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