HomeMy WebLinkAboutC-1240 - Street Reconstruction 1969-70, concrete repairsMail to:
City Clerk
City of Newport Beach
3300 Newport Blvd
Newport Beach, Cal.
9266o
2148
NOTICE OF COMPLETION
PUBLIC WORKS
BooK 9255 rac.631
RECORDED AT REQUEST C OF MD7MR xrmm
N OFFICIAL RECORDS OI
ORANGE COUNTY, CALIF.
FREE 1 9:05 AM APR 3 1970
C8 x WRE CWTU, County Rwadu
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on February 20, 1970
the Public Works project consisting of street reconstruction, 1969 -70, concrete
repairs and resurfacing (C -1240)
on which Griffith Company
was the contractor, and The American Insurance Company
was the surety, was completed.
CITY OF NEWPORT BEACH
r.
V ERIFICATI4
I, the undersigned, say:
orks Dire
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on April 1, 1970 at Newport Beach, California.
I, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on March 23 1970 accepted the above described work as
completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on April 1, 1970 at Newport Beach, California.
May S. 1970
Griffith Company
P. O. Box 395
Costa Mesa, California 92627
Subject: Surety . The American Insurance Company
Bonds No. : SCR- 7072528a
Project . Street Reconstruction, 1969 -70 - Concrete
Repairs and Resurfacing
Contract No.: 1240
The City Council on March 23, 1970 accepted the work of subject
project and authorised the City Clerk to file a Notice of Completion
and to release the bonds 35 days after Notice of Completion has
been filed.
Notice of Completion was filed with the Orange County Recorder
on April 3, 1970, in Hook No. 9255, Page 631. Please notify
your surety company that bonds may be released 35 days after
recording date.
Laura Lagios
City Clerk
dg
cc: Public Works Department
Ji
i
CITY OF NEWPORT BEACH
CALIFORNIA
Date: Apri11. 1970
Mr. J. Wylie Carlyle
County Recorder
P. 0. Box 238
Santa Ana, California 92702
Dear Mr. Carlyle:
City Hall
3300 W. Newport Blvd.
Area Code 714
673 -2110
Attached for recordation is Notice of Completion of Public
Works project consisting of 4LrP1iY rgj n++ntenrK 19AQ_7i1_
concret® rewire and reeurfacina Contract No. 1240
on which _ Griffith company was the Contractor
and T,,, Amami an Ingurance Company was the surety.
Please record and return to us.
LL:ds
Encl.
Very truly yobs,
Laura Lagios
City Clerk
City of Newport Beach
March 23, 1970
.'..I`
CT TY , CDUI9CIL'; ,�' -6
;
FROM: Public Works Director
SUBJECT: ACCEPTANCE OF STREET RECONSTRUCTION, 1969 -70, CONCRETE REPAIRS AND RESURFACING
(C -1240)
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3, Authorize the City Clerk to release the bonds 35 days after
the Notice of Completion has been filed.
DISCUSSION:
The contract for the Street Reconstruction, 1969 -70, Concrete Repairs and
Resurfacing has been completed to the satisfaction of the Public Works Department,
The bid price was: $ 117,937.00
Amount of unit price items constructed: 127,480.69
Amount of change orders: -
Total contract cost: 127,480.69
Amount budgeted in Account #02- 3397 -205: 403,805.00
The overrun in the contract amount was due to the resurfacing of additional
street area and the need to replace considerably more curb, gutter, and sidewalk in
Irvine Terrace than was originally anticipated.
The contractor is the Griffith Company of Costa Mesa, California.
The contract date of completion was January 13, 1970. Due to rain and the
additional quantities of work, the resurfacing was not completed until January 22.
All work including clean -up was completed on February 20, 1970.
1
eph T. Devlin
lic rks Director
GPD /bg
CITY OF NEWPORT BEACH
TO: Public Works Department
FROM City Clerk
SUBJECT: Contract No. 1240
0
Date October 31. 1969
Project Street Recwstractlw. 1969 -70. Cwarets
RON"= "d A06wh4lss
Attached are 2 executed copies of subject contract for your files and for
transmittal to the contractor.
Contractor: Grim& comp"T
Address: P. O. Sw 3990 Cosh► Mesa. C41tt. 92627
Amount: $ 117 937.00
Effective Date: October No 1969
Resolution No. 7032 adopted on OGWbGV 13v 1969
i
LL:dg
Att.
cc: Finance Department
October 30, 1969
T0: CITY CLERK
FROM: Public Works Department'
SUBJECT: STREET RECONSTRUCTION, 1969- 70.,.,CONCRETE REPAIRS AND RESURFACING
C -12240
Attached are three sets of Contract Documents and
Insurance Certificates for the subject project.
These documents have been reviewed and approved,
as noted, by the City Attorney's office.
When all documents have been executed by the Mayor
and youroffice, please retain your copy and return
the Contractor's an'& Public Works copies, to, me.
Derek H. Whie
Project Engineer
DHW /em
Atts.
r OERTIFICATE OF INSURANC,
TO: City of Newport Beach
Name and Address of Insured
City Hall, 3300 W. Newport Boulevard
GRIFFITH COMPANY
Newport Beach, California
611 SOUTH SHATTO.PLACE
Attn: Ed McDonald, Asst. Civil Engin
er LOS ANGELES, CALIFORNIA 90005
COVERAGE
COMPANY A#ND
EXPIIRATTION
LIMITS OF LIABILITY
Workmen's Compensation
PACIFIC INDEMNI
WC- Statutory
Employers Liability
#PEC 55650
7 -1 -70
EL- Unlimited in California
Bodily Injury
Property Damage
7 -1 -72
* Comprehensive General
PACIFIC INDEMNIT
Each Person
Liability
#LAC 202600
Each Accident
$500,000 Per
Occurrence -.
Aggregate
Combined Sing
Le Limit for
7 -1 -72
Bodily Injury
and Property
* Comprehensive Automobile
Liability Insurance
"
Each Person
Damage.
Each Accident
EXCESS.LIA13ILITY
HARBOR INSURANCE
7 -1 -72
$1,500,000 Per Occurrence -
APPROVED AS TO FORM
CO. xt4*Nx
Combined Single Limit for
Dated: Q �� 1
108140
Bodily Injury and Property
Damage Excess of Pacific
CITY 7"ORN
Indemnity Policy LAC 202600.
B .. l
* The City of Newpc
rt Beach is recoc
nized as an additional
insured but
only as respects
work performed bJ
Griffith Company.
* Policy has been cndorsed
as follows
- "It is hereby
understood and
agreed that the Eolicy
to which t
is certificate
refers may not be
cancelled, materially
changed, noi
the policy a
lowed to laLg!:
-71—tyerR
ay
receipt 15y TM
o
y
Newport Beach, C'ty
Hall, Newport
Beach, Califo
nia, of a. is
written notice ol
such cancellation
or reduction
in cove
�9
�k OF °'a►
Location: Street reconstruction, 1969 -70 -- Concrete repairs a�� Ong
Contract no. 1240
Notice of Cancelation —In the event of cancelation or change in the above certified CoveragesAobx21!l 1061crow
xit the undersigned 2Dg0=idicdzys written notice of cancelation or change to:
will give 30 days See above
(See reverse side for additional provisions)
This is to certify Coverage under the above policies.
10- 22 -69 /st
FRED. S. JAMES & CO.
INSURANCE BROKERS
625,5out4 Kingsley DJ
Angeles 5, Calif.
z OERTIFICATE OF INSURANC.
TO: City of Newport Beach
Name and Address of Insured
City Hall, 3300 We Newport Boulevard
GRIFFITH COMPANY
Newport Beach, California
611 SOUTH SHATTO.PLACE
Attnt Ed McDonald, Asst. Civil Engin
r LOS ANGELES, CALIFORNIA 90005
COVERAGE
COMPANY ICY # D
EXPIRATION
DATE
LIMITS OF LIABILITY
Workmen's Compensation
PACIFIC INDEMNI
WC- Statutory
Employers Liability
#PEC 55650,
7 -1 -70
EL- Unlimited in California
Bodily Injury
Property Damage
7 -1 -72
IN Comprehensive General
PACIFIC INDEMNIT
Each Person
Liability
#LAC 202600
Each Accident
$500,000 Per
Occurrence -
Aggregate
Combined Single
Limit for
7 -1 -72
Bodily Injury
and Property
A Comprehensive Automobile
Liability Insurance
"
Each Person
Damage.
Each Accident
EXCESS LIABILITY
HARBOR INSURANCE
7 -1 -72
$1,500,000 Per Occurrence —
APPROVED AS TO FORM
CO. NNNNENErEx
Combined Single Limit for
Dated: /0 I ld9
108140
Bodily Injury and Property
CITY ATTORNEY
Damage Excess of Pacific
Indemnity Policy LAC 202600.
By
• The City of Newport
Beach is recogaized
as an additional
insured but
only as respects
#York performed by
Griffith Comi,any.
* Policy has been a
dorsed as follo
- "It is he
eby understood and
agreed that the pDlicy
to which this
certificati
refers may not be
cancelled, materlilly
changed, noz
the policy a
lowed to lapse until
Newport Beach, City
Hall, Newport
Beach# California,
of a registred
written notice of
such cancellaticrt
or reduction
in coverage."
Location: Street reconstruction, 1969 -70 -- Concrete repairs and resurfacing -
Contract no. 1240
Notice of Cancelation —In the event of cancelation or change in the above certified CoveragesAV tzIR7Cttotict&Mx
xg the undersigned xv40=iflttbys written notice of cancelation or change to:
will give 30 days See above
(See reverse side for additional provisions)
This is to certify Coverage under the above policies.
FRED. S. JAMES 5 CO.
INSURANCE BROKERS
625f Kingsley D ve, os Angeles 5, Calif.
_
�
10- 22 -69 /st I/ 0 \
A I CERTIFICATE OF INSURANC•
TO: City of Newport Beach
Name and Address of Insured
City Hall, 3300 W* Newport Boulevard
GRIFFITH COMPANY
Newport Beach, California
611 SOUTH SHATTO PLACE
Attnt Ed McDonald, Asst* Civil Engineer
LOS ANGELES, CALIFORNIA 90005
COVERAGE
COMPANY AND
POLICY *
EXPIRATION
DATE
LIMITS OF LIABILITY
Workmen's Compensation
PACIFIC INDEMNI
WC- Statutory
Employers Liability
#PEC 55650 _
7 -1 -70
EL- Unlimited in California
Bodily Injury
Property Damage
7 -1 -72
• Comprehensive General
PACIFIC INDEMNIT
Each Person
Liability
#LAC 202600
Each Accident
$500,000 Per
Occurrence -
Aggregate
Combined Sing
Le Limit for
7 -1 -72
Bodily Injury
and Property
• Comprehensive Automobile
-
Liability Insurance
"
Each Person
Damage.
Each Accident
EXCESS LIABILITY
HARBOR INSURANCE
7 -1 -72
$1,500,000 Per Occurrence —
APPROVED i.5 0 i ;ILM
CO.
Combined Single Limit for
Dated: /o / �(,y
108140
Bodily Injury and Property
CITY ATTORNEY
Damage Excess of Pacific
Indemnity Policy LAC 202600.
Bg
• The City of Newport
Beach is re
iced as an additional
insured but
only as respects
work performed b
Griffith ComI
Ianyo
• Policy has been eadorsed
as follows
- •It is hejvby
understood and
agreed that the Folicy
to which tkis
oartificatt
refers may not be
cancelled, materially
changed, nox
the policy a
lowed to lapse until
Newport Beach, City
Hall, Newport
Beach# Califo
nia, of a registred
written notice of
such canoellaticn
or reductiomi
in coverage.•
Location: Street reconstruction, 1969 -70 -- Concrete repairs and resurfacing -
Contract no. 1240
Notice of Cancelation —In the event of cancelation or change in the above certified Coverages, 1#ft2 W1=1 Aftx
xg the undersigned av40 eci&dayx written notice of cancelation or change to:
will give 30 days See above
(See reverse side for additional provisions)
This is to certify Coverage under the above policies.
10- 22 -69 /st
FRED. S. JAMES & CO.
INSURANCE BROKERS
625 _Sowl;4 Kingsley D1�-
Angeles S. Calif.
..: -/ \ -.-
CONTRACT NO. 1240
CITY OF NEWPORT BEACH
CONTRACT DOCUMENTS
FOR
STREET RECONSTRUCTION. 1969770
CONCRETE REPAIRS AND RESURFACING
Approved by the City Council on this
8th Day of September, 1969.
La r�i aLagios, Ci C e
i
9
a
4i
NOTICE TO BIDDERS:
9 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT NO. 1240
CONTRACT DOCUMENTS
00
STREET RECONSTRUCTION, 1969 -70.
CONCRETE REPAIRS AND RESURFACING
ADDENDUM NO. 1
October 1, 1969
Please be advised that Section II (page SP 1 of 7) shall be revised to read
as follows:
II Completion of Work
The Contractor shall complete all the work within 120 consecutive
calendar days after execution of the contract by the City.
Please show date of receipt of this Addendum on the Proposal
or insert a copy with your Proposal.
Date
Derek H. White—
Design Engineer
41ITY OF NEWPORT BEACH, CALIFORNIP
NOTICE INVITING BIDS
SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach,
California, until 10:30 A.M. on the 7th day of , 1969 , at
which time they wi be a opened and read, for performing work o�o as s:
CONTRACT NO.
Bids must be submitted on the Proposal form attached with the contract documents furnished
by the Public Works Department. The additional copy of the Proposal Form is to be retained
by the bidder for his records.
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 title of the project and the words "SEALED BID" shall be clearly marked on the outside
of the envelope containing the bid.
The Contract Documents that must be completed, executed, and returned in the sealed bid are:
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non - collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability and Experience References
These documents shall be affixed with the 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 S� Sha bell of i��
to a T documents 'requiring signatures In the case of a Partnership, the signature of at
least one general partner is required.
No bids will be accepted from a Contractor who has not been licensed in accordance with the
provisions of Chapter 9, Division III of the Business and Professions' Code. The Contractor
shall state his license number and classification in the Proposal.
Plans and Contract Documents, including Special Provisions, may be obtained at the Public
Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors.
A non - refundable charge of $2.00 will be required for each set of Plans and Contract Docu-
ments issued to others. It is requested that the Plans and Contract Documents be returned
within 2 weeks after the bid opening.
The City has adopted the Standard Specifications for Public Works Construction (1967 Edition
and Supplements) as prepared by the Southern California Chapters of the American Public
Works Association and the Associated General Contractors of America. Copies may be obtained
from Building News, Inc., 3055 Overland Ave., Los Angeles, Calif. 90034, (213) 870 -9871.
The City has adopted Standard Special Provisions and Standard Drawings. Copies of these
are available at the Public Works Department at a cost of $2.00 per set.
The City reserves the right to reject any or all bids and to waive any informality
in such bids.
City of Newport Beach, California
Notice Inviting Bids
In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California
Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach has
ascertained the general prevailing rate of per diem wages in the locality in which the
work is to be performed for each craft, classification, or type of workman or mechanic
needed to execute the contract and has set forth these items in Resolution No. 6982,
adopted May 12, 1969. A copy of said resolution is available in the office of the
City Clerk. All parties to the contract shall be governed by all provisions of the
California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive).
5 -15 -69
CITY OF NEWPORT BEACH
STREET RECONSTRUCTION, 1969 -70
CONCRETE REPAIRS AND RESURFACING
CONTRACT 1240
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92660
Gentlemen:
1.1
The undersigned declares that he has carefully examined the location of the work, has
read the Notice Inviting Bids, has examined the Plans and Special Provisions, and
hereby proposes to furnish all materials and do all the work required to complete
Contract No. 1240 in accordance with the Plans and Specifications, and will take in full
payment therefor the following unit prices for the work, complete in place, to wit:
'EM QUANTITY ITEM DESCRIPTION UNIT TOTAL
J. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1 4,300 Construct 8" thick P.C.C. cross gutters and
Square Feet spandrells with 4 -inch aggregate base
One Dollars
andS�CSoo
Thirty -Five Cents $1.35
Per Square Foot
2 520 Construct 8" thick P.C.C. Approach
Square Feet Slabs with 4 -inch aggregate base
One Dollars
and
Thirty -Five Cents $1.35 $ 702.00
Per Square Foot
3 1,850 Construct Type "A" P.C.0 Curb and
Lineal Feet Gutter
Three Dollars
and
Ten Cents $ 3-10 $x,735
Per Lineal Foot
F
0
0
1.2
�-- -EM QUANTITY ITEM DESCRIPTION UNIT TOTAL
0. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4 650 Construct 4" thick P.C.0 Sidewalk
Square Feet
One Dollars
and
No Cents $1.00 $Jsn-pn
Per Square Foot _
5 650 Construct 6" thick P.C.C. drive
Square Feet approaches
One Dollars
and
Thirty Cents $1.30 $845.00
Per Square Foot
6 Reconstruct curb inlet depression on
Lump Sum Via Marina
One Hundred Thirty Dollars
and
No Cents $130.00 $130.00
Lump Sum
i 300 Reconstruct walks and landings
Square Feet
One Dollars
and
Thirty Cents $1.30 $ 390.00
Per Square Foot
8 6,200 Asbestos asphaltic concrete surfacing
Tons
Thirteen Dollars
and
Ten Cents $ 13.10 $ 81,220;00
Per Ton
9 850 Asphaltic concrete base course
Tons
Eleven Dollars
and
No Cents $11.00 $_92350-00
Per Ton
10 147,000 Heating, scarifying, remixing and asphalt
Square Feet rejuvenating agent
No
Three
Per Square Foot
Dollars
and
Cents. $ 0.03 $ 4410.00
1.3
EM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
11 60
Adjust water valves
and sewer
Each
cleanout covers to
grade
Thirty
Dollars
and
No
Cents
Per Each
12 92
Adjust manholes to
grade
Each
Seventy -Five
Dollars
and
No
Cents
Per Each
Total Price Written Words:
One Hundred Seventeen Thousand Dollars
Nine Hundred Thirty-Seven o ars and
and no Cents Cents
$ 30.00 $_1800.00
$ 75.00 $_6.L900. 00
$ 117,937.00
2/7/67
ALL BIDS ARE TO BE COMPUTED ON THE BASIS OF THE GIVEN ESTIMATED QUANTITIES OF WORK
AS INDICATED IN THIS PROPOSALS TIMES THE UNIT PRICE AS SUBMITTED BY THE BIDDER. IN CASE
OF A DISCREPANCY BETWEEN WORDS AND FIGURES THE WORDS SHALL PREVAIL. IN CASE OF AN ERROR
IN THE EXTENSION OF A UNIT _PRICE, THE CORRECTED EXTENSION SHALL BE CALCULATED AND THE BIDS
WILL BE COMPUTED AS INDICATED ABOVE AND COMPARED ON THE BASIS OF THE CORRECTED TOTALS.
THE ESTIMATED QUANTITIES OF WORK INDICATED IN THIS PROPOSAL ARE APPROXIMATE ONLY2
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 (IO) DAYS, NOT INCLUDING SUNDAYS AFTER HAVING RECEIVED
NOTICE THAT THE CONTRACT IS READY FOR SIGNATURE, THE PROCEEDS OF CHECK OR BOND ACCOMPANY-
ING THIS BID SHALL BECOME THE PROPERTY OF THE CITY OF NEWPORT BEACH.
LICENSED IN ACCORDANCE WITH THE STATUTES OF THE STATE OF CALIFORNIA PROVIDING FOR
THE REGISTRATION OF CONTRACTORS, LICENSE NO. 32168 CLASSIFICATION "All
ACCOMPANYING THIS PROPOSAL IS Bond
CASH CERTIFIED CHECK2 CASHIERS CHECK OR BOND
IN AN AMOUNT NOT LESS THAN IO PERCENT 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 WITH THE PROVISIONS OF THAT CODES AND AGREES TO
COMPLY WITH SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE OF THE WORK OF THIS CONTRACT.
549 -2291 _
PHONE NUMBER -
October 7, 1969
DATE
GRIFFITH COMPANY
BIDDERS NAME
(SEAL)
(s) W. R. Mirlms, Vice President
AUTHORIZED SIGNATURE
(s) W. I. Gregory, Jr., Asst. Secretary
AUTHORIZED SIGNATURE
Corporation
BIDDERS ADDRESS TYPE OF ORGANIZATION
(INDIVIDUAL, CORPORATION, CO- PARTNERSHIP)
LIST BELOW NAMES OF PRESIDENT, SECRETARY, TREASURER AND MANAGER,IF A CORPORATION,
AND NAMES OF ALL CO- PARTNERS IF A CO- PARTNERSHIP:
0 0 PAGE 3
DESIGNATION OF SUB- CONTRACTORS
THE UNDERSIGNED CERTIFIES THAT HE HAS USED THE SUB -BIDS OF THE FOLLOWING
LISTED CONTRACTORS IN MAKING UP HIS BID AND THAT THE SUB- CONTRACTORS LISTED
WILL BE USED FOR THE WORK FOR WHICH THEY BIDS SUBJECT TO THE APPROVAL OF
THE CITY ENGINEERS AND IN ACCORDANCE'WITH THE APPLICABLE PROVISIONS OF THE
SPECIFICATIONS. NO CHANGE MAY BE MADE IN THESE SUB- CONTRACTORS EXCEPT UPON
THE PRIOR APPROVAL OF THE ENGINEER.
ITEM OF WORK SUB - CONTRACTOR ADDRESS
I• Conk Markel Cement
2
3
4.
5•
6.
Z
9• '
10.
10.
' 91u':_
..
W. R. Mi rams .Vice President
AUTHORIZED SIGNATURE
Corporation
Tt?PE OF ORGANIZATION::
(INDIVIDUAL: CO- PARTNERSHIP OR CORP)
P. 0. Box 395
Costa Mesa. California 92627
ADDRESS
FOR ORIGIV COPY SEE CITY CLERK'S FILE COP*
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 FIRML,YS OUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OF Ten
Percent of the amount bid DOLLARS ( 10% - -- ), LAWFUL MONEY OF THE UNITED
STATES FOR THE PAYMENT OF WHICH SUM WELL AND TRULY TO BE MADE, WE BIND OUR3ELVE7,
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
STREET RECONSTRUCTION 1969 -70 CONCRETE REPAIRS AND RESURFACING CONTRACT NO. 1240
IN THE CITY OF NEWPORT BEACH, 15 ACCEPTED BY THE CITY COUNCIL OF SAID CITYp AND IF THE
ABOVE BOUNDEN PRINCIPAL SHALL DULY ENTER INTO AND EXECUTE A CONTRACT FOR SUCH CONSTRUC-
TION AND SHALL EXECUTE AND DELIVER THE TWO (2) BONDS DESCRIBED IN THE NOTICE INVITING
BIDS" WITHIN TEN ('1)) DAYS (NOT INCL'U`o*XM:'. SATURDAY AND SUNDAY.), FRVF�.WE DATE OF THE
MAILURO.1 OF A NOTICE TO THE ABOVE BOUNDEN PRINCIPAL.BY ANO FROM SAID CITY OF NEWPORT
BEACH THAT SAID CONTRACT IS READY FOR EXECUTIONS THEN THIS OBLIGATION SHALL BECOME NULL
AND VOID) OTHERWISE IT BE AND REN4.i1V IN FULL FORCE AND EFFECT, AND THE AMOUNT SPECIFIED
HEREIN SHALL BE FORFEITED TO THE SAID CITY.
IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL,
IT 15 AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM
ITS OBLIGATIONS UNDER THIS BOND.
IN WITNESS WHEREOF, WE HEREUNTO SET OUR HANDS AND SEALS THIS 7th DAY OF
October
CORPORATE SEAL (IF CORPORATION) W. R. Mirams, Vice President
PRINCIPAL
(ATTACH ACKNOWLEDGEMENT OF
ATTORNEY IN FACT)
THE AMERICAN INSURANCE COMPANY
SURETY
By R. H. Spencer
TITLE Attorney in Fact
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 13th day of October, 1969
HAS AWARDED TO GRIFFITH COMPANY
HEREINAFTER DESIGNATED AS THE IIPRINCIPALII, A CONTRACT FOR STREET RECONSTRUCTION,
1969 -70 - CONCRETE REPAIRS AND RESURFACING, CONTRACT NO. 1240
IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DR'A'Md NGS AND SPECIFI-
CATIONS AND OTHER CONTRACT DOCUMENTS ON FILE IN THE OFFICE OF THE CITY CLERK.
WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND
THE TERMS THEREOF REQUIRE THE FURNISHING OF A BOND WITH SAID CONTRACT, PROVIDING
THAT IF SAID PRINCIPAL OR ANY OF HIS OR ITS SUBCONTRACTORS, SMALL 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 GRIFFITH COMPANY
AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND
THE AMERICAN INSURANCE COMPANY
AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF
S (1, ),
SAID SUM BEING ONE —HALF OF THE ESTIMATED AMOUNT PAYABLE BY THE CITY OF NEWPORT
BEACH UNDER THE TERMS OF THE CONTRACT, FOR WHICH PAYMENT WELL AND TRULY TO BE MADE
WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND ADMINISTRATORS, SUCCESSORS OR ASSIGNS,
JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS.
THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE PERSON OR HIS SUBCON-
TRACTORS, FAIL TO PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER, OR OTHER SUPPLIES,
OR TEAMS, USED IN, UPON, FOR, OR ABOUT THE PERFORMANCE OF THE WORK CONTRACTED TO
BE DONE, OR FOR ANY OTHER WORK OR LABOR THEREON OF ANY KIND, OR FOR AMOUNTS DUE
UNDER THE UNEMPLOYMENT INSURANCE CODE WITH RESPECT TO SUCH WORK OR LABOR, THAT THE
SURETY OR SURETIES WILL PAY FOR THE SAME, IN AN AMOUNT NOT EXCEEDING THE SUM SPECI-
FIED IN THE BOND, AND ALSO, IN CASE SUIT IS BROUGHT UPON THE BOND., A REASONABLE
ATTORNEYIS FEE, TO BE FIXED BY THE COURT, AS REQUIRED BY THE PROVISIONS OF SECTION
42014 OF THE GOVERNMENT CODE OF THE STATE.OF CALIFORNIA.
0 •
(LABOR AND MATERIAL BOND - CONTINUED)
PAGE 6
THIS BOND SHALL INURE TO THE BENEFIT OF ANY AND ALL PERSONS, COMPANIES., AND CORPOR-
ATION ENTITLED TO FILE CLAIMS UNDER SECTION 1192.1 OF THE CODE OF CIVIL PROCEDURE
50 AS TO GIVE A RIGHT OF ACTION TO THEM OR THEIR ASSIGNS IN ANY SUIT BROUGHT UPON
THIS BOND., AS REQUIRED BY THE PROVISIONS OF SECTION 4205 OF THE GOVERNMENT CODE OF
THE STATE OF CALIFORNIA.
AND THE SAID SURETY., FOR VALUE RECEIVED., HEREBY STIPULATES AND AGREES THAT NO CHANGE,
EXTEM310H 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 WIDE 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.3PECIFICATION3.
IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL, IT
IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SMALL NOT EXONERATE THE SURETY FROM
ITS OBLIGATIONS UNDER THIS BOND.
IN WITNESS WHEREOF., THIS INS TgqR UMENyTQ H AS BEEN DULY EXECU ED BY THE PRINCIP D
w-
SURETY ABOVE NAMED., ON THE /,�{�- DAY OF �C�l� -Chi
GRIFFITH COMPANY.: - (SEAL)
" - tSEAL)
L -
BEN P. GRIFFITH �_PRESID1 VT _
- (SEAL)
CONTRACTOR
'THE AMERICAN INSURANCE COMPAId (SEAL)
I,R L4i Y ?:H "hC::!:i:�ti.!A.1
APPROVED AS TO FORM:
2/ M
CITY AT CINEY
THIS BOND WAS APPROVED BY THE CITY COUNCIL
OF THE CITY OF NEWPORT BEACH BY MOTION ON
ATTEST:
CITY `CLERK
tc v (SEAL)
so�TOI� ArrmEY IN F-pa
(SEAL)
SURETY
State of C&Ufornla�
County of LOS /�el 8 ss.
On October 244. 1969 , before me, a Notary Public in and for said County and State, residing
therein, duly commissioned and sworn, personally appeared BA J. Bolton
known to me to be Attorney -in -Fact of THE AMERICAN INSURANCE COMPANY
the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed
the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year stated in this certificate above.
OFFICIAL SEAL
My Commission Expires In RA" IVIMFN r o. o r o«
E NOTARY PUBLIC CALIFORNIA
RRINCI ?AL OFFIC% IN
3602 12-115-66 6 SOS ANGELES COUNTY
My Commission Expires Jan. 14, 1972
. Jf!X 707
PAGE 7
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, THAT
WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA,
BY MOTION ADOPTED _ the 13th day of October, 1969
HAS AWARDED TO GRIFFITH COMPANY
HEREINAFTER DESIGNATED AS THE "PRINCIPAL"" A CONTRACT FOR STREET RECONSTRUCTION.
1969 -70 - CONCRETE REPAIRS AND RESURFACING, CONTRACT NO. 1240
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
THE TERMS THEREOF REQUIRE THE FURNISHING
SAID CONTRACT;
OR IS ABOUT TO EXECUTE SAID CONTRACT AND
A BOND FOR THE FAITHFUL PERFORMANCE OF
NOW, THEREFORE, WE, GRIFFITH COMPANY
AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE "CONTRACTOR". AND
THE AMERICAN INSURANCE COMPANY
AS SURETY, ARE MELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF
MLARS ($,,a ,CA rn ),
SAID SUM BEING EQUAL TO 50% OF THE ESTIMATED AMOUNT OF THE CONTRACT, TO BE PAID TO
THE SAID CITY OR ITS CERTAIN ATTORNEY, ITS SUCCESSORS, AND ASSIGNS; FOR WHICH PAY -
MENT, WELL AND TRULY TO BE MADE, WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND AD-
MINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BE THESE PRE-
SENTS.
THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE ABOVE BOUNDEN PRINCIPAL, HIS
OR ITS HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS, OR AS5IGNS, SHALL IN ALL. THINGS
STAND TO AND ABIDE BY, AND WELL AND TRULY KEEP AND PERFORM THE COVENANTS, CONDITIONS
AND AGREEMENTS IN THE SAID CONTRACT AND ANY ALTERATION THEREOF MADE AS THEREIN PRO-
VIDED ON HIS OR THEIR PART, TO BE KEPT AND PERFORMED AT THE TIME AND IN THE MANNER
THEREIN SPECIFIED, AND IN ALL RESPECTS ACCORDING TO THEIR TRUE INTENT:.AND MEANING,
AND SHALL INDEMNIFY AND SAVE HARMLESS THE CITY OF NEWPORT BEACH, ITS OFFICERS AND
AGENTS, AS THEREIN STIPULATED, THEN THIS OBLIGATION SMALL BECOME NULL AND VOID;
OTHERWISE IT SHALL REMAIN IN FULL FORCE AND VIRTUE.
4
• PAGE 8
(PERFORMANCE BOND - CONTINUED)
AND SAID SURETY FOR VALUE RECEIVEDI.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 BONDS AND IT DOES HEREBY WAIVE NOTICE
OF ANY CHANGE, EXTENSION OF TIMED ALTERATION OR ADDITION TO THE TERMS OF THE CONr
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 INSgqT R'U /HEN HAS BEEN DULY EXECUTED BY THE PRINCIPAL AND
SURETY ABOVE NAMED, ON THE l `T DAY OF D� . I� '
GRIFFITH PANY 4 (SEAL) -
• • _ - (SEAL: ..
BEN P. GRIFFITH IF M iD.ENTi
(SEAL)
CONTRACTOR
THE AMERICAN INSURANCE COMPANY (SEAL)
(SEAL)
' �r,,, URETY &TTcmEY'IN jt;C.
APPROVED AS TO FORM:
d �p�p''•���:�yvU,` - '.. +ixu•PJP'. ,t]i. �tKd +SbNi>• i
/ J �ji "i alJya•_,:.._, a;e •naF tCwM neenea�..
will
CITY ATLI46RNEY
State of (,'&UforRig
County of log Angel ess.
On October 24, 190 , before me, a Notary Public in and for said County and State, residing
therein, duly commissioned and sworn, personally appeared B. J. Boltcm
known to me to be Attorney -in -Fact of THE AMERICAN INSURANCE COMPANY
the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed
the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seat, the day and year stated in this certificate above.
OFFICIAL SEAL
j-\
My Commission Expires g �;{�,' - "�? y!�_ _y MARY S. BYBEE
PRINCI ?AL OFFICE IN a U
360212--6-66 LOS ANGELES COUNTY
g My Commission Expires Jan. 14, 1972
nunnnnnunuwuua�wnwuu�weeewww. _
0 0
PAGE 9
NON- COLLUSION AFFIDAVIT
THE BIDDERS, BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRESENT AT THE TIME OF
FILING THIS BID, BEING DULY SWORN ON THEIR OATHS SAY, THAT NEITHER THEY NOR ANY
OF THEM, HAVE.IN ANY WAY, DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGEMENT OR
AGREEMENT WITH ANY OTHER BIDDER, OR WITH ANY PUBLIC OFFICER OF SUCH CITY OF NEWPORT
BEACH WHEREBY SUCH AFFIANT OR AFFIANTS OR EITHER OR 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 AF-
F.I.ANTS OR EITHER OF THEM HAS NOT DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGE-
MENT OR AGREEMENT WITH ANY OTHER BIDDER OR BIDDERS, WHICH TENDS TO OR DOES LESSEN
OR DESTROY FREE COMPETITION IN THE LETTING OF THE CONTRACT SOUGHT FOR BY THE AT-
TACHED BIDS; THAT NO BID HAS BEEN ACCEPTED FROM ANY SUBCONTRACTOR OR MATERIALMAN,
THROUGH ANY BID DEPOSITORY, THE BYLAWS, RULES OR REGULATIONS OF WHICH PROHIBIT OR
PREVENT THE CONTRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCONTRACTOR OR MATERIAL-
MAN WHICH IS NOT PROCESSED THROUGH SAID 810 DEPOSITORY, OR WHICH PREVENT ANY SUB-
CONTRACTOR OR MATERIALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES'NOT USE THE
FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH BID DE- POSITORY; THAT NO INDUCE-
MENT OR ANY FORM OR CHARACTER OTHER THAN THAT WHICH APPEARS UPON THE FACE OF THE
BID WILL BE SUGGESTED, OFFERED, PAID, OR DELIVERED TO ANY PERSON WHOMSOEVER TO
INFLUENCE-THE ACCEPTANCE OF THE SAID BID OR AWARDING OF THE CONTRACT, NOR HAS THIS
BIDDER ANY AGREEMENT OR UNDERSTANDING OF ANY KIND WHATSOEVER, WITH ANY PERSON
WHOMSOEVER TO PAY, DELIVER TO, OR SHARE WITH -ANY OTHER PERSON IN ANY WAY OR MANNER,
ANY OF THE PROCEEDS OF THE CONTRACTS SHOUGHT BY THIS BID.
(s) W. R. Mirams, Vice President
SUBSCRIBED AND SWORN TO BEFORE ME BY
THIS DAY OF ,
196
MY COMMISSION.EXP:IRES:
NOTARY PUBLIC
FOR ORIGIV COPY SEE CITY CLERK'S FILE COP,*
Page 10
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility.
s) W. R. Mirams
Signed
0 0
Page 10a
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character
to that proposed herein which he has performed and successfully completed.
Year Person
Completed_ For Whom Performed (Detail) to Contact Telephone No
W. R. Mirams
Signed
0 0
C O N T R A C T
PAGE II
THIS AGREEMENT, MADE AND ENTERED INTO THIS 30 TN DAY OF 6-C- 7 -4347W , 196 2_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.
WITNESSEITH: THAT THE PARTIES HERETO DO MUTUALLY AGREE AS FOLLOWS;
I. FOR AND IN CONSIDERATION OF THE PAYMENTS AND AGREEMENTS HEREINAFTER MENTIONED
TO BE MADE AND PERFORMED BY THE CITY, THE CONTRACTOR AGREES WITH THE CITY TO FURNISH
ALL MATERIALS AND LABOR FOR THE CONSTRUCTION OF
STREET RECONSTRUCTION 1969 -70 - CONCRETE REPAIRS AND RESURFACING
CONTRACT NO. 1240
AND TO PERFORM AND COMPLETE IN A GOOD AND WORKMANLIKE MANNER ALL THE WORK PERTAINING
THERETO SHOWN ON THE PLANS AND SPECIFICATIONS THEREFORE TO FURNISH AT HIS OWN PROPER
COST AND EXPENSE ALL TOOLS, EQUIPMENT, LABOR, AND MATERIALS NECESSARY THEREFOR, (EX-
CEPT SUCH MATERIALS, IF ANY, AS IN THE SAID SPECIFICATIONS ARE STIPULATED TO BE FUR-
NISHED BY THE CITY), AND TO DO EVERYTHING REQUIRED BY THIS AGREEMENT AND THE SAID
PLANS AND SPECIFICATIONS.
2. FOR FURNISHING ALL SAID MATERIALS AND LABOR, TOOLS AND EQVIPMENT, AND DOING
ALL THE WORK CONTEMPLATED AND EMBRACED IN THIS AGREEMENT, ALSO FOR ALL LO$ AND DAMAGE
ARISING OUT OF THE NATURE OF THE WORK AFORESAID, OR FROM THE ACTION OF THE ELEMENTS,
OR FROM ANY UNFORESEEN DIFFICULTIES WHICH MAY ARISE OR BE ENCOUNTERED IN THE PROSECU-
TION OF THE WORK UNTIL ITS ACCEPTANCE BY THE CITY, AND FOR ALL RISKS OF EVERY DE-
SCRIPTION CONNECTED WITH THE WORK; ALSO, FOR ALL EXPENSES INCURRED BY OR IN CONSE-
QUENCE OF THE SUSPENSION OR DISCONTINUANCE OF WORK, EXCEPT SUCH AS IN SAID SPECIFI-
CATIONS ARE EXPRESSLY STIPULATED TO BE BORNE BY THE CITY; AND FOR WELL AND FAITHFULLY
COMPLETING THE WORK AND THE WHOLE THEREOF, IN THE MANNER SHOWN AND DESCRIBED IN THE
SAID PLANS AND SPECIFICATIONS, THE CITY WILL PAY AND THE CONTRACTOR SHALL RECEIVE IN
FULL COMPENSATION THEREFORE THE LUMP SUM PRICE, OR IF THE BID IS ON THE UNIT PRICE
BASIS, THE TOTAL PRICE FOR THE SEVERAL ITEMS FURNISHED PURSUANT TO THE SPECIFICATIONS,
NAMED IN THE BIDDING SHEET OF THE PROPOSAL, AS THE CASE MAY BE.
3. THE CITY HEREBY PROMISES AND AGREES WITH THE SAID CONTRACTOR TO EMPLOY, AND
DOES:HEREBY EMPLOY THE SAID CONTRACTOR TO PROVIDE THE MATERIALS AND TO DO THE WORK
ACCORDING TO THE TERMS AND CONDITIONS HEREIN CONTAINED AND REFERRED TO FOR THE PRICE
AFORESAID, AND HEREBY CONTRACTS TO PAY THE SAME AT THE TIME, IN THE MANNER, AND UPON
THE CONDITIONS SET FORTH IN THE SPECIFICATIONS; AND THE SAID PARTIES FOR THEMSELVES,
THEIR HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS AND ASSIGNS, DO HEREBY AGREE TO
THE FULL PERFORMANCE OF THE COVENANTS HEREIN CONTAINED.
4. THE NOTICE TO BIDDERS, INSTRUCTIONS TO BIDDERS, CONTRACTORS PROPOSAL, AND
THE PLANS AND SPECIFICATIONS, AND ALL AMENDMENTS THEREOF, WHEN APPROVED BY THE PAR-
TIES HERETO, OR WHEN REQUIRED BY THE CITY IN ACCORDANCE WITH THE PROVISIONS OF THE
PLANS AND SPECIFICATIONS, ARE HEREBY INCORPORATED IN AND MADE PART OF THIS AGREEMENT.
0
PAGE 12
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 EMPLOYEESO FROM ALL CLAIMS,
LOSS, DAMAGES INJURY AND LIABILITY OF EVERY KIND, NATURES AND DESCRIPTION) DIRECTLY OR
INDIRECTLY ARISING FROM THE PERFORMANCE OF THE CONTRACT OR WORKS REGARDLESS OF RESPONSI--
BICITY FOR NEGLIGENCE; AND FROM ANY AND ALL CLAIMS1 LOSSI 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.
CITY OF NEWPORT BEEAAC.Hp CALIFORNIA
Br`�u kL�\ \ 114�(11�d ILl1Lx
MAYOR
ATTEST:
C ITY CLERy -
GRIFFITH COMPANY_.
CONTRACTOR
BY:
EN P. GRIFFITH -
PRESIDENT -
TITLE
d �
F. C. RODEN3ROCK
ASST. SECRETARY
TITLE
APPROVED AS TO FORM:
CITY �NEY
Gf
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
SPIof7
STREET RECONSTRUCTION, 1969 -70, CONCRETE REPAIRS AND RESURFACING
CONTRACT NO. 1240
I. SCOPE OF WORK
The work to be done under this contract consists of removing existing and constructing
new Portland Cement cross gutters, spandrels, curbs and gutters, approach slabs
and related asphaltic concrete patching. Also included is heater.remix rejuvenation
and asbestos asphaltic concrete overlaying of existing asphalt pavements.
The contract requires completion of all the work in accordance with these Special
Provisions, the City's Standard Specifications, The Plan (Drawing No. R- 5156 -S),
the City's Standard Drawings and Special Provisions.
The City's Standard Specifications are the Standard Specifications for Public Works
Construction, 1967 Edition, including the 1968 and 1969 Supplements.
II. COMPLETION OF WORK
The Contractor shall complete all the work within 75 consecutive calendar days after
execution of the contract by the City.
III. SCHEDULE OF WORK
Prior to commencing construction the Contractor shall meet with the Engineer for
review and approval of his work schedule.
IV. PAYMENT
Payment for incidental items of work, not separately provided for in the proposal,
shall be included in the price bid for the various items of work. The cost of
removing and disposing of the existing improvements, excavation, subgrade preparation,
etc. shall be included in the various items of work and no additional compensation
will be allowed.
V. TRAFFIC CONTROL
The Contractor shall minimize inconvenience to residences adjacent to the work.
No materials or equipment shall be stored where it will interfere with the free
and safe passage of public traffic.
A minimum of one -half (112) of the existing roadway shall remain open to traffic
at all times where cross gutters, spandrels, and approach slabs are being constructed.
0 0
SP 2 of 7
Adequate barricades shall be used to insure public safety and to prevent tracking
of the tack coat or rutting of the asphalt resurfacing prior to its curing.
The following provisions for traffic flow shall be provided:
Jamboree Road - Ford Road, Eastbluff Intersection
A minimum of one 12 -foot lane in each direction shall be open to traffic on
Jamboree Road from 8:30 A.M. to 4:30 P.M.
One 10 -foot lane, controlled by flagmen shall be open to traffic on Ford
Road and Eastbluff Drive from 8:30 A.M. to 4:30 P.M.
All existing traffic lanes must be open to traffic from 4:30 P.M. to 8:30
A.M. on Jamboree Road, Ford Road and Eastbluff Drive. All other streets
may be closed to through traffic from 8:00 A.M. to 4:30 P.M. during
application of the tack coat and resurfacing.
VI. CONSTRUCTION SURVEYS
The Contractor shall be responsible for establishing all grades required for
construction. Where gutter grades-are-not shown, it shall be the-Contractor's
responsibility to provide an even,smooth - flowing gutter grade.
VII. NOTIFICATION TO RESIDENTS
The Contractor shall distribute to each residence a written notice 40 -50 hours
prior to commencing any construction that will adversely affect access or restrict
on- street parking adjacent to their properties. The notice shall state when the
construction will start and approximately when it will be completed.
VIII. CONSTRUCTION DETAILS
1. Landscaping and Sprinkler Replacement
The Contractor shall be responsible for replacing all landscaping and
sprinklers damaged or removed during the construction. The materials
and plant species used for replacement shall be the same-or-equal to
those damaged or removed.
2. Portland Cement Concrete Improvements
Portland cement concrete curb and gutters, cross gutters, spandrels, sidewalks
and approach slabs shall be constructed with Class 6 -B -3000 concrete.
Existing curbs shall be saw cut at the back of curb line when replacing
curb and gutter adjacent to existing monolithic Portland cement concrete
drive approaches.
Type "A" curb and gutter, C.N.B. Std - 101 -L, shall be modified to conform to
the adjacent gutter widths using a 2 -inch gutter rise from flow line.
The unit price bid for P.C.C. cross gutters, spandrels, and approach slabs
shall include the 4 -inch aggregate base bedding.
0 0
SP3of7
3. Reconstruct Curb Inlet Depression
The existing curb inlet depression on Vista Marina shall be broken from the
inlet basin and replaced with a new local depression, per C.N.B. Std -304 -L
and as shown on the Plans.
4. Adjustment and Replacement of Walks and Landings
Brick, flagstone, concrete, etc. walks and landings adjacent to the existing
curb and gutters and driveways shall be adjusted or replaced in kind to
meet the grade of the new construction.
5. Asbestos - Asphaltic Concrete Surfacin
Asbestos - asphaltic concrete surfacing shall be Type III -B2 -85 -100 using
paving grade asphalt and conforming to Section 400 -4 of the Standard Special
Provisions and as hereinafter modified.
The asphalt binder mixed with mineral aggregate shall be between 8z% and
92% by weight of the dry aggregate. The amount and grade of asphalt binder
to be mixed with the aggregate will be determined by the Engineer.
Chrysotile Coalinga asphaltic asbestos fiber, as manufactured by Johns -
Manville Corporation, or approved equal fiber shall be added to the mixture
of asphaltic concrete at the rate of 2% by weight of the dry aggregate.
The asbestos fiber shall conform to the following standards:
Ro -Tap Test (100 grams - 3 minutes)
+65 mesh - 40% minimum
Qama Wet Wash
200 mesh - 20% minimum
Penetration Efficiency
70 -95%
While stored at the batch plant site, the asbestos shall be given suitable
protection from moisture. Any asbestos which is wet or damp shall be rejected.
Proportioning and mixing shall conform to Section 203 -6.4 through 203 -6.7 of
the Standard Specifications. The mixture shall consist of the following:
Materials
Aggregate (including filler materials)
Asphaltic Binder
Asbestos
Percent by Weight
88.5 to 89.5
8.5 to 9.5
2.0
,�shestos fiber shall be added t•o the mixer from the weight bin through an
inspection plate in the pug rriii ;'.r:-;. chamber. After the asbestos fiber is
added to the dry aggregate they shall be dry mixed for a minimum of 10 seconds
at which tame the asphalt may be added. The combined aggregate, asbestos,
and asphalt shall then be wet nixed for an additional 30 seconds minimum.
The asbestos asphaltic concrete mixture shall have a temperature of 310OF to
350OF at the time of discharge from the mixer.
SP4of7
n The mixing operations shall be performed in a manner that will provide a
homogeneous, uniform mixture of asphalt, aggregate and asbestos fibers
throughout all material delivered to the job site. Streaks and /or pockets
of asbestos shall be considered as evidence of inadequate mixing or other
malfunction and materials containing such streaks or pockets will not be
accepted by the Engineer. Unacceptable material shall be removed from the
project and disposed of by the Contractor at no expense to the City.
The asbestos asphaltic concrete mixture shall be covered when transported
from the batch plant to the paving machine to assure uniform temperature
control; uncovered loads arriving at the project location will be subject
to 6eiection. The mixture shall not be less than 300OF and not more than
340 F when delivered to the paving machine at the project site. Any material
delivered to the project at less than 300OF will be automatically rejected.
A tack coat consisting of SS -lh liquid asphalt shall be applied at a rate of
" 0.04 to 0.08 gallons per square yard to all existing pavement and asphaltic
concrete base course prior to placing the asbestos asphaltic concrete. In
areas where heating and remixing operations are scheduled, the rejuvenating
agent shall be substituted for SS -lh liquid asphalt tack coat.
The contractor is cautioned that asbestos - asphaltic paving mixtures "et -up"
at higher temperatures than normal asphaltic concrete mixtures and every
effort shall be made to compact the mat as close as practical to the paving
machine while the materials is in a compactible condition. No mixture shall
�'. be placed on the grade unless the atmospheric temperature is at least 50OF
and rising.
The minimum rolling equipment required shall consist of one pneumatic -tired
breakdown'roller and two steel- wheeled rollers all equipped with scrapers
to prevent the mixture from sticking to the rollers. The breakdown rollers
shall proceed immediately behind the paver. Standing of the rollers on the
newly= placed asbestos- asphaltic concrete mat will not be permitted.
Backcasting after a pass has been made by a roller or so- called "skin patching"
of the surface will not be permitted.
6. Asphaltic Concrete
Miscellaneous asphaltic concrete patching shall be Type III -C1 -85 -100 using
type "S" aggregate and paving grade asphalt. Asphaltic concrete base course
(thick lift shall be Type .III. -B1 -85 -100 using Type "S" aggregate and paving
grade asphalt.
Prime coat will not be required on the prepared subgrade. T "e tack coat in
conformance with Subsection 302 -5.3 of the City's Standard Specifications shall
be applied to the existing asphalt.concrete surfaces and between the base course
and the surface course.
0 0
SP 5 of 7
Spreading and compacting shall be in conformance with Section 39 -6 of the
State Standard Specifications or as directed by the Engineer, except that
motor graders will not be allowed for spreading.
The following compaction procedures will be required for the base course,
unless the Engineer directs otherwise:
(a) Initial rolling shall proceed directly behind the spreader
and shall consist of two complete coverages of the asphalt
mixture, and shall be performed with a two -axle or three -axle
steel -tired tandem roller. Such rollers shall weigh not more
than 10 tons.
A motor grader shall trim and shape the layer immediately
after completion of initial rolling. Additional material may be
end dumped as required to fill low areas.
(b) Additional rolling shall proceed directly behind the motor
grader and shall consist of four complete coverages with a
pneumatic roller as specified in the Standard Specifications
or allowed by the Engineer. Such rollers shall not weigh less
than 12 tons.
A complete coverage will be 2 passes of the roller in the
same roller width.
_ (c) Rolling shall commence at the center of the pass and work
toward the edges.
The intent of these specifications is to have all breakdown and additional
rolling performed while the mixture is sufficiently hot to facilitate satisfactory
compaction. The Engineer will vary paving rates as necessary or require additional
compaction equipment in order to insure adequate compaction of a hot mixture.
7. Heating, Scarifying, Remixing and Asphalt Rejuvenating Agent
The asphalt scarifier - remixer shall be a self- contained machine specifically
designed to reprocess upper layers of bituminous pavements. The machine shall
be capable of operating at speeds of up to 70 feet per minute and consist of
an insulated combustion chamber adjustable in width from 8 feet to 12 feet and
operate without excessive smoke. The heater shall have a minimum output of heat
of 10,000,000 BTU per hour. The scarifier attachment shall be divided into
sufficient sections individually controller: to conform with the existing pavement
cross section, and shall provide satisfactory protective devices to insure that
no damage will be done to manholes, water valves or other existing structures.
The scarifier shall be hydraulically controlled and consisting of two rows of
spring loaded rakes. As a safety precaution, no device utilitizing gasoline
or volatile pressurized gas storage within 50 feet of the combustion chamber
shall be permitted. Equipment not specifically meeting these specifications and
rejected by the Engineer shall be removed from the job site and replaced with
suitable types.
The Contractor shall sufficiently shield a1.1 trees and plants adjacent to the
curb, gutter and sidewalk's and overhanging the street to avoid burn damage. Any
0 •
SP 6 of 7
damage to vegetation adjacent to roadway resulting from the heating- scarifying
operations shall be replaced at the Contractor's expense.
The existing pavement shall be even -'y heated, scarified and remixed to a depth
of from 0.05 to 0.07 feet by a single pass of the continuously moving surface
remixer. The surface shall be left in an evenly spread condition and aggregate
shall not be pulverized, spalled or broken. The minimum temperature of the
remixed material shall be not less than 225° F. when measured three minutes
following reprocessing. During scarification at least 90% of the aggregate
shall be remixed by spinning or tumbling.
Remix operations shall be limited to the asphalt batch plant and /or paving crew's
working capacity.
Immediately following the remixing operation a cationic oil and resin emulsion,
asphalt rejuventating agent, as specified below shall be applied undiluted at
the rate of .10 to .15 gallons per square yard while the remixed material is
still hot enough to cause demulsification. Asphalt rejuvenating agent shall be
applied by means of a distributor truck. Distributor trucks shall be of the
pressure type and in general shall conform to the requirements stated in
Section 203 -3 of the Standard Specifications.
Within 15 minutes following the application of the asphalt rejuvenating agent
the existing pavement shall be resurfaced with asbestos asphaltic concrete.
The asphalt rejuvenating agent shall be Reclamite as manufactured by the Golden
Bear Oil Company of Bakersfield or an approved equal, and shall be composed of a
petroleum resin oil base uniformly emulsified with water conforming to the
following requirements:
Specification
Designation
Test Method
Requirements
Viscosity, S.F., at 770 F., seconds
AASHO T59
15 -40
Residue - °% Min.
Calif. 351
60
Cement Mixing Test, percent
AASHO T59
Zero
Sieve Test (a) *
(Distilled Water ) % Max.
AASHO T59
0.10
Particle Charge Test
Calif. 343A
Positive
Tests on Residue
from Calif. 351
Viscosity, cs. 140° F.
ASTM D445
100 -200
Asphaltenes, % Max.
Calif. 352
0.75
Ratio N +A1
ASTM D -2006
0.3 -0.5
P +A2
* (a) Test procedure identical with AASHO T59 except that distilled
water shall be used in place of 2% solium oleate solution.
8. Utility Adjustment to Grade
Existing water valve boxes, manholes and sewer cleanouts shall be adjusted to
finished asbestos - asphaltic concrete surfacing grade in a manner similar to that
SP7of7
described in Section 302 -5.7 of the City's Standard Specifications for adjusting
manholes to finished grade.
The Contractor shall pave over all existing gas, electric, telephone and cable
television facilities. These facilities will be adjusted to the newly constructed
pavement grade by others.
The Contractor shall pave over the abandoned water valve and traffic pad at the
Jamboree Road, Ford Road, Eastbluff Drive intersection and will not be required
to adjust these facilities to grade.
The unit price bid for adjusting water valve covers and manholes to the newly
constructed asbestos - asphaltic concrete pavement grade shall include the removal
and replacement of all materials and adjustment rings if required.
t
October 13, 1969
TO: CITY COUNCIL _ 3
FROM: Public Works Department
SUBJECT: STREET RECONSTRUCTION, 1969 -70, CONCRETE REPAIRS AND RESURFACING (C -1240)
RECOMMENDATION:
Adopt a resolution awarding the contract to the Griffith Company for $117,937
and authorizing the Mayor and the City Clerk to execute the contract.
DISCUSSION:
Four bids were received and opened in the office of the City Clerk at 10:30 A.M.
on October 7, 1969.
Bidder Total
Griffith Company, Costa Mesa $117,937.00
Sully- Miller Construction Co., Orange 122,637.50
E� L. White, Garden Grove 140,724.80
R. W. McClellan and Sons, Costa Mesa 142,788.00
The low bid is 25% lower than the Engineer's estimate of $148,000.00. Funds
are available in Account No. 02- 3397 -205.
The project provides for reconstruction of portions of deteriorated curbs,
gutters and cross gutters in various areas of the City. Deteriorated street pavements
will be patched and overlayed with asbestos asphaltic concrete.
Portions of Dolphin Terrace, Ramona Drive, Margaret Drive, and Aldean Place
will be heater remixed and then overlayed with asbestos asphaltic concrete.
The work will take place in the Irvine Terrace, Harbor Highlands, Newport
Heights, Back Bay, and China Cove areas. The streets were selected by priorities
established in the Street and Alley Maintenance Report.
The plans were prepared by the City.
The estimated date of completion is January 31, 1970.
vlin
Director
u
O 4
Q W W
O ¢ }
-i F-p0]
r
a
E V,
LL
N
e
W �IV)
�' • w
uO
a Z (n
IU W
Q :J
W � Z
F-
0 Z
F U LLJ
( 1)(�-3
r
C,
0
W
x
n
""
o)
ti
8i
of
81
8
P
8
$I
_
8
•(
to
7WM
1
U
r
w
a
J
�
pl
A�
�I
O�y1015
+�1
eI
e)
3
Z
61
nd
d
�
-
o
x
�
o�
°�
nl
sI
,�l
:�
al
o�
a+
aI
o+
BI
_
a
Z
a
o��
°r°
o
V
<
^ao
m
M.
p
W
Q
p
M
p
sz-
x
�
'yl
�
nI
n1
�+
AI
•+
�
<1
dl
7
Z
O
0
3
Al
!Sl
o�
J
QB
V
Q
Z
I
p
4
8
r,
r
s
ppro
°
°
a`n
x
�
r
LL
v
F
�M�11MsIol
00
�l010181�
I
Z
�0
Oi
Qs
l°n$
��6a
coo
S
Y
^
O
!
S
6
w
n
lI
F-
NI
oi�
QI
al
pl
iv
vl
0
u,
u+
i'
u•
J'
v
r
4
LL
k
f
t
µ
D
dI
'
�
C
Y
=
ul
ol
-
��
C,
0
W
x
n
RESOLUTION NO. 7 0 8 2
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT FOR
films a MOONS C�lii!
�►i338 i�:..9��
Contract No.
WHEREAS, pursuant to the notice inviting bids for work
in connection with /toot t+YRanitnntim, 1969.79, Gonwat/
r/laiss and rlsmeiaai= , in accordance
with the plans and specifications heretofore adopted, bids were
received on the 7th day of actabw 1969
and publicly opened and declared; and
WHEREAS, it appears that the lowest responsible bidder
therefor is amfith CO., G"10 lifaa ;
NOW, THEREFORE, BE IT RESOLVED by the City Council of
the City of Newport
Beach
that the
bid of Griffith
Ca-0
Ctstis Male
for
the work
in the amount
of $117,937.00
be accepted, and that the contract for the described work be
awarded to said bidder;
BE IT FURTHER RESOLVED that the Mayor and City Clerk
are hereby authorized and directed to execute a contract in
accordance with the specifications, bid and this award on behalf
of the City of Newport Beach, and that the City Clerk be directed
to furnish an executed copy to the successful bidder.
ADOPTED this 13th day of Gutebar , 1969
Mayor
ATTEST:
City Clerk
NOTICE TO BIDDERS:
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT NO. 1240
CONTRACT DOCUMENTS
ail
STREET RECONSTRUCTION, 1969 -70
CONCRETE REPAIRS AND RESURFACING
ADDENDUM NO. 1
October 1, 1969
Please be advised that Section II (page SP 1 of 7) shall be revised to read
as follows:
II Completion of Work
The Contractor shall complete all the work within 120 consecutive
calendar days after execution of the contract by the City.
Please show date of receipt of this Addendum on the Proposal
or insert a copy with your Proposal.
Date Derek H. W ite ' ¢
Design Engineer
CONTRACT NO. 1240
CITY OF NEWPORT BEACH
CONTRACT DOCUMENTS
FOR
STREET RECONSTRUCTION, 1969 -70
CONCRETE REPAIRS AND RESURFACING
Approved by the City Council on this
8th Day of September, 1969.
CITY OF NEWPORT BEACH, CALIFORNIP
NOTICE INVITING BIDS
SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach,
California, until 10:30 _ A.M. on the 7th day of October 19 69 , at
which time they wi7T ee opened and read, for performing work — as oMows:
STREET RECONSTRUCTION 1969 -70
CONCRETE REPAIRS AND RESURFACING
CONTRACT NO. 1240
Bids must be submitted on the Proposal form attached with the contract documents furnished
by the Public Works Department. The additional copy of the Proposal Form is to be retained
by the bidder for his records.
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 title of the project and the words "SEALED BID" shall be clearly marked on the outside
of the envelope containing the bid.
The Contract Documents that must be completed, executed, and returned in the sealed bid are:
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non - collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability and Experience References
These documents shall be affixed with the 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 Se Sha beTf— of i� xec_
to a dll ocuments requiring signatures. In the case of a Partnership, the signature of at
least one general partner is required.
No bids will be accepted from a Contractor who has not been licensed in accordance with the
provisions of Chapter 9, Division III of the Business and Professions' Code. The Contractor
shall state his license number and classification in the Proposal.
Plans and Contract Documents, including Special Provisions, may be obtained at the Public
Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors.
A non - refundable charge of $2.00 will be required for each set of Plans and Contract Docu-
ments issued to others. It is requested that the Plans and Contract Documents be returned
within 2 weeks after the bid opening.
The City has adopted the Standard Specifications for Public Works Construction (1967 Edition
and Supplements) as prepared by the Southern California Chapters of the American Public
Works Association and the Associated General Contractors of America. Copies may be obtained
from Building News, Inc., 3055 Overland Ave., Los Angeles, Calif. 90034, (213) 870 -9871.
The City has adopted Standard Special Provisions and Standard Drawings. Copies of these
are available at the Public Works Department at a cost of $2.00 per set.
The City reserves the right to reject any or all bids and to waive any informality
in such bids.
City of Newport Beach, California
Notice Inviting Bids
In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California
Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach has
ascertained the general prevailing rate of per diem wages in the locality in which the
work is to be performed for each craft, classification, or type of workman or mechanic
needed to execute the contract and has set forth these items in Resolution No. 6982,
adopted May 12, 1969. A copy of said resolution is available in the office of the
City Clerk. All parties to the contract shall be governed by all provisions of the
California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive).
J
5 -15 -69
CITY OF NEWPORT BEACH
STREET RECONSTRUCTION, 1969 -70
CONCRETE REPAIRS AND RESURFACING
CONTRACT 1240
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92660
Gentlemen:
1.1
The undersigned declares that he has carefully examined the location of the work, has
read the Notice Inviting Bids, has examined the Plans and Special Provisions, and
hereby proposes to furnish all materials and do all the work required to complete
Contract No. 1240 in accordance with the Plans and Specifications, and will take in full
payment therefor the following unit prices for the work, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1 4,300
Construct
8" thick P.C.C. cross gutters and
Square Feet
spandrells
with 4 -inch aggregate base
Dollars
and
Cents
3�
$
$
Per 54dare
Foot
2 520
Construct
8" thick P.C.C. Approach
Square Feet
Slabs with
4 -inch aggregate base
-� Dol 1 ars
j and
Per
and
"Foote Cents $ $��0,
3 1,850 Construct Type "A" P.C.0 Curb and
Lineal Feet Gutter
Dollars
and
Cents $'-7 $-
Per Lineal Foot
1.2
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4
J
3
7
0
WA
10
650
Construct 4" thick P.C.0 Sidewalk
Square Feet
Dollars
and
Cents
$
,-
$Q
Per Square Foot _
650
Construct 6" thick P.C.C. drive
Square Feet
approaches
��? f
Doll ars
/1i11�,
and
Cents
$
$
Per Sq vl�- Foot
Reconstruct curb inlet depression on
Lump Sum
Via Marinaa/
�LZ(' I i
Dollars
U
and
L— umu'm
300
Reconstruct walks and landings
Square Feet
ex
Dollars
and
Cents
$ / s
$
P�q � foot
6,200
Asbestos asphaltic concrete surfacing
Tons
/
Dollars
and
Cents
$ ��°'
$_1i7✓
Per Ton
850 Asphaltic concrete base course
Tons
Dollars
��• Cents $ / .s $ g�
Per Ton
147,000 Heating, scarifying, remixing and asphalt
Square Feet rejuvenating agent
Dollars
and
Cents $ 7 $ 04ZI2'
Per Square Foot
Total Price Written Words:
C
r /X'= — Dollars
�e� $ % 7/ ✓
1.3
ITEM
QUANTITY
ITEM DESCRIPTION
UNIT
TOTAL
NO.
AND UNIT
UNIT PRICE WRITTEN
IN.WORDS
PRICE
PRICE
11
60
Adjust water valves
and sewer
Each
cleanout covers to
grade
T1.
Dollars
J/,,-
and
Cents
i
$
Per Each
12
92
Adjust manholes to
grade
Each
.,!
Dollars
�/�
and
Cents
$�
, $ "���
Per' Each
J
Total Price Written Words:
C
r /X'= — Dollars
�e� $ % 7/ ✓
0 M
Page 2
ALL BIDS ARE TO BE COMPUTED ON THE BASIS OF THE GIVEN ESTIMATED QUANTITIES OF WORK,
AS INDICATED IN THIS PROPOSAL, TIMES THE UNIT PRICE AS SUBMITTED BY THE BIDDER. IN CASE
OF A DISCREPANCY BETWEEN WORDS AND FIGURES, THE WORDS SHALL PREVAIL. IN CASE OF AN ERROR
IN THE EXTENSION OF A UNIT PRICE, THE CORRECTED EXTENSION SHALL BE CALCULATED AND THE BIDS
WILL BE COMPUTED AS INDICATED ABOVE AND COMPARED ON THE BASIS OF THE CORRECTED TOTALS.
THE ESTIMATED QUANTITIES OF WORK INDICATED IN THIS PROPOSAL ARE APPROXIMATE ONLY,
BEING GIVEN SOLELY AS A BASIS FOR COMPARISON OF BIDS.
THE UNDERSIGNED HAS CHECKED CAREFULLY ALL OF THE ABOVE FIGURES AND UNDERSTANDS THAT
THE CITY WILL NOT BE RESPONSIBLE FOR ANY ERRORS OR OMISSIONS ON THE PART OF THE UNDERSIGNED
IN MAKING UP THIS BID.
THE UNDERSIGNED AGREES THAT IN CASE OF DEFAULT IN EXECUTING THE REQUIRED CONTRACT
WITH NECESSARY BONDS WITHIN TEN (IO) DAYS, NOT INCLUDING SUNDAY, AFTER HAVING RECEIVED
NOTICE THAT THE CONTRACT IS READY FOR SIGNATURE, THE PROCEEDS OF CHECK OR BOND ACCOMPANY-
ING THIS BID SHALL BECOME THE PROPERTY OF THE CITY OF NEWPORT BEACH.
LICENSED IN ACCORDANCE WITH THE STATUTES OF THE STATE OF CALIFORNIA'PROVIDING FOR
THE REGISTRATION OF CONTRACTORSy LICENSE No. 32168 CLASSIFICATION "A"
ACCOMPANYING THIS PROPOSAL IS Bond
CASH, CERTIFIED CHECK, CASHIER'S CHECK OR BOND
IN AN AMOUNT NOT LESS THAN IO PERCENT 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 WITH THE PROVISIONS OF THAT CODES AND AGREES TO
COMPLY WITH SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE OF THE WORK OF THIS CONTRACT.
549 -2291
PHONE NUMBER
October 7, 1969
DATE
GRIFFITH COMPANY
BIDDERS NAME
(SEAL)
_AUTHORIZtD SIGNATURE
AUTHORIZED 41 GNAT 7044 fJf" ���' <�ee/
Corporation .
TYPE OF ORGANIZATION
(INDIVIDUAL, CORPORATION, CO— PARTNERSHIP)
I .cr er: nu ueurc nr Per c,nrur CrrRrrARv. TRrAVDRrR ANn MANAGER IF A CORPORATION.
BOB
P. Griffith
w.R.
Mir._D!B
v.i.
Bees
J.F.
Porcher
ftelma M. Barnes
W.I.
Gregory Jr
Fig.
Rodenbrock
L.W.
y
Harrah
President
Vice Pree.- 4ecre' *Rry
7icr. _ res.- i'raasurer
Vice President
Asst to President
Asst secy- Contract Officer
Asst Secretary
Asst Treaearer
1001 13.'nda 'lora Dr.
Los An„ eles,alif cro49
241 Ilia Cenc:�i, L.fdo :sle
Newport 13eacU.Ct.lif 9256`.+
204 flo. 11: _lcre: it Slid
Ing] eWood,Calif 903 1]
2921 Illinois Ave
South Gate,Calif 90280
401 S.Buraside Ave Apt6- H-JLos Angeles,Calif 90036
4535 Carpenter Ave
No.Bollyvood,Calif 91607
512 S. Bobart Blvd
Loa Angeles,Calif 90005
411 Osborn
Weet Covina,Calif 91790
0 0 PAGE 3
DESIGNATION OF SUB - CONTRACTORS
THE UNDERSIGNED CERTIFIES THAT HE HAS USED THE SUB -BIDS OF THE FOLLOWING
LISTED CONTRACTORS IN MAKING UP HIS BID AND THAT THE 3UB- CONTRACTORS LISTED
WILL BE USED FOR THE WORK FOR WHICH THEY BIDS SUBJECT TO THE APPROVAL OF
THE CITY ENGINEER, AND IN ACCORDANCE'WITH THE APPLICABLE PROVISIONS OF THE
SPECIFICATIONS. NO CHANGE MAY BE MADE IN THESE SUB - CONTRACTORS EXCEPT UPON
THE PRIOR APPROVAL OF THE ENGINEER.
ITEM OF WORK SUB - CONTRACTOR ADDRESS
1
2
3
4
5•
6.
7
9• '
10.
GRIFFITH COMPANY
BIDDERS NAME
AUTHORIZED $ GNATURE Vt,6
Corporation'
TYPE OF ORGANIZATION::
(INDIVIDUAL, CO- PARTHERSNIP OR CORP)
P. O. Box 395
Costa Mesa, California 92627
ADDRESS
I
i
J
/ FIREMAN'S
FUND
AMERICAN
INSURANCE COMPANIES
THE AMERICAN INSURANCE COMPANY
Newark, New Jersey
KNOW ALL MEN BY THESE PRESENTS, That GRIFFITH COMPANY, herein called Principal,
as Principal, and THE AMERICAN INSURANCE COMPANY, a corporation organized and
existing under the laws of the State of New Jersey, herein called Surety, as
Surety, are held and firmly bound unto
CITY OF NEWPORT BEACH herein called Obligee, in
the sum of TEN PERCENT OF TIM AMOUNT BID - - - - - - - - - - - - - - - - - -
-- - - - - - - - - - - - - - -- - - - - - - - - - - - (10% - -) Dollars,
for the payment whereof the Principal and the Surety bind themselves, their
heirs, executors, administrators, successors and assigns, jointly and severally,
by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, whereas the Principal has submitted
or is about to submit a proposal to the Obligee on a contract for
STREET RECONSTRUCTION; CONCRETE REPAIRS AND
RESURFACING (1969 -1970) CONTRACT #1240
NOW THEREFORE, if the said contract be awarded to the Principal and the Principal
shall within such time as may be specified enter into the contract in writing
and give bond with surety acceptable to the Obligee for the faithful performance
of the said contract, or if the Principal shall, upon failure to do so, pay to
the Obligee the damages which the Obligee may suffer by reason of such failure,
not exceeding the penalty of this bond, then this obligation shall be void, other-
wise it shall remain in force.
SIGNED, SEALED AND DATED OCTOBER 7, 1969
Premium included in BBSU
GRIFFITH COMPANY
By_�%� �E
THE ��y�72-7 � N N3 VCE ANY
$Y-
Attorney in Fact
State of CS1iftrn:
ss:
/ County ofjp6gl�g
On OCTOBER 7, 1969 , before me, a Notary Public in and for said County and State, residing
therein, duly commissioned and sworn, personally appeared
R. H. SPENCER,
known to me to be Attorney- in•Fact of
THE AMERICAN INSURANCE COMPANY
the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed
1 the said instrument in behalf of the said Corporation, and he duly acknowledged to me that such corporation executed the same.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year stated in this certificate above.
fill / 1111/ IIOtl111O111111111111U /It111p11111111111111w
OFFICIAL
MARY S. BYBEE My Commission Expires
1 Q NOTARY PUBLIC -CA4IFORNIA PRINCI ?AL OFFIC° IN Notary Publi
Y 36021266 X LOS ANGELES COUNTY
C My Commission Expires Jan: 14, 1972 _
" .:., xx'- �:_: �IYl11Nltltllj�lp /WiY1Y1Ol�t /Illle[YYI /Ynglp :. ' : d —�' -.� .
0
PAGE 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
THAT WE I At ►RINCI►AL2
AND AS SURETY, ARE HELD
AND FIRMLYOOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIAN IN THE SUM OF
DOLLARS %� LAWFUL MONEY OF THE UNITED
STATES FOR THE PAYMENT OF WHICH SUM WELL AND TRULY TO BE MADEp WE BIND OURSELVES
JOINTLY AND SEVERALLY$ FIRMLY BY THESE PRESENTS.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
THAT IF THE PROPOSAL OF THE ABOVE BOUNDEN PRINCIPAL FOR THE C*NSTRUCTION OF
IN THE CITY OF NEWPORT BEACH, 15 ACCEPTED BY THE CITY COUNCIL OF SAID CITY] AND IF THE
ABOVE BOUNDEN PRINCIPAL SHALL DULY ENTER INTO AND EXECUTE A CONTRACT FOR SUCH CONSTRUC-
TION AND SHALL EXECUTE AND DELIVER THE TWO (Z) BONDS DESCRIBED IN THE "NOTICE INVITING t
BIDS" WITHIN TEN (A) DAYS `NOT INCLUDIMM - ?. SATURDAY AND SUNDAY): FRRW- ;`- T"ME.DATE OF THE
MAILdPM7, OF A NOTICE TO THE ABOVE BOUNDEN PRINCIPAL.BY AND FROM SAID CITY OF NEWPORT
BEACH THAT SAID CONTRACT IS READY FOR EXECUTION; THEM THIS OBLIGAT 1" SMALL BECOME NULL
AND VOID; OTHERWISE IT BE AND RCMk:YN 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 OUR HANDS AND SEALS THIS DAY OF
19
CORPORATE SEAL (IF CORPORATION)
PRI.'NCIPAL
(ATTACH ACKNOWLEDGEMENT OF
ATTORNEY IN FACT)
SURETY
BY
TITLE. .
PAGE 9
NON- COLLUSION AFFIDAVIT
THE BIDDERS, BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRESENT AT THE TIME OF
FILING THIS BID, BEING DULY SWORN ON THEIR OATHS SAY, THAT NEITHER THEY NOR ANY
OF THEM, HAVE IN ANY WAY, DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGEMENT OR
AGREEMENT WITH ANY OTHER BIDDER, OR WITH ANY PUBLIC-OFFICER OF SUCH CITY OF NEWPORT
BEACH WHEREBY SUCH AFFIANT OR AFFIANTS OR EITHER OR 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 SUCA
OTHER BIDDER OR PUBLIC OFFICER ANYTHING OF VALUE WHATEVER, OR SUCH AFFIANT OR AF-
P.CARTS OR EITHER OF THEM HAS NOT DIRECTLY OR INDIRECTLY, ENTERED INTO ANY kRRANGE-
MENT OR AGREEMENT WITH ANY OTHER BIDDER OR BIDDERS, WHICH TENDS TO OR DOES LESSEN
OR DESTROY FREE COMPETITION IN THE 'LETTING OF THE CONTRACT SOUGHT FOR BY THE AT-
TACHED BIDS; THAT NO BID HAS BEEN ACCEPTED FROM ANY SUBCONTRACTOR OR MATE'RIALMAN
THROUGH ANY BID DEPOSITORY, THE BYLAWS, RULES OR REGULATIONS-OF WHICH PROHIBIT OR
PREVENT THE CONTRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCONTRACTOR OR MATERIAL -
MAN WHICH IS NOT PROCESSED THROUGH SAID 810 DEPOSITORY, OR WHICH PREVENT ANY SUB-
CONTRACTOR OR MATERIALMAN FROM BIDDING rO ANY CONTRACTOR WHO DOES NOT USE THE
FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH BID DEPOSITORY; THAT NO INDUCE-
MENT OR ANY FORM OR CHARACTER OTHER THAN THAT WHICH APPEARS VPOM: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 SHARE WITH• "A MY-OTHER PERSON IN ANY WAY OR MANNER,
ANY OF THE PROCEEDS OF THE CONTRACTS SHOUG14T BY THIS BID.
SUBSCRIBED AND SWORN TO BEFORE ME BY
THIS DAY OF
196
MY COMMISSION- EXP:I.RES:
- NOTARY PUBLIC
0 w
Page 10
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility.
�i4/
Signed
0
w
Page 10a
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character
to that proposed herein which he has performed and successfully completed.
Year Person
Completed For Whom Performed (Detail) to Contact Telephone No
r
Signed
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
I"M
SP l of 7
STREET RECONSTRUCTION, 1969-70, CONCRETE REPAIRS..AND RESURFACING
I. SCOPE OF WORK
II
III
IV
V
CONTRACT NO. 1240
The work to be done under this contract consists of removing existing and constructing
new Portland Cement cross gutters, spandrels, curbs and gutters, approach slabs
and related asphaltic concrete patching. Also included is heater remix rejuvenation
and asbestos asphaltic concrete overlaying of existing asphalt pavements.
The contract requires completion of all the work in accordance with these Special
Provisions, the City's Standard Specifications, The Plan (Drawing No. R- 5156 -S),
the City's Standard Drawings and Special Provisions.
The City's Standard Specifications are the Standard Specifications for Public Works
Construction, 1967 Edition, including the 1968 and 1969 Supplements.
COMPLETION OF WORK
The Contractor shall complete all the work within 75 consecutive calendar days after
execution of the contract by the City.
SCHEDULE OF WORK
Prior to commencing construction the Contractor shall meet with the Engineer for
review and approval of his work schedule.
PAYMENT
Payment for incidental items of work, not separately provided for in the proposal,
shall be included in the price bid for the various items of work. The cost of
removing and disposing of the existing improvements, excavation, subgrade preparation,
etc. shall be included in the various items of work and no additional compensation
will be allowed.
TRAFFIC CONTROL
The Contractor shall minimize inconvenience to residences adjacent to the work.
No materials or equipment shall be stored where it will interfere with the free
and safe passage of public traffic.
A minimum of one -half (1/2) of the existing roadway shall remain open to traffic
at all times where cross gutters, spandrels, and approach slabs are being constructed.
w
SP 2 of 7
Adequate barricades shall be used to insure public safety and to prevent tracking
of the tack coat or rutting of the asphalt resurfacing prior to its curing.
The following provisions for traffic flow shall be provided:
Jamboree Road - Ford Road. Eastbluff Intersection
A minimum of one 12 -foot lane in each direction shall be open to traffic on
Jamboree Road from 8:30 A.M. to 4:30 P.M.
One 10 -foot lane, controlled by flagmen shall be open to traffic on Ford
Road and Eastbluff Drive from 8:30 A.M. to 4:30 P.M.
All existing traffic lanes must be open to traffic from 4:30 P.M. to 8:30
A.M. on Jamboree Road, Ford Road and Eastbluff Drive. All other streets
may closed to through traffic from 8:00 A.M. to 4:30 P.M. during
application of the tack coat and resurfacing.
VI. CONSTRUCTION SURVEYS
The Contractor shall be responsible for establishing all grades required for
construction. Where gutter grades are not shown, it shall be the Contractor's
responsibility to provide an even,smooth - flowing gutter grade.
VII. NOTIFICATION TO RESIDENTS
The Contractor shall distribute-to each residence a written notice 40 -50 hours
prior to commencing any construction-that will adversely affect access or restrict
on- street parking adjacent to their properties. The notice shall state when the
construction will start and approximately when it will be completed.
VIII. CONSTRUCTION DETAILS
1. Landscaping and Sprinkler Replacement
The Contractor shall be responsible for replacing all landscaping and
sprinklers damaged or removed during the construction. The materials
and plant species used for replacement shall be the same or equal to
those damaged or removed.
2. Portland Cement Concrete Improvements
Portland cement concrete curb and gutters, cross gutters, spandrels, sidewalks
and approach slabs shall be constructed with Class 6- B- 3000 concrete.
Existing curbs shall be saw cut at the back of curb line when replacing
curb and gutter adjacent to existing monolithic Portland cement concrete
drive approaches.
Type "A" curb and gutter, C.N.B. Std - 101 -L, shall be modified to conform to
the adjacent gutter widths using a 2 -inch gutter rise from flow line.
The unit price bid for P.C.C. cross gutters, spandrels, and approach slabs
shall include the 4 -inch aggregate base bedding.
3
4
N7
SP 3 of 7
Reconstruct Curb Inlet Depression
The existing curb inlet depression on Vista Marina shall be broken from the
inlet basin and replaced with a new local depression, per C.N.B. Std -304 -L
and as shown on the Plans.
Adjustment and Replacement of Walks and Landings
Brick, flagstone, concrete, etc. walks and landings adjacent to the existing
curb and gutters and driveways shall be adjusted or replaced in kind to
meet the grade of the new construction.
Asbestos- Asphaltic Concrete Surfacing
Asbestos- asphaltic concrete surfacing shall be Type III -B2 -85 -100 using
paving grade asphalt and conforming to Section 400 -4 of the Standard Special
Provisions and as hereinafter modified.
The asphalt binder mixed with mineral aggregate shall be between 8i% and
91-2% by weight of the dry aggregate. The amount and grade of asphalt binder
to be mixed with the aggregate will be determined by the Engineer.
Chrysotile Coalinga asphaltic asbestos fiber, as manufactured by Johns -
Manville Corporation, or approved equal fiber shall be added to the mixture
of asphaltic concrete at the rate of 2% by weight of the dry aggregate.
The asbestos fiber shall conform to the following standards:
Ro -Tap Test (100 grams - 3 minutes)
+65 mesh - 40% minimum
Qama Wet Wash
200 mesh - 20% minimum
Penetration Efficiency
70 -95%
While stored at the batch plant site, the asbestos shall be given suitable
protection from moisture. Any asbestos which is wet or damp shall be rejected.
Proportioning and mixing shall conform to Section 203 -6.4 through 203 -6.7 of
the Standard Specifications. The mixture shall consist of the following:
Materials Percent by Weight
Aggregate (including filler materials) 88.5 to 89.5
Asphaltic Binder 8.5 to 9.5
Asbestos 2.0
Asbestos fiber shall be added to the mixer from the weight bin through an
inspection plate in the pug mill mixing chamber. After the asbestos fiber is
added to the dry aggregate they shall be dry mixed for a minimum of 10 seconds
at which time the asphalt may be added. The combined aggregate, asbestos,
and asphalt shall then be wet mixed for an additional 30 seconds minimum.
The asbestos asphaltic concrete mixture shall have a temperature of 310OF to
350OF at the time of discharge from the mixer.
SP 4 of 7
The mixing operations shall be performed in a manner that will provide a
homogeneous, uniform mixture of asphalt, aggregate and asbestos fibers
throughout all material delivered to the job site. Streaks and /or pockets
of asbestos shall be considered as evidence of inadequate mixing or other
malfunction and materials containing such streaks or pockets will not be
accepted by the Engineer. 'Unacceptable material shall be removed from the
project and disposed of by the Contractor at no expense to the City.
The asbestos asphaltic concrete mixture shall be covered when transported
from - the batch plant 'to, the - paving machine to assure uniform temperature
control; uncovered loads arriving at the project location will be subject
to 6ejection. 'The mixture shall not be less than 300OF and not more than
340 F when delivered to the paving machine at the project site. Any material
delivered to the project at less than 300OF will be automatically rejected.
A tack coat consisting of SS -lh liquid asphalt shall be applied at a rate of
0.04 to 0.08 gallons per square yard to all existing pavement and asphaltic
concrete base course prior to placing the asbestos asphaltic concrete. In
areas where heating and remixing operations are scheduled, the rejuvenating
agent shall be substituted for SS -lh liquid asphalt tack coat.
The contractor is cautioned that asbestos - asphaltic paving mixtures "et -up"
at' higher temperatures than normal asphaltic concrete mixtures and every
effort shall be made to compact the.mat as close as practical to the paving
machine while the materials is in a compactible condition. No mixture shall
be placed on the grade unless the atmospheric temperature is at least 50OF
and rising.
The minimum rolling equipment required shall consist of one pneumatic -tired
breakdown roller and two steel - wheeled rollers all equipped with scrapers
to prevent the mixture from sticking to the rollers. The breakdown rollers
shall proceed immediately behind the paver. Standing of the rollers on the
newly = placed asbestos = asphaltic concrete mat will not be permitted.
Backcasting after a pass has been made by a roller or so- called "skin patching"
of the surface will not be permitted.
6. AsphaTti.c.Concrete
Miscellaneous asphaltic concrete patching shall be Type III -Cl -85 -100 using
type"S"'ag regate and paving-grade asphalt. Asphaltic concrete base course
(thick lift shall be Type III -B1 -85 -100 using Type "S" aggregate and paving
grade asphalt.
Prime coat will not be required on the prepared subgrade. The tack coat in
conformance with Subsection 302 -5.3 of the City's Standard Specifications shall
be 'applied to the existing asphalt concrete surfaces and between the base course
and the surface course.
0
Spreading and compacting shall be in conformance
State Standard Specifications or as directed by
motor graders will not be allowed for spreading.
a
SP5of7
with Section 39 -6 of the
the Engineer, except that
The following compaction procedures will be required for the base course,
unless the Engineer directs otherwise:
(a) Initial rolling shall proceed directly behind the spreader
and shall consist of two complete coverages of the asphalt
mixture, and shall be performed with a two -axle or three -axle
steel -tired tandem roller. Such rollers shall weigh not more
than 10 tons.
A motor grader shall trim and shape the layer immediately
after completion of initial rolling. Additional material may be
end dumped as required to fill low areas.
(b) Additional rolling shall proceed directly behind the motor
grader and shall consist of four complete coverages with a
pneumatic roller as specified in the Standard Specifications
or allowed by the Engineer. Such rollers shall not weigh less
than 12 tons.
A complete coverage will be 2 passes of the roller in the
same roller width.
(c) Rolling shall commence at the center of the pass and work
toward the edges.
The intent of these specifications is to have all breakdown and additional
rolling performed while the mixture is sufficiently hot to facilitate satisfactory
compaction. The Engineer will vary paving rates as necessary or require additional
compaction equipment in order to insure adequate compaction of a hot mixture.
Heating, Scarifying, Remixing and Asphalt Rejuvenating Agent
The asphalt scarifier- remixer shall be a self- contained machine specifically
designed to reprocess upper layers of bituminous pavements. The machine shall
be capable of operating at speeds of up to 70 feet per minute and consist of
an insulated combustion chamber adjustable in width from 8 feet to 12 feet and
operate without excessive smoke. The heater shall have a minimum output of heat
of 10,000,000 BTU per hour. The scarifier attachment shall be divided into
sufficient sections individually controlled to conform with the existing pavement
cross section, and shall provide satisfactory protective devices to insure that
no damage will be done to manholes, water valves or other existing structures.
The scarifier shall be hydraulically controlled and consisting of two rows of
spring loaded rakes. As a safety precaution, no device utilitizing gasoline
or volatile pressurized gas storage within 50 feet of the combustion chamber
shall be permitted. Equipment not specifically meeting these specifications and
rejected by the Engineer shall be removed from the job site and replaced with
suitable types.
The Contractor shall sufficiently shield all trees and plants adjacent to the
curb, gutter and sidewalks and overhanging the street to avoid burn damage. Any
D
SP6of7
damage to vegetation adjacent to roadway resulting from the heating- scarifying
operations shall be replaced at the Contractor's expense.
The existing pavement shall be evenly heated, scarified and remixed to a depth
of from 0.05 to 0.07 feet by a single pass of the continuously moving surface
remixer. The surface shall be left in an evenly spread condition and aggregate
shall not be pulverized, spalled or broken. The minimum temperature of the
remixed material shall be not less than 225° F. when measured three minutes
following reprocessing. During scarification at least 90% of the aggregate
shall be remixed by spinning or tumbling.
Remix operations shall be limited to the asphalt batch plant and /or paving crew's
working capacity.
Immediately following the remixing operation a cationic oil and resin emulsion,
asphalt rejuventating agent, as specified below shall be applied undiluted at
the rate of .10 to .15 gallons per square yard while the remixed material is
still hot enough to cause demulsification. Asphalt rejuvenating agent shall be
applied by means of a distributor truck. Distributor trucks shall be of the
pressure type and in general shall conform to the requirements stated in
Section 203 -3 of the Standard Specifications.
Within 15 minutes following the application of the asphalt rejuvenating agent
the existing pavement shall be resurfaced with asbestos asphaltic concrete.
The asphalt rejuvenating agent shall be Reclamite as manufactured by the Golden
Bear Oil Company of Bakersfield or an approved equal, and shall be composed of a
petroleum resin oil base uniformly emulsified with water conforming to the
following requirements:
Specification
Designation
Test Method
Requirements
Viscosity, S.F., at 770 F., seconds
AASHO T59
15 -40
Residue -% Min.
Calif. 351
60
Cement Mixing Test, percent
AASHO T59
Zero
Sieve Test (a) *
(Distilled Water ) % Max.
AASHO T59
0.10
Particle Charge Test
Calif. 343A
Positive
Tests on Residue
from Calif. 351
Viscosity, cs. 1400 F.
ASTM D445
100 -200
Asphaltenes, % Max.
Calif. 352
0.75
Ratio N +AI
ASTM D -2006
0.3 -0.5
P+ 7F2
* (a) Test procedure identical with AASHO T59 except that distilled
water shall be used in place of 2% solium oleate solution.
Utility Adjustment to Grade
Existing water valve boxes, manholes and sewer cleanouts shall be adjusted to
finished asbestos - asphaltic concrete surfacing grade in a manner similar to that
r
SP 7 of 7
described in Section 302 -5.7 of the City's Standard Specifications for adjusting
manholes to finished grade.
The Contractor shall pave over all existing gas, electric, telephone and cable
television facilities. These facilities will be adjusted to the newly constructed
pavement grade by others.
The Contractor shall pave over the abandoned water valve and traffic pad at the
Jamboree Road, Ford Road, Eastbluff Drive intersection and will not be required
to adjust these facilities to grade.
The unit price bid for adjusting water valve covers and manholes to the newly
constructed asbestos - asphaltic concrete pavement grade shall include the removal
and replacement of all materials and adjustment rings if required.
TO: CITY COUNCIL
FROM: Public Works Department
0
September 8, 1969
SUBJECT: STREET RECONSTRUCTION 1969 -70, CONCRETE REPAIRS AND RESURFACING
C -1240
RECOMMENDATIONS:
Approve the plans and specifications and authorize the City
Clerk to advertise for bids to be opened at 10:00 A.M., October 7, 1969.
DISCUSSION:
This project provides for reconstruction of portions of
deteriorated curbs, gutters and cross gutters in various areas of the
City. Deteriorated street pavements will be patched and overlayed with
asbestos asphaltic concrete. Portions of Dolphin Terrace, Ramona Drive,
Margaret Drive and Aldean Place will be heater remixed and then overlayed
with asbestos asphaltic concrete.
The estimated cost of the work is $148,000. The funds are
available in account 02- 3397 -205.
The work will take place in the Irvine Terrace, Harbor Highlands,
Newport Heights, Back Bay, and China Coves areas. The streets were
selected by priorities established in the Street and Alley Maintenance
Report.
Plans were prepared by the City.
The estimated date of completion is January 31, 1970.
l
seph Devlin
blic o ks Director
/�a��, v L e.l
7
SEP 8 1969
By the CITY COUNCIL
CITY OF NEWPORT BEACH
R
CITY OF NEWPORT BEACH
CALIFORNIA
PMay 5, 1970
Griffith Comp"y
P. O. Box 395
Costa Mesa, California 92627
Subject: Surety The American Insurance Company
Bonds No, SCR- 7072528a
1 Project Street Reconstruction, 1969 -70 - Concrete
Repairs and Resurfacing
Contract No.: 1240
The City Council on March 23, 1970 accepted the work of subject
project and authorized the City Clerk to file a Notice of Completion
and to release the bonds 35 days after Notice of Completion has
been filed.
Notice of Completion was filed with the Orange County Recorder
on April 3, 1970, in Book No. 9255, Page 631. Please notify
your surety company that bonds may be released 35 days after
recording date.
Laura Lagios
City Clerk
dg
cc: Public Works Department L----
NOTICE OF COMPLETION
PUBLIC WORKS
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on rebraary 20, 1970
the Public Works pro ect consisting of street rec
repdre and reeurf;cQ (C -1240)
on which
was the contractor, and
was the surety, was completed.
CITY OF NEWPORT BEACH
m
u
I, the undersigned, say:
orks Director
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on April 1, 1970
at Newport Beach, California.
VERIFICATION OFICITY
I, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on March 29, 1970 accepted the above described work as
completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on April 1, 1970 at Newport Beach, California.
aw c-
TO: CITY COUNCIL
FROM: Public Works Director
March 23, 1970
.'r- -6
SUBJECT: ACCEPTANCE OF STREET RECONSTRUCTION, 1969 -70, CONCRETE REPAIRS AND RESURFACING
(C -1240)
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice -of Completion.
3. Authorize the City Clerk to release the bonds 35 days after
the Notice of Completion has been filed.
DISCUSSION:
The contract for the Street Reconstruction, 1969 -70, Concrete Repairs and
Resurfacing has been completed to the satisfaction of the Public Works Department.
The bid price was: $ 117,937.00
Amount of unit price items constructed: 127,480.69
Amount of.change orders: -
Total contract cost: 127,480.69
Amount budgeted in Account #02- 3397 -205: 403,805.00
The overrun in the contract amount was due to the resurfacing of additional
street area and the need to replace considerably more curb, gutter, and sidewalk in
Irvine Terrace than was originally anticipated.
The contractor is the Griffith Company of Costa Mesa, California.
The contract date of completion was January 13, 1970. Due to rain and the
additional quantities of work, the resurfacing was not completed until January 22.
All work including clean -up was completed on February 20, 1970.
eph�T.1 Devlin
lic rks Director
GPD /bg
APPROVEp
BY CITY
DATE COUNCIL
^:'.'
y
<:�-- - ,/ 2¢0
CITY OF NEWPORT BEACH
Date October 31, 1969
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. 1240
Project Street Reconstruction, 1969 -70, Concrete
Repairs and Resurfacing
i
4�
�n
Attached are .2 executed copies of subject contract for your files and for
transmittal to the contractor,
Contractor: Griffith Company
Address: P. O. Box 395, Costa Mesa, Calif. 92627
Amount: $ 117, 937. 00
Effective Date: October 30, 1969
Resolution No. 7082 adopted on October 13, 1969
LL:dg
Att.
cc: Finance Department
i� i fIT!
L
CONTRACT NO. 1240
CITY OF NEWPORT BEACH
tA��
CONTRACT DOCUMENTS
FOR
STREET RECONSTRUCTION, 1969 -70
CONCRETE REPAIRS AND RESURFACING
Approved by the City Council on this
8th Day of September, 1969,
NOTICE TO BIDDERS:
C_
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT NO. 1240
CONTRACT DOCUMENTS
FOR
STREET RECONSTRUCTION. 1969 -70,
CONCRETE REPAIRS AND RESURFACING
ADDENDUM NO. 1
October 1. 1969
Please be advised that Section II (page SP 1 of 7) shall be revised to read
as follows:
II Completion of Work
The Contractor shall complete all the work within 120 consecutive
calendar days after execution of the contract by the City.
Please .show date of receipt of this Addendum on the,Proposal
or insert a copy with your Proposal.
ate
Derek H. White
Design Engineer
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach,
California, until 10:30 A.M. on the 7th day of Ortober . _ , 19 69 , at
which time they wi bll a openeU and read, for performing work aso oTl-ws:
CONTRACT NO.
Bids must be submitted on the Proposal form attached with the contract documents furnished
by the Public Works Department. The additional copy of the Proposal Form is to be retained
by the bidder for his records.
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 title of the project and the words "SEALED BID" shall be clearly marked on the outside
of the envelope containing the bid.
The Contract Documents that must be completed, executed, and returned in the sealed bid are:
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non - collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability and Experience References
These documents shall be affixed with the 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 Sha a of ixe
to all documents requiring signatures. In the case of a Partnership, the signature of at
least one general partner is required.
No bids will be accepted from a Contractor who has not been licensed in accordance with the
provisions of Chapter 9, Division III of the Business and Professions' Code. The Contractor
shall state his license number and classification in the Proposal.
Plans and Contract Documents, including Special Provisions, may be obtained at the Public
Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors.
A non - refundable charge of $2.00 will be required for each set of Plans and Contract Docu-
ments issued to others. It is requested that the Plans and Contract Documents be returned
within 2 weeks after the bid opening.
The City has adopted the Standard Specifications for Public Works Construction (1967 Edition
and Supplements) as prepared by the Southern California Chapters of t e merican Public
Works Association and the Associated General Contractors of America. Copies may be obtained
from Building News, Inc., 3055 Overland Ave., Los Angeles, Calif. 90034, (213) 870 -9871.
The City has adopted Standard Special Provisions and Standard Drawings. Copies of these
are available at the Public Works Department at a cost of $2.00 per set.
The City reserves the right to reject any or all bids and to waive any informality
in such bids.
City of Newport Beach, California
Notice Inviting Bids
In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California
Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach has
ascertained the general prevailing rate of per diem wages in the locality in which the
work is to be performed for each craft, classification, or type of workman or mechanic
needed to execute the contract and has set forth these items in Resolution No. 6982,
adopted May 12, 1969. A copy of said resolution is available in the office of the
City Clerk. All parties to the contract shall be governed by all provisions of the
California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive).
r
5 -15 -69
CITY OF NEWPORT BEACH
STREET RECONSTRUCTION, 1969 -70
CONCRETE REPAIRS AND RESURFACING
CONTRACT 1240
PROPOSAL
To the Honorable City Council
City of Newport Beach
3330 West Newport Boulevard
Newport Beach, California 92660
Gentlemen:
1.1
The undersigned declares that he has carefully examined the location of the work, has
read the Notice Inviting Bids, has examined the Plans and Special Provisions, and
hereby proposes to furnish all materials and do all the work required to complete
Contract No. 1240 in accordance with the Plans and Specifications, and will take in full
payment therefor the following unit prices for the work, complete in place, to wit:
'�M QUANTITY ITEM DESCRIPTION UNIT TOTAL
J. AND UNIT UNIT PRICE WRITTEN.IN WORDS PRICE PRICE
1 4,300
Square Feet
2 520
Square Feet
3 1,850
Lineal Feet
Construct 8" thick P.C.C. cross gutters and
spandrells with 4 -inch aggregate base :
One Dollars,
and
Thirty -Five Cents $1.35 $
Per Square Foot
Construct 8" thick P.C.C. Approach
Slabs with 4 -inch aggregate base
One _ Dollars '
and
Thirty -Five Cents $1.35 $ 702.00
Per Square Foot
Construct Type "A" P.C.0 Curb and
Gutter
Three Dollars
and
Ten Cents $ 3 to $59735
Per Lineal Foot
1.2
CEM
J.
QUANTITY
AND UNIT
ITEM DESCRIPTION
UNIT PRICE WRITTEN IN WORDS
UNIT
PRICE
TOTAL
PRICE
4
650
Construct 4" thick P.C.0 Sidewalk
Eleven
Dollars
Square Feet
and
No
Cents $11.00
$_9j350.00
One
Dollars
10 147,000
Heating, scarifying, remixing and
asphalt
and
Square Feet
rejuvenating agent
No
Cents
$1. no
$�Q„n
Per Square Foot
Three
5
650
Construct 6" 'thick P.C.C. drive
Per Square Foot
Square Feet
approaches
One
Dollars
and
Thirty
Cents
$1.30
$845.00
Per Square Foot
6
Reconstruct curb inlet depression on
Lump Sum
Via Marina
One Hundred Thirty
Dollars
.
and
No
Cents
$130.00
$130.00
Lump Sum
300
Reconstruct walks and landings
Square Feet
One
Dollars
'and
Thirty
Cents
$1.30
$ 390.00
Per Square Foot
8 6,200 Asbestos asphaltic concrete surfacing
Tons
Thirteen Dollars
and
Ten Cents $ 13.10 $ 81,220;00
Per Ton
9 850
Asphaltic concrete base course
Tons
Eleven
Dollars
and
No
Cents $11.00
$_9j350.00
Per Ton
10 147,000
Heating, scarifying, remixing and
asphalt
Square Feet
rejuvenating agent
No
Dollars
and
Three
Cents ; $ 0.03
$_!410.00
Per Square Foot
. ,3
1.3
Total Price Written Words:
One Hundred Seventeen Thousand Dollars
Nine Hundred Thirty-Seven o ars and
and no Cents Cents $_217,937.00
..,. ',_
CEM QUANTITY
ITEM DESCRIPTION
UNIT
TOTAL
NO. AND UNIT
UNIT PRICE WRITTEN IN WORDS
PRICE
PRICE
11 60
Adjust water valves and sewer
Each
cleanout covers to grade
Thirty
Dollars
and
No
Cents,
$ 30.00
$ 1800.00
Per Each
12 92
Adjust manholes to grade
Each
Seventy -Five
Dollars
and
No
Cents
$ 75.00
$_6A900.00
Per Each
Total Price Written Words:
One Hundred Seventeen Thousand Dollars
Nine Hundred Thirty-Seven o ars and
and no Cents Cents $_217,937.00
..,. ',_
2/7/67 i
ALL BIDS ARE TO BE COMPUTED ON THE BASIS OF THE GIVEN ESTIMATED QUANTITIES OF WORK,
AS INDICATED IN THIS PROPOSAL, TIMES THE UNIT PRICE AS SUBMITTED BY THE BIDDER. IN CASE
OF A DISCREPANCY BETWEEN WORDS AND FIGURESO THE WORDS SHALL PREVAIL. IN CASE OF AN ERROR
IN THE EXTENSION OF A UNIT.PRICES THE CORRECTED EXTENSION SHALL BE CALCULATED AND THE BIDS
WILL BE COMPUTED AS INDICATED ABOVE AND COMPARED ON THE BASIS OF THE CORRECTED TOTALS.
THE ESTIMATED QUANTITIES OF WORK INDICATED IN THIS PROPOSAL ARE APPROXIMATE ONLY
BEING GIVEN SOLELY AS A BASIS FOR COMPARISON OF BIDS.
THE UNDERSIGNED HAS CHECKED CAREFULLY ALL OF THE ABOVE FIGURES AND UNDERSTANDS THAT
THE CITY WILL NOT BE RESPONSIBLE FOR ANY ERRORS OR OMISSIONS ON THE PART OF THE UNDERSIGNED
IN MAKING UP THIS BID.
THE UNDERSIGNED AGREES THAT IN CASE OF DEFAULT IN EXECUTING THE. REQUIRED CONTRACT
WITH NECESSARY BONDS WITHIN TEN (I0) DAYS NOT INCLUDING SUNDAYO AFTER HAVING RECEIVED
NOTICE THAT THE CONTRACT IS READY FOR SIGNATURES THE PROCEEDS OF CHECK OR BOND ACCOMPANY-
ING THIS BID SHALL BECOME THE PROPERTY OF THE CITY OF NEWPORT BEACH.
LICENSED IN ACCORDANCE WITH THE STATUTES OF THE STATE OF CALIFORNIA PROVIDING FOR
THE REGISTRATION OF CONTRACTORS, LICENSE N0. 32168 CLASSIFICATION "All
ACCOMPANYING THIS PROPOSAL IS Bond _
CASH,v CERTIFIED CHECK2 CASHIERS CHECK OR BOND
IN AN AMOUNT NOT LESS THAN 10 PERCENT OF THE TOTAL 810 PRICE.
THE UNDERSIGNED 15 AWARE OF THE PROVISIONS OF SECTION 3700 OF THE LABOR CODE WHICH
REQUIRE EVERY EMPLOYER TO BE INSURED AGAINST LIABILITY FOR WORKMENtS COMPENSATION OR TO
UNDERTAKE SELF- INSURANCE IN ACCORDANCE WITH THE PROVISIONS OF THAT CODEp AND AGREES TO
COMPLY WITH SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE OF THE WORK OF THIS CONTRACT.
549 -2291
PHONE NUMBER
October 7, 1969
DATE
GRIFFITH COMPANY
BIDDERS NAME
(SEAL)
W. R. Mirams, Vice President
AUTHORIZED SIGNATURE -
(s) W. I. Gregory, Jr., Asst. Secretary
AUTHORIZED SIGNATURE
Corporation _
BIDDERS ADDRESS TYPE OF ORGANIZATION
(INDIVIDUAL,, CORPORATIONS CO- PARTNERSHIP) -
LIST BELOW NAMES OF PRESIDENT, SECRETARYO TREASURER AND MANAGEW IF A CORPORATION
AND NAMES OF ALL CO- PARTNERS IF A CO- PARTNERSHIPS
r
0
40
PAGE 3
`DESIGNATION OF SUB - CONTRACTORS
THE UNDERSIGNED CERTIFIES THAT HE HAS USED THE SUB -BIDS OF THE FOLLOWING
LISTED CONTRACTORS IN MAKING UP HIS BID AND THAT THE SUB - CONTRACTORS LISTED
WILL BE USED FOR THE WORK FOR WHICH THEY BID., SUBJECT TO THE APPROVAL OF
THE CITY ENGINEER, AND IN ACCORDANCE -WITH THE APPLICABLE PROVISIONS OF THE
SPECIFICATIONS. NO CHANGE MAY BE MADE IN THESE SUB - CONTRACTORS EXCEPT UPON
THE PRIOR APPROVAL OF THE ENGINEER.
ITEM OF WORK
SUB- CONTRACTOR
I. Cond Markel Cement
2.
3•
ADDRESS
4.
5•
7•
8.
9• '
lo.
II.
Iz.
GRIFFITH COMPANY
BIDDERS NAME
W. R. Mirams.Vice President
AUTHORIZED SIGNATURE
Corporation
TYPE OF ORGANIZATION::
(INDIVIDUAL, CO- PARTNERSHIP OR CORP)
Costa Mesa._ California 92627
ADDREss
AA
FOR ORIGIO COPY SEE CITY CLERK'S FILE COO
PAGE 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
THAT WE ` GRIFFITH COMPANY AS PRINCIPAL,
AND_ THE AMERICAN INSURANCE COMPANY , AS SURETY, ARE HELD
AND FIRMLY'BOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM Of Ten
Percent of the amount bid DOLLARS ($ 10% - -- ), LAWFUL MONEY OF THE UNITED
STATES FOR THE PAYMENT OF WHICH SUM WELL AND TRULY TO BE MADEO WE SIND.OURSELVES,
JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS.
Y
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
THAT IF THE PROPOSAL OF THE ABOVE BOUNDEN PRINCIPAL,FOR THE CONSTRUCTION OF
STREET RECONSTRUCTION. 1969 -70 CONCRETE REPAIRS AND RESURFACING. CONTRACT NO. 1240
IN THE CITY OF NEWPORT BEACH, 13 ACCEPTED BY THE CITY COUNCIL OF SAID CITY, AND IF THE
ABOVE BOUNDEN PRINCIPAL SHALL DULY ENTER INTO AND EXECUTE A CONTRACT FOR SUCH CONSTRUC-
TION AND SHALL EXECUTE AND DELIVER THE TWO (2) BONDS DESCRIBED IN THE "NOTICE INVITING
BIDS" WITHIN TEN (A)) DAYS (NOT INCLUO- 'NB^:; SATURDAY AND SUNDAY), 'FRVW.TH -E DATE OF THE
MA WU NO; OF A NOTICE TO THE'ASOVE BOUNDEN PRINCIPAL.BY AND FROM SAID City OF NEWPORT
BEACH THAT SAID CONTRACT IS READY FOR EXCCUT'ION, THEN THIS OBLIGATION SHALL BECOME NULL
AND VOID; OTHERWISE IT BE AND REM4.114 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 A$ AN INDIVIDUAL,
IT IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY. FROM'
ITS OBLIGATIONS UNDER THIS BOND.
IN WITNESS WHEREOF, WE HEREUNTO SET OUR HANDS AND SEALS THIS 7th, DAY OF
October 19,x.
CORPORATE SEAL (IF CORPORATION) W. R. Mirams, lice.President
'. PRINGIPAL
(ATTACH ACKNOWLEDGEMENT OF
ATTORNEY IN FACT) .
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 13th day of October, 1969
HAS AWARDED TO GRIFFITH COMPANY
HEREINAFTER DESIGNATED AS THE "PRINCIPAL"" A CONTRACT FOR STREET RECONSTRUCTION,
1969 -70 - CONCRETE REPAIRS AND RESURFACING, CONTRACT NO. 1240
IN THE CITY OF NEWPORT BEACH•, IN STRICT CONFORMITY WITH THE DRAMdNGS.AND SPECIFI-
CATIONS AND OTHER CONTRACT DOCUMENTS ON FILE IN THE OFFICE OF THE CITY.CLERK.
WHEREAS, SAID PRINCIPAL HAS EXECUTED OR 13 ABOUT TO EXECUTE SAID CONTRACT AND
THE TERMS THEREOF REQUIRE THE FURNISHING OF A BOND WITH SAID CONTRACT,.PROVIDING
THAT IF SAID PRINCIPAL OR ANY OF HIS OR ITS SUBCONTRACTOR3p SHALL FAIL TO PAY FOR
ANY MATERIALS, PROVISIONS, PROVENDERp 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.TH13'150ND WILL—PAY" -THE SAME To THE EXTENT
HEREINAFTER SET FORTH:
NOW, THEREFORE, WE
AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE .CONTRACTOR AND THE AMERICAN INSURANCE COMPARYY
AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF
50/100
Fifty- Eight Thousand Rine Hundred Sixty -Eight III DOLLARS ($^ 5$,968.50 ),
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 SUSCON
TRACTORS, FAIL TO PAY FOR ANY MATERIALS, PROVISIONSi PROVENDER, OR OTHER SUPPLIES,
OR TEAMS, USED IN, UPON, FOR, OR ABOUT THE PERFORMANCE OF THE WORK CONTRACTED TO
BE DONE, OR FOR ANY OTHER WORK OR LABOR THEREON OF "ANY KIND, OR FOR AMOUNTS DUE
UNDER THE UNEMPLOYMENT INSURANCE CODE WITH RESPECT TO SUCH WORK OR LABOR, THAT THE
SURETY OR SURETIES WILL PAY FOR THE SAME, IN AN AMOUNT NOT EXCEEDING THE SUM SPECI-
FIED IN THE BOND, AND ALSO, IN CASE SUIT IS BROUGHT UPON THE - BOND., A REASONABLE
ATTORNEY 13 FEE, TO BE FIXED BY THE COURT,, AS REQUIRED BY THE PROVISIONS OF SECTION -
4204 OF THE GOVERNMENT CODE OF THE STATE-OF EALIrORNIA.
0
PAGE 6
(LABOR AND MATERIAL BOND - CONTINUED)
THIS BOND SHALL INURE TO THE BENEFIT OF ANY AND ALL PERSONS COMPANIESS AND CORPOR-
ATION ENTITLED TO FILE CLAIMS UNDER SECTION 1192.1 OF THE CODE OF CIVIL PROCEDURE
30 AS TO GIVE A RIGHT OF ACTION TO THEM OR THEIR ASSIGNS IN ANY SUIT BROUGHT UPON
THIS BONDS AS REQUIRED BY THE PROVISIONS OF SECTION 4205 OF THE GOVERNMENT CODE OF
THE STATE OF CALIFORNIA.
AND THE SAID SURETY2 FOR VALUE RECEIVED, HEREBY STIPULATES AND AGREES THAT NO CHANGE
EXTENSION OF TIME., ALTERATIONS ON ADDITIONS TO THE TERMS OF THE CONTRACT OR TO THE
WORK TO BE PERFORMED THEREUNDER OR THE SPECIFICATIONS ACCO14PANYINQ THE SAME SHALL
IN ANY W13E AFFECT ITS OBLIGATIONS ON TH13 BONDS AND IT DOES HEREBY WAIVE NOTICE OF
ANY SUCH CHANGE, EXTENSION OF TIMED ALTERATIONS OR ADDITIONS TO THE TERMS OF THE
CONTRACTOR OR TO THE WORK OR TO THE, 3PECIFICATIONS.
IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUALS IT
13 AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM
ITS OBLIGATIONS UNDER THIS BOND.
IN WITNESS WHEREOFS THIS INSTPI;//HEN HAS BEEN DULY /EXECUTED BY THE PRINCIPAL ND'
SURETY ABOVE NAMEDA ON THE —R T DAY OF Qi�% . 196;.
GRIFFITH COMPAPL?- - -. (SEAL)
\tSEAL)
EN P. GRIFFITH „ENT
.. (SEAL)
CONTRACTOR ...
APPROVED AS TO FORM:
THEEAMERICAN INSURANCE COMPANY
/ V ' (SEAL)
Z WILTcut
(SEAL)
SURETY.
1 ! I
I T Y AT RNEY
THIS BOND WAS APPROVED BY THE CITY COUNCIL
OF THE CITY OF NEWPORT BEACH BY MOTION ON
DATE
ATTEST:
CITY 'CLERK
r
A
State of C861ifOlMia
County of Los Angels ss:
On October 24, 1969 before me, a Notary Public in and for Said County and State, residing
therein, duly commissioned and sworn, personally appeared B. J. Bolton
known to me to be Attorney-in-Fact of THE AMERICAN INSURANCE COMPANY
the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed
the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the some.
IN WITNESS WHEREOF, I have hereunto set my }rand and affixed my official seal, the day and year stated in this certificate above.
OFFICIAL SEAL
My Commission Expires 4� iltl
MA
_RY-S—EYBEE
NOTARY PUBLIC-CALIFORNIA Notc
PRINCIPAL OFFIC9 IN
360212-.&66 LOS ANGELES COUNTY
My Commission Expires Jan. 14, 1972
PAGE 7
:141412mlkiq : v i C
KNOW ALL MEN BY THESE PRESENTS, THAT
WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA,
BY MOTION ADOPTED --the 13th day of October. 1969
HAS AWARDED To GRIFFITH COMPANY
HEREINAFTER DESIGNATED AS THE "PRINCIPAL", A CONTRACT FOR STREET RECONSTRUCTION.
1969 -70 - CONCRETE REPAIRS AND RESURFACING, CONTRACT NO. 1240
IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFIC
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;
r
NOW, THEREFORE, WE, GRIFFITH COMPANY
AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE "CONTRACTOR") AND
THE AMERICAN INSURANCE COMPANY
AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUN OF
Thousand Nine
& " OLLARS 4,58:768.50 ),
SAID SUM BEING EQUAL TO 50% OF THE ESTIMATED AMOUNT OF THE CONTRACT, TO BE PAID TO
THE SAID CITY OR ITS CERTAIN ATTORNEY, ITS SUCCESSORS, AND ASSIGNS; FOR WHICH PAY-
MENT, WELL AND TRULY TO BE MADE, WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND AD-
MINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BE THESE PRE-
SENTS.
THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE ABOVE BOUNDEN PRINCIPAL, HIS
OR ITS HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS, OR ASSIGNS, SHALL IN ALL THINGS
STAND TO AND ABIDE BY, AND WELL AND TRULY KEEP AND PERFORM THE COVENANTS, CONDITIONS
AND AGREEMENTS IN THE SAID CONTRACT AND ANY ALTERATION THEREOF MADE AS THEREIN PRO-
VIDED ON HIS OR THEIR PART, TO BE KEPT AND PERFORMED AT THE TIME AND IN THE MANNER
THEREIN SPECIFIED, AND IN ALL RESPECTS ACCORDING TO THEIR TRUE INTENT:.AND MEANING,
AND SHALL INDEMNIFY AND SAVE HARMLESS THE CITY OF NEWPORT BEACH, ITS'OFFICERS AND
AGENTS, AS THEREIN STIPULATED, THEN T1413 OBLIGATION SMALL BECOME NULL AND VOID;
OTHERWISE IT SHALL REMAIN IN FULL FORCE AND VIRTUE.
I
I
PAot 8
(PERFORMANCE BOND - CONTINUED)
AND SAID SURETY) FOR VALUE RECEIVEDI . 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 BONDS AND IT DOES HEREBY WAIVE NOTICE
OF ANY CHANGE) EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERMS OF THE CON"
TRACT OR TO THE WORK OR TO THE SPECIFICATIONS.
IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS-AN INDIVIDUAL
IT IS AGREED THAT THE DEATH ON ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY
FROM ITS OBLIGATIONS UNDER THIS BOND.
IN WITNESS WHERECIFS THIS INSTRUMENT AS BEEN DULY EXECUTED Y THE PRINCIPAL AND
SURETY ABOVE NAMEDS ON THE _. i+ �% DAY OF _ /--/hJ A 1
APPROVED AS TO FORM:
CITY ORNEY
GRIFFITH C - ESEAL)
BEN P. GRIFFITH Pi-E' DENY,_
_ gAL/
CONTRACTOR
THE AMERICAN INSURANCE COU AUIf (SEAL)
(SEAL�
8L j SVRETr c,7TOttNEY IN f :
-,Clio Imazom.
State of California
County of 1,,6 Angel a ss:
On October 24, 1969
therein, duly commissioned and sworn, personally appeared
before me, a Notary Public in and for said County and State, residing
B. J. Holton
known to me to be Attorney -in -Fact of
THE AMERICAN INSURANCE COMPANY
the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed
the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same.
IN WITNESS WHEREOF, I have hereunto set
My Commission
and affixed
OFFICIAL SEAL
MARY S. BYBEE
PRINCrAL OFFICi IN
360212--6-66 i.05 ANGELES COUNTY
e
My Commission Expires Jan. 14, 1972
official seal, the day and year stated in this certificate above.
Notary
PAGE 9
NON- COLLUSION AFFIDAVIT
THE BIDDERS, BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRESENT AT THE TIME OF
FILING THIS BIDS BEING DULY SWORN ON THEIR OATHS SAYS THAT NEITHER THEY NOR ANY
OF THEMp HAVE:IN ANY WAYS DIRECTLY OR INDIRECTLY ENTERED INTO ANY ARRANGEMENT OR
AGREEMENT WITH ANY OTHER BIDDERS OR WITH ANY PUBLIC OFFICER OF SUCH CITY OF NEWPORT
BEACH WHEREBY SUCH AFFIANT OR AFFIANTS OR EITHER OR THEME HAS PAID OR IS TO -PAY TO
SUCH BIDDER OR PUBLIC OFFICER ANY SUM OF MONEY., OR HAS GIVEN OR IS TO GIVE TO SUCH
OTHER BIDDER OR PUBLIC OFFICER ANYTHING OF VALUE WHATEVERp OR SUCH AFFIANT OR AF-
F.IANTS OR EITHER OF THEM HAS NOT DIRECTLY OR INDIRECTLY] ENTERED INTO ANY ARRANGE-
MENT OR AGREEMENT WITH ANY OTHER BIDDER OR BIDDERS WHICH TENDS TO OR DOES LESSEN
OR DESTROY FREE COMPETITION IN THE LETTING OF T1IE CONTRACT SOUGHT FOR BY THE AT-
TACHED BIDS THAT NO BID HAS BEEN ACCEPTED FROM ANY SUBCONTRACTOR OR MATERIALMAN_
THROUGH ANY BID DEPOSITORYp THE BYLAWS RULES OR REGULATIONS OF WHICH PROHIBIT OR
PREVENT THE CONTRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCONTRACTOR OR MATERIAL -
MAN WHICH IS NOT PROCESSED THROUGH SAID 810 DEPO'SITORYp OR WHICH PREVENT ANY SUB-
CONTRACTOR OR MATERIALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES'NOT USE THE
FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH BID DEPOSITORY) THAT NO INDUCE-
MENT OR ANY FORM OR CHARACTER OTHER THAN THAT WHICH APPEARS VPON :'THE, FACE OF THE
81D WILL BE SUGGESTEOP OFFERED PAID OR DELIVERED TO ANY PERSON WHOMSOEVER TO
INFLUENCE-THE ACCEPTANCE OF THE SAID BID OR AWARDING OF THE.CONTRACTp NOR NAS.THIS
BIDDER ANY AGREEMENT OR UNDERSTANDING OF ANY KIND WHATSOEVER., WITH ANY PERSON
WHOMSOEVER TO PAYp DELIVER Top-OR SHARE WITH,ANY OTHER PERSON I:N ANY WAY OR 14ANNERP
ANY OF THE PROCEEDS OF THE CONTRACTS SHOUGHT BY THIS BID.
(s )W. R. Mirams, Vice President
SUBSCRIBED AND
SWORN
TO BEFORE
ME BY'
THIS
DAY
OF
,
196
MY COMMISSION_EXP:IRES3
NOTARY PUBLIC
FOR ORIGII* COPY SEE CITY CLERK'S FILE C016
Page 10
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility.
2
• •
Page l0a
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character
to that proposed herein which he has performed and successfully completed.
Year Person
,Completed For Whom Performed (Detail) to Contact Telephone No.
(s) W. R. Mirams
Signed
0
C O N T R A C T
0
PAGE II
THIS AGREEMENT, MADE AND ENTERED INTO THIS 3o7->y DAY OF cc %073ER IS
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.
WITNESSEITH: THAT THE PARTIES HERETO 00 MUTUALLY AGREE AS FOLLOWS;
I. FOR AND IN CONSIDERATION OF THE PAYMENTS AND AGREEMENTS HEREINAFTER MENTIONED
TO BE MADE AND PERFORMED BY THE CITY, THE CONTRACTOR AGREES WITH THE CITY TO FURNISH
ALL MATERIALS AND LABOR FOR THE CONSTRUCTION OF
STREET RECONSTRUCTION, 1969 -70 - CONCRETE REPAIRS AND RESURFACING
CONTRACT NO. 1240
AND TO PERFORM AND COMPLETE IN A GOOD AND WORKMANLIKE MANNER ALL THE WORK PERTAINING
THERETO SHOWN ON THE PLANS AND SPECIFICATIONS THEREFOR; TO FURNISH AT HIS OWN PROPER
COST AND EXPENSE ALL TOOLS, EQUIPMENT, LABOR, AND MATERIALS NECESSARY THEREFOR, (EX-
CEPT SUCH MATERIALS, IF ANY, AS IN THE SAID SPECIFICATIONS ARE STIPULATED TO BE FUR-
NISHED BY THE CITY), AND TO DO EVERYTHING REQUIRED' BY_THIS.AGREEMENT AND TILE 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 LOSSAND DAMAGE
ARISING OUT OF THE NATURE OF THE WORK AFORESAID, OR FROM THE ACTION OF THE ELEMENTS,
OR FROM ANY UNFORESEEN DIFFICULTIES WHICH MAY ARISE OR BE ENCOUNTERED IN THE PROSECU-
TION OF THE WORK UNTIL ITS ACCEPTANCE BY THE CITY, AND FOR ALL RISKS OF EVERY DE-
SCRIPTION CONNECTED WITH THE WORK; ALSO,, FOR ALL EXPENSES INCURRED BY OR IN CONSE-
QUENCE OF THE SUSPENSION OR DISCONTINUANCE OF WORK, EXCEPT SUCH AS IN SAID SPECIFI-
CATIONS ARE EXPRESSLY STIPULATED TO BE BORNE BY THE CITY; AND FOR WELL AND FAITHFULLY
COMPLETING THE WORK AND.THE WHOLE THEREOF,.IN THE MANNER SHOWN AND DESCRIBED IN THE
SAID PLANS AND SPECIFICATIONS, THE CITY WILL PAY AND THE CONTRACTOR SHALL RECEIVE IN
FULL COMPENSATION THEREFORE THE LUMP SUM PRICE, OR IF THE BID IS ON THE UNIT PRICE
BASIS, THE TOTAL PRICE FOR THE SEVERAL ITEMS FURNISHED PURSUANT TO THE SPECIFICATIONS,
NAMED IN THE BIDDING SHEET OF THE PROPOSAL, AS THE CASE MAY BE.
3. THE CITY HEREBY PROMISES AND AGREES WITH THE SAID CONTRACTOR TO EMPLOY, AND
DOES:HEREBY EMPLOY THE SAID CONTRACTOR TO PROVIDE THE MATERIALS AND PTO DO THE WORK
ACCORDING TO THE TERMS AND CONDITIONS HEREIN. CONTAINED AND REFERRED TO FOR THE PRICE
AFORESAID, AND HEREBY CONTRACTS TO PAY THE SAME AT THE TIME, IN THE MANNER, AND UPON
THE CONDITIONS SET FORTH IN THE SPECIFICATIONS; AND THE SAID PARTIES FOR THEMSELVES,
THEIR HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS AND ASSIGNS, DO HEREBY AGREE TO
THE FULL PERFORMANCE OF THE COVENANTS HEREIN CONTAINED.
4. THE NOTICE TO BIDDERS, INSTRUCTIONS TO BIDDERS, CONTRACTORS PROPOSAL, AND
THE PLANS AND SPECIFICATIONS, AND ALL AMENDMENTS THEREOF, WHEN APPROVED BY THE PAR-
TIES HERETO, OR WHEN REQUIRED BY THE CITY IN ACCORDANCE WITH THE PROVISIONS OF THE
PLANS,AND SPECIFICATIONS, ARE HEREBY INCORPORATED IN AND MADE PART OF THIS AGREEMENT.
E
al
1]
PAGE 12
5. PURSUANT TO THE LABOR CODE OF THE STATE OF CALIFORNIAy 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, DAMAGES INJURY) AND LIABILITY OF EVERY KINDS NATURE, AND DESCRIPTIONS DIRECTLY OR
INDIRECTLY ARISING FROM THE PERFORMANCE OF THE CONTRACT OR WORK, REGARDLESS OF RESPONS►-
BILiTY FOR NEGLIGENCE; AND FROM ANY AND ALL CLAIMSp LOSSI DAMAGES INJURYS AND LIABILITY
HOWSOEVER THE SAME MAY BE CAUSEDO RESULTING DIRECTLY OR INDIRECTLY FROM THE NATURE OF
THE WORK COVERED BY THE CONTRACTS REGARDLESS OF RESPONSIBILITY FOR NEGLIGENCE.
ATTEST:
CITY OF NEWPORT BEACHv CALIFORNIA.
By: �1) Q)x1�LUfIA�Q
MAYOR
CITY CLERK 61
GRIFFITH COMEANY
CONTRACTOR
AL)
BY:
BEN P. GRIFFITH
PRESIDENT, -
TITLE
D '3
T. SECRETARY
TITLE
APPROVED AS TO FORM:
7L
CITY AfrhRNEY
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
•• SPECIAL. .PROVISIONS
FOR
SP1of7
STREET RECONSTRUCTION, 1969-70, CONCRETE REPAIRS..AND RESURFACING
CONTRACT NO. 1240
I. SCOPE OF 14ORK
The work to be done under this contract consists of removing existing and constructing
new Portland Cement cross gutters, spandrels, curbs and gutters, approach slabs
and related asphaltic concrete patching. Also included is heater remix rejuvenation
and asbestos asphaltic concrete overlaying of existing asphalt pavements.
The contract requires completion-of all the work in accordance with these Special
Provisions, the City's Standard Specifications, The Plan (Drawing No. R- 5156 -5),
the City's Standard Drawings-and-Special Provisions.
The City's Standard Specifications are the Standard Specifications-for Public Works
,i Construction, 1967 Edition, including the 1968 and 1969 Supplements.
II. COMPLETION OF WORK
The Contractor shall complete all the work within 75 consecutive calendar days after
execution of the contract by the City.
III. SCHEDULE OF WORK
Prior to commencing construction the Contractor shall meet with the Engineer for
review and approval of his work schedule.
IV. PAYMENT
Payment for incidental items of work, not separately provided for,in the proposal,
shall be included in the price bid for the various items of work. The cost of
removing and disposing of-the existing improvements, excavation, subgrade preparation.
etc. shall be included in the various items of work and no additional compensation
will be allowed.
V. TRAFFIC CONTROL
The Contractor shall minimize inconvenience to residences-adjacent to the work.
No materials or equipment shall be stored where it will interfere with the free
and safe passage of public traffic.
A minimum of ones -half (1/2) of the existing roadway shall remain open to traffic
at all times where cross gutters, spandrels, and approach slabs °are being constructed.
SP2of7
Adequate barricades shall be used to insure public safety and to prevent tracking
of the tack coat or rutting of the asphalt resurfacing prior, to-its curing.
The following provisions for traffic flow shall be provided:
Jamboree Road - Ford Road, Eastbluff Intersection
A minimum of one 12 -foot lane in each direction shall be open to traffic on
Jamboree Road from 8:30 A.M. to 4:30 P.M.
One 10 -foot lane, controlled by flagmen shall be open to traffic on Ford
Road and Eastbluff Drive from 8:30 A.M. to 4:30 P.M.
All existing traffic lanes must be open to traffic from 4:30 P.M. to 8:30
A.M. on Jamboree Road, Ford-Road and Eastbluff Drive.• All other streets
may be closed to through traffic-from 8:00 A.M. to 4 :30 PAM. during
application of the tack coat and resurfacing..
VI. CONSTRUCTION SURVEYS
The Contractor shall be responsible for establishing all grades required for
construction. Where gutter grades are-not shown, it shall be the-Contractor's
responsibility to provide an even,smooth- flowing gutter grade.
VII. NOTIFICATION TO RESIDENTS
ti
The Contractor shall distribute-to-each residence a written notice 40 -50 hours
prior to commencing any construction-that will adversely affect access or restrict
on- street parking adjacent to their properties. The notice -shall state when the
construction will start and approximately when it will -be,completed.
z
VIII. CONSTRUCTION DETAILS
1. Landscaping and Sprinkler Replacement
The Contractor shall be responsible for.replacing all landscaping and
sprinklers damaged or removed during the construction.. The materials
and plant species used for replacement shall be the same-or-equal to
those damaged or removed.
2. Portland Cement Concrete Improvements
Portland cement concrete curb and gutters, cross gutters, spandrels, sidewalks
and approach slabs shall be constructed with Class 6-B-3000-concrete.
Existing curbs shall be saw cut at the back of curb line when replacing
curb and gutter adjacent to existing monolithic Portland-cement concrete
drive approaches.
Type "A" curb and gutter, C.N.B. Std - 101 -L, shall be modified to conform to
1 the adjacent gutter widths using a 2 -inch gutter rise from flow line.
The unit price bid for P.C.C. cross gutters, spandrels, and approach slabs
shall include the 4 -inch aggregate base bedding.
l�
SP3of7
3. Reconstruct Curb Inlet Depression
The existing curb inlet depression on Vista Marina shall be broken from the
inlet basin and replaced with a new local depression, per C.N.B. Std -304 -L
and as shown on the Plans.
4. Adjustment and Replacement of Walks and Landings
Brick, flagstone, concrete, etc. walks and landings adjacent to the existing
curb and gutters and driveways shall be adjusted or replaced in kind to
meet the grade of the new construction.
5. Asbestos - Asphaltic Concrete Surfacing
Asbestos - asphaltic concrete surfacing shall be Type III -B2 -85 -100 using
paving grade asphalt and conforming to Section 400 -4 of the Standard Special
Provisions and as hereinafter modified.
The asphalt binder mixed with mineral aggregate shall be between 82% and
9;% by weight of the dry aggregate. The amount and grade of asphalt binder
to be mixed with the aggregate will be determined by the Engineer.
Chrysotile Coalinga asphaltic asbestos fiber, as manufactured by Johns -
Manville Corporation, or approved equal fiber shall be added to the mixture
of asphaltic concrete at the rate of 2% by weight of the dry aggregate.
The asbestos fiber shall conform to the following standards:
Ro -Tap Test (100 grams - 3 minutes)
+65 mesh 40% minimum
Qama Wet Wash
200 mesh - 20% minimum
Penetration Efficiency
70 -95%
While stored at the batch plant site, the asbestos shall be given suitable
protection from moisture. Any asbestos which is wet or damp shall be rejected.
Proportioning and mixing shall conform to Section 203 -6.4 through 203 -6.7 of
the Standard Specifications. The mixture shall consist of the following:
Materials Percent by Weight
Aggregate (including filler materials) 88.5 to 89.5
Asphaltic Binder 8.5 to 9.5
Asbestos 2.0
Asbestos fiber shall be added to the mixer from the weight bin through an
inspection plate in the pug mill mixing, chamber. After the asbestos fiber is
added to the dry aggregate they shall be dry mixed for a minimum of 10 seconds
at which time the asphalt may be added. The combined aggregate, asbestos,
and asphalt shall then be wet mixed for an additional 30 seconds minimum.
The asbestos asphaltic concrete mixture shall have a temperature of 310OF to
350OF at the time of discharge.from the mixer.
SP4of7
The mixing operations shall be performed in a manner that will provide a
homogeneous, uniform mixture of asphalt, aggregate and asbestos fibers
'throughout all material delivered to the job site. Streaks and /or pockets
'of asbestos shall be considered as evidence of inadequate mixing or other
malfunction and materials containing such streaks or pockets will not be
accepted by the Engi neer. "' Unacceptabl e material shall be removed from the
project and disposed of by' the Contractor at no expense to the City.
The asbestos asphaltic concrete mixture shall be covered when transported
from the batch plant to" the, paving machine to assure uniform temperature
control; uncovered loads arriving at the project location will be subject
to 6ejection. The mixture shall not be less than 300OF and not more than
340 F when delivered to the paving machine at the project site. Any material
delivered to the project at less than 300OF will be automatically rejected.
A tack coat consisting of SS -lh liquid asphalt shall be applied at a rate of
'0.04 to 0.08 gallons per square yard to all existing pavement and asphaltic
concrete base course prior to placing the asbestos asphaltic concrete. In
areas where heating and remixing operations are scheduled, the rejuvenating
agent shall be substituted for SS -lh liquid asphalt tack coat.
The contractor is cautioned that asbestos - asphaltic paving mixtures "et -up"
at'higher temperatures than normal asphaltic concrete mixtures and every
..effort shall be made.to'compact the mat as close as practical to the paving
machine while the materials is in a compactible condition. No mixture shall
be placed on the grade unless the atmospheric temperature is at least 50OF
O and rising.
The minimum rolling equipment required shall consist of one pneumatic -tired
breakdown roller and two steel- wheeled rollers all equipped with scrapers
to prevent the mixture from sticking to the rollers. `The breakdown rollers
shall proceed immediately behind the paver. Standing of the rollers on the
newly placed asbestos: asphaltic concrete mat will not be permitted.
Backcasting after a pass-has been made by a roller or so- called "skin patching
of the surface will not be permitted.
6. Asphaltic•Concrete
Miscellaneous asphaltic concrete patching shall be Type III -C1 -85 -100 using
type "S" aggregate and paving grade asphalt. Asphaltic concrete base course
(thick lift' shall be Type.III. -Bl -85 -100 using Type "S" aggregate and paving
grade asphalt.
Prime coat will not be required on the prepared subgrade. The tack coat in
conformance with Subsection 302 -5.3 of the City's Standard Specifications shall
be applied to the existing'asphalt• concrete surfaces and between the base course
and the surface coursg.
SP 5 of 7
Spreading and compacting shall be in conformance with Section 39 -6 of the
State Standard Specifications or as directed by the Engineer, except that
motor graders will not be allowed for spreading.
The following compaction procedures will be required for the base course,
unless the Engineer directs otherwise:
(a) Initial rolling shall proceed directly behind the spreader
and shall consist of two complete coverages of the asphalt
mixture, and shall'be performed with a two -axle or three -axle
steel -tired tandem roller. Such rollers shall weigh not more
than 10 tons.
A motor grader shall trim and shape the layer immediately
after completion of initial rolling. Additional material may be
end dumped as'required to fill low areas.
(b) Additional rolling shall proceed directly behind the motor
grader and shall consist of four complete coverages with a
pneumatic roller as specified in the Standard Specifications
or allowed by the Engineer. Such rollers shall not weigh less
than 12 tons.
A complete coverage will be 2 passes of the roller in the
same roller width.
(c) Rolling shall commence at the center of the pass and work
toward the edges.
The intent of these specifications is to have all breakdown and additional
rolling performed while the mixture is sufficiently hot to facilitate satisfactory
compaction. The Engineer will vary paving rates as necessary or require additional
compaction equipment in order to insure adequate compaction of a hot mixture.
7. Heating, Scarifying, Remixing and Asphalt Rejuvenating Agent
The asphalt scarifier- remixer shall be a self- contained machine specifically
designed to reprocess upper layers of bituminous pavements. The machine shall
be capable of operating at speeds of up to 70 feet per minute and consist of
an insulated combustion chamber adjustable in width from 8 feet to 12 feet and
operate without excessive smoke. The heater shall have a minimum output of heat
of 10,000,000 BTU per hour. The scarifier attachment shall be divided into
sufficient sections individually controlled to conform with the existing pavement
cross section, and shall provide satisfactory protective devices to insure that
no damage will be done to manholes, water valves or other existing structures.
The scarifier shall be hydraulically controlled and consisting of two rows of
spring loaded rakes. As a safety precaution, no device utilitizing gasoline
or volatile pressurized gas storage within 50 feet of the combustion chamber
shall be permitted. Equipment not specifically meeting these specifications and
rejected by the Engineer shall be removed from the job site and replaced with
suitable types.
i
The Contractor shall sufficiently shield all trees and plants adjacent to the
curb, gutter and sidewalks and overhanging the street to avoid burn damage. Any
0
SP 6 of 7
damage to vegetation adjacent to roadway resulting from the heating- scarifying
operations shall be replaced at the Contractor's expense.
The existing pavement shall be evenly heated, scarified and remixed to a depth
of from 0.05 to 0.07 feet by a single pass of the continuously moving surface
remixer. The surface shall be left in an evenly spread condition and aggregate
shall not be pulverized, spalled or broken. The minimum temperature of the
remixed material shall be not less than 225° F. when measured three minutes
following reprocessing. During scarification at least 90% of the aggregate
shall be remixed by spinning or tumbling.
Remix operations shall be limited to the asphalt batch plant and/or paving crew's
working capacity.
Immediately following the remixing operation a cationic oil and resin emulsion,
asphalt rejuventating agent, as specified below shall be applied undiluted at
the rate of .10 to .15 gallons per square yard while the remixed material is
still hot enough to cause demulsification. Asphalt rejuvenating agent shall be
applied by means of a distributor truck. Distributor trucks shall be of the
pressure type and in general shall conform to the requirements stated in
Section 203 -3 of the Standard Specifications.
Within 15 minutes following the
application of the asphalt rejuvenating agent
the existing pavement shall be
resurfaced with asbestos asphaltic concrete.
The asphalt rejuvenating agent
shall be Reclamite as
manufactured by the Golden
�j Bear Oil Company of Bakersfield
or an approved equal,
and shall be composed of a
petroleum resin oil base uniformly emulsified with water conforming to the
following requirements:
Specification
Designation
Test
Requirements
Viscosity, S.F., at 770 F., seconds AASHO T59
15 -40
Residue -% Min.
Calif. 351
60
Cement Mixing Test, percent
AASHO T59
Zero
Sieve Test (a) *
(Distilled Water ) %`Max.
AASHO T59
0.10
Particle Charge Test
Calif. 343A
Positive
Tests on Residue
from Calif. 351
Viscosity, cs. 1400 F.
ASTM D445
100 -200
Asphaltenes, % Max.
Calif. 352
0.75
Ratio N +AI
ASTM D -2006
0.3 -0.5
P+TZ
* (a) Test procedure identical with AASHO T59 except that distilled
water shall be used in place of 2% solium oleate solution.
8. Utility Adjustment to Grade
Existing water valve boxes, manholes and sewer cleanouts shall be adjusted to
finished asbestos - asphaltic concrete surfacing grade in a manner similar to that
t
SP7of7
.-� described in Section 302 -5.7 of the City's Standard Specifications for adjusting
manholes to finished grade.
The Contractor shall pave over all existing gas, electric, telephone and cable
television facilities. These facilities will be adjusted to the newly constructed
pavement grade by others.
The Contractor shall pave over the abandoned water valve and traffic pad at the
Jamboree Road, Ford Road, Eastbluff Drive intersection and will not be required
to adjust these facilities to grade.
The unit price bid for adjusting water valve covers and manholes to the newly
constructed asbestos - asphaltic concrete pavement grade shall include the removal
and replacement of all materials and adjustment rings if required.
6
TO: CITY COUNCIL
FROM: Public Works Department
6
October 13, 1969
E- 3�-e-)
SUBJECT: STREET RECONSTRUCTION, 1969 -70, CONCRETE REPAIRS AND RESURFACING (C -1240)
RECOMMENDATION:
Adopt a resolution awarding the contract to the Griffith Company for $117,937
and authorizing the Mayor and the City Clerk to execute the contract.
DISCUSSION:
Four bids were received and opened in the office of the City Clerk at 10:30 A.M.
on October 7, 1969.
Bidder Total
Griffith Company, Costa Mesa $117,937.00
Sully - Miller Construction Co., Orange 122,637.50
E. L. White, Garden Grove 140,724.80
R. W. McClellan and Sons, Costa Mesa 142,788.00
The low bid is 25% lower than the Engineer's estimate of $148,000.00. Funds
are available in Account No. 02- 3397 -205.
The project provides for reconstruction of portions of deteriorated curbs,
gutters and cross gutters in various areas of the City. Deteriorated street pavements
will be patched and overlayed with asbestos asphaltic concrete.
Portions of Dolphin Terrace, Ramona Drive, Margaret Drive, and Aldean Place
will be heater remixed and then overlayed with asbestos asphaltic concrete.
The work will take place in the Irvine Terrace, Harbor Highlands, Newport
?- Heights, Back Bay, and China Cove areas. The streets were selected by priorities
established in the Street and Alley Maintenance Report.
The plans were prepared by the City.
The estimated date of completion is January 31, 1970.
APPROVED By Cr'')` CC�iuCIL
1 \l DATE OCT 13 1969
eph Devlin
lic W ks Director
TO: CITY COUNCIL
FROM: Public Works Department
September 9, 1969
25-1-1
SUBJECT: STREET RECONSTRUCTION 1969 -70, CONCRETE REPAIRS AND RESURFACING
C -1240
RECOMMENDATIONS:
Approve the plans and specifications and authorize the City
Clerk to advertise for bids to be opened at 10 : '00 A.M., October 7, 1969.
DISCUSSION:
This project provides for reconstruction of portions of
deteriorated curbs, gutters and cross gutters in various areas of the
City. Deteriorated street pavements will be patched and overlayed with
asbestos asphaltic concrete. Portions of Dolphin Terrace, Ramona Drive,
Margaret Drive and Aldean Place will be heater remixed and then overlayed
with asbestos asphaltic concrete.
The estimated cost of the work °is $148,000. The funds are
available in account 02- 3397 -205.
The work will take place in the Irvine Terrace, Harbor Highlands,
Newport Heights, Back Bay, and China Coves areas. The streets were
selected by priorities established in the Street and Alley Maintenance
Report.
Plans were prepared by the City.
The estimated date of completion is January 31, 1970.
oseph Devlin
ublic o ks Director
PROS €D By
DATE SEP C�l
TD /bg _81969 l� ���n
August 25, 1969
TO: CITY COUNCIL
FROM: Public Works Deoartment
SUBJECT: STREET RECONSTRUCTION 1969 -70, CONCRETE REPAIRS - C -1240
RECOMMENDATION:
That the bid be rejected.
DISCUSSION:
One bid was received and opened in the office of the City
Clerk at 10:00 A.M. on August 18, 1969:
Bidder
Total
R. W. McClellan and Sons, Costa Mesa $24,941.00
Sufficient funds are available to complete the project,
however, it is felt that some of the unit prices are excessively high.
The bid is 66% higher than the Engineer's estimate of $15,000.
The response in bidding was disaonointing. Part of the
reason is due to the high level of construction activity in the area.
There also appears to be a reluctance on Dart of some of the major
contractors to bid on small projects of this type.
Discussions with the local contractors revealed that they
felt that the project was spread over too wide an area to allow for
an economic operation. Had they submitted a bid, their unit prices
would have been higher than normal.
It is recommended that the work be combined with a larger
street maintenance project which will be submitted for bids later in
the year.
Z� 'J'
APPROVED gY CITY CO
)P:blic ph Devl i n DAiE AUG 2 5 1969 COUNCIL
o ks Director
/bg
July 24, 1969
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: STREET RECONSTRUCTION, 1969 -70 - CONCRETE REPAIRS, C -1240
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids to be opened
at 10:00 A.M., August 18, 1969.
DISCUSSION:
C 00
The estimated cost of the work is $15,000. Funds are available in Account
No. 02- 3397 -205, Annual Street and' Alley Reconstruction and Resurfacing Program.
This project provides for reconstruction of deteriorated concrete curbs,
gutters and cross - gutters at various locations in Irvine Terrace and Harbor Highlands.
Following completion of this work, contracts will be let for various types
of improvements to the asphalt concrete roadway pavements surrounding these concrete
repairs.
Plans were prepared by the City. The estimated date of completion is
October 15, 1969.
APPROVED BY CITY C01 14CIL
DATE JUL 2 8 1969
in
lirector
PROJECT
CITY OF NEWPORT BEACH
G
- PUBLIC WORKS DEPARTMENT
DIVISION ��. `2 DATE
BY
PRELIMINARY
FINAL T
N0.
ITEA
QUANTITY
UNIT
PRICE
AMOUNT
I
8 P. s G t a 2SPN 7RELLS
4 3c�o
. R.
0
\ S
G, 450
ML I
..T� "A" P.C. .,R�
ptr-
Z $O
Z.400 -
I50
650
S
SZO
p. e 1 �
L.S.
L S,
Soot
Soo `•=
CITY OF NEWPORT BEACH - PUBLIC WORKS DEPA*FZ CNT
°2'ROGRESS PAYMENT REQUEST NO. 3 (F) FOR PERIOD ENDING March 17, 1970
Street Reconstruction, 1969 -70
EUD'ET itiG. 02- 3397 -205 CONTRACT NO. 1240
GR 1 G I N A L 0ONT8 .AC'r
CONTRACT STEM
CONTRACT
PRICE
PERCENT
COMPLETE
AMOUNT
EARNED
4,323.00
P.C.C. Cross Gutters A
$1.35 /SF
4,244
SF
$ 5,729.40
2.
P.C.C. Approach Slabs
1
$1.35 /SF
511
SF
689.85
3.
P.C.C. Curb &Gutter
$3.10 /LF
2,875
LF
8,912.50
4.
! P.C.C. Sidewalk
$1.00 /SF
1,270
SF
1,270.00
5.
P.C.C. Drive Approach
$1.30 /SF
2,328
SF
3,026.40
5.
Reconstruct Inlet
13'0.00 /1-S
2
EA
260.00
i'.
Raccnstruct Walks, etc.
$1.30 /SF
285
SF
370.50
C.
Asbestos A.C.
$13.10 /Ton
6,383.33 Tons
83,621.62
A.C. Base Course
/Ton
978.22 Tons
10,760.42
($11.00
i0,
i Heating, Remixing, etc.
1 $0.03 /SF
147,000
SF
4,410.00
il.
Adj. V.B.
$30.00 /EA.
61
EA
1,830.00
12.
i Adj. M.H. /� f�87`` `t,
$75,00 /EA
88
EA
6,600.00
$127,480.69
t�C Y/p g
op
t
GR 1 G I N A L 0ONT8 .AC'r
$117,937.00
LY".RAS 'TG DATE
4,323.00
CONTRACT To DATE
122,260.00��
�. ��.�p
Sen payment to:
AMOUNT EARNED
127,480.69
Gr ffith Company
: -.SS .40 RETENT lox
5,896.85
�� �
ost Office Box 10457
'-.ESS PREVIOUS PAYMENTS
113,981.74
-
Santa Ana, California 92711
AXOjNT DUE T:iiS REQUEST
7,602.10
hERESY CERTIFY THAT THE
ABOVE AMOUNTS
AND VALUES ARE CORRECT.
-
SIGNE
SIGNED
ER
CONTRACTOR
jg;�_ENGsN
i
i
CITY OF NEWPORT BEACH
PUBLIC WORKS PROJECT CHANGE ORDER
CHANGE ORDER NO
CONTRACT NO. 1240 PURCHASE ORDER NO
CONTRACTOR'S NAME Griffith Company
PROJECT NAME AND NO. Street Reconstruction. 1969 -70
ACTION
r�
DATE January 8, 1969
BUDGET NO. 02- 3397 -205
Add the following to the contracts
Resurface Vista de) Sol and Vista del Oro as shown on Sheet 69 Revision
dated December 17, 1969.
Payment will be made under the appropriate proposal items.
The approximate
increase
in
the contract amount due to this change is:
330 Tons 9
$13.10
■
;4,323.00
CONTRACTOR: GRIFFITH COMPUIY
BY
DATE January 9, 197
APPROVAL:.
Field Enai er Date
cc: Purchasing
U,
2
r7
0
1
m 0 -i
zZ-
�
� --I
cn Z
N
0
c (n
Pj
r C
� 3
s 3
n
.'0
coo-ar
{ DI
m:Kia
G o �
e.
—
V
f
o
r
arp
..
P
il c
oy1
„6
L
a
i
1
u
+
a
e�
SC
i
�
N
l•
n^
7
T
.OYF
R
N
ly
N
D
n
D
0
✓'
D
0
D
0
0
-i
P,
z�<
<
n
e
,{{;
r
s
x�
T
O
!o
2
Ir
o
L �
m
_
>
N
8
0
0
0
0
0
o
p°
p°
V
g
N
tr
c
Ic
B
18
�I
°lo
pv
ol0lorip4
1
W
'
n
n
top
—{
_-n
-I
(t,+
N
F
D
C
t�
t0
to
n
0
t0
t5
18
tB
t8
le
't
1:
tD
18
Ig
IN
I$
In
to
t8
Io
I°
la
I$
to
z
In
s
v
s
oo
rs
w
v
D
J
Zt�
o
I$
18
18
16
I$
to
IS
I$
10
(•
1 18
to
P
sr
Qj
�g
►a
�
PB
w
l°
!✓
Ir
k�
l '
v
�
c
�
r
Ig
0
0
w
Lo
V
o
gD
O
a
m
o
S
O
O
p
D
jg
to
Ig
t8
Ig
18
le
lo'
to�lo'I`
o
k1��l�lA�
—
c
AD
£
to
3
n
N
A
�
m
kt
LN
m 0 -i
zZ-
�
� --I
cn Z
N
0
c (n
Pj
r C
� 3
s 3
n
.'0
coo-ar
{ DI
m:Kia
G o �
e.
a
N
W.
d I.
� U
i
Z I
9
1
a
m
r
M al"
zN
T-�:
U W
Q W
W C _Z
J
~ O
1—U W
at
F
a
V
Q
Q
C
r
�
6Q�
M al"
zN
T-�:
U W
Q W
W C _Z
J
~ O
1—U W
O
W
Z
n
e,onwmm�min
II��IUIIYIIIIIIII
IR�IIII�IYAIIIW,
1e�IIN�WIIRY�
�
��'uurumntin
SIMON
1nu11demm
�III�IINYIIIWI
�INIIIlO
O
W
Z
n