Loading...
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