WIDENING OF JAMBOREE ROAD, FORD ROAD TO PALISADES ROAD ACTION: ' Construct the crossovers at Sta 166 and Sta 175 as shown on the attached sketches. The A.C. pavement, approximately 3 to 4 inches thick will be paid for under proposal item 7. Upon completion of the need for these crossovers, the A.C. shall be removed and disposed of by the contractor at no cost to the City. Concurrent with construction of the crossovers, the project should be brought to the following stage of construction: FROM SOUTHERLY END TO: FROM NORTHERLY END TO: .1 1 Finish pavement Base Course: Sta 158 + 00 Sta 166 + 50 Sta 177 + 00 Sta 175 + 00 Aggregate Base: Sta 167 + 00 Sta 174 + 50 The approximate increase in unit price items due to this change is: 70 Tons A.C. @ $6.75 = $472.50 APPROVAL: eld tnarneer CONTRACTOR: GRIFFITH COMPANY BY / �� . P. Griffith DATE February 2, 1968 cc: Purchasing gFCEIVED ",:? D -1968 PUBLIC +rl;,v UEPT. r I, IC • CITY OF NEWPORT BEACH PUBLIC WORKS PROJECT CHANGE ORDER F- I ' CHANGE ORDER NO, 6 DATE March 14, 1968 CONTRACT NO 1096 PURCHASE ORDER NO:. - BUDGET NO, 19-3369-936 ' CONTRACTOR'S NAME GRIFFITH COMPANY PROJECT NAME AND N0,_ JAMBOREE ROAD WIDENING, FORD ROAD TO PALISADES ROAD ' ACTION: On the westerly side of the median, widen the gutter to 27- inches in the areas designated in the field in order to ' compensate for the existing A.C. pavement being narrower than shown. The extra gutter width shall be paid for at the agreed upon price of $0.50 per square foot, complete in ' place, as noted in a letter dated February 1, 1968. The total cost of this change is: t4,467 lin. ft. x 0.25 ft. wide x $0.50 = $558.37 I, I' IJ ' A APPROVAL: TT Td n- 'neer Department Hea ILcc: Purchasing '3 -?i -C� Date CONTRACTOR: GRIFF _COMPANY BY ,� <' G. P. Griffith DATE March 19, 1968 �1 1 I' 11 0 CITY OF NEWPORT BEACH PUBLIC WORKS PROJECT CHANGE ORDER CHA14GE ORDER N0, 7 DATE March 14, 1968 CONTRACT N0 1096 PURCHASE ORDER NO,. - BUDGET NO, 19- 3369 -036 1 CONTRACTOR'S NAME GRIFFITH COMPANY PROJECT NAME AND NO. JAMBOREE ROAD WIDENING, FORD ROAD TO PALISADES ROAD 1 1 ACTION: At the intersection with Eastbluff Drive (North) widen the pavement as 1 directed to provide for a right turn lane. The approximate quantities, costs, and methods of payment are as follows: 1 1. Excavation: Approx. 3 hrs. grader & grade checker (force acct) $60.00 2. Aggregate Base: Approx. 40 Tons @ $3.50 (Item 6) $140.00 r1 3. Asphaltic concrete: Approx. 15 tons @ 6.75 (Item 7) $101.25 4. A.C. Berm: Approx. 150 lin.ft. @ 1.15 (C.O. #1) $172.50 1 Approximate total cost this change: $473.75. 11 1 11 1 APPROVAL: Field Engineer Date Department Head cc: Purchasing Date CONTRACTOR: GRZFFITH CO NY BY y G. P. Griffith DATE March 19, 1968 ►. ^. 1 r "A CITY OF NEWPOR* BEACH PUBLIC W ";'DEPARTMENT C.C.O. No % /L'°crsat�lTT Amount Authorized $ M ort P1Q —� DAILY E1 RA WORK REPORT Previous Expenditure ¢ to Work Performed -/ '�a' - Today $ Date of Report O - To Date ; Project Name Contract No.��+ DesSripti n of Work�./1191IQ�+.Qjjjti� -HOURLY RATE SMALL INCLUDE ACTUAL WAGES PAID PLUS PAYMENTS REQUIRED UNDER STATE AND FEDERAL LAWS AND COLLECTIVE BARGAINING AGREEMENTS EQUIPMENT Nam HOURS EXTENDED AMOUNTS LABOR WE WE R� Total Cost of Equipment MATERIALS and /or WORK DONE BY OTHER THAN CONTRACTOR'S FORCES TOTAL Cost of Materials The apoverecord is complete and correct <" ~ . " l ,C,/CONTRACTOR'S RPREMNTf;T1VE E ��. p Total Cost Of Labor -HOURLY RATE SMALL INCLUDE ACTUAL WAGES PAID PLUS PAYMENTS REQUIRED UNDER STATE AND FEDERAL LAWS AND COLLECTIVE BARGAINING AGREEMENTS EQUIPMENT Total Cost of Equipment MATERIALS and /or WORK DONE BY OTHER THAN CONTRACTOR'S FORCES TOTAL Cost of Materials The apoverecord is complete and correct <" ~ . " l ,C,/CONTRACTOR'S RPREMNTf;T1VE E Sub Total *IS% (Sec. 9-03 Sid. Specs.) o a Is report p r i y'. White to Inspector Yellow to Public Works Department S 1 Pink to Contractor, For office use only Pd. on Est. No— Checked by f /S'ria z a FORM 4.: SM 3 -67 HAR LEY 3/20 INVOICE GRIFFITH COMPANY CONTRACTORS 611 SOUTH SHATTO PLACE LOS ANGELES. CALIFORNIA 90005 DUNKIRK 7 -9241 City of Newport Beach 3300 Newport Blvd. Newport Beach, California 92660 Attn: C. P Dunigan DATE March 20, 1968 dp CCO 7 YOUR ORDER NO. OUR ORDER NO. 32793 NET CASH NOT SUBJECT TO DISCOUNT JOB LOCATION. Jamboree Road Extra Work- Excavate & Grade Foreman, Grade Grade Checker G. Chaser Pickup Grader, Motor 4 Hrs. $ 6.82 4 Hrs. 6.37 3 Hrs. 4.615 4 Hrs. 1.75 4 Hrs. 15.00 P/R Taxes & Ins. 23% on Labor $66.61 150 Profit Y 25.48 13.85 7.00 6o.00 133-61 15.32 14d. 3 22.394 $ 5124 171.27 4 -365 GRIFFITH GOMPANV 611 SOUTH SHATTO PLACE • LOS ANGELES, CALIF. 90005 city of NeWPIOrt Beach 3300 Newport Blv - ifornia 92660 Newport Beach, al Attn: C* P Duda JOB LOCATIoNt Jamboree Road 3/19 & ;. 3/20 Extra Work- Excavate & Grade 4 Hrs. Fo�'Bmana Grade 4 Hra. Grade Checker 33 Ere. G, Chaser q Bra. Pickup Hrs. Grader, Motor - " 66.61 Taxes + 2 on Labor $ P/R &. Ii1e� 3 15% Profit,o`.. 5124 4 4 -365 i March 20. 1968 dp CCO 7 32793 $ 6.82 $ 548 6.37 13.85 4.75 7.00 i 1.75 6 15.00 o.00 � +i'•32 71 -�7 r CITY OF NEWPORT BEACH PUBLIC WORKS PROJECT CHANGE ORDER CHANGE ORDER NO. 9 DATE CONTRACT NO. 1096 PURCHASE ORDER NO. -- July 18, 1968 BUDGET NO. 19- 3369 -036 CONTRACTOR'S NAME Griffith Company PROJECT NAME AND NO. Jamboree Road Widening, Ford Road to Palisades Road ACTION: APPROVAL: Field The quantities, type, and location of slope planting (Item 9) are changed as follows: 1. Delete fill slope planting in the vicinity of Bison Street -2,880 sf 2. Northerly of Station 158 +50, delete slope planting below the outer edge of the loading berm or below elevation 13 where there is no berm - 17,620 sf 3. The estimated quantity for the planting on the westerly side was in error. To conform to #2 (above) the quantity is increased +11,000 sf 4. In lieu of the planting, the fill slope from Station 158 +50 southerly to the beginning of the cut shall be sprayed with a seed - fiber - fertilizer slurry per the proposal from Shawn Company dated May 6, 1968. This work will be at the proposal price for slope planting No charge TOTAL -9,500 sf cc: Purchasing The approximate contract cost reduction due to this change is 9,500 sf @ $0.11 /sf = $1,045.00 CONTRACTOR: GRTFFITH COMPP W BY > G. P. Griffith - DATE T,al.y 23, 1969 i— /8 GB uatie Date JUL PUBLIC ` r 6 CITY OF NEWPORT BEACH PUBLIC WORKS PROJECT CHANGE ORDER I CHANGE ORDER NO. 7 -A DATEApril 12, 1968 CONTRACT NO. 1096 PURCHASE ORDER NO. - BUDGET NO. 19- 3369 =036 CONTRACTOR'S NAME GRIFFITH COMPANY PROJECT NAME AND NO. JAMBOREE ROAD WIDENING, FORD ROAD TO PALISADES ROAD ACTION: This change establishes the final cost of the non - contract items of work performed under Change Order Number 7. 1. Excavation (see Extra Work Report and Invoice) $171.27 2 & 3. Paid under contract items - 4. A.C. Berm $1.15 /lin ft. x 219 lin ft. 251.85 Total (non- contract items) $423.12 APPROVAL: /Tr2z Field En r CONTRACTOR:_ G IFFITH COMPAYY BY /J G. P. Griffith DATE April 17, 1968 cc: Purchasing TO�ity of Newport Beach rii- v Aol I RECFIvF CERTIFICATE Of INSURANCE p Name and Address of Insured GRIFFITH COMPANY 1968 3300 West Newport Boulevard � uL��� Newport Beach, California LOS ANGELESHACALOIF RNIA 9D COVERAGE COMPANY AND POLICY # EXPIRATION DATE LIMITS OF LIABILITY Workmen's Compensation PACIFIC INDEMNIT 7 -1 -69 WC— Statutory Employers Liability PEC 54200 EL— Unlimited in California Bodily Injury Property Damage 7 -1 -69 Comprehensive General PACIFIC INDEMNIT $500,000 Per Occurrence - Each Person Liability LAC 177900 Each Accident Combined Sing e Limit for Aggregate Bodily Injury & Property Damage 7 -1 -69 Comprehensive Automobile it n �� 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 * The City of Newport Beach is recog ized as an aIiditional insured but only as respe is work performel by Griffith Company. It is hereby understood and agreed that the policy to which this certifi- cate refers may nDt be cancelled, Tiaterially changed, nor the amount of coverage thereof reduced, nor the policy allowed to lapse until to (10) days after receipt by the City Clerk of the Cit of Newport Beach, Ci•ttc-, Hall, Newport Beach, California of a registered written notice of such can-:, cellation or reduction in coverage. Location: Improvement of Jamboree Road from Ford Road to Palisades Road Contract No. 1096 Notice of Cancelation—In the event of cancelation or change in the above certified Coverages, i€t;42ti44fcKrl�iSif 7SGtthe undersigned to give &q days written notice of cancelation or change to: will 30 See Above (See reverse side for additional provisions) FRED. S. JAMES & CO. This is to certiiv Coverage under the above policies. INSURANCE BROKERS 625 South Kingsley Drive, Los Angeles 5, Calif. 6- 27 -68 /st By I� CERTIFICATE OF INSURANCE TO: City of Newport Beach Name and Address of Insured ' City Hall GRIFFITH COMPANY 3300 West rlewport Boulevard 611 SOUTH SHATTO PLACE Newport Beach, California LOS ANGELES, CALIFORNIA 90005 COVERAGE COMPANY AND POLICY # EXPIRATION DATE LIMITS OF LIABILITY Workmen's Compensation Pacific Indemnit 7 -1 -68 WC— Statutory Employers Liability PEC 52500 EL— Unlimited in California Bodily Injury m Property Daage It 7 -1 -69 Comprehensive General Pacific Indemnit $500,000 Per Cccurrence - Each Person Liability LAC 177900 Each Accident Aggregate Combined Sing 3e Bodily Injury Limit for and Property Damage 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 * THE CITY OF NE'sdP = 3LACH is recd nized. as an Additional Insured but only as respects work performed tj GRIFFITH COMPANY. (LIldorsement No. 3 under Paci is Indemnity Policy LAC 17790 0) "It is heresy un'erstood and agread that the P licy to which this certificate ref rs may not t,e cancelled, mate ially changed, nor f e oolicv allowed to lapse until ten (10) hays after receipt by the City Clerk of the City of Newport beach, City Ball, Newport Beach, California, of a registereu written notice cf such cancel ation or reduction ' in coverage.` Z��.•.._:_,, r - / f �1 Location: Improvement of Jamboree Road from Ford Road to Palisades Road . Contract No. 1096 Notice of Cancelation—In the event of cancelation or change in the above certified CoveragesXt1$3E�W*%*ToX+x dt the undersigned to give )p 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. 10- 17 -67 /st 40 FRED. S. JAMES & CO. INSURANCE BROKERS 625 South Kingsley Drive, Los Angeles 5, Calif, By 0 577 _f t 1 t i CONTRACT DOCUMENTS & CONSTRUCTION SPECIFICATIONS FOR JAMBOREE ROAD SELECT SYSTEM PROJECT NO 69 AHFP PROJECT NO, 346 CONTRACT 1096 CITY OF NEWPORT BEACH Orange County, California September, 1967 Approved by the City Council on the 14th day of August, 1967 n Laura Lagios, ity Clerle r B 0 Y L E E N G I N E E R I N G Dwight C. Schroeder, C.E. 8603 Bakersfield San Diego Santa Ana Ventura 51- 0050 -01 -00 Don R. Rooke, C. E. 7174 ll Page I -A CITY OF NEWPORT BEACH, CALIFORNIA (Sheet 1 of 3) NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, ' Newport Beach, California, until 10:00 A.M., on the 19 day of September, 1967, at which time they will be opened and read, for performing work as follows: IMPROVEMENT OF JAMBOREE ROAD FROM FORD ROAD TO PALISADES ROAD CONTRACT - 1096 No bid will be received unless it is made on a proposal form furnished by the Public Works Department. Each bid must be accompanied by cash, certified check or bidder's bond made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The documents included within the sealed bids which require completion and execution are the following: 1. - Proposal 2, Page 3 - Designation of Subcontractors 3, Page 4 - Bidder's Bond 4. Page 9 - Noncollusion Affidavit 5. Page 10 - Contractor's Financial Status The documents shall be affixed with the appropriate signatures and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice - President and Secretary or Assistant Secretary are required and the Corporate Seal shall be affixed to all documents requiring signatures. In the case of a partnership, the signature of at least one general partner is required. All bids are to be compared on the basis of the Engineer's estimate. The estimated quantities are approximate only, being given solely as a basis for the comparison of bids. No bid will be accepted from a Contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of Business and Professions' Code. The Contractor shall state his license number and classification in the proposal. Plans, Special Provisions and Contract Documents may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost L to licensed contractors. A nonrefundable charge of $2.00 will be required for each set of plans, special provisions and contract documents for others than licensed contractors. It is requested that the plans and special provisions be returned within 2 weeks after the bid opening. 1 A nonrefundable charge of $2.00 will be required for each set of City of Newport Beach Standard Specifications. The City of Newport Beach reserves the right to reject any or all bids and to waive any informality in such bids. I I 11 I [J I I I I I i I Page 1 -B (Sheet 2 of 3) 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 pre- vailing rate of per diem wages in the locality in which the work is to be performed for each craft or type of workman or mechanic needed to execute the contract and has set forth these items in Resolution No. 6519• A copy of said Resolution is available in the office of the City Clerk in the City of Newport Beach. The following is the schedule of prevailing wage rates, 1966 -67, for a selective list of classifications. Together with the information included in Resolution No. 6519, this schedule is to be considered a part of these contract specifications. PREVAILING WAGE RATES - 1966 -67 Bricklayer & Stone Mason Classification (Selective Listing) Electrician 5/1/66 5/1/67 Carpenters Cement Mason Journeyman Laborers General or Construction Asphalt Raker & Ironer Flagman Guinea Chaser Laying of all nonmetallic pipe Tunnel Classifications Vibratorman, Jack Hammer, Pneumatic Tools, (except driller) Operating Engineers Oiler and signalman (Group 1) Skiploader (Less 3/4 yd.) (Group 2) Rodman and Chairman (Group 3) instrumentman (Group 4) Grade Checker (Group 5) Pavement- breaker operator (Group 5) Grade -all operator (Group 6) Teamsters Dump Truck Driver (Less than 4 yds) Water Truck Driver (2500 gal. to 4000 gal 4.83 4.60 3.70 3.91 3.70 3.78 4.o1 4.315 7/1/66 4.38 4.62 4.86 4.97 5.16 5.16 5.26 4.35 5/1/66 4.53 5/1/66 5.15 7/1/66 6.11 4/28/66 4.765 7/1/66 5.22 5.55 4.84 3.85 4.06 3.85 3.93 4.16 4.4445 7/1/67 4.53 4.77 5.01 5.12 5.31 5.31 5.41 5/1/67 4.50 4.68 5/1/67 5.15 /1/67 6.55 7/1/67 5.33 5.64 Building and Construction Trades Bricklayer & Stone Mason Electrician Journeyman Wireman iLather Painters Journeyman - spray Pipe trades Plumber 4.83 4.60 3.70 3.91 3.70 3.78 4.o1 4.315 7/1/66 4.38 4.62 4.86 4.97 5.16 5.16 5.26 4.35 5/1/66 4.53 5/1/66 5.15 7/1/66 6.11 4/28/66 4.765 7/1/66 5.22 5.55 4.84 3.85 4.06 3.85 3.93 4.16 4.4445 7/1/67 4.53 4.77 5.01 5.12 5.31 5.31 5.41 5/1/67 4.50 4.68 5/1/67 5.15 /1/67 6.55 7/1/67 5.33 5.64 I Page I -C (Sheet 3 of 3) Any classification omitted herein shall be the prevailing craft rate. 1 Overtime, Sunday and Holiday rates are at prevailing craft rates. CITY OF NEWPORT BEACH, CALIFORNIA Laura Lagios, City Clerk I I [i a I i I I I I I I u 1 I F I I 1 1 11 I CITY OF NEWPORT BEACH JAMBOREE ROAD SELECT SYSTEM PROJECT No. 69 AHFP PROJECT NO. 346 CONTRACT 1096 PROPOSAL To The City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California Gentlemen: Page 2 -A (Sheet 1 of 9) The undersigned declares that he has carefully examined the location of the work, read the Notice Inviting Bids, examined the olans and specifications, and hereby proposes to furnish all labor, materials, equionent, transportation and services required to do all the work to complete Contract 1 09 6 in accordance with the plans, the specifications of the City of Newport dv_ach, and the special provisions, and that he will take in full payment tiu._refor the following unit prices for each item complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE I. Lump Clearing and grubbing, includ- Sum ing removal of undesirable material, complete in place for the lump sum price of p Twelve Thousand _ Dollars and No Cents $ L.S. $ 12,000.00 2.1 6,000 Concrete curb and gutter, L.F. 6 -inch C.F. with 2'0" gutter, complete in place One Dollars and Six v Cents $ 1.60 $ 9,600.00 'er in ear oot 2.2 9,550 Concrete curb and gutter, L.F. 6 -inch C.F. with 1'0" gutter, complete in place C� One Dollars and Forty Cents $ _, "n $ 1313 3Q_ Per Linear Foot Page 2 -B (Sheet 2 of 9) ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3• 75,340 Roadway excavation, complete C.Y. in place @ No Dollars and Seventy Cents $ 0.70 $ 52,738.00 Per Cubic Yard 4. 22,900 Borrow excavation, complete C.Y. in place @ No Dollars and Eighty _ rents $ 0.80 $ 18,320.00 Per Cubic Yardy 5. 1,900 Select top soil for median, C.Y. complete in place Two Dollars Dollars and No Cents $ 2.00 3,800.00 Per Cubic Yard 6. 7,110 Imported aggregate base (Class Tons 3), complete in place 0a Two Dollars and Fifty Cents $ 2.50 $ 17,775.00 Per Ton 6.2 600 Imported aggregate subbase, Tons complete in place @ Two Dollars and �Twenty Cents $ 2.20 $ 1,320.00 Pe- on 7. 6,250 Asphalt concrete, including Tons prime coat, tack coat and paint binder, complete in place Six Dollars and Seventy -five Cents $ 6.75 $ 7,187.50 Per Ton 1 ITEM NO. QUANTITY AND UNIT ITEt1 DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE Page 2 -C (Sheet 3 of 9) TOTAL PRICE ' 8. 3,000 Miscellaneous asphalt, placing ' S.Y. complete in place C� Two Dollars and Fifty Cents $ 2.50 $ 7,500.00 Per Square Yard 9. 249,000 Slope planting, complete in S.F. place ' ( No Dollars and Eleven Cents $ 0.11' $ 27,390.00 Per Square Foot 1 10. 4 Settlement platforms, complete Each in place @ One hundred fifty Dollars and No Cents $150.00 $ 600.00 Each Il. Lump Pervious sand blanket, complete ' Sum in place Ten thousand Do Dollars and k I No Cents $L.S. $ 10,000.00 12. 12 Adjust manhole frame and cover ' Each to grade, complete in plate Sixty Dollars and No Cents $60.00 $ 720.00 Each 13• 12 Adjust water valve covers to Each grade, complete in place (a Thirty Dollars and No Cents $36.00 $ 360.00 ' Each 14. Lump Relocate air vents from 2 ' Sum vaults, complete in place $ L. S. $ 300. -.0 Three hundred Dollars and No Cents 1 18.4 200 Install 2 -inch diameter rigid L.F. conduit for future traffic signals, complete in place @ Three Dollars and Fifty Cents $ 'l.Fn $ 7nn_nn Per Linear Foot P t f Page 2 -D ' (Sheet 4 o 9) ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 15. Lump Relocate two air -vac control Sum units, complete in place @ Two hundred A Dollars and P;o Cents $1_.S. $ 200.00 16. Lump �temove existing drainage ' Sum structures, complete in place One thousand three hundred Dollars L.S. 1,300.00 -- and ' No Cents $ $ 17. g00 1" x 6'' redwood erosion pre- L.F. venters, complete in place @ No Dollars - —= and Fifty Cents $0_50 -- — S 450.00 - Per Linear Foot -- ' 18.1 Lump Traffic signal modifications Sum in intersection at Station 117 +38, complete in place @ Six thousand Dollars and No _ Cents $L.S. $ 6,OGO.00 18.2 Lump Relocate traffic signal box Sum at Station 186 +30 ±, complete ' in place (P One hundred Dollars - - - - - -- - -- and ' ^i0 Cents $L.S. $ 100.00 18.3 4 Inst 11 traffic signal pull ' Each boxes, complete in place and No Cents $4C..y $ 160.00 Each 18.4 200 Install 2 -inch diameter rigid L.F. conduit for future traffic signals, complete in place @ Three Dollars and Fifty Cents $ 'l.Fn $ 7nn_nn Per Linear Foot P t f tPage 1 ITEM P ;O. QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS 2 -E (Sheet 5 of 9) UNIT TOTAL PRICE PRICE 19• 560 1 -1/2 -inch PVC conduit, L.F. complete in place P Tj,in Dollars and Cents $7 on $ 1,120 Per Linear Foot 20. 2,820 3 -inch PCC pavement, complete S.F. in place (�o _ Dal lars .;na 'if�_� cents $Q_Sn $ 1,410.00 Per Square Foot 21. 580 PCC curb Type 8 -3, complete in L. F. place (@--04� P Dollars and JJs Cents Per Linear Foot 22. Lump Drainage structures at Station 1 Sum 96 +88, complete in place — 4uudr€� Dollars and No Cents $L t $ Fnn nn 23• Lump Fill existing 36 -inch CMP Sum drain as specified, complete t in place ' 9 One Thousand One- _ Dollars Hundred ana No Cents $L.S. $_1,100.00 24. Lump Drainage structures at Static,-, Sum 155 --75, complete in place One Thousand Three -,— Hundred Dol la; s and o -- -- Cents $L.S. $ 1,300.00 25• Lump Drainage structures at Sum Station 164 +80, complete in ploce Two Thousand Two Hundred Dollars and l ' I No Cents $L.S. $ 2,200.00 t(Sheet ITEM NO. QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE Page 2 -F 6 of 9) TOTAL PRICE _ ' 26. 407 18 -inch reinforced concrete L.F. pipe 2000 -D, complete in ' place Dollars and No Cents $18.00 $ 7,326.00 Per Lincor Foot 27. Lump 18 -inch corrugated metalip< Sum downdrain at Station 168 +96 to 169+17, complete in place ' @ SPVen HtindrPd Do! Jars and No Cents $ e 700.00 _ _$ 28. Lump Drainage structures at Station Sum 176 +75, complete in place Two Thousand Two @indrPd Dollars and T1e Cents $1 $ 2,00 00 29. 412 24 -inch reinforced concrete L.F. pipe 1500 -D, complete in place ' @ Ciutaan Dollars and No Cents $ifi on Per Linear Foot 30. Lump Drainage structures at Station ' Sum 180 +21 t, complete in place One Thousand Five @ �luntlrPrL_— Dollars and No _ tints $I -s- $ i,5no.nn 31. Lump Junctio. amber Station Sum 184 +21 -i complete in place Sx d Fj#ty, Dollars and Cents $I $ FFO nn ' 32. 155 21 -inch reinforced concrete L.F. pipe, complete in place Do] lars and Cents $ 00 2'1y0 00 ' _ Per Linear Foot I Page 2 -G (Sheet 7 of 9) ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL N0, AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE Each 33• Lump Junction chamber at Station Sum 185 +79, complete in place Four Hundred Dollars and and — !lo Cents $L S_ $_ 400.00 34. Lump Pictal beam guard railing in- Sum eluding runoval and reuse of 37• Lump existing railing, complete in place structure including wing walls, Si c F'undrnd Fi t>/ Dollars barri_ rails and railing and comp.ece in place _ljc) Cents $� c_ $ 650.00 35• 3,600 Furnish Type I prestressed L.F. concrete piling complete in and place No Cents $ L.S. @ Fiaht Dollars 38. and Cents $ S. $ 28,800.00 Per Linear Foot 36. 64 Drive prestressed concrete Each piling complete in place k (@ Five Hundred Twenty Dollars and No Cents $ 520.00 $ 33,280.00 Each Y 37• Lump Reinforced concrete bridge Sum structure including wing walls, barri_ rails and railing comp.ece in place @ eighty -Nine Thousand Dollars and No Cents $ L.S. $ 89,000.00 . 38. Lump Restore water passageway at Sum San Diego Creek complete in place @ 7hree Thousand Dollars and N Cents $ L. _ $ 3,000.00 1 Page 2 -H (Sheet 8 of 9) ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE ' 39• 145 15 -inch corrugated metal L.F. pipe, complete in place (@ F4ffPcn DoILars ' and No Cents $ 15.00 $ 2,175.00 Per Linear Foot ' TOTAL SUM OF BID. Foar•H�indred•Tlairteen Th@usand.Six.Hundred f=orty -Three Dgl]ars,and,Fjfty,Cents . . . . . . . . . . . . . . . . (Words) ?13' 643_.5.0.,_ (Figures) 1 All bids are to be computed on i'ne basis of the estic.ed quantities of work, as indicated in this proposal, times thu uJ— price a submitted by the bidder. In case or a discrepancy batwcen the words shall prevail. In case of an error in the extension o'. ;.pit price, the corrected extension shall be calculated and the bids wit be cr, puted as indicated above and compared on the basis of the corrected totaii.. 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 accompanying 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. 321E8 Classification A, SC12, B1, C10 I 11 I L I I a] I I II Page 2 -1 (Sheet 9 of 9) Accompanying this proposal is Bidder's Bond (Cash, certified check, cashier's check or bond ) in an amount not less than 10% of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self - insurance in accordance wirh the provisions of that code, and agree:. to comply with such provisions before commencing the performance of the work of this contras.: KI 9 -2291 Phone Number September 19, 1967 Date .._.. ,I - 'i.oAl FI'IT'ri COMPANY Bidder's Ne:me (SEAL) (s Ben P. Griffith Ben °. Griffith Authorized Signature President (s) F. C. Rodenorock Asst. Secretary, Authorized Signature CORPORATION Type of Or ,r i za i on (Individual, Corporation, Co- Partnership) List below names of President, Secretary, Treasurer and Manacer if a corporation, and names of all co- partners if a co- partnership: Ran p. rriffith Prp-,idppt W- R Miramc Vicp President R Secy. F Repc vice President_& Treas J F PnrC'npr Virp Prpcidpnt- fonstr. 1001 1_ oda Flora Or,l_os Angeles,Calif 90049 241 Via Genoa Newport Beach,Cal. 92660 204 N. Hillcrest 3I- ,InnlPwood,CA,i.90301 2991 Illinois_ Ave.,South Cate,Cal. 90280 Thelma M. Barnes Asst. to President 401 S. Burnside Ave.,Los Angeles,Cal.90036' W. I. Gregory,Jr. Contract Officer -Asst Secy 4535 Carpenter Ave.,N.Hoilywood,Cal 91607 F. C. Rodenbrock Asst. Secretary L. W. Bunch Asst. Treasurer 512 S. Hobart Blvd., Los Angeles,Cal.90005 4111 Osborn, 'nest Covina,Cal. 91790 Page 3 DESIGNATION OF SUBCONTRACTOR The undersigned certifies that he has used the'subbids of the following listed contractors in making up his bid and that the subcontractors 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 subcontractors except upon the prior approval of the City Council of the City of Newport Beach. ITEM OF WORK SUBCONTRACTOR ADDRESS LA R E 2. Slone Planting Shawn fn Anaheim 3• Storm Crain Pipes -rani rnnSt Newport 4• Flprtriral Steing & M.itr ell Los Angelas 5• Piling Marrn Paramount, Cal 6. Griffith Company Bidder's Name (s) Ben P. Griffith President Authorized Signature Ben P. Griffith Corporation Type of Organization (individual, Co- Partnership or Corporation) P. 0. Box 395 Costa Meta. California 92627 Address NOTE: Immediately after bid opening Griffith (Reg) informed me Davis was concrete Sub vice ,i & M which was erroneously listed. HTC 9/19/67 _ R E zrE f "FOR ORIGIIIAL COPY SEE CITY CLERK'S FILE COPY" 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 amount bid in percent of the total /_ Dollars ($ 10 °% 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 Ford Road to Palisades Road; Contract 1096 in the City of Newport Beach, if accepted by the City Council of said City, and if the above - bounden Principal shall duly enter into and execute a contract for such construction and shall execute and deliver the two (2) bonds described in the ''Notice Inviting Bids'' within ten (10) days (not including 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 obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any Principal above named executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, We hereunto set out hands and seals this 19th day of September , 1967. Corporate Seal (If Corporation) GRIFFITH COMPANY Principal (Attach Acknowledgement of (s) Ben P. Griffith Attorney in Fact) Ben P. Griffith President THE AMERICAN INSURANCE COMPANY Surety By (-) R. J. Rniton Title R J. Rniton Premium included in Attorney -in -fact r^ I lJ 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 October 9, 1967 Griffith Company hereinafter designated as the "Principal ", a contract for improvement of Jamboree Road from Ford Road to Palisades Road - Contract 1096 in the City of Newport Beach, in strict conformity with the drawings and specifi- cations and other contract documents an 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, provid- ing 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 GRTFFIT?{ C0Pr?A;iY as Principal, hereinafter designated as the Contractor and THE APIFRICAM IIJSL'RAMCE COMPA ^IY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of T,ao- Hundred -S .x- Tho!zaa.r,d, E.i.Lht-liundred- Tvgenty -one � - - - - - - - --- - - 75100 - Dollars ($ 206,821.75 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 sub- contractors, fail to pay for any materials, provisions, provender or other supplies, or teams, used in, upon, for or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the court, as required by the provisions of Section 4204 of the Government Code of the State of California. f 6 Page This bond shall inure to the benefit of any and all persons, companies and corpor- ationsentitled 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. r 1 1 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 is 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 19th day of October , 1967. Approved as to form: City, ttorney This bond was approved by the City Council of the City of Newport Beach by Motion on Attest: Date City Clerk GRIFFITl+ COMPANY _(Seal ) (Seal) 1. .PORCHER (Seal) Contractor n 'TA,NY (Seal ) (Seal) (Seal) Surety date of C811POTniet bounty of Los AnGe sss: On October 19) 1967 therein, duly commissioned and sworn, personally appeared F before me, a Notary Public in and for said County and State, residing j known to me to be Attorney -in -Fact of Tug �, .. _,.. _.... ... -� ...'� i,2;;TANY { the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executea the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same. F IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year stated in this certificate above. i. C. My Commission Expires JAN 14 - ` ✓ n:..q Notary Public r 360212 -6.66 Page 7 tom; 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 October 9, 1967 has awarded to GRIFFITH COMPANY hereinafter designated as the "Principal ", a contract for WITIN 111-01M 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, G?R17FITH COMPANY as Principal, hereinafter designated as the "Contractor ", and THEE AlvTSRTCA[i TPd: L R ^.NCF COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of `"wo- .Hundred -S_Lx- Thousand, TV; enty -0 e ElRht- Hui -dred- 75,/100 Dollars ($ 20b,321-75 ) said sum being equal to 50% of the estimated amount of the contract, to be paid to the said city or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above - bounden Principal, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. ES i r I G r r 11 r Page 8 (Performance Bond - Continued) And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the 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, alterations 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 19th day of October , 1967. Approved as to form; / City Att ney� GRIFFITH COMPANY (Seal) � 7 (Seal) 1. F. PORCHFR -PRESIDENT (Seal) Contractor "117 (Seal ) (Seal ) �:... �3:,:, y(SeaI ) Surety tore of C311Yorrd5 ounty of WS Ange Sss: On oetober 19, 1967 before me, a Notary public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared (•I t. L1 . - known to me to be Attorney -in -Fact of " 7-7-1. � .._... 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. My Commission Expires JAN 14 izjdd i�::7 no :,.,r :`.:.�� `:';! -O NIA i Notary Public '.•,.360212 -6.66 c...,...... • •. • • . •.. .... •......I........ ............... Page 9 NONCOLLUSION AFFIDAVIT } The Bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such City of Newport Beach whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulation of which prohibit or prevent the Contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which pre- vent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to or shalre 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 Asst. Secretary Subscribed and sworn to before me by Ben P. Griffith F. C. Rodenbrock This 19th day of September 1967. My Commission Expires: My Commission Expires August 21, 1978(s)Elsa Bergstrom Notary Public Elsa Bergstrom "FOR ORIGINAL SEE CITY CLERK'S FILE" Page 10 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY TECHNICAL ABILITY AND EXPERIENCE (The Bidder is required to state what work of a similar character to that included in the proposed contract he has successfully performed and give reference which will enable the City Council to Judge his responsibility, experience, skill and business standing.) The undersigned submits herewith a statement of his financial responsibility. The undersigned submits below a statement of the work of similar character to that included in the proposed contract which he has successfully performed. Griffith Company (s) Ben P. Griffith Signed Ben P. Griffith President L' Page I C O N T R A C T THIS AGREEMENT, made and entered into this _ day of [ r 7_76_, 1967,1 ■ 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; n 1 1. For and in consideration of the payments and agreements hereinafter men- tioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of Improvement of Jamboree Road from Ford Rodd to Palisades Road - Contract 1096 and to perform and complete in a good and workmanlike manner all the work pertain- ing thereto shown on the plans and specifications therefor; to furnish at his own proper cost and expense all tools, equipment, labor and materials necessary there- for, (except such materials, if any, as in the said specifications are stipulated to be furnished by the City), and to do everything required by this agreement and the said plans and specifications. 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 difficulites which may arise or be encountered in the prosecution of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension of discontinuance of work, except such as in said specifications are expressly stipulated to be borne by the City; and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said plans and specifications, the City will pay and the Contractor shall receive in full compensation therefor the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the specifications, named in the bidding sheet of the proposal, as the case may be.. 3• The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to for the price aforesaid, and hereby contracts to pay the same.at the time, in the manner and upon the conditions set forth in the specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. n 1 I IATTEST: City Clerk ' Page 12 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the plans and specifications, and all amendments thereof, when approved by the parties hereto, or when required by the City in accordance with the provisions of the plans and specifications, are hereby incorporated in and made part of this agreement. 5• Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the Director of Public Works, and their officers and 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, regardless of responsibility for negligence; and from any and all claims, loss, damage, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. CITY OF NEWk EAC , C FORNIA form BY Mayoo r ' I IATTEST: City Clerk ' GRIFFITH COMPANY Contractor (Seal) By , 1. F. PORCHER VICE - PRESIDENT Title B ' O F. C. RODENBROCK ASST. SECRETARY Title Approved as to form C i ty rney N D E X PART I - SPECIAL PROVISIONS PAGE SECTION 1 - SPECIFICATIONS I 1 -1 GENERAL I SECTION 2 - DRAWINGS 1 2 -1 GENERAL I SECTION 3 - LOCATION AND SCOPE OF WORK 1 3 -1 GENERAL 1 SECTION 4 - TIME OF COMPLETION 2 4 -1 GENERAL 2 SECTION 5 - PAYMENT 2 t5 -1 GENERAL 2 SECTION 6 - CLEARING AND GRUBBING 2 6 -1 GENERAL 2 6 -2 AREAS TO BE CLEARED AND GRUBBED 3 6 -3 MISCELLANEOUS SIGNS AND TRAFFIC MARKERS 3 1 6 -4 EXISTING CURB AND GUTTER 3 6 -5 PAYMENT 3 SECTION 7 - EARTHWORK 3 7 -1 GENERAL 3 ' 7 -2 ROADWAY EXCAVATION 3 7 -3 STRUCTURE EXCAVATION 5 7 -4 STANDARD EMBANKMENTS 5 7 -5 SPECIAL EMBANKMENTS 6 7 -6 BORROW EXCAVATION 7 7 -7 STRUCTURE BACKFILL 7 7 -8 MEASUREMENT AND PAYMENT 7 SECTION 8 - PERVIOUS SAND BLANKET 8 8 -1 GENERAL 8 1 8 -2 SOURCE 8 8 -3 GRADATION 8 8 -4 MEASUREMENT AND PAYMENT 8 SECTION 9 - SELECT TOP SOIL 9 9 -1 GENERAL 9 9 -2 MEASUREMENT AND PAYMENT 9 Part 1 - Special Provisions Index - 1 t PART I - SPECIAL PROVISIONS INDEX - Continued PAG E SECTION 10 - WATER 9 10 -1 GENERAL 9 SECTION 11 - SUBGRADE PREPARATION 9 11 -1 GENERAL 9 SECTION 12 - AGGREGATE BASE 10 1 10 12 -1 GENERAL SECTION 13 - AGGREGATE SUBBASE 10 13 -1 GENERAL 10 13 -2 13 -3 SUBBASE MATERIALS PLACING II II 13 -4 MEASUREMENT AND PAYMENT 11 SECTION 14 - EROSION PREVENTERS 11 14 -1 GENERAL 11 SECTION 15 - ASPHALT PAVING 12 15 -1 GENERAL 12 ' 15 -2 ASPHALT CONCRETE ON AGGREGATE BASE 12 15 -3 1 -1/2 INCH ASPHALT CONCRETE PAVING ON SHOULDERS 12 15 -4 MISCELLANEOUS ASPHALT 12 15 -5 HEADERS 13 15 -6 MEASUREMENT AND PAYMENT 13 SECTION 16 - PORTLAND CEMENT CONCRETE 13 16 -1 GENERAL 13 SECTION 17 - REINFORCING STEEL 14 17 -1 GENERAL 14 17 -2 MEASUREMENT AND PAYMENT 14 SECTION 18 - CONCRETE STRUCTURES 14 1 18 -1 GENERAL 14 18 -2 MEASUREMENT AND PAYMENT 14 SECTION 19 - PRESTRESSED CONCRETE PILING 14 19 -1 GENERAL 14 19 -2 TEST PILES 15 19 -3 BEARING VALUE 15 19 -4 MEASUREMENT AND PAYMENT 15 Part I - Special Provisions Index - 2 IPART I - SPECIAL PROVISIONS INDEX - Continued Part I - Special Provisions Index - 3 PAGE SECTION 20 - BARRIER RAILINGS 15 20 -1 GENERAL 15 20 -2 MEASUREMENT AND PAYMENT 16 SECTION 21 - WORK AREA AND MAINTENANCE OF WATER PASSAGEWAY 16 21 -1 GENERAL 16 21 -2 WORK AREA ON EXISTING PARALLEL BRIDGE 16 SOILS AND 17 SECTION 22 - MATERIAL REPORT 22 -1 GENERAL 17 22 -2 OTHER AVAILABLE INFORMATION 17 SECTION 23 - CONCRETE CURBS AND GUTTERS AND PORTLAND CEMENT ' CONCRETE PAVEMENT 17 23-1 GENERAL 17 23 -2 MEDIAN CURBS AND GUTTERS IN JAMBOREE ROAD 17 23 -2.1 WEST MEDIAN CURB AND GUTTER (LEFT OF CENTERLINE) 17 23 -2.2 WEST MEDIAN CURB AND GUTTER (LEFT OF CENTERLINE) 18 23 -2.3 EAST MEDIAN CURB AND GUTTER 18 23 -2.3.1 STATION 94 +89.50 TO STATION 98 +91.01 AND STATION 183 +25 TO STATION 184 +13 18 23 -2.3.2 STATION 98 +91.01 TO STATION 156 +41.50 18 23 -2.3.3 STATION 157 +25.50 TO STATION 165 +00 AND STATION 176 +50 TO STATION 183 +25 AND STATION 184 +13 TO STATION 186 +35 19 23 -3 23 -4 CONCRETE CURB TYPE B -3 3 -INCH PORTLAND CEMENT CONCRETE PAVEMENT 19 19 23 -5 MEASUREMENT AND PAYMENT 19 SECTION 24 - CROSS SECTIONS 20 24 -1 GENERAL 20 SECTION 25 - TRAFFIC CONTROL 20 25 -1 GENERAL 20 ' 25 -2 BRIDGE DETOUR 21 25-3 FORD PLANT ENTRANCE 21 25 -4 COMPENSATION 21 SECTION 26 COORDINATION OF WORK - 21 26 -1 GENERAL 21 Part I - Special Provisions Index - 3 a Part I - Special Provisions Index - 4 PART I - SPECIAL PROVISIONS INDEX - Continued GENERAL 23 PAGE 29 - STORM DRAINS AND DRAINAGE STRUCTURES 24 ' 29 -1 26 -1.1 STATION 98+91.01 - 131 +20 22 26 -1.2 STATION 131 +20 - 151 +00 22 24 26 -1.3 STATION 151 +00 - 165 +00 22 ASBESTOS- CEMENT STORM DRAIN PIPE OPTION 26 -2 PROTECTION OF UNDERGROUND UTILITIES 23 SECTION 27 - CONSTRUCTION STAKING 23 29 -5 27 -1 GENERAL 23 SECTION 28 - FENCE REMOVAL 23 Part I - Special Provisions Index - 4 ' 28 -1 GENERAL 23 SECTION 29 - STORM DRAINS AND DRAINAGE STRUCTURES 24 ' 29 -1 GENERAL 24 29 -2 TRENCHING AND EXCAVATION 24 29 -3 ASBESTOS- CEMENT STORM DRAIN PIPE OPTION 24 29 -4 INSTALLATION OF 15 -INCH CORRUGATED METAL PIPE (CMP) 25 29 -5 MEASUREMENT AND PAYMENT 25 29 -5.1 STATION 96 +88 25 ' 29 -5.2 STATION 155 +75 25 29 -5.3 STATION 164 +80 26 29 -5.4 STATION 165+60 26 29 -5.5 STATION 168 +91 TO STATION 169 +17 26 29 -5.6 STATION 176 +75 26 29 -5.7 STATION 180 +87 26 29 -5.8 STATION 184 +21 26 29 -5.9 STATION 185 +79 26 SECTION 30 - REMOVE EXISTING DRAINAGE STRUCTURES 26 30 -1 GENERAL 26 30 -2 DESCRIPTION OF ITEMS TO BE REMOVED 27 30 -3 PAYMENT 27 SECTION 31 - SALVAGE 27 31 -1 GENERAL 27 SECTION 32 - FILL 36 -INCH CORRUGATED METAL PIPE DRAIN 28 32 -1 GENERAL 28 32 -2 METHOD 28 32 -3 PAYMENT 28 SECTION 33 - METAL BEAM GUARD RAILING 28 33 -1 GENERAL 28 Part I - Special Provisions Index - 4 PART I - SPECIAL PROVISIONS INDEX - Continued PAGE SECTION 34 - RELOCATE VENT LINES 29 34 -1 GENERAL 29 34 -2 PAYMENT 29 SECTION 35 - RELOCATE AIR -VAC UNITS 29 35 -1 GENERAL 29 35 -2 PAYMENT 29 ELECTRICAL 29 SECTION 36 - 36 -1 SCOPE 29 ' 36 -2 STANDARDS 30 36 -3 BREAKDOWN OF BID 30 36 -4 PAYMENT 30 ' SECTION 37 - SETTLEMENT PLATFORMS 30 37 -1 GENERAL 30 37 -2. PAYMENT 30 ' SECTION 38 - SLOPE PLANTING 30 38 -1 GENERAL 30 38 -2 SLOPES TO BE PLANTED 31 38 -2.1 FORD ROAD TO NORTH EASTBLUFF DRIVE 31 38 -2.2 NORTH EASTBLUFF DRIVE TO PALISADES ROAD 31 38 -3 MEASUREMENT AND PAYMENT 31 SECTION 39 - STANDARD DRAWINGS 32 39 -1 GENERAL 32 1 Part I - Special Provisions Index - 5 a CITY OF NEWPORT BEACH ORANGE COUNTY, CALIFORNIA 3 -1 GENERAL The work to be constructed under this contract is the improvement of Jamboree Road approximately 9,200 feet in length located in the City of Newport Beach between Ford Road and Palisades 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, a traffic signal system modification, miscellaneous drainage, construction of a two lane reinforced concrete bridge 1 on precast concrete piling and other appurtenant work as necessary to complete the work as shown on the plans and as included in these specifications. u Special Provisions - 1 JAMBOREE ROAD SELECT SYSTEM PROJECT NO. 69 AHFP PROJECT NO. 346 CONTRACT 1096 SPECIAL PROVISIONS SECTION 1 ' SPECIFICATIONS 1 -1 GENERAL All work shall be done in accordance with the City of Newport Beach, Public Works Department, standard specifications dated November 27, 1961, the applicable pro- visions in the California State Standard Specifications dated July, 1964, except- , ing the provisions pertaining to measurement and payment,and these special provisions. SECTION 2 DRAWINGS 2 -1 GENERAL The complete set of plans for bidding and construction consists of the following: Drawing lyo. R- 5085 -S, Sheets 1 through 26 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 9,200 feet in length located in the City of Newport Beach between Ford Road and Palisades 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, a traffic signal system modification, miscellaneous drainage, construction of a two lane reinforced concrete bridge 1 on precast concrete piling and other appurtenant work as necessary to complete the work as shown on the plans and as included in these specifications. u Special Provisions - 1 CLEARING AND GRUBBING 6 -1 GENERAL All materials resulting from clearing and grubbing operations, except traffic signs and markers and metal fence posts and braces, become property of the Contractor, and the Contractor shall dispose of same in the following manner. a. All combustible material such as trees, stumps, roots, scrap lumber and timber shall be burned at an approved location or shall be disposed of by hauling to an approved dump. b. All steel wire, scrap pipe, miscellaneous scrap metal, rocks and broken concrete shall be disposed of by hauling to an approved dump. SECTION 4 TIME OF COMPLETION ' 4 -1 GENERAL All items of work shown on the plans, described in these special provisions and listed as items in the bid proposal shall be completed in 365 CONSECUTIVE CALENDAR DAYS from the date of the notice to proceed. Contractor shall complete all work between Ford Road and North Eastbluff Drive within 90 CALENDAR DAYS from the day Contractor commences excavation for median curbs or pavement widening. SECTION 5 PAYMENT 5-1 GENERAL ' without prior permission of the City. The prices bid for the various items of work shall, unless otherwise stated, include full compensation for all labor, materials, tools, equipment and incidentals necessary to the completed work. Compensation for work shown on the plans and described in the specifications, but not separately provided for in the bid proposal, shall be included in the prices bid for the various items of work listed in the bid proposal. SECTION 6 CLEARING AND GRUBBING 6 -1 GENERAL All materials resulting from clearing and grubbing operations, except traffic signs and markers and metal fence posts and braces, become property of the Contractor, and the Contractor shall dispose of same in the following manner. a. All combustible material such as trees, stumps, roots, scrap lumber and timber shall be burned at an approved location or shall be disposed of by hauling to an approved dump. b. All steel wire, scrap pipe, miscellaneous scrap metal, rocks and broken concrete shall be disposed of by hauling to an approved dump. ' Special F-ovisions - 2 c. Grass and roots mixed with soil together with broken asphalt from the clearing and grubbing operation, containing no chunks of asphalt larger than 0.67 feet in any one dimension, may be end dumped in the disposal area designated on Sheet No. 11 of the plans. The property owner has authorized the disposal of these materials in the designated area subject to inspection. The Contractor shall blade the area to a reasonably smooth surface sloped to drain before contract is completed. Any objectionable materials dumped in this area shall be removed by the Contractor at his own expense. After clearing and grubbing is completed, the Contractor shall not dump any material in the designated area ' without prior permission of the City. ' Special F-ovisions - 2 1 The removal and disposal of existing concrete median curb and gutter, northerly of Station 94 + 89.50, is included as part of clearing and grubbing. MM 91MA VI11 The contract lump sum item for clearing and grubbing shall constitute 6 -2 AREAS TO BE CLEARED AND GRUBBED aggregate base must be excavated to construct Areas to be cleared and grubbed shall include all unimproved areas within all the above described work including the right of way where plans indicate work to be performed, and shall also ' include the ground surface of areas to be excavated beyond the right of way, including borrow sites and the foundation areas of compacted embankments in the fencing section of these special beyond the right of way as shown on the plans. Jamboree Road right of way from Station 6 -3 MISCELLANEOUS SIGNS AND TRAFFIC MARKERS the abandoned 2 -inch water line in the All signs within the right of way belonging to private parties will be removed 177 +00 to Station 183 +25 as shown on the and relocated by others. All traffic signs and markers, that interfere with the work in this contract, whether shown on plans or not, shall be removed by Con- ' tractor, salvaged and delivered to the City Corporation Yard, located at ' 592 Superior Avenue, Newport Beach, California. All contractors expense in connection with these traffic signs and markers shall be included in the contract lump sum price bid for clearing and grubbing. 6 -4 EXISTING CURB AND GUTTER The removal and disposal of existing concrete median curb and gutter, northerly of Station 94 + 89.50, is included as part of clearing and grubbing. MM 91MA VI11 1 7 -1 GENERAL Earthwork shall conform to Section 10 of the City Standard Specifications and these special provisions. 7 -2 ROADWAY EXCAVATION The contract lump sum item for clearing and grubbing shall constitute full aggregate base must be excavated to construct compensation to Contractor for all the above described work including the shown on typical sections and to produce removal of fences as described in the fencing section of these special Jamboree Road right of way from Station provisions, and the removal of the abandoned 2 -inch water line in the vicinity 177 +00 to Station 183 +25 as shown on the of Station 167 +00. ' SECTION 7 EARTHWORK 1 7 -1 GENERAL Earthwork shall conform to Section 10 of the City Standard Specifications and these special provisions. 7 -2 ROADWAY EXCAVATION Excavation quantities will include all material regardless of classification, occurring between the existing paved or ground surface and the grading planes required to construct the improvements according to plans or as directed except that excavation required for median concrete curbs and gutters will not be included in roadway excavation. ' Special Provisions - 3 It is estimated that 75,340 cubic yards of soil, existing asphalt concrete and aggregate base must be excavated to construct the road improvements as shown on typical sections and to produce the lines and grades easterly of the Jamboree Road right of way from Station 130 +00 to Station 149 +00 and from Station 177 +00 to Station 183 +25 as shown on the plans. Excavation quantities will include all material regardless of classification, occurring between the existing paved or ground surface and the grading planes required to construct the improvements according to plans or as directed except that excavation required for median concrete curbs and gutters will not be included in roadway excavation. ' Special Provisions - 3 I ' Included in roadway excavation are the following special items: I C 1 1 LJ b. Material shall be placed according to Section 19-6 of the State Standard Specifications in horizontal layers not exceeding 1 -1/2 foot in thickness. It shall be covered by not less than two 8 -inch layers of compacted fill soil before placing another layer of broken asphalt. c. Broken asphalt shall not be placed closer than 6 feet from the top of any compacted embankment, nor closer than 6 feet from the exposed face of any fill, nor closer than 6 feet from drainage structures required to be constructed under this contract. Aggregate base removed in roadway excavation may be disposed of in any compacted embankment subject to meeting specifications for compaction but shall be placed no closer than 2 feet from the exposed face of any fill slope. Special Provisions - 4 a. Removal of old asphalt concrete and aggregate base, generally ' 3 -inch asphalt concrete on 8 -inch aggregate base where existing between median curbs. Quantity will be measured from the top of pavement to bottom of aggregate base times width of structural pavement removed. b. Excavation for pavement widening. Quantity will be measured from existing ground surface to the grading plane and to neat ' width of the aggregate base course as shown on plans or as directed. c. Excavation of the existing dike and temporary haul road easterly of Jamboree Road between Station 162 +00 and 168 +75 and grading a drainage ditch along the toe of the embankment shall be included as roadway excavation. Quantity for payment will be computed by the method of average end areas from cross sections prepared by the Engineer. d. Excavation of the stilling basin at the south end of existing 15- inch CMP drain as shown on Sheet 10 of the plans will be included as a part of roadway excavation. A quantity of 20 cubic yards of roadway excavation will be allowed for this item. Existing asphalt concrete pavement on aggregate base, required to be removed ' as roadway excavation, is herein defined as structural pavement. The asphalt concrete pavement removed as roadway excavation shall become property of the Contractor and shall be disposed of at Contractor's expense. The Contractor, at his option, may dispose of asphalt concrete pavement from roadway excavation ' within compacted embankments between Station 160 +50 and Station 168 +65, or as otherwise approved by the City, subject to the following conditions: ' a. Waste asphalt concrete pavement shall be broken up such that no single piece of asphalt concrete exceeds 2.0 feet in any dimension. I C 1 1 LJ b. Material shall be placed according to Section 19-6 of the State Standard Specifications in horizontal layers not exceeding 1 -1/2 foot in thickness. It shall be covered by not less than two 8 -inch layers of compacted fill soil before placing another layer of broken asphalt. c. Broken asphalt shall not be placed closer than 6 feet from the top of any compacted embankment, nor closer than 6 feet from the exposed face of any fill, nor closer than 6 feet from drainage structures required to be constructed under this contract. Aggregate base removed in roadway excavation may be disposed of in any compacted embankment subject to meeting specifications for compaction but shall be placed no closer than 2 feet from the exposed face of any fill slope. Special Provisions - 4 LJ U Miscellaneous asphalt surfaces other than structural pavement, include oil cake and asphalt surfacing on native soil including existing asphalt surfaced drainage ditches. Where encountered above the grading plane, these materials will be removed and paid for as roadway excavation. In locations such as between median curbs and in shoulder areas where these miscellaneous asphalt surfaces must be removed before placing fill, constructing new asphalt concrete drainage ditches or placing 1 -1/2 -inch asphalt concrete shoulder paving, such existing asphalt surfaces regardless of thickness or extent must be removed by Contractor and disposed of. When fill more than 3 feet in depth is to be placed above such asphalt surfaces, they need not be removed, but if left in place they must be scarified and compacted to specification requirements before placing the first layer of new fill. No payment will be made for the removal or disposal of these miscellaneous asphalt surfaces where required by this section. All Contractor's costs for removing or scarifying and compacting miscellaneous asphalt surfaces shall be included in the contract price bid for the item which necessitates the removal or scarifying and compacting in place of such miscellaneous asphalt surfaces. Wherever miscellaneous asphalt surfaces must be removed, the mixture of asphalt and soil may be disposed of in fills in the same location and in the same manner as specified for excavated asphalt concrete pavement. L7 -3 STRUCTURE EXCAVATION Excavation for drainage structures, pipes or other bid items requiring excavation, ' will not be paid for as roadway excavation. The Contractor shall include all costs of structure excavation in the unit or lump sum price bid for the applicable structure. ' 7 -4 STANDARD EMBANKMENTS When clearing and grubbing is completed, the foundation areas of compacted ' embankments shall be scarified to a depth of 6 inches and compacted to 90% relative compaction; each successive layer of compacted material shall be com- pacted to 90% of relative compaction in lieu of the 95% relative compaction ' required by Section 19 -6.02 of the State Standard Specifications. Relative compaction as used in this specification refers to Test Method No. California 216 referred to in Section 19 -1.01 of the State Standard Specifications. J Prior to placing new fill adjacent to existing slopes, Contractor shall cut into the slopes a minimum of 6 feet horizontally in conformance with Section 19-6.01 of the State Standard Specifications. Contractor may bench wider than 6 feet if approved by the City. Width of bench at top 6 feet of embankments shall be reduced as necessary to protect existing paved surfaces and the existing 18 -inch water line located at an average depth of 5 feet below ground surface 4 feet west of roadway centerline beginning at Station 157 +50. Where toe of fill ends on a slope steeper than five horizontal to one vertical, the lowest bench of the new embankment shall be equipment width plus 5 feet but in no case less than 10 feet wide. No measurement will be made and no separate payment will be made for the benching work. All contractor's costs of benching into hillsides or existing embankments shall be included in the contract unit prices for roadway and borrow excavation. Special Provisions - 5 a. Imported sand borrow used in constructing the pervious sand blanket When the new 3 -inch AC on 8 -inch AB structural section is to be placed directly upon the existing paved roadway from Station 157 +50 to Station 160 +00 and the finished pavement surface is less than 4 feet above the existing.asphalt surface, the Contractor shall either remove entirely and dispose of the existing asphalt concrete pavement as described elsewhere in these specifications, or shall obliterate the old asphalt pavement by rooting, plowing, pulverizing or scarify- ing such that the bituminous material is broken up into pieces not larger than 0.33 feet in greatest dimension, and the material blended with existing aggregate base and recompacted to 90% relative compaction before placing fill or new aggregate base thereon. When top of finish pavement is more than 4 feet above the existing asphalt paved surface, the old asphalt concrete pavement shall be broken up to form a suitable base on which the first layer of compacted embank- ment or pervious sand blanket shall be placed. No separate payment will be made for this work. All Contractor's costs and expenses of removing or breaking up existing asphalt concrete pavement as described in this section shall be con- sidered to be included in the contract unit price for roadway excavation. 7 -5 SPECIAL EMBANKMENTS The new embankments between Station 163 +00 and Station 177 +00 are to be placed against previously constructed embankments and on relatively unstable existing ground which require the following special provisions. The ' Contractor shall comply strictly with the following precautionary construction procedures which are intended to minimize the possibility of slipouts or ruptures. a. Imported sand borrow used in constructing the pervious sand blanket from Station 164 +50 to end of south abutment fill and from end of north abutment fill to Station 176 +50 is to be placed in an uncom- pacted state by end dumping or other approved means. The existing drainage ditch from Station 165 +58 to the toe of the new embankment shall be filled with imported sand borrow. b. Prior to constructing embankment upon the pervious sand blanket the entire blanket shall be graded to a relatively smooth surface to facilitate the installation of settlement control devices as indicated on the plans. c. Prior to constructing embankment upon the completed pervious sand blanket a period of not to exceed five calendar days shall be allowed for the installation of settlement platforms by Contractor and piezometer pipes to be installed by others. The piezometers will consist of 2 -inch diameter plastic pipe extending up through the fill parallel to and approximately 3 feet from the pipe extensions to the settlement platforms. The plastic pipe will be furnished and installed by others. Fill around the piezometer pipes will be by Contractor similar to the method specified for fill around the settle- ment platform pipe extensions. Any damage to settlement platform ' pipe extensions or piezometer pipes as result of Contractor's operations shall be repaired by the Contractor at his own expense. d. After commencing construction of special embankments, the Contractor shall conform to the following general schedule: 1. Initial placement of embankment to elevation +13.0 with no special time delay. 2. Embankment above elevation +13.0 shall be placed at a rate of one 8 -inch lift every other day. Special Provisions - 6 I The Contractor is reminded that the foundation conditions in this area are generally poor. If excessively high pore pressure increases are encountered as the fill is placed, the rate of placement will be reduced as the Engineer deems necessary to contain the pore pressure within acceptable limits. If the pore pressure remains stable, the rate of fill may be increased as approved by the Engineer. Fill for the existing approach embankments above elevation +13.0 was placed at a rate of approximately 6 inches per week. Pore pressure readings which accompanied this rate of fill placement are available for Contractor's inspection in the office of the Engineer. No payment will be made for special embankment as such. All costs of placing compacted embankments shall be included in the contract unit prices bid for roadway excavation and borrow excavation. The Contractor shall not be entitled to extra compensation for any costs of extra equipment movements, time delay or any other costs caused by any of the above precautionary procedures. The contract completion date will be extended one calendar day for each day the Contractor is not allowed to place fill at the rate specified in Section 7 -5d. The entire project requires a total of 82,949 cubic yards of compacted embankment, measured in place. Special embankments between Stations 163 +00 and 177 +00 comprise only 42,000 cubic yards of this total embankment. 7 -6 BORROW EXCAVATION The mass diagram included in the contract drawings shows that the quantity of roadway excavation is insufficient to construct compacted embankments and indicates the areas of deficiency. It is estimated that 22,900 cubic yards of borrow soil will be required to complete compacted embankments to line and grade as shown on the plans. ' Contract drawings designate a borrow site and show its location in relation to the embankment area. The borrow soil is available in place at no cost to the Contractor except for excavating and transporting. The Contractor shall complete all roadway excavation as shown on the plans or as directed, and shall place all suitable materials from roadway excavation into compacted embankment before the city will permit the Contractor to start excavat- ing and hauling from the designated borrow site. 7 -7 STRUCTURE BACKFILL Backfill at all structures including trench backfill shall have a sand equivalent of not less than 30, and shall have a relative compaction of not less than 90%. No separate payment will be made for structure backfill. All contractor's costs for structure backfill shall be included in the lump sum or unit price bid for the applicable structure. 7 -8 MEASUREMENT AND PAYMENT Measurement of roadway excavation for payment will be based in the volume of soil and other materials in cubic yards removed by Contractor to excavate the roadway to grade as determined by cross- sections prepared by the engineer with quantities computed by means of average end areas and distances between these areas. Roadway excavation will not include excavation required to construct median curbs and gutters as shown on plans. Special Provisions - 7 j I I L Measurement of borrow excavation for payment will be based on the volume of soil removed from the borrow site for constructing compacted embankments, based in cross - sections of the designated borrow site before commencing borrow operations and final cross - sections after borrow operations are completed. Quantities of roadway excavation and borrow excavation measured as specified herein will be paid for at the contract unit price per cubic yard in accordance with Sections 19 -2.09 and 19 -7.05 of the State Standard Specifications except that no separate payment will be made for overhaul. The Contractor shall include all costs of transportation of materials from roadway excavation and borrow excavation, to location of placement in compacted embankments regardless of haul distance in the contract unit prices per cubic yard for roadway excava- tion and borrow excavation. SECTION 8 PERVIOUS SAND BLANKET 8 -1 GENERAL * The pervious sand blanket shown on plans between station 164 +50 and Station 176 +50 shall be imported sand borrow. 8 -2 SOURCE I I I Suitable sand for imported sand borrow is available at no cost to the Con- tractor at the following locations. The Engineer will designate suitable locations within the following stockpiles: a. Sand stockpile at the west end of Big Canyon at Back Bay Drive. b. Sand Stockpile west of Bayside Drive southerly of El Paseo Drive 8 -3 GRADATION Imported sand borrow from other sources shall conform to the following gradation: 1 8 -4 Sieve Size 4 inch 1/2 inch No. 4 No. 8 No. 50 No. 100 No. 200 MEASUREMENT AND PAYMENT Percentage Passing 100 60 - 100 50 - 100 15 - 100 10 - 30 0 -20 0 -3 No measurement will be made of the imported sand borrow for the pervious sand blanket. Contractor shall place the pervious sand blanket to the elevations indicated on cross - sections. Estimated volume of sand blanket in place is 5,150 cubic yards. All compensation for Contractor's costs of loading, hauling and placing the imported sand borrow for the pervious sand blanket shall be included in the contract lump sum price for pervious sand blanket. Special Provisions - 8 SECTION 9 SELECT TOP SOIL 9 -1 GENERAL Select top soil shall be placed within the median curbs and traffic island curbs at all locations except where plans call for 3-inch Portland cement concrete pavement. Excavations between median curbs shall be filled with structure backfill and the space between median curbs shall be filled and compacted to 90% relative compaction to an elevation 0.5 feet below top of curb. The remaining space will then be filled with select top soil. There will be no requirement for compaction of the select top soil. The surface of the top soil shall be raked smooth and left in a neat, clean condition. Select top soil shall be weed free, fertile, sandy loam from a source approved by the City. If requested, the City will inspect and approve acceptable proposed sources of top soil for bidders prior to the opening of bids. Requests should be submitted at the office of the City Engineer, Telephone 714- 673 -2110. 9 -2 MEASUREMENT AND PAYMENT The Contractor shall make his own provisions for the securing of water necessary to perform his work. No separate payment will be made for water. s SECTION 11 SUBGRADE PREPARATION 11 -1 GENERAL Subgrade preparation shall conform to the provisions in Section 21 of the State Standard Specifications, except that the subgrade within 0.5 feet below the grading plane shall have a relative compaction requirement of 90% in lieu of the 95% specified in Section 21 -1.02 of the State Standard Specifications and Section 10 -07 of the standard specifications. No separate payment will be made for sub - grade preparation. All Contractor's costs of subgrade preparation shall be con- sidered to be included in the contract unit prices for items of work which require subgrade preparation. ISpecial Provisions - 9 Measurement of select top soil will be made of the volume in cubic yards computed by the area between median curbs times the depth of 0.5 feet. Payment will be made for the computed volume of select top soil in place at the contract unit price per cubic yard. The contract unit cost shall include all compensation to Contractor for loading, hauling and placing the select top soil. SECTION 10 WATER 10 -1 GENERAL The Contractor shall make his own provisions for the securing of water necessary to perform his work. No separate payment will be made for water. s SECTION 11 SUBGRADE PREPARATION 11 -1 GENERAL Subgrade preparation shall conform to the provisions in Section 21 of the State Standard Specifications, except that the subgrade within 0.5 feet below the grading plane shall have a relative compaction requirement of 90% in lieu of the 95% specified in Section 21 -1.02 of the State Standard Specifications and Section 10 -07 of the standard specifications. No separate payment will be made for sub - grade preparation. All Contractor's costs of subgrade preparation shall be con- sidered to be included in the contract unit prices for items of work which require subgrade preparation. ISpecial Provisions - 9 tSECTION 12 AGGREGATE BASE 12 -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 -1.02A of the State Standard Specifications. The provisions of Section 26 -1.035 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 com- paction. Such moisture shall be uniformly distributed throughout the material. In lieu of the spreading requirements specified in Section 26, aggregate base material 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 specified, the material shall be shaped to the requirements of Section 26 of the State Standard Specifications. Motor graders may be used for the afore- mentioned shaping. 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. Compaction shall conform to the requirements of Section 11 -04 of the City Standard Specifications. SECTION 13 AGGREGATE SUBBASE 13 -1 GENERAL I ISpecial Provisions - 10 Soil tests indicate a possible need for 12 inches of aggregate subbase under the 4 -inch AC on 8 -inch AB structural section shown on plans to be con- structed between Stations 103 +00 - 111 +00 and between Stations 129 +50 - 135 +00. The exact extent of the areas requiring aggregate subbase are not known. After excavation to the grading plane shown on Typical Sections, Sheet No. 2 of the plans, selected additional soil tests will be made. Based on the results of these tests, Contractor will be requested to excavate an additional 12 inches in certain areas and place and compact 12 inches of aggregate subbase therein. I ISpecial Provisions - 10 1 13 -2 SUBBASE MATERIALS Aggregate subbase shall be Class 4 and shall conform to the provisions in Section 25 of the State Standard Specifications and these special provisions. Material used as aggregate subbase shall be clean and free from roots, vegetable matter and other deleterious substances, and be of such character that it will form a firm stable subbase. The material shall be uniformly graded from coarse to fine, and shall be such sizes that the percentage composition by weight of material shall conform to the following grading when determined by Test Method No. California 202. Sieve Size Percentage Passing Sieve 2 inches 100 No. 4 60 -100 No. 200 0 -25 The material for aggregate subbase material shall conform to the following requirements: Tests Test Method Requirements No. Calif. LResistance (R- Value) 301 55 Minimum Sand Equivalent 217 25 Minimum The R -Value requirement will not be waived as provided in Section 25 -1.02A of the standard specifications. 13-3 PLACING Aggregate subbase shall be spread and compacted in conformance with Sub- sections 25-1.04 and 25 -1.05 of the State Standard Specifications. 13 -4 MEASUREMENT AND PAYMENT tQuantities of aggregate subbase to be paid for by the ton will be determined as provided in Section 9 -1.01 of the State Standard Specifications. Payment will be made at the contract unit price per ton. No adjustment in unit price will be allowed for variations in quantity of more than 25% above or below the estimated tons of aggregate subbase contained in the bid proposal. SECTION 14 EROSION PREVENTERS 14 -1 GENERAL 1 The Contractor shall provide approximately 60 erosion preventers averaging 15 feet in length at right angles between median curbs in locations where top of median curb slopes 5% or more. Erosion preventers shall be constructed as shown on the plans at exact locations to be determined by the city after select top soil is placed between median curbs. Lumber for erosion preventers shall be rough dimension 1" x 6" construction heart redwood. Nails shall be galvanized. Stakes shall be 1'' x 3'' construction heart redwood. Special Provisions - 11 All grading required to excavate or fill to plan lines and grades for miscellaneous asphalt shall be performed as roadway excavation and no separate payment will be made for excavation or fill required for miscellaneous asphalt items. Special Provisions - 12 SECTION 15 1 ASPHALT PAVING 15 -1 GENERAL The provisions of Section 12 of the City Standard Specifications shall govern the furnishing and placing of asphalt concrete on aggregate base, 1 -1/2 -inch 1 asphalt concrete paved shoulders and miscellaneous asphalt as defined in these special provisions. 15 -2 ASPHALT CONCRETE ON AGGREGATE BASE Aggregate grading requirements for base course may be either 3/4 -inch maximum (coarse) or base coarse as specified in Section 39-2.02 of the IState Standard Specifications. The mineral aggregate for surface course shall be 3/4 -inch maximum - medium grading. The mineral aggregate for 1 -inch A.C. cap shall be 1/2 inch maximum -fine grading. 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 city. ' The provisions in Section 39-2.04A and 39 -2.048 of the State Standard Specifications are superseded by the following: At least 75% by weight of the material retained in the No. 4 sieve shall have at least one fracture face as determined by Test Method No. Calif. 205. Prime coat and paint binder shall be applied in amounts as specified in Section 12 of the City Standard Specifications. Prime coat shall be liquid asphalt grade SC -250. Paint binder (tack coat) shall be mixing type asphalt emulsion with a bituminous base grade of 60 -70 paving asphalt. 15 -3 1 -1/2 INCH ASPHALT CONCRETE PAVING ON SHOULDERS The mineral aggregate for shoulder paving shall be 1/2 -inch maximum - medium grade. Before placing asphalt concrete shoulder paving, the earth subgrade shall be compacted as specified herein for subgrade preparation. The compacted subgrade shall receive a prime coat as specified for asphalt paving. 15 -4 MISCELLANEOUS ASPHALT Miscellaneous asphalt includes 2 -inch nominal thickness asphalt concrete paving on soil for drainage ditches and transition flares and 6 -inch asphalt concrete curb. All grading required to excavate or fill to plan lines and grades for miscellaneous asphalt shall be performed as roadway excavation and no separate payment will be made for excavation or fill required for miscellaneous asphalt items. Special Provisions - 12 16 -1 GENERAL Portland cement concrete shall conform to requirements of Section 13 of the City of Newport Beach Standard Specifications. Concrete for bridge structure, barrier railing and drainage structures shall be Class A. Nonstructural con- crete shall be Class B. The concrete bridge deck shall be cured by the water method described in Section 90 -7.01A of the State Standard Specifications. The application of water with an atomizing nozzle shall be started as soon as the water sheen disappears from the concrete surface and shall be applied in such a manner that it does not mar the pavement surface. Special Provisions - 13 Subgrade to receive miscellaneous asphalt shall be compacted as specified here- in for subgrade preparation. The subgrade shall receive a prime coat as specified for asphalt paving. ' Mineral aggregate for miscellaneous asphalt shall be 1/2 inch maximum - medium grading. ' 15-5 HEADERS Redwood headers required by Subsection 12 -08 of the City Standard Specifications will not be required on this project. 15 -6 MEASUREMENT AND PAYMENT Asphalt concrete shall be measured in tons in accordance with Section 39 of the State Standard Specifications. Payment will be made at the contract unit price for asphalt concrete in tons which shall include full compensation for furnishing ' all labor, materials, tools, equipment and incidentals, and for doing all work involved in constructing asphalt concrete pavement including 1 -1/2 -inch paved shoulders complete in place and shall include all costs of furnishing and apply- ing prime coat, tack coat and paint binder where required by the City Standard Specifications and these special provisions. Miscellaneous asphalt shall be measured for payment at the following net areas per unit length of item. Item Net Area 4 -foot A.C. ditch 0.75-foot deep 0.48 SY per LF 4 -foot A.C. ditch 1.00-foot deep 0.50 SY per LF 6 -inch A.C. curb 0.26 SY per LF Transition Flares 0.50 SY per LF regardless of width or depth Payment for miscellaneous asphalt will be made at the contract unit price per square yard for placing only. Compensation for asphalt concrete used for miscellaneous asphalt items will be made at the contract bid price per ton for 1 asphalt concrete. Payment for placing miscellaneous asphalt will include all compensation for filling, compacting and trimming the ground surface to design grade and for prime coat and tack coat applied before placing the miscellaneous 1 asphalt items. SECTION 16 PORTLAND CEMENT CONCRETE 16 -1 GENERAL Portland cement concrete shall conform to requirements of Section 13 of the City of Newport Beach Standard Specifications. Concrete for bridge structure, barrier railing and drainage structures shall be Class A. Nonstructural con- crete shall be Class B. The concrete bridge deck shall be cured by the water method described in Section 90 -7.01A of the State Standard Specifications. The application of water with an atomizing nozzle shall be started as soon as the water sheen disappears from the concrete surface and shall be applied in such a manner that it does not mar the pavement surface. Special Provisions - 13 ' SECTION 17 REINFORCING STEEL 17 -1 GENERAL I Reinforcing steel shall conform to requirements of Section 13 of the City of Newport Beach Standard Specifications except that bar reinforcement shall be either intermediate grade or hard grade bars. Steel lists for the bridge ' structure shall be furnished in triplicate to the City at least two weeks prior to placement of steel. The lists are for the use of the City and will not be approved or returned to the Contractor. Steel shall be placed in accordance with the contract drawings. 17 -2 MEASUREMENT AND PAYMENT No separate measurement will be made for reinforcing steel. Payment for reinforcing steel will be included in the lump sum or unit prices paid for bridge, drainage and other reinforced concrete structures. SECTION 18 CONCRETE STRUCTURES 18 -1 GENERAL I Concrete structures shall be constructed in accordance with applicable portions of Section 51 of the State Standard Specifications. 18 -2 MEASUREMENT AND PAYMENT 1 No separate measurement will be made for concrete in concrete structures. Pay- ment for bridge, drainage and other reinforced concrete structures will be at 1 the lump sum or unit prices paid for such structures. No separate measurement and payment will be made for structure excavation and backfill, the cost of which shall be included in appropriate items to which appurtenant. SECTION 19 PRESTRESSED CONCRETE PILING 1 19 -1 GENERAL 1 ' Special Provisions - 14 Prestressed concrete piling shall be furnished and installed in accordance with applicable portions of Sections 49 and 50 of the State Standard Specifications. Piling shall have a minimum bearing value of 45 tons and shall be driven to or below a tip elevation drilled through the of -35.0. Piles in abutment fills shall embankment into natural soil. Micro films be driven in holes of detail shop drawings will not be required. Two sets of shop drawings shall be furnished to the City. 1 ' Special Provisions - 14 1 19 -2 TEST PILES The Contractor shall install a test group of three piles at any one of Bents' 3 through 6 (preferably Bent No. 3) as detailed on the plans. The two outer piles may be incorporated into the final structure. The middle pile of the test group shall be cut off by Contractor at elevation to +2.0 after the pile load test is completed. The Contractor shall notify the City at least 10 days prior to the date he anticipates that piles will be ready for testing. Testing will be conducted by the Materials Section of the Orange County Highway Department in accordance with ''Standard Pile Load Test Procedure, Orange County Highway Department,'' dated January 25, 1966. Cost for testing will be paid by the City. Approximately 3 days will be required to conduct and complete the tests. Test piles and load testing shall conform to Sections 49 -1.10 of the State Standard Specifications except where modified by the Orange County Highway Department Test Procedure. 1 Upon completion of tests and evaluation of results by the materials section, the Contractor will be given instructions for completion of pile driving. Depth of penetration and length of piles may vary from that shown on the plans as a result of testing. 19-3 BEARING VALUE ' The bearing value of all piling shall be determined from the formula R = 2 E where E is the manufacturer's rating for foot pounds of energy S + 0.2 developed by the hammer and S is the sinking or penetration per blow in inches, averaged over the last few blows. The Contractor shall submit the following to the City before the pile driver is moved to the site of the work. a. Type of pile driver b. Rated capacity c. Certified results of test showing the energy delivered to pile head. 19-4 MEASUREMENT AND PAYMENT ' The length of piles to be paid for shall be the total length in place in the completed work measured from the tip of the pile to the plane of the pile cut off. Where piles are extended by means of reinforced concrete extensiois, c e length of the extension from pile cut off to the top of the extension will be considered as concrete piling and will be paid for at the contract price per linear foot. Piles will be paid for at tho' contract price per linear foot for furnishing p`:linn and the contract wit price I for driving piles. Piles included in the pile test group will be paid for at the contract unit prices for furnishing and driving piles. SECTION 20 BARRIER RAILINGS ' 20 -1 GENERAL Type 1 and Type 2 barrier railings shall be constructed in accordance with applicable portions of Section 83 of the State Standard Specifications. Type Special Provisions - 15 I 1 barrier railings shall include provisions for future electroliers including electrical pull boxes and conduits stubbed out one foot beyond the wingwalls one foot below finished grade. A pull line shall be installed and left in place in the conduits. Type 2 tailings are to be removed at a future date for widen- ing of the bridge. 1 20 -2 MEASUREMENT AND PAYMENT ' No special payment will be made for placing temporary construction fill or piling. Payment for maintaining water passageway and for removal of temporary piling, excess construction fill and restoration of San Diego Creek water passageway will be at the lump sum amount bid for the work. 21 -2 WORK AREA ON EXISTING PARALLEL BRIDGE A two lane reinforced concrete bridge exists parallel with and westerly of the bridge to be constructed. The Contractor may apply to the City for permission to occupy the easterly 14 feet of this bridge between the hours of 8:30 A.M. 1 and 4:00 P.M. when such occupancy will facilitate construction. At the time of applying for permission to occupy this existing bridge, the Con- , tractor shall include an estimate of the probable number of days the bridge is to be occupied and the probable dates of such occupancy. The bridge may not be occupied at any time without permission granted by the City. No special payment will be made for providing and maintaining flagmen, barricades, detours and 1 appurtenant items. See Section 25 -2 for special traffic control requirements. Special Provisions - 16 No separate measurement will be made for barrier railing. Payment for railing will be included in the lump sum amount paid for bridge structure. Payment will include compensation for concrete railing, metal railing, future electrolier bolts, electrical pull boxes and electrical conduit complete and in place. SECTION 21 WORK AREA AND MAINTENANCE OF WATER PASSAGEWAY ' 21 -1 GENERAL The Contractor may occupy such areas adjacent to the bridge site as may be ' necessary for placement of piling, shoring and bracing and for placement of concrete and reinforcement. In the area of San Diego Creek, the Contractor, at his cost, may place fill and /or temporary piling to facilitate construction. The Contractor may obtain fill material from the specified borrow area upon per- mission of the City or shall obtain suitable material from other sources. A water passageway of not less than 20 square feet shall be maintained by the Contractor through any fill placed in San Diego Creek. Fill across the Creek shall be notched in such a manner that the fill will be overtopped before water backs up to MacArthur Boulevard. Upon completion of the job, the Contractor shall remove temporary fill placed above elevation 8 and shall remove temporary piles above elevation 3• He further shall restore the passageway of San Diego Creek between the existing dikes. Excess 1 fill removed from above elevation 8 may be spread along side the existing dikes, provided that drainage is not obstructed. ' No special payment will be made for placing temporary construction fill or piling. Payment for maintaining water passageway and for removal of temporary piling, excess construction fill and restoration of San Diego Creek water passageway will be at the lump sum amount bid for the work. 21 -2 WORK AREA ON EXISTING PARALLEL BRIDGE A two lane reinforced concrete bridge exists parallel with and westerly of the bridge to be constructed. The Contractor may apply to the City for permission to occupy the easterly 14 feet of this bridge between the hours of 8:30 A.M. 1 and 4:00 P.M. when such occupancy will facilitate construction. At the time of applying for permission to occupy this existing bridge, the Con- , tractor shall include an estimate of the probable number of days the bridge is to be occupied and the probable dates of such occupancy. The bridge may not be occupied at any time without permission granted by the City. No special payment will be made for providing and maintaining flagmen, barricades, detours and 1 appurtenant items. See Section 25 -2 for special traffic control requirements. Special Provisions - 16 SECTION 22 SOILS AND MATERIAL REPORT ' 22 -1 GENERAL Reports for this project entitled "Materials Report for the Proposed Construction of Jamboree Road" prepared by the Orange County Road Department, and "Geotechnical Review and Evaluation - Improvement of Jamboree Road - Ford Road to Palisades Road, City of Newport Beach" prepared by Geotechnical Consultants, Inc. are on file in the City Engineer's office. These may be reviewed by ' bidders during normal working hours. These reports are furnished for convenience to bidders who are cautioned to observe that the field conditions set forth in the reports and shown on Sheets 22 through 24 of the plans apply only at the locations indicated and at the time that the actual field investigation was made. The City does not guarantee the accuracy of the information contained in the reports. The City shall not be liable for any loss sustained by the ' Contractor as a result of any variance between conditions shown in the soils reports and actual conditions encountered during construction or otherwise. 22 -2 OTHER AVAILABLE INFORMATION A copy of the Foundation Report entitled " Realignment of Jamboree Road" (between Bayside Drive and Palisades Road) which includes information per- taining to the westerly two lane bridge with its approach embankments, is available in the office of the City Engineer for the information of pros- pective bidders. Also available are the pile driving records for the westerly ' bridge. SECTION 23 CONCRETE CURBS AND GUTTERS AND PORTLAND CEMENT CONCRETE PAVEMENT 1 23 -1 GENERAL Concrete curbs and gutters, and Type B -3 concrete curbs shall conform to the requirements of Section 15 of the City Standard Specifications, the plans and these special provisions. 23 -2 MEDIAN CURBS AND GUTTERS IN JAMBOREE ROAD As shown on plans and typical sections, the median curbs and gutters will be constructed as follows: I23 -2.1 WEST MEDIAN CURB AND GUTTER (LEFT OF CENTERLINE) The west curb and gutter between Station 94 +89.50 and Station 156 +41.50 shall be concrete with 6 -inch curb face with 2'0" wide gutter as shown on Sheet No. 2 of t the plans. The face of curb shall be 8'0" to the left of centerline (except at flares, tapers and left turn pockets). This places the edge of gutter at 10' 1 -1/2" left of centerline. The edge of existing asphalt pavement is 10 feet or ' less left of centerline except between Station 152 +38 and Station 155 +77 (see Sheet No. 9). 1 The existing asphalt pavement shall be saw cut to a straight true line 10' 1 -1/2" left of centerline except at flares, tapers and left turn pockets, in which cases the existing asphalt concrete shall be cut as necessary to construct the concrete curb and gutter as shown on plans and typical sections. Special Pr:;visions - 17 ' Existing asphalt concrete and aggregate base shall be removed as necessary to construct the concrete curb and gutter. Aggregate base below neat lines of concrete curb and gutter may remain in place but must be brought to grade and compacted to 95% of relative compaction before placing concrete thereon. The concrete gutter shall be constructed with a cross -slope equal to or greater than the street cross -slope for proper drainage. The gutter at the west median curb shall be poured against the saw cut edge of existing asphalt concrete pave- ment. Gutter shall be finished at least 1/8 -inch higher than top of adjacent ' pavement. At short radius curves where existing pavement cannot be saw cut to a true line to form the concrete gutter, the asphalt concrete shall be removed at least 6 ' inches from edge of gutter, the gutter poured against a proper form, and 'after removal of the form, the space between the asphalt pavement and new concrete gutter shall be patched with asphalt concrete in accordance with State Standard ' Specifications. 23 -2.2 WEST MEDIAN CURB AND GUTTER (LEFT OF CENTERLINE) 1 L I The west curb and gutter from Station 157 +25.50 to Station 165 +00 and from Station 176 +50 to Station 186 +35 shall be concrete with 6 -inch curb face with 1'0" wide gutter as shown on Sheet No. 2. Edge of existing asphalt concrete pavement is 9'0" to left of centerline. This pavement shall be saw cut to 9' 1 -1/2" to left of centerline. Construction of concrete curb and gutter shall conform to the methods described above. When roadway is superelevated such that street drains toward median gutter, the concrete gutter shall be finished 1/4 -inch below the top of adjacent asphalt pavement and the gutter cross -slope shall conform to the street cross - slope, but in any event shall be not less than 2 %. 23 -2.3 EAST MEDIAN CURB AND GUTTER The east median curb and gutter from Station 94 +89.50 to Station 186 +35 shall be concrete with 6 -inch curb face with 1'0" wide gutter as shown on Sheet No. 2. The conditions of construction vary as follows: 23 -2.3.1 STATION 94 +89.50 TO STATION 98 +91.01 AND STATION 183 +25 TO Existing asphalt concrete pavement shall be saw cut 9' 1 -1/2" from centerline. Existing asphalt concrete and aggregate base shall be removed as necessary to construct the concrete curb and gutter. Concrete curb and gutter shall be constructed with curb face 8'0" to right of centerline or as shown on plans. Methods of construction shall conform to the methods described above. 23 -2.3.2 STATION 98 +91.01 TO STATION 156 +41.50 Existing asphalt concrete pavement and aggregate base shall be removed as required to construct new curb and gutter. Wherever the bottom of median curb and gutter intersects or lies above existing asphalt concrete pavement, said asphalt concrete pavement shall be removed and iSpecial Provisions - 18 I r. disposed of as described in the Earthwork Section, of these special provisions. The volume of such material removed below the bottom of the curb and gutter section will not be measured for payment. All costs of such removal and the placement and compaction of structural backfill to bring the area to grade for curb and gutter placement shall be included in the contract unit price per linear foot for concrete curb and gutter. Due to variable thickness asphalt concrete paved section to be constructed adjacent to new curb and gutter, the concrete gutter must be formed to proper line and grade. After removal of forms, the asphalt pavement shall be con- structed as shown in typical sections. 23 -2.3.3 STATION 1 TATION 16S +00 AND STATION 1 Concrete curb and gutter shall be constructed to line and grade as shown on plan and profile drawings after which new asphalt concrete pavement shall be constructed. New asphalt concrete pavement shall be finished 1 /4-inch below top of concrete gutter, except that when road is superelevated and drains toward the median gutter, the new pavement shall be finished 1/4 -inch above the concrete gutter. 23 -3 CONCRETE CURB TYPE B -3 Concrete curb Type B -3, according to Orange County Standard Plan 203, shall be constructed on top of existing asphalt pavement at locations as shown on the plans. 23 -4 3 -INCH PORTLAND CEMENT CONCRETE PAVEMENT Portland cement concrete pavement shall be constructed between curbs of traffic islands and medians as shown on the plans. The pavement shall have a thick - ness of 3-inches and shall conform to the requirements of Section 15 of the 1 City Standard Specifications. When Portland cement concrete pavement is placed over existing asphalt between Type B -3 curbs, a sand bed shall be provided as a ' foundation. When Portland cement concrete pavement is placed between median curbs and gutters, the foundation area shall be brought to the required grade by structural backfill. ' 23 -5 MEASUREMENT AND PAYMENT Three -inch Portland cement concrete pavement will be measured by horizontal area in square feet. Payment will be made at the contract unit price bid for 3-inch Portland cement concrete pavement and shall include all compensation for constructing the pavement complete in place including sand bedding and structure backfill where required. Concrete curbs and gutters will be measured for payment by linear feet in place. Measurement will be made at top of curb face. Payment will be made at the con- tract unit price for 6 -inch concrete curb with 1'0'' gutter or 2'0'' gutter as ' itemized in the bid proposal. Payment for concrete curb and gutter will constitute Special Provisions - 19 I 1 SECTION 25 TRAFFIC CONTROL ' 25-1 GENERAL Prior to the start of construction, the Contractor shall furnish to the City ' for approval, his schedule for performing the work. This schedule shall include his schedule for maintaining a minimum of one paved lane of traffic Specoal Provisions - 20 full compensation to Contractor for all costs of constructing concrete curb and gutter complete in place, including sawcutting of asphalt pavement, excavation and removal of asphalt concrete, aggregate base or earth as may be required to construct concrete curb and gutter to the lines and grades shown on the plans, including structural backfill to proper grade, where required, and disposal of all materials removed in excavations for curbs and gutters. Existing asphalt concrete and aggregate base removed to construct concrete curbs and gutters may be disposed of in the same manner as specified for waste asphalt concrete and aggregate base removed in roadway excavation. All Contractors' costs to construct special curb and gutters at Station 156 +23 to permit access to storm drain manhole cover will be included in the contract unit price for 6 -inch Portland cement concrete curb with 1'0" gutter. Contractor's attention is directed to the fact that the typical sections do not reflect exactly the conditions at each point along the median curb and gutter. ' Minor variations exist in the exact location and condition of the edge of the structural pavement along the west median curb. In those locations where existing pavement after sawcutting is more than 2' 1 -1/2" from curb face, and at all short radius curves in median curbs at intersections, the pavement shall be cut back far enough to allow the concrete gutter to be poured against a form. After removal of forms, the space between existing pavement and con- ' crete gutter shall be patched with asphalt concrete. No separate payment will be made for such patching where required, however, the asphalt concrete used in this work will be paid for under the contract unit price for asphalt concrete. The transitions from 6 -inch CF to 8 -inch CF where shown in the plans will be paid for at the contract unit price per linear foot for concrete curb and gutter Iand no extra compensation will be allowed. Concrete curb Type B -3 will be measured for payment by linear foot in place. Payment will be made at the contract unit price per linear foot and will include all costs of constructing the Type B -3 curb complete in place. SECTION 24 ' CROSS SECTIONS 24 -1 GENERAL ' The cross sections for excavation and compacted embankment are on file in the City Engineer's office and in the office of Boyle Engineering, 412 South Lyon Street, Santa Ana, California and are available to bidders for inspection. Copies ' will be furnished to the Contractor for use during construction. 1 SECTION 25 TRAFFIC CONTROL ' 25-1 GENERAL Prior to the start of construction, the Contractor shall furnish to the City ' for approval, his schedule for performing the work. This schedule shall include his schedule for maintaining a minimum of one paved lane of traffic Specoal Provisions - 20 I 7 [1 each way for the entire period of the contract as provided for in Section 7 of the State Standard Specifications, except that on Jamboree Road at the Ford Plant Entrance there shall be one southbound through traffic lane plus one southbound left turn lane to the Ford Plant open to traffic at all times. All barricading shall be permanently illuminated or reflectorized. Minnesota Mining and Manufacturing Company's CODIT reflective paint or SCOTCHLITE reflective sheeting are representative of suitable materials for this purpose. 25-2 BRIDGE DETOUR During any period that only one lane is open to traffic on the recently completed bridge parallel with and westerly of the bridge to be constructed in this con- tract, due to Contractors' operations, Contractor shall maintain alternate north- bound and southbound traffic with flagman control, or at his option he may divert northbound traffic from the westerly bridge by constructing a detour for northbound traffic over the old alignment of Jamboree Road crossing the old two lane bridge easterly of the construction site. The Contractor shall be responsible for provid- ing suitable and approved flagman, signs, warning devices and barricades to direct traffic to the detour. The Contractor shall maintain a paved driving surface on any detour and shall provide dust control if so directed by the City. 25 -3 FORD PLANT ENTRANCE Traffic signal at the Ford Plant Entrance shall be kept in operation between the hours of 7:00 A.M. to 9:00 A.M.and 4:00 P.M. to 6:00 P.M., Monday through Saturday, excepting holidays, or Contractor may at his own expense pay the cost of a city traffic officer to direct traffic at this important intersection whenever the traffic signal is not fully operational during the above stated hours. 1 25 -4 COMPENSATION ' All Contractor's costs of traffic control measures required to comply with Section 7 of the State Standard Specifications and these special provisions, including signs, barricades, flashers, detours, flagmen, traffic control officers and detour construction where approved, shall be included in the contract unit or lump sum prices bid for the items of work which require the traffic control measures, and no separate payment will be made therefor. SECTION 26 COORDINATION OF WORK ' 26 -1 GENERAL Along the entire length of the project ' ground utility lines and appurtenances others in the following manner. there are numerous power poles, under - which will be removed or relocated by Special Provisions - 21 At all other times, when the traffic signal at the Ford Plant entrance is not operating due to Contractors operations, the Contractor shall provide a flash- ing yellow signal to traffic in both directions on Jamboree Road, and a flash- ' ing red signal to traffic leaving the Ford Plant and entering Jamboree Road. The intensity, visibility and color of these temporary flashing signals shall conform to the State Standard Specifications. 1 25 -4 COMPENSATION ' All Contractor's costs of traffic control measures required to comply with Section 7 of the State Standard Specifications and these special provisions, including signs, barricades, flashers, detours, flagmen, traffic control officers and detour construction where approved, shall be included in the contract unit or lump sum prices bid for the items of work which require the traffic control measures, and no separate payment will be made therefor. SECTION 26 COORDINATION OF WORK ' 26 -1 GENERAL Along the entire length of the project ' ground utility lines and appurtenances others in the following manner. there are numerous power poles, under - which will be removed or relocated by Special Provisions - 21 ' 26 -1.1 STATION 98 +91.01 - 131 +20 Existing power poles must remain in place with power on until Contractor ' has graded around each pole, leaving the ground undisturbed for pole support. Then Contractor will excavate to ultimate grade as close as possible to each existing pole. The utility company will then set a new pole approxi- mately 60 feet from street centerline and extend underground conduits to the new poles where required. After the new pole line is energized, the utility company will remove the old poles and underground conduits which are no longer required. Contractor will then finish grading at the old pole locations. The Southern California Edison Company has advised that existing underground conduits are 30 inches below top of existing pavement but exact depth in unpaved areas is not known. Contractor shall excavate with ' care in the vicinity of underground conduits to protect them from damage. 26 -1.2 STATION 131 +20 - 151 +00 ' The utility company will de- energize and remove all power poles easterly of Jamboree Road so that Contractor may complete roadway excavation in ' this area. 26 -1.3 STATION 151 +00 - 165 +00 There are five poles in this area that m cr remain in placc while grading ' operations are underway. The poles are high enough to permit filling to design grade. The utility company will brace and support underground conduits when required. Contractor shall place new fill with care to ' prevent damage to these poles, and underground conduits. The Pacific Telephone and Telegraph Company has an overhead line on existing poles from Station 98 +91.01 to Pole No. 1347314 E at Station 104 +77, where the line goes underground. The telephone company will remove the overhead and lay an underground cable from Station 98 +91.01 to Station 102 +00 along a line 40 feet to right of roadway centerline buried 36 inches below existing grade. 1 At Station 102 +00 the cable will be laid at right angles to street centerline and will be buried deep enough to be below all excavation required in this contract, refer to Sheet 5 of the plans. The telephone underground work should be completed before excavation work is started in this contract. Contractor shall verify the location of this new telephone cable before commencing excavation operations in the vicinity. The Southern California Gas Company has an 8 -5/8 -inch diameter gas main running for a portion 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. The Southern California Gas Company proposes to con- struct a new gas main in Jamboree Road from North East Bluff Drive to Palisades Road. 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. It shall be the responsibility of the Con- tractor to coordinate his work with the utility companies for the relocation ' or construction of their facilities. Special Provisions - 22 [1 �l [1 [1 Li I 1 LJ 26 -2 PROTECTION OF UNDERGROUND UTILITIES All underground 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 elevation of these utilities and shall protect said utilities during the course of con- struction. The Contractor shall give special attention to protection of the following utility lines: Eighteen -inch mortar lined steel water pipe is located 410" to the left of Jamboree Road centerline from Station 156 +50 to end of the project. The Contractor shall conduct grading operations and excavations for storm drain pipes and structures, adjacent to or near this water pipe to protect it from damage. Twelve -inch C.I. water line to Ford Plant at Station 104 +72. The Contractor shall uncover this pipe line for accurate location before operating heavy equipment in this vicinity. Plans call for toe of cut slope to be set at 62 feet right of centerline to provide minimum of 1 foot of cover over this 12 -inch C.I. pipe. The Contractor will be responsible for protecting the above described water mains from damage during work under this contract. SECTION 27 CONSTRUCTION STAKING 27 -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. Sur- veying for determining excavation quantities will be performed by the City. SECTION 28 FENCE REMOVAL 28 -1 GENERAL All fences shown on the plans or interfering with the work shall be removed by Contractor as a part of clearing and grubbing. All metal posts and braces shall be stacked in a neat pile on The Irvine Company property adjacent to Jamboree Road right -of -way between Stations 129 +00 - 131 +00. Contractor shall dispose of all barbed wire and other scrap wire by hauling to an approved dump. Special Provisions - 23 I SECTION 29 STORM DRAINS AND DRAINAGE STRUCTURES 29 -1 GENERAL Storm drains and drainage structures shall conform to the requirements of Section 17 of the City Standard Specifications and these special provisions. ' 29 -2 TRENCHING AND EXCAVATION Between Station 163 +00 and Station 177 +00, the compacted embankment shall be ' completed to design grade before trenching and excavations for storm drains and drainage structures are commenced except as noted on the plans. ' The Contractor shall take special precautions including any necessary shoring of trenches and excavations when such trenching and excavations are adjacent to and lower than the existing 18 -inch water line located 4 feet west of centerline of Jamboree Road and adjacent to 6 -inch blow -off valve and pipe at Station 176 +80. 29 -3 ASBESTOS- CEMENT STORM DRAIN PIPE OPTION ' Where plans show reinforced concrete pipe for storm drains, the Contractor may base his bid on furnishing asbestos - cement gravity sewer pipe in lieu of reinforced concrete pipe up to 24 -inch diameter as follows: Where Plans Show Contractor May Furnish 12" RCP 1500D 12" ACP Class 1500 15" RCP 1500D 16" ACP Class 1500 18" RCP 2000D 18" ACP Class 2400 21" RCP 1500D 24" ACP Class 2400 ' 24" RCP 1500D 24" ACP Class 2400 If Contractor elects to furnish and install asbestos - cement gravity sewer pipe ' in lieu of reinforced concrete pipe, he shall provide short lengths 3'3" long for all connections to junction chambers and manholes as shown by typical detail on Sheet 10 of the Plans. ' Contractor shall shapethe bottom of the trench for asbestos - cement pipe for a width of at least one -half the diameter of the pipe. The trench shall then be backfilled to a height of 6 inches over the top of the pipe using structure backfill placed by hand and tamped to specified compaction around and under the pipe. Asbestos-cement gravity sewer pipe furnished in the above listed sizes shall be Type II as specified in ASTM C 428 -63T. Before the asbestos - cement gravity sewer pipe is placed in trench, the Contractor shall furnish a certificate from the supplier that the pipe furnished conforms to these specifications. n Special Provisions - 24 J ' 29 -4 INSTALLATION OF 15-INCH CORRUGATED METAL PIPE (CMP) The extension of the existing 15-inch corrugated metal pipe drain at Station ' 165 +58 by installing 145 feet of 15 -inch corrugated metal pipe shall be constructed in accordance with Section 66 of the State Standard Specifications as modified hereinafter. ' a. Corrugated metal pipe shall be 16 -gauge conforming to AASHO Designation H -36, asphalt dipped at the plant before being shipped. ' b. New pipe shall be connected to end of the existing 15 -inch corrugated metal pipe drain with a standard band coupler. ' c. A sand bedding shall be provided by excavating a ditch 5 feet wide and 2 feet deep to remove existing muck along the centerline of the new 15-inch corrugated metal pipe as shown on Plan Sheet No. 10. This ' ditch shall be backfilled with sand meeting the specifications for the pervious sand blanket. d. The sand backfill shall be brought to a grade such that the invert of ' the 15 -inch corrugated metal pipe will have a "camber" to compensate for anticipated settlement after the embankment is placed over the pipe. The exact profile of the 15 -inch corrugated metal pipe with camber is shown on Sheet No. 10 of the plans. e. After the 15 -inch corrugated metal pipe has been set to grade, the pervious sand blanket shall be placed around and over the pipe in accordance with the specifications contained in the Earthwork Section of these Special Provisions. Care shall be exercised to prevent damage to the corrugated metal pipe from equipment operations during the place- ' ment of the pervious sand blanket. 29 -5 MEASUREMENT AND PAYMENT ' Eighteen -inch (2000D), 21 -inch (1500D) and 24 -inch (1500D) RCP will be measured by linear feet in place. Payment will be made at the contract unit price per linear foot and shall include all costs of furnishing and installing pipe, trenching, back - ' filling, connecting to manholes and junction chambers, and special shoring when necessary. The 15 -inch corrugated metal pipe will be measured by linear feet in place. ' Payment will be made at the contract unit price per linear foot and shall include all costs of furnishing and installing pipe, trenching, sand bedding and laying ' the pipe with camber as specified. Payment will be made at a contract lump sum price for the drainage structures at various locations as shown on the plans and as briefly described hereinafter: ' (Pipe included in the following items will not be separately paid for). 29-5.1 STATION 96 +88 1 Remove existing catch basin. Salvage two 2'0" x 3'4" steel grates. Install Type GVOV one grate inlet. Connect inlet to existing 15-inch RCP drain. 29 -5.2 STATION 155 +75 Install special inlet catch basin with 65 LF of 15-inch RCP to existing manhole. Special Provisions - 25 29-5.3 STATION 164 +8o Remove existing concrete collar at end of existing 15 -inch ACP storm drain, and remove 15-inch CMP stub and asphalt downdrain. Construct new 48 -inch diameter junction chamber, special inlet catch basin, a one grate Type GVOV grate inlet, 15-inch RCP connecting drains and 12 -inch CMP median drain. 29 -5.4 STATION 165 +60 Construct new 48 inch I.D. junction chamber manhole joined to end of existing ' 15 -inch CMP drain as shown on Sheet No. 10 of plans. 29-5.5 STATION 168 +91 TO STATION 169 +17 ' Install 18 -inch CMP downdrain from end of 18 -inch RCP drain to elevation 4.0 in flood control channel. ' 29 -5.6 STATION 176 +75 Cut and remove or fill with sand - cement slurry the portion of 30 -inch CMP to be abandoned. Construct 48 -inch diameter junction chamber and manhole joined to 30 -inch CMP. Install one special inlet catch basin, and a two grate Type GVOV grate inlet with 15-inch RCP connecting drains, and 12 -inch CMP median ' drain. The 48 -inch diameter junction chamber - manhole may be constructed before commencing embankment at this location. 29 -5.7 STATION 180 +87 Construct 48" x 48" reinforced concrete junction chamber joined to existing 18 -inch RCP drain. Install a Type GVOV one grate inlet and 12 -inch RCP connecting drain. ' 29 -5.8 STATION 184 +21 Construct 48 -inch diameter junction chamber with flat top manhole cover to join existing 18 -inch RCP drain to new 21 -inch RCP drain. ' 29 -5.9 STATION 185 +79 Cut and remove portion of existing 24 -inch CMP drain. Construct 36" x 36" reinforced concrete junction chamber joining existing 24 -inch CMP with new 21 -inch RCP drain. The contract lump sum price for the above described drainage structures shall include all compensation for furnishing all labor and materials to construct all items as shown in detail in the plans at each location, including excavation, backfill, grates, covers, manhole frames and covers, joining to existing and new drain pipes, rounded entrances to outlet pipes and all appurtenances, complete in ' place. SECTION 30 REMOVE EXISTING DRAINAGE STRUCTURES 30 -1 GENERAL rThe work of removing existing drainage structures shall include the complete removal and salvage or disposal of items described in this section and the Special Provisions - 26 filling of holes and depressions resulting from such removal with structural backfill. Materials designated for salvage shall be used as described in these special provisions or shall be delivered to the Corporation Yard of the City of Newport Beach. 30 -2 DESCRIPTION OF ITEMS TO BE REMOVED 1. Remove inlet catch basin and 12" x 21" CMP drain between Station 110 +00 and Station 111 +10. 2. Remove two -grate inlet catch basin at Station 151 +50, salvage two 2' x 314" steel grates. Plug end of 18" RCP pipe before backfilling. 3. Remove special inlet catch basin at Station 154 +91, salvage precast cover (two sections). Plug end of 18 -inch RCP before backfilling. 4. Remove 12 -inch CMP downdrain and appurtenances at Station 155 +80. ■ 5. Remove 12 -inch CMP downdrain and spillway at Station 176 +50. 30 -3 PAYMENT Payment will be made at the contract lump sum price bid for the complete t removal of existing drainage structures as shown on plans and described in this section. ' SECTION 31 SALVAGE ' 31 -1 GENERAL ' The Contractor structures as shall reuse salvage materials removed from existing drainage described hereinafter. Item Description Present Location To Be Reused At Two - 2'0" x 3'4" C.B. at 96 +79 One at Station Steel grates 96 +88 and one at ' Station 164 +80 Two - 210" x 314" C.B. at 151 +50 Two grates at Steel grates Station 176 +75 One - Precast cover Special inlet C.B. Special inlet C.B. (two sections) at Station 154 +91 at Station 155 +75 ' 80 LF + 12 -inch CMP Station 155 +80 Station 164 +80 and Station 176 +75 ' One - Precast cover Special inlet C.B. Special inlet C.B. (two sections) at Station 184 +19 at Station 176 +75 ' Special Provisions - 27 SECTION 32 ' FILL 36 -INCH CORRUGATED METAL PIPE DRAIN 32 -1 GENERAL The existing 36 -inch CMP drain to be abandoned in place at Station 151 +70 shall be filled as specified herein. Also the portion of the 30 -inch CMP drain at Station 176 +75 to be abandoned shall be removed or filled as specified herein. 32-2 METHOD ' Since the 36 -inch CMP drain at Station 151 +70 is under structural pavement, it shall be completely filled with a pumped slurry so that no air pockets remain in the pipe. Existing openings shall be plugged as required. A witness hole at least 6 inches in diameter shall be provided from the most westerly ' end of the 36 -inch CMP vertically through the asphalt pavement at this location. A slurry consisting of one sack of Portland cement per cubic yard of sand shall be pumped into the lowest point of the 36 -inch CMP until slurry appears at the witness hole indicating that the 36 -inch CMP is completely filled with slurry. The water content of the slurry shall be kept as low as possible, consistent with standard grout pumping procedures. Removal of that portion of the 36 -inch CMP not under structural pavement may be permitted subject to approval by City. 32 -3 PAYMENT Payment for filling the 36 -inch CMP at Station 151 +70 will be made at the contract lump sum price for the work complete in place including drilling and patching witness holes, plugging 36 -inch CMP and plugging 18 -inch RCP side drain to 36- ' inch CMP. The cost of filling or removing the 30 -inch CMP drain at Station 176 +75 shall be included in the contract lump sum price for drainage structures at Station 176 +75. ' SECTION 33 METAL BEAM GUARD RAILING 33 -1 GENERAL ' Metal beam guard railing shall be installed at locations designated on plans and in accordance with Orange County Standard Plan 410. ' Fifty -four L.F. of metal beam guard railing shall be constructed on the westerly side and 104 L.F. shall be constructed on the easterly side of Jamboree Road at the south approach to the new two -lane bridge, as shown on Plan Sheet No. 11. ' The 104 L.F. of existing metal beam guard railing at the south approach to the existing bridge shall be removed. The materials from this 104 feet of metal beam guard railing, including posts, may be reused in constructing the metal beam guard railing as above described. The Contractor shall use care to avoid damage to the metal beam guard railing and posts to be removed. Any guard railing or posts damaged by the Contractor will be rejected and the Contractor will be required to furnish new materials in lieu thereof. Special Provisions - 28 SECTION 34 1. Signalization work at the intersection of Jamboree Road and Ford Plant Entrance. 2. Conduit and pull box work for future signals and luminaires at the intersection of Bison Street and Jamboree Road. ' 3. Conduit and pull box work for future signals and luminaires at the intersection of North East Bluff Drive and Jamboree Road. ' 4. Relocation of existing pull box at the inter- section of Palisades Road and Jamboree Road. Special Provisions - 29 RELOCATE VENT LINES -1 34 GENERAL The Contractor shall relocate vent lines to two water line vaults at Station 102 +36 and 104 +85 as shown on Sheet No. 15 of the plans. 34 -2 PAYMENT Payment will be made at the contract lump sum price for relocating vent lines at locations shown on the plans. Payment shall include full compensation for all costs of excavating, backfilling, re- ending existing pipe where reused, cutting into vault and lowering two vent lines as shown on the plans, and performing any or all work required to complete the relocation of these vent lines to function ' as designed. SECTION 35 1 RELOCATE AIR -VAC UNITS 35 -1 GENERAL The Contractor shall relocate air -vac units and pipes at Station 104 +57 and Station 112 +77 as shown on Sheet No. 15 of the plans. 35-2 PAYMENT Payment will be made at the contract lump sum price for relocating air -vac lines, ' valves and appurtenances at locations shown on the plans. Payment shall include full compensation for all costs of excavating, backfilling, re- ending existing pipe where reused, and performing any or all work necessary to relocate the air -vac units to function as designed. SECTION 36 1 ELECTRICAL 36 -1 SCOPE ' The electrical work shall include the following: 1. Signalization work at the intersection of Jamboree Road and Ford Plant Entrance. 2. Conduit and pull box work for future signals and luminaires at the intersection of Bison Street and Jamboree Road. ' 3. Conduit and pull box work for future signals and luminaires at the intersection of North East Bluff Drive and Jamboree Road. ' 4. Relocation of existing pull box at the inter- section of Palisades Road and Jamboree Road. Special Provisions - 29 5. Conduit work at the intersections of Jamboree Road with the Ford Plant Entrance, Bison Street, and North East Bluff Drive - said conduit work for future sprinkler controls. 6. Such additional and appurtenant work as is called out by the plans and the specifications, and as required in order that the electrical work be completed in all respects. 36 -2 STANDARDS The electrical work shall be in accordance with the State of California 1 Division of Highways Standard Specifications dated July 1964, and with the State of California Division of Highways Standard Plans dated November 1966. ' 36 -3 BREAKDOWN OF BID The successful bidder shall furnish a cost breakdown of all traffic signal modifications and traffic signal work, conduits and pull boxes in a format to be requested by the City. 36 -4 PAYMENT ' Payment for all electrical work shown or described by notes on Sheet No. 25 of the plans, or described in these special provisions shall be made on the basis of the unit or lump sum prices bid for the various contract items of ' the work. SECTION 37 ' SETTLEMENT PLATFORMS 37-1 GENERAL Four settlement platforms shall be furnished and installed by Contractor as shown on plans and details on Sheet No. 3. Contractor will conduct his embankment operations so that piezometer pipes may be installed by others as described in the Earthwork section of these Special Provisions. 37 -2 PAYMENT Payment will be made at the contract unit price for settlement platforms complete in place including controlled filling operations necessary for such ' installation. SECTION 38 SLOPE PLANTING ' 38-1 GENERAL Specified slopes will be planted with well rooted liner stock consisting of Myoporum, Acacia Latafolia and Nerium - Oleander placed on five foot centers. ' Distance between plants will be measured parallel to the ground surface. The first row of plants will be placed one foot from toe of cut and fill ' Special Provisions - 30 ' slopes. 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 from the transplanting shock. In any event, the maintenance will continue for a minimum period of ninety days. At the end of the maintenance period, all plants must be existing and growing. ' 38 -2 SLOPES TO BE PLANTED The slopes to be planted include the following. 38 -2.1 FORD ROAD TO NORTH EASTBLUFF DRIVE Station 98 +1.01 to Station 133 +00 - Plant all slopes from 66 feet right of centerline to top of cuts or toe of fills. Station 133 +00 to Station 149 +00 - Plant all slopes from 66 feet right of centerline to 76 feet right of centerline. Station 142 +00 to Station 157 +00 - Plant all slopes from 66 feet right of centerline to toe of fill slopes. 38 -2.2 NORTH EASTBLUFF DRIVE TO PALISADES ROAD Station 157 +00 to Station 185 +00 - Plant all slopes from 66 feet right of centerline to top of cuts or toe of fills, including the top and slope face of the loading berm but excluding the cut slope between Station 181 +00 and Station 184 +50. Plant all cut and fill slopes westerly of the westerly half of Jamboree Road including the top and slope face of the loading berm. 38 -3 MEASUREMENT AND PAYMENT Measurement of slope areas planted will be made parallel to the ground surface and will extend to one foot beyond the centers of the outer row of plants along 1 the edge of all planted areas. Payment will be made at the contract unit orice per square foot and shall include full compensation for furnishing and installing the plants and their care and ' maintenance as specified. No adjustment in the unit price of slope planting will be made for variations in quantity of more than 25% above or below the estimate contained in the bid proposal. In the event the low bid on this contract exceeds funds available, the item for slope planting may be deleted from the ' contract. 11 ISpecial Provisions - 31 u SECTION 39 I L I I LJ [I ' Special Provisions - 32 STANDARD DRAWINGS 39 -1 GENERAL Standard drawings, attached to and forming a part of these special provisions, ' include the following: Agency Drawing No. Description City of Newport Beach STD -302 -L Bulb Angle Inlet City of Newport Beach STD -303-L Bulb Angle Inlet (Alt.) L City of Newport Beach STD -401 -L STD Precast Manhole City of Newport Beach STD-402 -L STD Precast Manhole 1 City of Newport Beach STD -405 -L STD Precast Manhole Orange County Highway Dept. STD Plan 304 Inlet Type GVOV Orange County Highway Dept. STD Plan 305 Miscellaneous Inlet Details Orange County Highway Dept. STD Plan 306 Grate b Frame Details Orange County Highway Dept. STD Plan 410 Metal Beam Guard Railing Orange County Highway Dept. STD Plan 503 Flat Top Manhole Covers Orange County Highway Dept. STD Plan 508 Junction Chamber (Storm Drain) I L I I LJ [I ' Special Provisions - 32 i i 1 1 1 1 I DLIL AHO S'X 3J'X IS* • RADIUS 4 ,G,�J 11r r 'rte WELD BARS TO A e 'w-• "N LIEU OF TYPED ANCHO.RS Its tiY � � ���. . /..'.: � \•. w I.0 I ENp pf OAgS NOT WELDED 1� .`�I �� I� HOLE WANGLE � �� d�JDSTIVC. NUM TO CP T REINFORCING STEEL PER APPLICABLE STANOMB PLAN OR AS DETAILED OTHERWISE. ENTIRE elo9wALN SLOPE STIRRUP (SEE NOTE 21 NOTES ECTION BAR 159E NOTE 160) '(1) WHEN CURB FACE EXCEEDS 91/4' A PLAIN ROUND STEEL PROTECTION OAR 1' 1.4 DIA. SHALL BE INSTALLED. BAR SHALL OE EMBEDDED 5' AT EACH ENO. (2) A ST;&G SHALL DE lYCLO''0 TO EACH BOLT WHEN A E I • ZO% vpO.Y OCLT PROTECTION BAR IS RE000iED. WITH HEFAOONAL NUTS (3) T B' MIN. WHEN LENGTH OF OPENING EXCEEDS 7'•0•. ,.R..•. (SEE NOTE 1) (4) ALL EY.POSEO METAL PARTS SHALL BE GALVANIZED END a BARS HOT WELDED 1 I I (5) WHEN REQUIRED GY LENGTH OF OPENING, BULB ANGLE MAY BE OELNEREO IN SECTIONS AND BUTT WELDED IN PLACE. ALL GALVANIZING DAMAGED BY WELDING SHALL .RECEIVE TWO COATS OF ALUNB`:VM PAINT. (6) TYPE A OR TYPE 3 ANCHORAGE MAY Be USED AT CONTRACTORS' OPTION, (7) SUPPORT BO.TS SHALL BE INSTALLED WHEN LENGTH OF OPENING EXCEEDS 7' -O'AND SHALL BE SPACED AT,NOT MORE THAN 7' -0' O.C. ANO NOT LESS THAN 5' -0' O.C. (B) WHEN PROTECTION OAR IS REOUIREO AND LENGTH OF OP"LN:NG IS 7' -0' OR LESS, SAID BAR SHALL BE LOCATED 5' BEHIND CURB FACE AND 4' ABOVE GUTTER FLOW LINL SECTION OF BASIN INLET WITH TYPE A 8UL8 ANGLE ANCHORAGE ALTERNATE ANCHORS '"FORV" STEEL (SEE NOTE ON VIEW ABOVEI J STEEL ANCHOR 42, O.0 SIAN. ALTERNATE AB SHOWN. YYPE 8 BULB ANGLE ANCHORAGE ADOPTED I=eOlvl C /TYOF L05 41,10ELES STO PLAN 9-5654 PU2L!C ,VORKS DE-PARTMENT DATE DECelWgE3 - APPROVE �,��r (y ✓(/%�°°pp �V/�g �'T `_ 0V12 CJ� �� �T `� ®0'IILF�. 9 I ASST. P BLIIC % WORKS DIRECTOR DRAWING N0. J �U-3) , �L.. ROU.C�DED R I y- I .� n i . .IA 1• A', ' jam''\ �I� ' - I %B• HOLE ADOPTED FYFM,I C /TV OF CDS AAGE"LES SM,, PLAN I� Y �a. X 10 STEEL PLATC FORMED AS SHOWN. NOTES -THE STEEL PLATE ALTERNATE FOR CATCH BASIN INLETS SHALL BE FABRICATED FROM S�ly % 10 UNIVERSAL MILL PLATES. THIS PLATE MAY BE USED AT THE CONTRACTORS OPTION IN LIEU OF THE B'•x Sy ■ IG" BULB ANGLE. E -FOR ANCHORAGE AN* OTHER DETAILS SEE STD - 302 -L CITY Y 0r NEVJP01 \T BE -ACi -� DATE DKEN�ER. /co3 PUBLIC WORKS DEPARTMENT APPROVE � n ASST UBLIC WORKS DIRECTOR 6714A SA IN q { BULS ANGLE INLET (ALTERNATE) DRAWING NO. �`% ® -� j® - 9 1 ' I 1 I 1 I I 1 1 i I I 1 i 1 ulI zl . o I 1 '/ •, • I l lit, %:iii 1 oi ✓� 01 Y � FI 1 C 1 . � I 1 ADOPTED FYFM,I C /TV OF CDS AAGE"LES SM,, PLAN I� Y �a. X 10 STEEL PLATC FORMED AS SHOWN. NOTES -THE STEEL PLATE ALTERNATE FOR CATCH BASIN INLETS SHALL BE FABRICATED FROM S�ly % 10 UNIVERSAL MILL PLATES. THIS PLATE MAY BE USED AT THE CONTRACTORS OPTION IN LIEU OF THE B'•x Sy ■ IG" BULB ANGLE. E -FOR ANCHORAGE AN* OTHER DETAILS SEE STD - 302 -L CITY Y 0r NEVJP01 \T BE -ACi -� DATE DKEN�ER. /co3 PUBLIC WORKS DEPARTMENT APPROVE � n ASST UBLIC WORKS DIRECTOR 6714A SA IN q { BULS ANGLE INLET (ALTERNATE) DRAWING NO. �`% ® -� j® - 9 1 ' I 1 I 1 I I 1 1 i I I 1 i 1 ADOPTED FYFM,I C /TV OF CDS AAGE"LES SM,, PLAN I� Y �a. X 10 STEEL PLATC FORMED AS SHOWN. NOTES -THE STEEL PLATE ALTERNATE FOR CATCH BASIN INLETS SHALL BE FABRICATED FROM S�ly % 10 UNIVERSAL MILL PLATES. THIS PLATE MAY BE USED AT THE CONTRACTORS OPTION IN LIEU OF THE B'•x Sy ■ IG" BULB ANGLE. E -FOR ANCHORAGE AN* OTHER DETAILS SEE STD - 302 -L CITY Y 0r NEVJP01 \T BE -ACi -� DATE DKEN�ER. /co3 PUBLIC WORKS DEPARTMENT APPROVE � n ASST UBLIC WORKS DIRECTOR 6714A SA IN q { BULS ANGLE INLET (ALTERNATE) DRAWING NO. �`% ® -� j® - 9 CdST 6QON F,24ME e COVE,Q, NO. N/ -/490 (?4) 0 NO. M•1152 E. B. MO,P/TZ ,aava,PY OR EoUAL SU?FACE SU, ' "`�1�`^ QD ✓USl /NG R /NGSAS 2EOb `' ' ` +�� D /A. j TOPE "• ?- 3 "2 /N6S ;a � ^.'..' SMAX �'s.. 11 •.'. 14f' a o a: S/�/ALL N4 ✓E W.PYJU6✓/ � ^�� � �� 9T0. -4010 -L n.. .. ^. SEC/IO/V 6-0 5'-O" I r O'' ' a G "➢� TOP OF Sf/ELF 4 T CHANNEL . o" OUTLET CHANNEL .SEC TION OF ° ` .. SECTION A -A V. O ✓'.' /NLET : • a •'. 0 NOTES+ ALL CONCPETE ✓OQ!! SNAL_ do CONST/IVCTED '- '•'.a;'' /NACCOTIDANCEW /THA.S7MDES /GNAT /ONC478 -6/7. ?. EXTEND CONC,PETE A/// BASE TO P//,r///A/ 4 "OF NEAREST /NLET ANO OUTLET PIPE ✓O /NTS. 3. Wf/EPEYEQ POSS /BL E, Tf/E P IPE SHAL L BE CQRAOMW g CONTINUOUSLY THROUGH THE AMAIIIOL ES, AND THE PL A N OF BASE TOP PORTION OF THE P /PE,PEMOYED ArrEP ALL OTNEP JV0,0v /S COH/PL ETED. CITY OF NEWPORT BEACH DRAWN ✓as DATE / /1 -6� PUBLIC WORKS DEPARTMENT APPROVE _ "�''/ ✓1 h!P. ? NOAI— .PE/it/FOQCED ASS PUBLIC WORKS DIRECTOR R. E,.IN 0.5 -S3-�- sr4mDAQD Pe4Fc4ST M,4NHOLE ,. is o.vs� DRAWING NO. STD• - 0/- L. 1I U I j I 1 Ll 11 17 I l_1 il. .. n J. .y 0 CAST IRON FRAME f CO!/ER, N° 0-1490 68. AIMI rZ FOUNORY OR EQUAL . : ; ...CO.UST. COAX. COLGA.P $ S�4DJUSr1,V6 RlN6S AS RE00. . . MAX. / / "M /N •5" '' ` Z4" DIA. ...... .. TOPS "•2- 2� /2 "2ING5 lya• .. ,o..._: , in ry 'o 1 Q SEE JO /NT h DETA /L SNOeG ,veve wak /PO.I/ STE.oS STO. 4010 -L � 4B "O /q. 2" M /,v e. lfl FO - :il 4'. _9 - 1i-- -- 5 �O" O/A J i Z4 "D /4. 2'4'x G" GQ4DE Q/NG -AS SHOWN 24 "x Z %z "G/Q,4DE INAIG- S/M/LQ/I TYP /CAL sECT /Ow ✓D /NT DETA /L OTe //I. N. SHALL BE CO/ /5-T. I.V ACCOPDAVCE W ITF/ 46.7 Ad DE'S. C -478 -6/ T FOR PROP kf H SEE 0/e M9 /V_° L -401 -57'0 24 "01A. 1 I' L FXTM,9 BASE" 70 w /TN /.V 4° OF NEAREST PI�E .JOIA(7 IS #284475 B,4P5LONG /T. 4 %6yf l 46 " .�rI 4%6" 48 "x 24 "" ECCE /✓T/Z /C CONE wr. - zmvO PD A ,V OF BASE CITY OF NEWPORT BEACH DRAWN ✓4'.5 DATE 4 -1 - &- PUBLIC WORKS DEPARTMENT APPROVE _ � � �� -3/6P W� QE/NFOQCED ASST UBLIC WORKS DIRECTOR �/ /62CGK ST,4ND�J,PO P,QECAST MANHOLE R.E. NO.'_ � Q DRAWING NO. STD. -aOZ -L i 1 1 1 1 1 1 1 1 :1 1 i 1 1 i 1 I !. - /C C4S7 hQON Ae41WE f'CO ✓E2, No M- 1400 C. S. 410,0 /TZ FOUWOQYOV EQUAL. CONsT CONC. COLL42 d0 ✓4lST11W .PWGS MOX.• //" MIN •5- ' TOP 5 "• Z -Z' /r QiNCS ' •u. ALL SON /TdOY SGEWCQ Me,VNOG G'9 SF/aLL fIa VE WGOUGNT /.GO,U 9TCP8 �,r, ., PC.P. 8T0. 606•L SEE ✓O //V T pE T4 /L TYPICAL 5ECrZ0AI EXTEND 04SE TO W17NIAI 4" I OF /VE4QE57 PIPE JOINTS ✓O /N T DE T4 /L QE/NF02CE /N 4CC0eD41VC6 W17H A5TM C- 478 -617- 1 t` SH4F T /1/O TE M.W. 5H4LL ESE C'ONSTAZUCTED /A/ 4CCOkD41VCE WITH 4.S.T.M. DES. C- 478-617- FOk' DROP Al. o4. SEE DWG. Ns L- 40 / -STO, PL Ow ;ASE CITY 0�- NEWPORT BEACH DRAWN -d DATE 9 -24 -GZ PUBLIC WORKS DEPARTMENT APPROV&Q n QE /NFOQCED T4IVD4kV PQECAST 4 A5S/j PUBLIC WORKS DIRECTOR �f R. E. NO. q 53-q DRAWING NO. STD. -'d 05-1- $core n, Jesse. I no coact Cur 1 .1. ....I....f... a ,n O Q ( ,Y t_ TaT i /- s_ 3 peer ' N 1 /x" 6 determed ed" 6" e c 3/6" 0 date be, D AnCnor Anchor r— 0'— — 0 6+6- 4'6'l4 Dowel n 9 � T n 1 �.....L....I�.. �I....�.... 1.... 1..... .... .1...... ✓:.. C.,b DETAIL OF DOWEL z Lcca av_j ._n.� W PLAN / e c /t I/2" .lake boil. . one v. R, lees wa loApe I a DETAIL OF END WALL .1 cal. ginned u11I aspic 3,/ st..I nN DUew 1/2" Stove boll• If ter' 61- 10*1013 and locllweanar c, c (Place between ! W 16.6 a e3" It _ prate licit) 3/1 D prat ee 1, On bar Tefal / y $ ISea Notosi (Std SECTION X -'X 1 Plan •3031 Sol IrOme in plane of carp and eat W // ved Curb Line _ 1= i °c W Front Wall 11 --T hike - up NOTES 2 —�- n BASIN shall nova one Orating unless otherwise specified CURVATURE at Ins And at Cwrb Opening •hall be forded of curled form. pod shall not be made br olba14 mg. r. It frame 6 OroLng z Nib- uD Cnall be 1%a Ines unl,0 OIMrw.,e epeUlied. All. ,N slen0aq -- 3 f o 6" c e bolo Pion s`307 /6 . Sro totC R. 1/2 inch for Iowa, end -.psi of . single peels, or the lowest beets ,�10 __''. or a eerie. or spread besine -`er ! "RasLy Lit -- R :0 for au erne. and Ot/ ,: Vx Incne. for d sine la edun or Ise gwol bum e1 a arm a .ad boon., 0.1.11 ern...,.. .paw lied �._ 3 s 1/2 men far all p111na door. IOwHr eosin .119.9 Otherwise `2"Cldor'" .,v' fw •pacified, t 1 I "1" 6 IhcM. if H is 1 teal or feu "t" 6 inches If R is between 1 teal and 6 foal. 31" _.__..,_..— {w•t••••� ••1•• . IO Inch., It H n 6 tot or over H a 3 feel 6 Inch.., little.. din...... specified. SECTION A - A IN = 2 foot 11-3/8 mcs,e for one grollnp. Add 3 feel S - IA STEEL LIST a In ve E Is in a D Q S " \ n V V - In n O m 3 3' -I1L" 0 2 2 rte z o c n z I x o 3 19 9 0 10' -10 /" 2 14 inch•. fa, each odd.11enm grehng, EXPOSED SURFACES of Inc Catch Dm.n Cnall conform IF Clops, pad., .0101, finish, "I'd 1cen., 10 • ..Cling Im Drovemanla Oal acenl to to. oo.,n. when no ndeto❑ exAls, the top .hall be finished to Con- form la standard .,deals p „a no Imitn. and etnrmp I;... .hall conform o, nearly as possible to 20 inch square, when he Curb site, fns Darn, of o.P..od and -.ells .00.0 Ike at,.., ...face ,hall 'Co.fa,. to better for standard beaus Curb. OUTLET pipe •hall be trimmed 10 the final shop• end I•ngtb before Concrete A poured . 3LOPE of floor Parpbl -ith cell .hall be l2 :1 .11,11 ofnerwne specified stops fibs from Of direction, t0 the 0sllel. GVOV . ORATE VARIABLE LENGTH, CURB OPENING VARIABLE LENGTH Sao lob plans ter length,. Sao Std. Plan. Noe, 303, 306, and 307 for des,ile, additional holes, pare and frame sala,le, and 1.1.1 A.- depression details. Curb spent., shall conform r0 Cur, elignmeol. ORANGE COUNTY HIGHWAY DEPARTMENT - Approved �"Geil STD. PLAN INLET TYPE GVOV Road Commt3sioner Date 304 1 I I i6 hole in foes 1 1 i Nut Light on lost thread• I/2 0 Stirrup 314" Protection Bar - (See Note 6) 1• 0 rod threaded 3 on top end Edger Finish / �rAngle to suit Curb Face I�.2 Edger Finish • �0-j I-•- I %8 T- 1 _ 1 Vert. STIRRUP CURB SUPPORT DETAILS A ��3/4 goly steel step (Note 5) STEP DETAIL Length of Curb Opening No. of Anchors 3 - 6', of less 2 r i 2. 4 14' - OT 5 21'- 0" 7 10" —0•{ Edger -- -- ---x Finish 8" --{ Edger �{ 4— 2" Bauer Finish I L 31/2.31/2' 316 u i 6" min. Keyed Cons Joint TYPE A, A-2, D, or E CURB Edger 1. Finish L 4 ■ 3 "■ 5/6 = S 3 W 4%2 min. ,. . .•'.. �.'.: 1 • ::.fit:•: . -.. .. /2 R. min. I_. ;.?..- .... I 1 Keyed Const.Joint Angle to mate" TYPE B CURB Curb Foce I/2 "0 0° 3' -fi' c. - c. FACE ANGLE CURB OPENING DETAILS ANCHOR DETAIL EPARTM ENT Approved ET DETAILS > 6/zB/cs STD. PLAN Rood Commissioner Do/I 305 inTPc GENERAL NOTES I. „ H ., Dept" for all Dines is 3 -6' unless otnerwise specified. 2. For "t" wall thrcsness see Table on Inlet Plan. 3. Height of curb opening will vary with the type of curb and the — depth of the local depression. (See Local Depression, $to. Plan 4307) ■. �4; -' 4. Reinforcing steel shall be w4 bars Qo 18 centers placed I-I/2'1 12.'3 clear to inside of box unless otherwise shown. ... 5. Steps -None required where H' is 3'-6' or less. Install one 's = -- step 16" above Moor when "H" is more than 3' -6" and less than ........5; Where "H" is more than $ -D , steps shall be evenly spaced 0 16 intervals from i6*' above floor to within 12° of the top of �4 Total: 3 the Dos Place steps In wall without pipe openings. 6. When curb openings are 7" high or more, place o 3/4 protection bar horizontally across the entire length of the opening and bend ALTERNATIVE back 4" into the inlet walloneochside .AlnomOro Foundry 01565Rorequal. REINFORCED BOTTOM 7. Curb openings longer than 7' shall have one curb support for each ( See Note 11 ) 7' increment or fraction thereof, evenly spaced. 8. Pipes) can be placed in any wall. 9. Curb section shall match adjacent curb. 10. Except for inlets used as junction Doses, basin floors shall have a minimum slope of 12:3 from all directions toward outlet pipe and shall hove p wood trowel finish. 11. Alternative reinforced floor at option of the contractor. 12. Galvanizing: All s■posed metal shall be galvanized alter lubrication. 13. See Standard Plan 0306 for Grote and Frorpe details. 14. See Standard Plan 0307 for Local Depression details. EPARTM ENT Approved ET DETAILS > 6/zB/cs STD. PLAN Rood Commissioner Do/I 305 inTPc I I LJ L . J 1 [1 L I D I 11 -T- 'illl �l it j. '�I II !II 1 li l; l li I I dCl1 I I I �I it it ll ��I iI' IIIl� 1 x—��I ll �Ilf I a" Welded �- I' - 11'/8" -1 I..' -- I% I I s /B. 24 ' Welded Ie crelu:l -ice{ ••'� III EA -Grele • 2' -0" I Der t T Ypl[al I.Y. I ^I! GRATES TYPICAL FRAME TYPE I6-9 TYPE 24 -15 TYPE 24 -12 TYPE 24.9 IS /B CLEAR SPACING 1 "CLEAR SPACING 1% CLEAR SPACING 2" CLEAR SPACING a ii1„ USE WITHIN THE ROADBED USE IN LOCATIONS iMWAYS WHERE BICYCLES a ��1111h i1 i OESTRIANS ARE EXCLUDED WHERE BICYCLES B CYCLES B PECESTRIANS ALL TYPES OF k Rll ARF EXCLUDED, OR FOR HIONWAYD. 24" Bolted Ie crelu:l -ice{ ••'� III EA -Grele • 2' -0" I Der t T Ypl[al I.Y. I ^I! GRATES TYPICAL FRAME TYPE I6-9 TYPE 24 -15 TYPE 24 -12 TYPE 24.9 IS /B CLEAR SPACING 1 "CLEAR SPACING 1% CLEAR SPACING 2" CLEAR SPACING E WITHIN THE AOADBED ON USE WITHIN THE ROADBED USE WITHIN THE ROADBED USE IN LOCATIONS iMWAYS WHERE BICYCLES a UNDER URBAN CONDITIONS ON HIGHWAYS WHERE BI- OF THE ROADB[D ON OESTRIANS ARE EXCLUDED WHERE BICYCLES B CYCLES B PECESTRIANS ALL TYPES OF FDA RURAL CONDITIONS PEDESTRIANS ARE PER- ARF EXCLUDED, OR FOR HIONWAYD. 316 MITTED RURAL CONDITIONS. 24" Grate = 2'-11/." I i 24 "Graf, = I- 115 8_� j D 18 Grate •I' -5ya I. " 1 /A Typical .. ,. Typical 3/2 . /z bars III -� • N i —T 7F o -H-T'— 2 -' — I/2 Anchor CROSS SECTION (Thru Frame and Welded Grate) 3,- 4 U %ors/,"holes thru grate bars ' and bar spacers for %p or 4's" bolls. 3,- S s /D• LONGITUDINAL SECTION (Thru Frame and Bolted Grate) Bar - /'/2 or 3o bolts y' Cut washers r' Spot weld or peen Spacer --�iX� see chart BOLTING DETAIL Type No Bars x W.lent. Welded T Bolted 18 -9 9 1' /" 194 215 24 -9 9 I/" 200 230 24 -12 12 13/A" 258. 286 24-1 15 1 V 316 344 18" frame 80 24 frame 90 5/e or %* holes ISB - . W I- Q BAR SPACER 5.• ICI /er -�W »- r 4- ALTERNATIVE SPACER W•1 ".is&or 2" GENERAL NOTES I. Grote type numbers refer to width of grate in inches and number of bars, respectively. 2. Contractor has the option of using welded or bolted grates. 3. Grates and frames shall be galvanized. See Std. Specifications or Special Provisions. 4. Rounded top of bars optional on all grates. - 5. Pipe drop inlets with a grate shall be placed so that bars parallel the direction of principle surface flow. l'ORANGE COUNTY HIGHWAY DEPARTMENT /�iy� ji Approved — �!1�'�/ � ,0-7-6t STD. PLAN -Rood Com iGRATE & FRAME DETAILS mrssroner Dole 306 L .11, 12._6. ti— I _B" I G" �C POST BOLT SLOT I 1 o• o or o' Qi Ar I r I .. _ LAO IN DIRECTION I OF TRAFFIC TERMINAL _ 1 1 � I � r I I INSTALLATION �I L.j NOTE: See Standard Plan N2610 for Material Specifications SYMMETRICAL ABOUT IL I IS" IO..y R NEUTR L AXIS S Y 7R Y 100 o, iIP h I I 1i 1�1 SECTION TRAFFIC t� Y N • SAME AS SECTION TN11U RAIL ELEMENT TERMINAL SECTION 2712 -t— CLOT 211 2p SECTION THROUGH RAIL ELEMENT . B.X 4'-D" M00D POST NOTE: ALL DIMENSIONS SUBJECT TO MANUFACTURING TOLERANCES 5; DIA.B%TBT ARRANGEMENT AT POSTS ovAl sHOUlo1R BUTTON HEAD SPLICE BOLT & NUT POST BOLT: SIMILAR EXCEPT LENGTH 12 %Z SET RAILP05T ;LAS HOLE WITH ,LASS B" CONCRETE ETE MAA.2} AUG. r LB.RAIL POST .4'-e 2" RAIL SPLICE . 2YE SLOT ve I; SLOTTED HOLES 3"- 6" or 16" Rings 12 ", 16 ", 24'; 32 ", 36" or 48" Manhole pipe to make required depth. 24%, 36" For Manhole base a Junction �- 2ZL 3'; 6 "er 16" Rings chamber, see STD. 506 a 508 N For Manhole frame a cover see :. � STD. PLAN 5I0 C-_ 71st For Monhola steps see STD. PLAN 509 Max. spacing -17s 0 1 Hoop 4 wire cost into each section. As shown. r i 2' ^ � F4 Bar 36" Did. PLAN OF 60" COVER WITH 36" ACCESS I PLAN OF 48" COVER WITH 24" ACCESS RANGE COUNTY HIGHW (no steps shall be cast m san ory Is,' •• sewer manholes I 60" D1a. For Ring a Manhole pipe -- — •: sections see STD. PLAN 501. TYPICAL SECTION FLAT TOP MANHOLE Construction shall be in accord once with Std. Plan *611. �414 Bor — IS" lap 4 12 Bork hooked at each end. ys. Diagonal Rain torcinq, �' •r �24 %, 36" — — Vor. —� e• I FLAT TOP COVER 16 — if 4 Bore hooked at each and. 22: II 0S Bars hooked at each and e4 Bar — PLAN OF 60" COVER WITH 24" ACCESS DEPARTMENT . Approved Road Commissioner Date IIIUA1 C rn„�o0 TOP OF MANHOLE FOR MANHOLE DETAILS EE STD. PLANS NP 501- 505 AND ��` uo ana_ain SECTION A -A 1 1 9 —DF - 1 II � i I I I S .IO.PEj IMia� I I i t `•- ►cared -le -pleas comerel• - R ELEVATION 2 I I p r- Ds ILELEVATION 3 I 1 2 441 bars I Each Corner I:•i: I{ ' 14 :1 FOR MANHOLE DETAILS EE STD. PLANS NP 501- 505 AND ��` uo ana_ain SECTION A -A 1 1 9 —DF - 1 II � i I I I S .IO.PEj IMia� I I i t `•- ►cared -le -pleas comerel• - R ELEVATION 2 I I p r- Ds ILELEVATION 3 I 1� IL ELEVATION SECTION THRU E LATERAL ALTERNATE DESIGN M ALTERNATE DESIGN USING PRE -CAST RING WITH CAST -IN NOTCHES tt 247 Dia. Max.Nottnin 48 -Long Pro -Cool Ring 3 ORANGE COUNTY HIGHWAY DEPARTMENT Approved B- -6� STD.PLAN od Comm /smonii �� 508 JUNCTION CHAMBER ( Storm Drain) —7T- -- 2 441 bars I Each Corner I{ ' CAST —IN —PLACE CHAMBER 1� IL ELEVATION SECTION THRU E LATERAL ALTERNATE DESIGN M ALTERNATE DESIGN USING PRE -CAST RING WITH CAST -IN NOTCHES tt 247 Dia. Max.Nottnin 48 -Long Pro -Cool Ring 3 ORANGE COUNTY HIGHWAY DEPARTMENT Approved B- -6� STD.PLAN od Comm /smonii �� 508 JUNCTION CHAMBER ( Storm Drain) EwP,,.-,F- SEAC'� _ pUBLi>• WORKS OAOTMEN'( Bia OPENQ Jr,� Deposer REQUORED ENGENEER'S ESToMATE NAME m D ADDRESS 1 0 HONE DEPOS9T REMARKS 1-15le -114 '7 1-7 e�7 /7 ull, C2 7,1 77,7 �0, r.0'(TRA�`�ORS �s�E "mK =•OUP L9ST Bag OPEWNG ZI 6=Z T 5G 7 e�f s 3 DEPOS9T REQU4 RED ENGG NEER'3 ESTOM&TE oL/oo. 0-" NO. NAME xND ADDRESS Pr"ONE DEPOSBT REMARKS / 3 .t 1S_ JI -z�-1- Ir z_ /sesy /r /t2rcy �.GRoo�. t*3� -s3 /. / — 9 — �1'' C7 37.i C il"' r"F NEW? GRT ACV FI'E��' DEC PART ME. FRCJGRU-�Q FAi'MEN'," REQiJEST -NO. F'R PC .2 tl I 7 xi ' - i I Send payment to: Griffith Company P•O. Box 395 $410,620.20 to Mesa, Calif. e'e 369,558.18 41,062.02 August 7, 1968 TO: FINANCE DEPARTMENT FROM: Public Works Department SUBJECT: IMPROVEMENT OF JAMBOREE ROAD, FORD ROAD TO PALISADES ROAD (C -1096) Please prepare iin invoice to: Orange County Flood Control District 400 W. 8th Street Santa Ana, California in the amount of: $134,163.99 This invoice will supercede invoice #112, dated August 1, 1968. Please send the invoice to me for transmittal to Orange County Flood Control District. G. P. Dunigan, Jr. Field Engineer GPD /rjh Orange County Flood Control District 400 W. 8th Street Santa Ana, California Attention: Mr. Steurer 0 . 0-)o1 August 7, 1968 Subject: I t of Jamboree Road, Ford Road to Palisades Road -10 Gentlemen: Per our telephone conversation on August 6, the cost to Orange County Flood Control District has been revised as clown on the enclosed invoice which supercedes Invoice #112, dated August 1, 1968. The previous invoice amount was based on a rounded off percentage. The present cost is based on the ratio of (338.5 -80) + 338.5, as shown in the agreement. Very truly yours, G. P. Dunigan, Jr. Field Engineer GPD /rjh Enc. CERTIFICATE OF INSURAN TO: Natne and Address of Insured City of Newport Beach City Hall GRIFFITH COMPANY 3300 West rt Boulevard 611 SOUTH SHATTO PLACE Newport Newport Beach, California achy LOS ANGELES, CALIFORNIA 90005 COVERAGE COMPANY AND POLICY # EXPIRATION DATE LIMITS OF LIABILITY Workmen's Compensation Pacific Indemnit 7 -1 -69 WC- Statutory Employers Liability pEC 54200 EL- Unlimited i.n California Bodily Injury Property Damage $500,000 Per Occurrence - Comprehensive General Pacific Indemnit 7 -1 -69 Each Person Liability LAC 177900 Each Accident Combined Single Limit for Aggregate Bodily Injury & Property Damage * 7 -1 -69 Comprehensive Automobile n 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 Damages excess over Pacific Indemnity Policy LAC 177900 *The City of Newport Beach is reccgni ed as an additional insured but only as respects work pe rformed by Griffi Company. * It is hereby understood and agreed that the policy to which this certificate refer may not Le cancelled, materially changed, nor the amount of coveragB thereof reduced nor,the policy allowed to lapse Newport React, City hall, Newport 3each, Califo ia, of.a registered written notice of such cancellatioi or reductior in coverage. Location: All operations of the insured Notice of Cancelation—In the event of cancelation or change in the above certified Coverages, k3iKtbzi:utwXion W the undersignedAx give 1112 days written notice of cancelation or change to: will 30 See Above (See reverse side for additional provisions) FRED, S. JAMES & CO, This is ta.certify Coverage.under the above policies. INSURANCE BROKERS I 6- 25 -68 /st 625,,SIMI`ih KingsIdy- Prive, Los Angeles 5, Calif. By 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 W. Newport Boulevard To: Griffith Company Date April 3, 1968 P.O. Box 395 Costa Mesa, California ATTENTION: SUBJECT: Jamboree Road Widening, ford Road to Palisades Road We are Transmitting the following: No. Copies 3 Description Change Order No. 9 Remarks: Please sign and return to this office the original and one c,�py; retain the other copy for your files. Copies to: By: /� /' G.P. Dunigan, Jr. Asst. Civil Engineer 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 W. Newport Boulevard TO Date Griffith Company P.U. Sox 395 Costa Aesa, California ATTENTION: SUBJECT: Jamboree Toad .iideniiig, curd Road to Palisades itoa We are Transmitting the following: K Remarks: Description C}!a!i ^ye Crder ii0. 1 -ii 053 Please sign and return to this office Uie original and ene copy; Cetain tie otier copy for your files. Copies to: By: G.P. Dunigan, Jr. Asst. Civil Engineer 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 W. Newport Boulevard To: Griffith Company P.O. Box 395 Costa Mesa, California 0 ATTENTION: / SUBJECT: Jamboree Road Widening, Ford Road to Palisades Ro�6 We are Transmitting the following: No. Conies Description Remarks: 3 copies each of Change Order No. 6 & 7 Please sign and return to this office the original and one copy of the two change orders; retain the other copies Btr your files. Copies to: By: G.P. Dunigan, Jr. Asst. Civil Engineer 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 W. Newport Boulevard To: Griffith Company P.O. 6ox 395 Costa Mesa, California a ATTENTION: SUBJECT: Jawboree Road Wideing, Ford Road to Palisades RoaJY 4f —'/' o � We are Transmitting the following: No. Copies Description Remarks: 91 Progress Payment Request No. 5 Please sign and return to this office, the original and one copy; retain the other copy for your files. Copies to: By: G.P. Wnigaa, Or. Asst. Civil Engineer 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 W. Newport Boulevard TO: Griffith Company P.O. Box 395 Costa Mesa, California Date March 22, 1968 ATTENTION: Mr. Hayden SUBJECT: Jamboree Road Widening, ford Road to Palisades Roa C -1096) We are Transmitting the following: No. Copies Description Remarks: 3 Change Order Number 4 Please sign and return the two copies and retain the original for your files. This C.C.O. reflects the time and materials necessary for the concrete encase- ment only. Per Section 26 -2 of the contract Special Provisions, it is the contractor's responsibility to verify the position and elevation of the under- ground utilities and to protect them during construction. We can find no record of our informing you that the "line was low enough to clear construction" as mentioned in your letter dated January 11, 1958. Copies to: By: I G.P. Dunigan, Jr. Asst. Civil Engineer 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 W. Newport Boulevard TO: Griffith Company P.O. Box 395 Costa P1esa, California ATTENTION: SUBJECT: Jamboree Road Widening, Ford Road to Palisades We are Transmitting the following: 0 Date February 16, 1968 R6ad Contract 1096 No. Copies Description 3 Remarks: Progress Payment Request No. 4 Enclosed is the original and two copies of the above. Please sign the original and one copy and return to our office. Retain one copy for your files. Copies to: ldg By: G. P. Dunigan, Jr. Assistant Civil Engineer CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 W. Newport Boulevard TO: Griffith Company P.O. Box 395 Costa Mesa, California ATTENTION: 0 SUBJECT: Widening of Jamboree Road, Ford Road to Palisades Ro C —/ IV °'!> We are Transmitting the following: \ No. Copies Description Remarks: 3 Change Order No. 5 Please sign and return to this office the original and :me copy; retain the other copy for your files. Copies to: By: G.P. flunigan, Jr. Asst. Civil Engineer 10 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT COMPLETION STATUS Roport date: January 5, 1968 CONTRtlCTOR: GR"FITH 001 ?ANY Signed by: G.P. Dunigan, Jr. Asst. Cifil Engineer CCOSTA f "_S ".> CALIFOusIA CONTRACT: JAMisOREE ROAD (FORD TO EASTBLI'ff OtdLY) / (C -1096) Ciat.a of Start /cur- ex. Ncvember 17, 1967 Tia.e ailmicd (Calendar Days) 30 days Oriqinml F46raary 14, 1'357 WCCC-Mnanded ex`ams?on+ 13.5 -lays (weather) Corrected ccmpl.ation date February 18, 1967 Calendar da,s us c' 50 da.,,,s Calendar dais repainime 54 days Percent Timc used 48% Percent Value completed - +Time extensions may be granted by City Coancil only. Lxtension noted will ae recormendad by Public Works Department. REhwRK.S Signed by: G.P. Dunigan, Jr. Asst. Cifil Engineer i. CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. (10F) FOR PERIOD ENDING p „9 „ct 77, 14FR PROJECT: JAMBOREE ROAD WIDENING,'FORD ROAD TO PALISADES ROAD, - - -�� BUDGET NO. SEE BELOW CONTRACT N0. 1096 - ITEM NO ! CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED 1 f Clear & Grub $12,000 LS 100% $12,000.00 2.1 C & G (2') 1.60 LF 5,941 LF { 9,505.60 2.2 C & G (1') 1.40 LF 9,424 LF 1 13,193.60 3 j Roadway Excavation 0.70 CY 75,510 CY 52,857.00 4 Borrow excavation 0.80 CY 22,762 CY 18,209.60 5 Select top soil 2.00 1,600 CY 3,200.00 1 6 A.B. 2.50 Ton 6,136.00 i 15,340.00 i 6.2 A.S. 2.20 Ton 684.80 Ton ; 1,506.56 1 7 A.C. 6.75 Ton 5,575.78 Ton i 37,636.51 8 i I Misc. A.C. 2.50 SY 3,611.60 SY 9,029.00 9 Slope planting 0.11 SF 39,500 SF 26,345.00 10 I Settlement platform 150.00 Each 4 Each 600.00 11 ; Perfious sand blanket 10,000.00 LS 100% 10,000.00 12 Adj. M.H. 60.00 Each 10 Each 600.00 I 13 I Adj. V.B. 30.00 Each 11 Each i 330.00 14 J Rel. air vents 300.00 LS 100% 300.00 15 RE1. air -vac control 200.00 LS 100% 200.00 16 Rem. exist, drain. str. 1,300.00 LS 100% 1,300.00 . • • CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. 10 (F) FOR PERIOD ENDING August 22, 1968 PROJECT: JAMBOREE ROAD WIDENING, FORD ROAD TO PALISADES ROAD BUDGET NO. SEE BELOW CONTRACT NO. 1096 ITEM NO. I CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED 17 Erosion preventers 0.50 LF 900 LF $ 450.00 18.1 Traffic Signal Mod. $6,000.00 LS 100% 6,000.00 18.2 Rel. T.S. Box 100.00 LS 100% 100.00 18.3 I T.S. pullboxes 40.00 Ea 4 ea. 160.00 18.4 2" Conduit 3.50 LF 198 LF l 693.00 19 1, P.V.C. 2.00 LF 550 LF i 1,100.00 20 3" P.C.C. pavement 0.50 SF 2828 SF 1,414.00 21 B -3 curb 1.00 LF 589 LF 589.00 22 Drainage 96 + 88 600.00 LS 100% 600.00 23 Fill exist 36" C.M.P. 1,100.00 LS 100% 1,100.00 24 I Drainage 155 + 75 1,300.00 LS 100% 1,300.00 25 0 Drainage 164 + 80 2,200.00 LS 100% 2,200.00 26 18" R.C.P. 18.00 LF 407 LF 7,326.00 27 18" C.M.P. 168 + 96 700.00 LS 75% , 525.00 i 28 Drainage 176 + 75 2,200.00 LS 100% ( 2,200.00 29 24" R.C.P. 16.00 LF 412 LF 6,592.00 30 Drainage 180 + 21 1,500.00 LS 100% 1,500.00 41... �.Aunrt. Str. 184 + 21 650.00 LS 1 100% 650.00 CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. 10 (F) FOR PERIOD ENDING August 22, 1968 PROJECT: JAMBOREE ROAD WIDENING, FORD ROAD TO PALISADES ROAD BUDGET NO. See Below CONTRACT NO. 1096 ITEM j NO. I CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED 32 1 21" R.C.P. 14.00 LF 155 LF $ 2,170.00 33 i Junct. Str 185 + 79 400.00 LS 100% 400.00 34 i Guard Railing 650.00 LS 100% 650.00 35 Furnish P.C.C. piling 8.00 LF 3,436.17 LF 27,489.36 i 36 ( Drive P.C.C. piling 520.00 Each 64 Each 33,280.00 37 Bridge 89,000.00 LS 100% I 89,000.00 38 Restore water passage 3,000.00 LS 100% i 3,000.00 39 15" C.M.P. 15.00 LF 170 LF I 2,550.00 04,351.25 i C.O. 1 & lA 3,615.00 LS+ 100% ! C.O. 2 Unit Prices - I - V C.O. 3 Unit Prices - C.O. 4 96.23 100% 96.23 C.O. 5 Unit Prices - - C.O. 6 558.37 100% 558.37 j C.O. 7 & 7A 423.12 100% ! 423.12 !$410,620.20 5 19- 3369 -036: $1,341.39 25- 3369 - 036 -1: i 25- 3369- 036 -2: j 50- 9297 -041: i 120.00 vRIGiNAL CONTRACT $413,643.50 EXTRAS To DATE 7,448.3 %ONTRACT To DATE 421,091.8 Send payment to: F �' &/ k p9 U AMCUNT EARNED 410,620.2 Griffith Company LEss iCi� RETENTION �� ' P.O. Box 3y5 .< 41,062.0 ' 'LEss PREVIOUS PAYMENTS 368,096.79 Costa Mesa, Califo ia. AMOUNT DUE THIS REQUEST!`':':..: "R 1,461.39 �J o HEREBY CERTIrY THAT THE ABOVE AMOUNTS AND VALUES ARE CORRECT. SEGNED SIGNED Griffith Company �ENG{N R rONT BY - G. P. Griffith CITY OF NE14PORT BEACH PUBLIC WORKS DEPARTMENT 3300 14. Newport Boulevard TO: Griffith Company P. 0. Box 335 Y� Zuita I Ar A. 4C.1 . fcrnia ATTENTION: SUBJECT: (``8nrr G Q--Z-- We are Transmitting the following: Date Jul 18, 1968 No. Copies Description 3 Remarks: Sign t'iz original and one copy and return to this office. Retain one copy for yojr fiigs. Copies to: By*­-- y: �igan, Jr. Field Engineer TO: ATTENTION: 0 CITY OF NEWPORT BEACH PUBLIC (WORKS DEPARTMENT 3300 W. Newport Boulevard Griffith Company P.O. Box 395 Costa Mesa, California SUBJECT: PROGRESS PAYMENT NO. 9 We are Transmitting the following: 0 Date duly 16, 1-969 � CONTRACT 1096 No. Copies Description a Remarks: Progress Payment No. 9 Please sign the original and one copy and return to this office. Retain one copy for your files. Copies to: ldg BY :G //% G. P. Dunigan, Jr. Field Engineer 0 0 CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. g FOR PER = ENDING PROJECTS ]AMRDgFF PnAn wTIIFNTNr, Ff1Ril PnAf1 Tn PAi iunF-, ROAM BUDGE -T N0, RF RFI Ow CONTRACT N'0. TOgr,, 1 2.1 2.2 3 4 5 CONTRACT ITEM Clear & Grub C & G (2') C & G (1') Roadway Excavation Borrow excavation Select top soil 6 A.B. 6.2 A.S. 7 A. C. [3 10 11 12 13 14 15 16 Misc. A.C. Slope planting Settlement platform Perfious sand blanket Adj. M.H. Adj. V.B. Rel. air vents Rel. air -vac control em, exist. drain. str. PRICE $12,000 LS 1.60 LF 1.40 LF 0.70 CY 0.80 CY 2.00 3.50 Ton 2.20 Ton 6.75 Ton 2.50 SY 0.11 SF 150.00 eacF 10,000.00 L� 60.00 Ea, 30.00 Ea 9 300.00 LS 200.00 LS 300.00 LS COMPLETE 100% 5,941 LF 9,424 LF 75,510 CY 22,762 CY 1,600 CY 6,125.70 684.80 Ton 5,551.71 Ton 3,601.10 SY 171,000 SF 4 each 100% 10 Each 11 Each gi 100% ± 100% EARNED x$12,000.00 s 9,505.60 s 13,193.60 52,857.00 i 18,209.60 3,200.00 r 21,439.95 r 1,506.56 j 37,474.04 gi 9,002.75 8 18,810.00 600.00 w 10,000.00 600.00 1 330.00 300.00 200.00 , CITY OF NEWPORT PROGRESS PAYMENT REQUEST NO. PRO:;ECT:_ JAMBOREE ROAD WIDENING. BEACH - PUBLIC WORKS DEPARTMENT 9 FOR PERIOD ENDING July FORD ROAD TO PALISADES ROAD 15.1468 BUDGET NO. SEE BELOW CONTRACT N0. 1096 ITEM + CONTRACT PERCENT AMOUNT NO. 17 i CONTRACT ITEM Erosion PRICE COMPLETE EARNED preventers 0.50 LF 900 LF $ 450.00 18.1 Traffic Signal Mod. I $6,000.00 LS 100% 6,000.00 18.2 Rel. T.S. Box 100.00 LS 100% 100.00 18.3 I T.S. pullboxes 40.00 Ea 4 each 160.00 18.4 2" Conduit 3.50 LF 198 LF I 693.00 19 12" P.V.C. 2.00 LF 550 LF 1,100.00 20 3" P.C.C. pavement 0.50 SF 2828 SF ( 1,414.00 21 B -3 curb 1.00 LF 589 LF 589.00 22 Drainage 96 + 88 600.00 LS 100% 600.00 23 Fill exist 36" C.M.P. 1,100.00 LS 100% 1,100.00 24 Drainage 155 + 75 1,300.00 LS 100% r 1,300.00 25 I Drainage 164 + 80 2,200.00 LS 100% 1 2,200.00 26 i 18" R.C.P. 18.00 LF 407 LF 7,326.00 27 118" C.M.P. 168 + 96 700.00 LS 75% 525.00 28 1 Drainage 176 + 75 2 200.00 LS 100% I 1 2,200.00 29 j 24" R.C.P. 16.00 LF 412 LF 6,592.00 30 I� Drainage 180 + 21 1,500.00 LS 100% 1,500.00 31_ ? Junct. Str,_.184_+ 21_1 _ 650.00 LS 100% 650.00 0 CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. FOR PERIOD ENDIN( PROJECT: JAMBOREE ROAD WIDENING, FORD ROAD TO PALISADES ROAD BUDGET NO. See Below CONTRACT NO. 1096 ITEM NO. CONTRACT ITEM AMOUNTS SIGNED CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED w 32 21" R.C.P. 0 - �, CTOR 9a G. P. Griffith 14.00 LF 155 LF $ 2,170.00 !; 33 j Junct. Str 185 + 79 400.00 LS 100% 400.00 34 Guard Railing 650.00 LS 100% ; 650.00 35 Furnish P.C.C. piling 8.00 LF 3,436.17 LF 27,489.36 36 { Drive P.C.C. piling 520.00 Each 64 Each 33,280.00 37 Bridge 89,000.00 LS 100% j 89,000.00 38 Restore water passage 3,000.00 LS 100% 3 3,000.00 I' 39 j 15" C.M.P. 15.00 LF 170 LF ` 2,550.00 1$403,567.46 C.O. 1 & lA 3,615.00 LS+ 100 %" 4,351.25 C.O. 2 Unit Prices C.O. 3 Unit Prices C.O. 4 96.23 100% 96.23 C.O. 5 Unit Prices C.O. 6 558.37 100% i 558.37 C.O. 7 & 7A 423.12 100% 423.12 i$408,996.43 19- 3369 -036: $2,412.15 25- 3369- 036 -1: 1 25- 3369- 036 -2: 6,794.19 j 50- 9297 -041: REC IVF 1 ORIGINAL. CONTRACT EXTRAS TO DATE CONTRACT TO DATE AMOUNT EARNED LESS i0% RETENTION LESS PREVIOUS PAYMENTS AMOUNT DUE THIS REQUEST $413,643.50 7,448.30 421,091.80 408,996.4 40,899.6 358,890.45 9,206.34 Send payment to: PUBUC Wjm%J ULX 6 Griffith Company P.O. Box 395 Costa Mesa, California 1 HEREBY CERTIFY THAT THE ABOVE AND VALUES ARE CORRECT. AMOUNTS SIGNED SIGNED GRIFFITH COMFDW ENGINE R Y571 BY 0 - �, CTOR 9a G. P. Griffith C CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO._.. 8 FOR PERIOD ENDING June 14, 1968 PROJECT: JAMBOREE ROAD WIDENING, FORD ROAD TO PALISADES ROAD BUDGET NO. SEE BELOW CONTRACT NO. 1096 ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED 1 Clear & Grub $12,000 LS 12,000.00 2.1 C & G (2') 1.60 LF 5,941 LF 9,505.60 2.2 C & G (1') 1.40 LF 9,424 LF 13,193.60 3 Roadway Excavation 0.70 CY 75,510 CY 52,857.00 4 Borrow excavation 0.80 CY 22,762 CY 18,209.60 5 Select top soil 2.00 1,600 CY 3,200.00 6 A.B. R F C F I V E D 3.50 Ton 6,125.70 21,439.95 6.2 A.S. 2.20 Ton 684.80 Ton 1,506.56 JUN 21 1968 7 A.C. .6.75 Ton 5,252.56 35,454.78 8 Misc. A.C. PUBLIC WORKS. JOL 2.50 SY 3,601.10 SY 9,002.75 J7f, Slope planting 0.11 SF -NSF i=Br LO Settlement platform 150.00 Each 4 Each 600.00 11. Perfious sand blanket 10,000.00 LS 100% 10,000.00 12 Adj. M.H. 60.00 Each 10 Each 600.00 13 Adj. V.B. 30.00 Each 11 Each 330.00 L4 Rel. air vents 300.00 LS i00% 300.00 15 RE1. air -vac control 200.00 LS 100% 200.00 16 Rem. exist, drain. str. 1,300.00 LS 100% 1,300.00 0 0 CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. 8 FOR PERIOD ENDING June 14, 1968 PROJECT:— JAMBOREE ROAD WIDENING, FOt ROAD TO PALISADES ROAD BUDGET NO. SEE BELOW I CONTRACT N0. 1096 ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED 17 Erosion preventers 0.50 LF 900 LF $ 450.00 18.1 Traffic Signal Mod. $6,000.00 LS 100% 6,000.00 18.2 Rel. T.S. Box 100.00 LS 100% 100.00 18.3 T.S. pullboxes 40.00 Ea 4 Each 160.00 18.4 2" Conduit 3.50 LF 198 LF 693.00 19 1," P.V.C. 2.00 LF 550. LF 1,100.00 20 3" P.C.C. pavement 0.50 SF 2828 SF 1,414.00 21 B -3 curb 1.00 LF 589 LF 589.00 22 Drainage 96 + 88 600.00 LS 100% 600.00 23 Fill exist 36" C.M.P. 1,100.00 LS 100% 1,100.00 24 Drainage 155 + 75 1,300.00 LS 100% 1,300.00 25 Drainage 164 + 80 2,200.00 LS 100% 2,200.00 . 26 18" R.C.P. 18.00 LF 407 LF 7,326.00 27 18" C.M.P. 168 + 96 700.00 LS 75% 525.00 28 Drainage 176 + 75 2,200.00 LS 100% 2,200.00 29 24" R.C.P. 16.00 LF 412 LF 6,592.00 30 Drainage 180 + 21 1,500.00 LS 100% 1,500.00 ..3L _ Junct. Str. 184 + 21 1 650.00 LS 100% 1 650.00 0 0 CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. 8 FOR PERIOD ENDING June 14, 1968 PROJECT: JAMBOREE ROAD WIDENING, FORD ROAD TO PALISADES ROAD BUDGET NO. See Below CONTRACT NO. 1096 ITEM $413,643.50 CONTRACT PERCENT AMOUNT NO. CONTRACT ITEM PRICE COMPLETE EARNED 32 21" R.C.P. 14.00 LF 155 LF $ 2,170.00 33 Junct. Str 185 +,79 400.00 LS 100% 400.00 34 Guard Railing 650.00 LS • ?917C, 7"/7 35 Furnish P.C.C. piling 8.00 LF 3,436.17 LF 27,489.36 36 Drive P.C.C. piling 520.00 Each 64 Each 33,280.00 37 Bridge 89,000.00 LS 95% 84,550.00 38 Restore water passage 3,000.00 LS !`1, �?� 39 15" C.M.P. 15.00 LF 170 LF 2,550.00 a I HEREBY CERTIFY THE C.O. 1 & 1A 3,625.00LS+ 100% 4,351.25; C.O. 2 Unit Prices - SIGNED C.O. 3 Unit Prices - C.O. 4 96.23 100% 96.23 C.O. 5 Unit Prices - g G. P. GRIFFITH C.O. 6 558.37 100% 558.37] C.O. 7 &7A 423.12 100% 423.12 19- 3369 -036: 25-3369-036-1:,z i 99. -/ 50- 9297 -041: 01 a 4� ORIGINAL CONTRACT $413,643.50 EXTRAS To DATE 7,448.30J}// 2, CONTRACT TO DATE 421,091.80 Send payment to: AMOUNT EARNED 1$393yf� • ?917C, 7"/7 Griffith Company LESS 10% RETENTION 2 3j ��� ,�� P.O. Box 395 LESS PREVIOUS PAYMENTS 33I "" '. —' Costa Mesa, California AMOUNT DUE THIS REQUEST !`1, �?� �7 Ij� I HEREBY CERTIFY THE ABOVE AMOUNTS AND VALU'f7ES ARE CORRECT. THAT SIGNED SIGNED GRIFFITH COMPANY ENG I NRtR l TOR g G. P. GRIFFITH CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. 7 FOR PERIOD ENDING May 17, 1968 PROJECT: JAMBOREE ROAD WIDENING, FORD ROAD TO PALISADES ROAD BUDGET NO. SEE BELOW CONTRACT NO. 1096 NO. CONTRACT ITEM PRICE COMPLETE EARNED 1 ` Clear & Grub $12,000 LS 100% $12,000.00 2.1 I C & G (2') 1.60 LF 5,941 LF 9,505.60 2.2 d C & G (1') 1.40 LF 9,424 LF 13,193.60 3 ; Roadway Excavation 0.70 CY 75,510 CY 52.857.00 I 4 Borrow excavation 0.80 CY 22,762 CY 18,209.60 5 Select top soil 2.00 1,600 CY i 3,200.00 6 A.B. 3.50 Ton 5,526.30 i 19,342.05 tn+ R tl I V C C D 6.2 A.S. 2.20 Ton 1 684.80 Ton 1,506.56 7 A.G. MAY 2 2 1968 6.75 Ton 1 5,101.06 Ton 34,432.15 !f 8 Misc. A.C. PUBLIC WOM6 APL 2.50 SY 3,601.10 SY i 9,002.75 9 Slope planting 0.11 SF 126,000 SF 13,860.00 10 I Settlement platform 150.00 Each 4 Each 600.00 11 Perfious sand blanket 10,000.00 LS 100% j 10,000.00 12 Adj. M.H. 60.00 Each 10 Each 600.00 f 13 I Adj. V.B. 30.00 Each 11 Each 330.00 14 Rel. air vents 300.00 LS 100% I 300.00 15 i RE1. air -vac control 200.00 LS 100% 200.00 16 Rem. exist, drain. str. 1,300.00 LS 100% 1,300.00 CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. 7 FOR PERIOD ENDING May 17, 1968 PROJECT: JAMBOREE ROAD WIDENING. FORD ROAD TO PALISADES ROAD BUDGET NO. SEE BELOW CONTRACT NO. 1096 ITEM CONTRACT PERCENT AMOUNT NO. I CONTRACT ITEM PRICE COMPLETE EARNED 17 Erosion preventers 0.50 LF 900 LF $ 450.00 18.1 i Traffic Signal Mod. $6,000.00 LS 100% 6,000.00 18.2 Rel. T.S. Box 100.00 LS 100% 100.00 18.3 A T.S. pullboxes 40.00 Ea 4 Each 160.00 Ej 18.4 i 2" Conduit 3.50 LF 198 LF 693.00 19 12" P.V.C. 2.00 LF 550 LF ` 1,100.00 20 13" P.C.C. pavement 0.50 SF 2828 SF ; 1,414.00 21 B -3 curb I 1.00 LF 589 LF 589.00 22 Drainage 96 + 88 600.00 LS 100% 600.00 i 23 1 Fill exist 36" C.M.P. ! 1,100.00 LS� 100% 1,100.00 24 Drainage 155 + 75 1,300.00 LS 1007 ; 1,300.00 25 Drainage 164 + 80 2,200.00 LS 100% 2,200.00 26 18" R.C.P. 18.00 LF 407 LF s 7,326.00 27 18" C.M.P. 168 + 96 700.00 LS 75% 525.00 28 I Drainage 176 + 75 2,200.00 LS 100% 1 2,200.00 29 24" R.C.P. 16.00 LF 412 LF 1 6,592.00 30 Drainage 180 + 21 1,500.00 LS 100% 1,500.00 —.. 31 `f 9.Junct, Str._ 184 + 21 1 650.00 LS1 10 650.00 0 El CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST N0. 7 FOR PERIOD ENDING May 17, 1968 PROJECT: JAMBOREE ROAD WIDENING, FORD ROAD TO PALISADES ROAD BUDGET NO. See Below CONTRACT NO. 1096 ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED i 32 j 21" R.C.P. 14.00 LF 155 LF $ 2,170.00 33 II r Junct. Str 185 + 79 400.00 LS 100% 400.00 34 Guard Railing 650.00 LS i 35 Furnish P.C.C. piling 8.00 LF 3,436.17 LF II 1 27,489.36 36 Drive P.C.C. piling 520,00 Each 64 Each 33,280.00 37 Bridge 89,000.00 LS 80% ( 71,200.00 38 Restore water passage 3,000.00 LS 39 15" C.M.P. 15.00 LF 170 LF I 2,550.00 $372,027.67 C.O. 1 & 1A 3,625.00LS+ 100 °% 4,351.25 j C.O. 2 Unit Prices i I C.O. 3 Unit Prices _ _ f C.O. 4 96.23 100% 96.23 C.O. 5 Unit Prices - - C.O. 6 558.37 100% 558.37 C.O. 7 & 7A 423.12 100% i 423.12 $377,456.64 i 1 19- 3369 -036: $27,244.01 25- 3369 - 036 -1: j 25- 3369 - 036 -2: 35,296.99 50- 9297 -041: I a i ORIGINAL CONTRACT $413,543.50 EXTRAS To DATE 7,448.30 CONTRACT To DATE 421.091.80 AMICUNT EARNED $377,456.64 LESS IOp RETENTION 37,745.66 LESS PREVIOUS PAYMENTS 277,169.98 AMOUNT DUE THIS REQUEST 62,541.00 Send payment to: Griffith Company P.O. Box 395 Costa Mesa, California i HEREBY CERTIFY THAT THE ABOVE AMOUNTS AND VALUES ARE CORRECT. SiGNED � / ' i - SIGNED GRIFFITH COM "PANY ENGI EER _ ;,, P. cri.ffith BY - CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. 6 FOR PERIOD ENDING PROJECT:— „AXDOREE ROAD 'rJIDENING, FORD ROAD TO PALISADES ROAD BUDGET NO. SEE BELO'rJ CONTRACT NO. 1096 April 15, 1968 1T-M CONTRACT PERCENT AMOUNT N0. CONTRACT ITEM PRICE COMPLETE EARNED 1 Clear & Grub $12,000 LS 100% $12,000.00 2.1 C & G (2') 1.60 LF 5,941 LF i 9,505.60 2.2 C & G (1') 1.40 LF 9,424 LF 13,193.60 3 Roadway Excavation 0.70 CY 75,510 CY 52,857.00 4 I Borrow excavation 0.80 CY 22,762 CY 18,209.60 5 Select top soil 2.00 1,600 CY ! i 3,200.00 6 j A.B. 3.50 Ton 5,506.30 19,272.05 6.2 A.S. 2.20 Ton 684.80 Ton 1,506.56 7 + A.C. 6.75 Ton 5,101.06 Ton 34,432.15 i 8 Misc. A.C. 2.50 BY 3,601.10.SY 9,002.75 9 d Slope planting 1 0.11 SF 126,000 SF 13,860.00 10 j Settlement platform 150.00 Each 4 Each 600.00 11 ; Perfious sand blanket 3 10,000.00 LS 100% 10,000.00 12 j Adj. M.H. 60.00 Each 10 Each 600.00 I 13 i Adj. V.B. 30.00 Each 11 Each 330.00 14 - Rel. air vents 300.00 LS 100% i 300.00 15 � RE1. air -vac control 200.00 LS ° 100/ 200.00 16 l Rem. exist. drain. str. 1,300.00 LS 100% 1,300.00 CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYiMENT REQUEST NO. . 6 FOR PERIOD ENDING April 15, 1968 PROJECT: JPNR0REE ROAD b;IDE1ING. FORD ROAD TO PALISADES ROAD BUDGET NO. SEE BELO! :; CONTRACT N0. 1096 17 18.1 18.2 18.3 18.4 19 20 21 22 23 24 25 26 27 28 29 30 31 CONTRACT ITEM Erosion preventers Traffic Signal Mod Rel. T.S. Box T.S. pullboxes 2" Conduit 1VI P.V.C. 3" P.C.C. pavement B -3 curb Drainage 96 + 88 Fill exist 36" C.M.P. Drainage 155 + 75 Drainage 164 + 80 18" R.C.P. 18" C.M.P. 168 + 96 Drainage 176 + 75 24" R.C.P. Drainage 180 + 21 PRICE 0.50 LF $6,000.00 LS 100.00 LS 40.00 Ea 3.50 LF 2.00 LF 0.50 SF 1.00 LF 600.00 LS 1,100.00 LS 1,300.00 LS 2,200.00 LS 18.00 LF 700.00 LS 2,200.00 LS 16.00 LF 1,500.00 LS COMP LEl 900 LF 100% 100% 4 Each 198 LF 550 LF 2828 SF 589 LF 100% 100% 100% 100% 407 LF 75% 100% 412 LF 100 °% 100% EARNED $ 450.00 6,000.00 100.00 160.00 693.00 1,100.00 1,414.00 589.00 600.00 1.100.00 1,300.00 2,200.00 I j 7,326.00 i 525.00 2,200.00 6,592.00 1,500.00 650.00 CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. 6 FOR PERIOD ENDING PROJECT: JAMBOREE ROAD WIDENING, FORD ROAD TO PALISADES ROAD BUDGET NO, See Below CONTRACT NO. 1096 32 33 34 35 36 37 38 K1140 21" R.C.P. Junct. Str 185 + 79 I 1 Guard Railing Furnish P.C.C. piling i Drive P.C.C. piling Bridge Restore water passage 15" C.M.P. C.O. 1 & lA C.O. 2 C.O. 3 C.O. 4 C.O. 5 C.O. 6 C.O. 7 & 7A 19- 3369 -036: $16,148.37 25 -3369- 036 -1: 25- 3369 - 036 -2: 48,445.14 50- 9297 -041: 360.00 25- 3369 - 036 -4: 4,014.47 14.00 LF 400.00 LS 650.00 LS 8.00 LF 520.00 Each 89,000.00 LS 3,000.00 LS 15.00 LF 3,625.00LS+ Unit Prices Unit Prices 96.23 Unit Prices 558.37 423.12 April 15, 1968 COMPLE 155 LF 100% 3,436.17 LF 64 Each 2% 170 LF 100% 100 100% 100% ORIGINAL CONTRACT $413,643.50 EXTRAS TO DATE 7,448.30 CONTRACT To DATE 421,091. 'Ok,L Z4 LY Send payment to: AMCUNT EARNED $307.966. 4 `a Grif ?ith Company '0 RETENTION 30,796. P.O. Box 395 LESS PREVIOUS PAYMENTS 208,202.00 Costa Mesa, California AMOUNT DUE THIS REQUEST 68,967.98 $ 2,170.00 91I10111 27,489.36 33,280.00 1,780.00 2,550.00 302,537.67 4,351.25 96.23 558.37 423.12 ;307,966.64 i HEREBY CERTIFY THAT THE ABOVE AMOUNTS AND VALUES ARE CORRECT. SIGNED SIGNED GRIFFITH COMPANY ENGINEE TOR P. Griffith e.-� 7 CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. 5 FOR PERIOD ENDING March 15, 1968 PROJECT: JAM30REE ROAD WIDENING, FORD ROAD TO PALISADES ROAD P.i:OGc.T NO. SEE BELOW NO 1 2.1 2.2 3 4 5 6 6.2 7 8 9 10 11 12 �J ♦Y 15 is Clear & Grub C & G (2') C &G(i') Roadway Excavation Borrow excavation Select top soil A.B. A. S. A. C. Misc. A.C. Slope planting Settlement platform Perfious sand blanket Adj. M.H. i •1: V.B. f j Ral. air vents REI. air -vac control Rem. exist, drain. str. CONTRACT $12,000 LS 1.60 LF 1.40 LF 0.70 CY 0.80 CY 2.00 3.50 Ton 2.20 Ton 6.75 Ton 2.50 SY 0.11 SF 150.00 Each 10,000.00 LS 60.00 Each 30.00 Each 300.00 LS 200.00 LS 1,300.00 LS 1096 100% 5,941 LF 9,424 LF 75,510 CY 22,762 CY 1,600 CY 5,596.00 704.80 Ton 4,878.31.Ton 3,000 SY 4 Each 100% 8 Each 7 Each 90% 90% I.90% $12,000.00 " 9,505.60-% 13,193.60- 52,857.00 h 18,209.60 3,200.00 19,586.00^ 1,550.56 . 32,928.59 M 7,500.00 600.00 10,000.00 480.00 J, 210.00 � 270.00-% 180.00 1,170.00 ' CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT II�L��IZLJJ PAYMENT REQUEST NO. .. 5 FOR PERIOD ENDING March 15, 1968 PROJECT: JA-TOREE ROAD WIDENING. FORD ROAD TO PALISADES ROAD �V:.oET N0. SEE BELO!•! CONTRACT NO. 1096 1T�M , CONTRACT �' PERCENT AMOUNT :0. CONTRACT ITEM PRICE COMPLETE EARNED 17 I Erosion preventers 0.50 LF $ 450.00 h 18.1 1 Traffic Signal Mod. $6,000.00 LS 100% 6,000.00 i8.2 Rel. T.S. Box 100.00 LS 100% 100.00 w i8.3 T.S. pullboxes 40.00 Ea 4 Each 160.00 18.4 2" Conduit 3.50 LF 198 LF 693,00 H 19 1;" P.V.C. 2.00 LF 550 LF 1,100.00 20 3" P.C.C. pavement 0.50 SF 45 SF 22.50 21 B -3 curb 1.00 LF 589 LF 589.00 22 Drainage 96 + 88 600.00 LS 100% 600.00 23 Fill exist 36" C.M.P. 10100.00 LS 100% 1,100.00- 24 Drainage 155 + 75 1,300.00 LS 90% 1,170.00 25 Drainage 164 + 80 2,200.00 LS 90% 1,98q.00 26 118" R.C.P. 18.00 LF 407 LF _ 7,326.00 N 27 18" C.M.P. 168 + 96 700.00 LS 50% 350.00 28 i Drainage 176 + 75 2,200.00 LS 70% 1,540.00 A 29 f 24" R.C.P. 16.00 LF 412 LF 6,592.00 - 30 Drainage 180 + 21 1,500.00 LS 60% 900.00 3-. nct. Str. 184 + 21 Frn nn If ��•, or ' CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. 5 FOR PERIOD ENDING March 15, 1968 PROJECT: JAMBOREE ROAD WIDENING, FORD ROAD TO PALISADES ROAD BUDGET NO. See Below CONTRACT NO. 1096 ?i 32 21" R.C.P. 33 Junct. Str 185 +'79 34 Guard Railing 35 Furnish P.C.C. piling 36 Drive P.C.C. piling 37 Bridge 38 Restore water passage !! 39 115" C.M.P. 19- 3369 -036: $14,401.36 25 -3369- 036 -1: 14,40.36 25 -3369- 036 -2: 7,00 .00 50- 9297 -041: 650.00 LS CONTRACT I r PFRCFNT 0711mT COMPLETE C.O. 1 14.00 LF 155 LF C.o. 2. 400.00 LS 100% C.O. 3 650.00 LS C.O. 4 8.00 LF . 522 LF C.O. 5 520.00 Each 7 Each 89,000.00 LS 3,000,00 LS 15.00 LF 170 LF C.O. 1 3,625.00LS+ 100% C.o. 2. Unit Prices C.O. 3 Unit Prices C.O. 4 C.O. 5 Unit Prices -. bar Dirr.$ieurv.✓ ORIGINAL CONTRACT $413,643.50, -- EXTRAS TO DATE 6, 319,�514ilr 3 -Z CONTRACT TO DATE 419,963(45 1 =Company AMOUNT EARNED 231,324.45�� LESS ION RETENTION 23,132.45 LESS PREVIOUS PAYMENTS 172, 3 .28 % rnia AMOUNT DUE THIS REQUEST 35,8�2.72h//j'�' I HEREBY CERTIFY THAT THE ABOVE AMOUNTS AND VALUES ARE CORRECT. SIGNED SIGNCD— GRIFFITH COMPANY LNG INEE OR N $ '2,170.00 400.00 w 4,176.00 3,640.00 %A 2,550.00 221,699.45 , 3,625.00 , � 231,324.45 ., GI lif_>1u'' G. P. Griffith 0 0 CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. 4 FOR PERIOD ENDING Fohriiar -16, ICIER !V.1: :111 1 1 1 1:1 CI!1 1 •! !1 :1!1 BUDGET NO. SEE BELOW CONTRACT NO, ing6 ITEM N0, CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT _ EARNED 1 Clear & Grub $12,000 LS 98% $11,760.00 2.1 C & G (2') 1.60 LF 5,803 LF 9,284.80 2.2 C & G (1') 1.40 LF 8,109.5 11,353.30 3 Roadway Excavation 0.70 CY 75,340 CY 52,738.00 4 Borrow excavation 0.80 CY 22,762 CY 18,209.60 5 Select top soil 2.00 1,600 CY 3,200.00 6 I A.B. 3.50 Ton 3,112.45 Ton 10,893.57 6.2 I A.S. 2.20 Ton 244.45 Ton 537.79 7 A.C. 6.75 3,432.44 23,168.97 8 Misc. A.C. 2.50 SY 2,441.8 SY 6,104.50 9 Slope planting 0.11 SF 10 Settlement platform 150.00 each 4 each 600.00 11 Perfious sand blanket 10,000.00 LS 100% 10,000.00 12 kdj. M.H. 60.00 ea 13 a ; Adj. V.B. 30.00 ea 14 Rel. air vents 300.00 LS 70% j 210.00 15 Rel. air -vac control 200.00 LS 70% 140.00 drain. str. 1,300.00 LS 90% 1 1,170.00 CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. 4 FOR PERIOD ENDING February 16. 1969 PROJECT. JAMBOREE ROAD WIDENING. FORD ROAD TO PALISADES ROAD BUDGET NO. SEE BELOW CONTRACT NO. 1096 ITEM CONTRACT PERCENT AMOUNT NO. CONTRACT ITEM PRICE COMPLETE EARNED 17 Erosion preventers 0.50 LF 18.1 Traffic Signal Mod. $6,000.00 LS 100% $ 6,000.00 18.2 Rel. T.S. Box 100.00 LS 100% 100.00 18.3 j T.S. pullboxes 40.00 Ea 4 each 160.00 18.4 2" Conduit 3.50 LF 198 LF 1 693.00 19 11'Z' P.V.C. 2.00 LF 550 LF i 1,100.00 i 20 3" P.C.C. pavement 0.50 SF I 21 B -3 curb I 1.00 LF 22 , Drainage 96 + 88 600.00 LS 100% 600.00 23 I Fill exist 36" C.M.P. 1,100.00 LS 100% 1,100.00 24 I Drainage 155 + 75 1,300.00 LS 90% i i 1,170.00 25 Drainage 164 + 80 2,200.00 LS 25% 550.00 26 18" R.C.P. 18.00 LF 299 LF i 5,382.00 27 1 18" C.M.P. 168 + 96 700.00 LS 28 ! Drainage 176 + 75 2,200.00 LS 60% ; 1,320,00 29 i 24" R.C.P. 16.00 LF 412 LF 6,592.00 30 I� Drainage 180 + 21 1,500.00 LS 60% 900.00 1t 9 Junct. Str. 184 + 21 650.00 LS 100% 650.00 CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. 4 FOR PERIOD ENDING February 16, 1968 PROJECT: JAMBOREE ROAD WIDENING, FORD ROAD TO PALISADES ROAD BUDGET NO. See Below CONTRACT NO. 1096 ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED 32 21" R.C.P. 14.00 LF 155 LF 2,170.00 33 Junct. Str 185 + 79 400.00 LS 100% 400.00 34 Guard Railing 650.00 LS 35 i Furnish P.C.C. piling 8.00 LF 36 Drive P.C.C. piling 520.00 Each I 37 Bridge 89,000.00 LS i I 38 Restore water passage 3,000.00 LS 39 I 115" C.M.P. 15.00 LF 170 LF r 2,550.00 190,807.53 C.O. 1 3,625.00 LS+ 20% 725.00 C.O. 2 Unit Prices C.O. 3 Unit Prices C.O. 4 C.O. 5 Unit Prices ! { 191,532.53 19- 3369 -036: $31,088.55 25- 3369 - 036 -1: 31,088.55 { 25- 3369 - 036 -2: - j 50- 9297 -041: 350.00 I i 25- 3369 - 036 -3: 2,000.00 25- 3369 - 036 -4: 250.00 ORIGINAL CONTRACT EXTRAS TO DATE CONTRACT TO DATE AMCUNT EARNED LESS IO/1 RETENTION LESS PREVIOUS PAYMENTS AMOUNT DUE THIS REQUEST $413,643.50 - 738.50 $412,905.00 191,532.53 :. 19,153.25 107,62.18 64,777.10 G Sena , .ant to: Griffin; company P.O. Box 395 Costa Mesa, California I HEREBY CERTIFY THAT THE ABOVE AMOUNTS AND VALUES ARE CORRECT. SIGNED /• �r SIGNED GRIFFITH COMPANY LNG I ERNT BY G G. P. Griffith CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. 3 FOR PERIOD ENDING January 15, 1968 PROJECT: JAMBOREE ROAD WIDENING, FORD ROAD TO PALISADES ROAD BUDGET NO. SEE BELOW CONTRACT NO. 1096 ITEM N0, CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED 1 } Clear & Grub $12,000 LS 98% $11,760.00 2.1 I C & G (2') 1.60 LF 6,041.5 LF 9,666.40 2.2 { C & G (1') 1.40 LF 2,194.5 LF 3,072.30 3 Y Roadway Excavation 0.70 CY 70,000 CY 14 9,000.00 4 Borrow excavation 0.80 CY 5,000 CY 4,000.00 5 ` Select top soil 2.00 6 A.B. 3.50 Ton 1,630.35 Ton 5,706.22 6.2 !� ! A.S. 2.20 Ton ; 7 i A.C. 6.75 Ton 272.10 Ton 1,836.67 8 j Misc. A.C. ! 2.50 SY 9 Slope planting 0.11 SF 10 Settlement platform 150.00 Each l 4 Each i 600.00 11 Perfious sand blanket 10,000.00 LS 100% j 10,000.00 12 � Adj. M.H. 60.00 Each i i 13 I Adj. V.B. 30.00 Each 14 j Rel. air vents 300.00 LS 15 REI. air -vac control 200.00 LS 16 Rem. exist. drain. str. 1,300.00 LS 80% 1,040.00 CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. 3 FOR PERIOD ENDING January 15 1968 PROJECT: JAMBOREE ROAD WIDENING. FORD ROAD TO PALISADES ROAD BUDGET NO. SEE BELOW CONTRACT NO. 1096 NO. CONTRACT ITEM PRICE COMPLE 17 Erosion preventers 0.50 LF 18.1 Traffic Signal Mod. $6,000.00 LS 95% 18.2 Rel, T.S. Box 100.00 LS 18.3 j T.S. pullboxes 40.00 Ea 18.4 12" Conduit 3.50 LF 198 LF 19 I lz" P.V.C. 2.00 LF 365 LF 20 3" P.C.C. pavement 0.50 SF 21 I B -3 curb 1.00 LF 22 I I Drainage 96 + 88 600.00 LS 100% 23 Fill exist 36" C.M.P. 1,100.00 LS 100% 24 Drainage 155 + 75 1,300.00 LS 25 Drainage 164 + 80 2,200.00 LS 26 JJ ; 18" R.C.P. 18.00 LF 27 y) 18" C.M.P. 168 + 96 700.00 LS 28 Drainage 176 + 75 2,200.00 LS 50% 29 9 24" R.C.P. 16.00 LF 412 LF 30 ' Drainage 180 + 21 1,500.00 LS 50% 31 _ _ 1999 Junct. Str. 184 + 21 650.00 LS 95% EARNED 5,700.00 693.00 730.00 600.00 1,100.00 1,100.00 6,592.00 750.00 617.50 CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. 3 FOR PERIOD ENDINGJanuary 15. 19691 PROJECT: JAMBOREE ROAD WIDENING, FORD ROAD TO PALISADES ROAD BUDGET NO. See Below CONTRACT NO. 1096 ITEM j NO. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED 32 21" R.C.P. CONTRACT TO DATE 14.00 LF 155 LF 2,170.00 33 i Junct. Str 185 + 79 400.00 LS 90% 360.00 34 Guard Railing LESS PREVIOUS PAYMENTS 650.00 LS i 35 Furnish P.C.C. piling 8.00 LF I HEREBY CERTIFY THAT THE ABOVE AMOUNTS AND VALUES ARE CORRECT. if 36 Drive P.C.C. piling 520.00 Each 1 37 Bridge 89,000.00 LS i ' II 38 f Restore water passage 3,000.00 LS 39 15" C.M.P. 15.00 LF 165 LF 2,475.00 I $119,569.09 ; I i 19- 3369 -036: 29,097.03 25- 3369- 036 -1: 29,097.04 25- 3369 - 036 -2: - j 50- 9297 -041: - (1 25- 3369 - 036 -3: $ $ 6,000.00 ORIGINAL CONTRACT EXTRAS DATE $413,643.50 bP TO CONTRACT TO DATE _ 4s 0 d payment t0: AMOUNT EARNED 119,569.09 �� y�/ //JJ Grzffith Compa,;,; LESS iO% RETENTION 11,956.9 P.O. Box 395 JAN _ LESS PREVIOUS PAYMENTS 43,418.11 Costa Mesa, California AMOUNT DUE THIS REQUEST 64,194.07 gg I HEREBY CERTIFY THAT THE ABOVE AMOUNTS AND VALUES ARE CORRECT. S E GNEq����._ � ._ ✓ S I GNED GRIFFITH COMPANY -- - ENGIN R C �dR P. Griffith BY CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT / PROGRESS PAYMENT REQUEST NO._ . X2 FOR PERIOD ENDI December 15, 1967 PROJECT: JAMBOREE ROAD WIDENING, FORD ROAD TO PALISADES ROAD BUDGET NO. SEE BELOW CONTRACT NO . 0Z96 ITE M NO. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED 1 Clear & Grub $12,000 LS 80% $9,600.00 2.1 C & G (2') 1.60 LF 4,149.5 LF 6,639.20 2.2 C & G (1') 1.40 LF 3 Roadway Excavation 0.70 CY 3,100 CY 1 2,170.00 4 l Borrow excavation 0.80 CY 5 Select top soil 2.00 6 A.B. 3.50 Ton 690.9 Ton 2,418.15 6.2 A.S. i 2.20 Ton 7 A.C. 6.75 Ton i 8 Misc. A.C.. 2.50 SY 9 I Slope planting 0.11 SF 10 Settlement platform 150.00 Each 4 Each 600.00 11 Perfious sand blanket 10,000.00 LS 100% 10,000.00 12 Adj. M.H. 60.00 EaQh 0 13 Adj. V.B. 30.00 Each .4 j Rel. air vents 300.00 LS .5 REI. air -vac control 200.00 LS 6 Rem. exist, drain. str. 1,300.00 LS 20% 260.00 CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. .. x2 FOR PERIOD ENDING December 15, 1967 PROJECT: JAMBOREE ROAD WIDENING FORD ROAD TO PALISADES ROAD BUDGET NO. SEE BELOW CONTRACT NO. 1096 ITEM CONTRACT PERCENT AMOUNT NO. CONTRACT ITEM PRICE COMPLETE EARNED 17 Erosion preventers i 0.50 LF 18.1 Traffic Signal Mod. $6,000.00 LS 20% 1,200.00 18.2 Rel. T.S. Box 100.00 LS 18.3 T.S. pullboxes 40.00 Ea 18.4 2" Conduit 3.501F 198 LF 693.00 19 1;" P.V.C. 2.00 LF 365 LF 730.00 20 3" P.C.C. pavement 0.50 SF 21 B -3 curb 1.00 LF 22 Drainage 95 + 88 600.00 LS 100% 600.00 23 I Fill exist 36" C.M.P. 1,100.00 LS 24 Drainage 155 + 75 1,300.00 LS 25 Drainage 164 + 80 2,200.00 LS 26 18" R.C.P. 18.00 LF 27 18" C.M.P. 168 + 96 700.00 LS 28 Drainage 176 + 75 2,200.00 LS 25% 550.00 29 0 24" R.C.P. 16.00 LF 412 LF 6,592.00 30 Drainage 180 + 21 1,500.00 LSJ 40% 600.00 90% 585.00 _31__ ._Junct__Str. 184 + 21 650.00 LS 19- 3369 -036: 25- 3369 - 036 -1: 25- 3369 - 036 -2: 50- 9297 -041: 25- 3369 - 036 -3: ORIGINAL CONTRACT EXTRAS TO DATE OONTRACT TO DATE $18,104.16 18,104.15 $ 3,500.00 $413,643.50 AMOUNT EARNED $48,242 35 LESS IOo RETENTION 4,824 24 LESS PREVIOUS PAYMENTS 3,709• AMOUNT DUE THIS REQUEST 39,708.31 G) Send payment to: /c =4 Griffith Company P.O. Box 395 Costa Mesa, California 48,242.35 I HEREBY CERTIFY THAT THE ABOVE AMOUNTS AND VALUES ARE CORRECT. SIGNED / ✓.. ✓:"/i SIGNED GRIFFITH COMPANY ENGI EER ACTOR A G. P. Griffith By CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. x2 FOR PERIOD ENDING December 15, 1967 PROJECT: JAMBOREE ROAD WIDENING, FORD ROAD TO PALISADES ROAD BUDGET NO. See Below CONTRACT NO. 1096 ITEM CONTRACT PERCENT AMOUNT NO. CONTRACT ITEM PRICE COMPLETE EARNED 32 21" R.C.P. 14.00 LF 155 LF 2,170.00 33 Junct. Str 185 +'79 400.00 LS 90% 360.00 34 Guard Railing 650.00 LS + 35 Furnish P.C.C. piling 8.00 LF 36 Drive P.C.C. piling 520.00 Each 1 37 Bridge 89,000.00 LS 38 Restore water passage 3,000.00 LS 1 39 ! 1 15" C.M.P. 15.00 LF 165 LF 2.475.00 19- 3369 -036: 25- 3369 - 036 -1: 25- 3369 - 036 -2: 50- 9297 -041: 25- 3369 - 036 -3: ORIGINAL CONTRACT EXTRAS TO DATE OONTRACT TO DATE $18,104.16 18,104.15 $ 3,500.00 $413,643.50 AMOUNT EARNED $48,242 35 LESS IOo RETENTION 4,824 24 LESS PREVIOUS PAYMENTS 3,709• AMOUNT DUE THIS REQUEST 39,708.31 G) Send payment to: /c =4 Griffith Company P.O. Box 395 Costa Mesa, California 48,242.35 I HEREBY CERTIFY THAT THE ABOVE AMOUNTS AND VALUES ARE CORRECT. SIGNED / ✓.. ✓:"/i SIGNED GRIFFITH COMPANY ENGI EER ACTOR A G. P. Griffith By CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. _ 1 FOR PERIOD ENDING November 15, 1967 PROJECT: JAMBOREE ROAD WIDENING, FORD ROAD TO PALISADES ROAD —!!! BUDGET NO. SEE BELOW 1096 ) -Y ITEM NO. _ CONTRACT ITEM CONTRACT PRICE PLRCENT COMPLETE AMOUNT EARNED 1 Clear & Grub $12;000 LS 12% 1$1,440.00 2.1 C & G (2') 1.60 LF 2.2 C & G (P) 1.40 LF 3 Roadway Excavation 0.70 CY 260 CY 182.00 4 Borrow excavation 0.80 CY 5 Select top soil 2.00 6 A.B. 3.50 Ton 6.2 A.S. 2.20 Ton 7 A.C. 6.75 Ton 8 Misc. A.C. 2.50 SY 9 Slope planting 0.11 SF 10 Settlement platform 150.00 Each 11 Perfious sand blanket 10,000.00 LS 25% i2,500.00 12 Adj. M.H. 60.00 Each 13 Adj. V.B. } } }! 30.00 Each 14 Rel. air vents 300.00 LS 15 RE1. air -vac control 200.00 LS 16 Rem. exist, drain. str. — -- 1,300.00 LS n CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. .. 1 1 FOR PERIOD ENDING Novemer 15, 1967 PROJECT: JAMBOREE ROAD WIDENING. FORD ROAD TO PALISADES ROAD BUDGET NO. SEE BELOW CONTRACT N0. 1096 ITEM I I CONTRACT I .' PFRCFMT 1 AMOIIN NO. CONTRACT ITEM PRICE 17 Erosion preventers 0.50 LF 18.1 Traffic Signal Mod. $6,000.00 LS 18.2 Rel. T.S. Box 100.00 LS 18.3 T.S. pullboxes 40.00 Ea 18.4 2" Conduit 3.50 LF 19 12" P.V.C. 2.00 LF 20 3" P.C.C. pavement 0.50 SF 21 B -3 curb 1.00 LF 22 Drainage 96 + 88 600.00 LS 23 Fill exist 36" C.M.P. 1,100.00 LS 24 Drainage 155 + 75 1,300.00 LS 25 Drainage 164 + 80 2,200.00 LS 26 18" R.C.P. 18.00 LF 27 18" C.M.P. 168 + 96 700.00 LS 28 Drainage 176 + 75 2,200.00 LS 29 J 24" R.C.P. 16.00 LF 30 Drainage 180 + 21 1,500.00 LS 31 Aiinrt_ Str. 194 + 21 650.00 Is I EARNED CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT PROGRESS PAYMENT REQUEST NO. 1 FOR PERIOD ENDING Nnvcmhov 1 67 PRO„ECT: JAMBOREE ROAD WIDENING, FORD ROAD TO PALISADES ROAD BUDGET NO. See Below CONTRACT NO. 1096 ITEM NO. CONTRACT ITEM CONTRACT PRICE PERCENT COMPLETE AMOUNT EARNED i 32 121" R.C.P. 14.00 LF 33 Junct. Str 185 + 79 400.00 LS 34 Guard Railing 650.00 LS 35 Furnish P.C.C. piling 8.00 LF II I 36 Drive P.C.C. piling 520.00 Each 37 Bridge 89,000.00 LS i 38 Restore water passage 3,000.00 LS i 39 15" C.M.P. 15.00 LF d 1$4,122.00 i e 1 19- 3369 -036: $3,709.80 I I j 25- 3369- 036 -1: ') i 25- 3369- 036 -2: 50- 9297 -041: ORIGINAL CONTRACT $413,643.50 EXTRAS To DATE CONTRACT TO DATE S2 payment t6: AMOUNT EARNED 4,122.00 /, Griffith Company LESS M% RETENTION 412.20 P.O. Box 395 LESS PREVIOUS PAYMENTS - Costa Mesa, California AMOUNT DUE THIS REQUEST 3,709.80 I HEREBY CERTIFY THAT THE ABOVE AMOUNTS AND VALUES ARE CORi ..T. S',GNED,,_ <_. S IGNED GRIFFITH COMPANY ENGINE BYo,TQ�. P. Griffith