Loading...
HomeMy WebLinkAboutC-1408 - Hospital Road ImprovementsSeptember 28, 1973 Griffith Company P. O. Box 980 Long Beach, CA 90801 Subject: Surety The American Insurance Company Bonds No. 707 79 04 and 707 79 0" Project Hospital Road Improvements from Newport Boulevard to Placentia Avenue Contract No.: 1408 The City Council on September 10, 1973 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 September 12, 1973, in Book No. 10895, Page 682. Please notify your surety company that bonds may be released 35 days after recording date. Doris George Deputy City Clerk dg cc: Public Works Department c� �o RECORDING REQUESTED BY AND MAIL TO City of Newport Beach 3300 Newport Blvd. 8359 Newport Beach, CA 92660 FREE Laura hgios, City Clerk C8 NOTICE OF COMPLETION PUBLIC WORKS eK 10895FC 682 � RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 9:05 A.M. SEP 12 1913 J. WYLIE CARLYLE, County Retorter To All Laborers and Material Men and to Every Other Person Interested; YOU WILL PLEASE TAKE NOTICE that on August 16, 1973 the Public Works project consisting of Improvement of Hospital Road (C -1408) on which Griffith Company was the contractor, and The American Insurance Company was the surety, was completed. V I, the undersigned, say: CITY OF NEWPORT BEACH A .-- n %l orks birector 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 September 11, 1973 at Newport Beach, California. V ERIFICATIC I, the undersigned, say: OIj CITY \-,'LERK I am the City Clerk of the City of Newport Beach; the City Council of said City on September 10, 1973 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 September 11. 1973 at Newport Beach, California. T CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd. Area Code 714 673 -2110 Date: September 11, 1973 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: Attached for recordation is Notice of Canpletion of Public Works project consisting of impratrament of Hospital Road Contract No. 140- on which Crib' Ccrzpany was the Contractor and The American Insurance Company was the surety. Please record and return to us. Very truly yours, Laura Lagios City Clerk City of Newport Beach LL :ds Encl. `J Date robtawey 220 1998 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 1408 Project }]pspi ?4w ImmyVaNKft 3 Attached i-dsigned copy of subject contract for transmittal to the contractor. Contractor: ®rlffith Ompww Address: r• e• Boot 980, LAM Beedf — Amount: $ 136w458.90 Effective Date: rahywy 201 1998 Resolution No. 7924 Laura Lagios LL-dg Att. cc: Finance Department Q Irn CERTIFICATE OF INSURANCE 2/02/73 -d 1 CITY OF NEWPORT BEACH. S GRIFFITH COiwdY City Hall P. O. Box 980 3300 West Newport Boulevard Long Beach, California 90801 Newport Beach, California COVERAGE COMPANY AND POLICY r EXPIRATION DATE LIMITS OF LIABILITY PACIFIC INDEMNITY Workmen's Compensation COMPANY 7/1/73 WC- Statutory EL- Unlimited Employer& Liability #pEC 58000 PACIFIC INDEMNITY 7/1/75 Bodily Injury Property Damage COMPANY Each Person * Comprehensive General #LAC 9809 23 00 $500,000 Per O currence Liability Each Occurrence Aggregate Combined Singl Limit for 7/1/75 Bodily Injury nd Property * Comprehensive Automobile Liability Insurance Each Person Damage. Each Occurrence EXCESS LIABILITY HARBOR INSURANCE 7/1/75 $1,500,000 Per Occurrence COMPANY S Combined Single Limit for #112922 S 4A Bodily Injury and Property Damage Excess of Pacific �ro� Indemnity Company Policy V/ S� No. LAC 9809 23 00. �6 t� *THE CITY OF NEWPORT BEACH is recognized as an a ditiohal ins ed but only as respects work performed by Griffith Com any. It.is hereby understood aid agreed that the policy to which this certificate refers may not be cancelled, materia ly changed, nor the a Iount of coverage thereof reduced, nor'the policy allowed to lapse 123til ten (10) days aft r receipt by the City Clerk of the City of Newport Beach - City Hill - Newport Beach, C lifornia - of a 3egistered written notice of such cancellation or r duction in coverage. Location: Contract No. 1408 - Hospital Poad Improvements from Newport Boulevard to Placentia Avenue - City of Newport Beach - County of Orange - State of California Notice of Cancelation —In the event of cancclation or change in the above certified Coveragcs,&dXXheCk22=tX1V 4Vthe undersigned xi five written notice of cancelation or change to: lii 30 Certificate Holder (Ste reverse side for additional Provisions) This certificate of insurance does FRED. S. J:11I2;5 4L,� CO. not amend, extend or othert,rise alter 3435 WILSHIRE BOU4EILARD the terms and conditions of insurance LOS ANGELES. CALIFORNIA 90010 coverage in policies identified above, oertL A�gner; Vice_ Misident TO: Citv of NewDort Be- - -zT_ + tLun! a:,d A8c'.rAftof In.,urcd City Hall ' GR.IPFIT: C i" 3300 West Newport Sc'J_evard P. O. Box 980 Newport Beach, California Long Beach, California --:I C04 ° =i:AGG COM",,NY AND POLICY o EX I•IaA1I0:: LLATE - n r LL`•1I ^'_ :.r L;A- .L._T': PACIFIC I:'DEMNITY Wo.kmen'a Cor:.peasation COMPANY 7/1/73 WC- Statutory Unlimited . Empioyers Liabiuty ItPEC 58000 EL PACIFIC INDEMNITY 7/1/75 Boe ly Injury Property Damage COMPANY Each Per6on * Comprehensive Geoeral #LAC 9809 23 00 $500,000 Per 0< eurrence Liability Incldg. Independent Each Occurrence Combined Singl Limit for Contractors coverage Aggregate " 7/1/75 Bodily Injury nd Property * Comprehensive Automobile Liability Insurance Each Per6on Damage. - - Each Occurrence EXCESS LIABILITY HARBOR INSURANCE 7/1/75 $1,500,000 Per Occurrence COMPANY Combined Single Limit for #112922 Bodily Injury and Property.' Damage Excess of Pacific Indemnity Company Policy No. LAC 9809 23 00. t * The City of N wport Beach is recognized as an 54ditional insured, but only as.respe is the.contract n ted below. It is hereby understood and agreee that the poli y to which this certificate refers may not le cancelled, mate 'ally changed, nor the amount of coverage, thereof reduced nor the policy allowed to lapse until .ten (10) days after receipt by the City Clerk of the City of Newport Beach, .City Hall, Newport Beach, Californ a of a regis r d pf such cance- 1Iation nr reduction in co erage. 1 Location: Contract No. 1408"L. Hospital Road Improvements from Newport Boulevard to Placentia Avenue, City of Newport Beach, County of Orange, State of California_ Notice of Canceiation —in the event of canceiation or change in the above certified Coverages,A*dxxSed==3drEm SKthe undersignewi�ifive I«days written notice of canceiation or change to; LL 30 (See reverse sicc for ad,ltionol Frovisiens) This certificate of insur :nce does FREr). S. JalIrS & CO. not amcnd, extend cr otherwise alter 3435 WILSHIRE ©OULEVARD the terms and conditions of insurance LOS ANGELES. CALIFORNIA 40010 Coverage in policies identified above. I. 2/14/73 mb By. Robert L. De new - a -. C O N T R A C T O R S MAILING ADDRESS 3650 CHERRY AVE., LONG BEACH, CALIFORNIA P. O. BOX 980 (213) 595 -5461 LONG BEACH, CA 90801 WORKMEN'S COMPENSATION INSURANCE I am aware of and will comply with Section 3700 of the Labor Code, requiring every employer to be insured against liability for Workmen's Compensation or to undertake self - insurance before commencing any of the work. GRIFFITH COMPANY Geor P. Grif litfi - -P esident DATED: February 2 1973 i CITY CLERK CONTRACT NO. 1408 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR HOSPITAL ROAD IMPROVEMENTS FROM NEWPORT BOULEVARD TO PLACENTIA AVENUE Approved by the City Council this 18 day of December 1972 Laura Lagios, City Cjj?rk -- SUBMITTED BY: GRIFFITH COMPANY Contractor 16861 Construction Way West Post Office Box 10457 Address Santa Ana 92711 City Zip (714) 549 -2291 one $136,453.90 Total Bid Price - Alternate A $137,515.00 Total Bid Price - Alternate B 0 NOTICE THE ENCLOSED CONTRACT CONTAINS CERTAIN INSURANCE REQUIREMENTS WHICH MUST BE STRICTLY FOLLOWED. PLEASE READ THESE REQUIREMENTS CAREFULLY AND DISCUSS THEM WITH YOUR INSURANCE AGENT. YOUR COOPERATION WILL ELIMINATE DELAYS IN THE PROCESSING OF THIS CONTRACT. TITLE V OF THE CITY OF NEWPORT BEACH MUNICIPAL CODE REQUIRES THAT ALL CONTRACTORS, SUB - CONTRACTORS, SERVICES, OR INDIVIDUALS WORKING OR PERFORMING A SERVICE IN THE CITY OF NEWPORT BEACH HAVE A CITY OF NEWPORT BEACH BUSINESS LICENSE. ALL PRIME CONTRACTORS SHALL FURNISH A COMPLETE LIST OF THE NAMES AND COMPLETE ADDRESS OF SUB - CONTRACTORS, SERVICES, OR INDIVIDUALS PERFORMING A SERVICE AT THEIR JOB SITE. IT IS REQUESTED THAT YOU SUBMIT THIS LIST WITH YOUR EXECUTED CONTRACT DOCUMENTS. i e + CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS Page 1 SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:00 A.M. on the 9 day of January , 19 73, at which time they will be opened and read, for performing work as follows: HOSPITAL ROAD IMPROVEMENTS FROM NEWPORT BOULEVARD TO PLACENTIA AVENUE CONTRACT NO. 1408 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 b'id 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 signature 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-ie Comer orate Seal shall be of ixed to all documents requiring signatures. In the case of a arP tnership, 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. One set of 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. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) I • Page la The city has adopted the Standard Specifications for Public Works Construction (1970 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 Avenues Los Angeles, California 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 $3.00 per set. 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. 7718 adopted June 12, 1972. 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). The city reserves the right to reject any or all bids and to waive any informality in such bids. Revised 6 -12 -72 f - 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 works 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 under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 32168 Classification A - B -1. SC -12 Accompanying this proposal is "Bidder' Bond" Cash, Certified Check, Cashiers Check or Bond in an amount not les6 than 10 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 code, and agrees to comply with such provisions before commencing the performance of the work of this contract. (714) 549 -2291 Phone Number January 9 1973 Date GRIFFITH COMPANY ;Bidder's Name S /George P. Griffith, President (SEAL) Authorized Signature S /W. I. Gregory, Jr., Asst, Secretary Authorized gignature COrporation Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: George P. Griffith Presi lent 319 Robinhood Lane Costa Mesa 92627 'd R Mira,s Vice President 1100 Ebbtide Corona Del Mar 92625' John E. Tiger Vice President 2360 Mountain Ave. Corona 91720' E L Coughlin Vice President /Dis Manager 3995 El Lads Dr. Glendale 91214 , J A Hearn Vice President /Dino Manager 3667 Ocean Front walk San Diego 92109' 5 F Itmrnel Vice President /Diso Manager 1898 So. Union Ave. Bakersfield 93307 W R Shriner Jr. Vice President /Disc Manager 17139 Orange St. Fountain Valley 927081 C F Hutchins Jr. Secretary 219 Opal Balboa island 92662 L W Bunch Treasurer 411 Osborn West Covina 91790 R D Lytle Controller 11007 Clare St. Whittier 90601 W I Gregory Jr. Contract Officer /Ass't Secy 4535 Carpenter Ave. N. Hollywood 91607 R N Basic., District Manager 24261 Grass Street E1 Toro 92630 -- J B Hayden i District Manager 3145 Jacaranda Orange 92667 � • Y 1 • DESIGNATION OF SUB - CONTRACTORS • Page 3 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 Address 1. Traffic Signal Controller Supplier: Singer Los Angeles 2• Concrete Jezowski & Markel Santa Ana 3• Flprtrical Steiny& Co. Los Angeles 4. Clear x Cruh Simpson Irwindale 5• llndPrgrniind Card Irvine 7. S� 9. 10. 11. 12. GRIFFITH COMPANY Bidders Name S /George P. Griffith, President Authorized Signature Corporation Type of Organization (XX94NyAXWXJ ()D(DF=7gINMN)0X=XXX"*X Santa Ana, California 92711 Address Bond No. SCR 479 68 71 "FOR ORIGINJOSEE CITY CLERK'S FILE COPY" Premium included in BBSU 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 Per Cent of the amount of the bid in - Dollars ($ 10% of bid ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of Hospital Road Improvements from Newport Boulevard to Placentia Avenue in the City of Newport Beach, is accepted by the City Council. of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 9th day of January , ig 73 Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) GRIFFITH COMPANY Principal S /George P. Griffith - President S /W. I. Gregory, Jr., Assistant Secretary S/ Bernice K.W. Wong. Notary Public Commission expires April 6. 1975 THE AMERICAN INSURANCE COMPANY Surety By M. S. Bybee Title Attorney in Fact p Y i • Page 5 . 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 of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any 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 attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or material - man which is not processed through said bid depository, or which prevent any 'subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no 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 whomesoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. GRIFFITH COMPANY S/ George P. Griffith -. President Subscribed and sworn to before me by this 9 day of January , 19 73 My commission expires: January 26, 1976 S/ Sally A. Dobson Notary Public "FOR ORIGNAL SEE CITY CLERK'S FILE COPY" • Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. On file with City Clerk. GRIFFITH COMPANY • S/ George P. Griffith - President Signed Page 7 c� aG C osa 0(L, 'U C O N T R A C T O R S 6I1 SOUTH SHATTO PLACE. LOS ANGELES, CALIFORNIA 90005 (113) 387 -3241 This.business was incorporated in April, 1902, as Fairchild - Gilmore- Wilton Co. The name was changed to Griffith Company, incorporated under the laws of the State of California on December 7, 1922, and has been in continuous operation aver- aging $37,406,000.00 annually for the past ten years and $48,144,000.00 annually for the past three years in contract amounts. Griffith Company has performed work of this nature for the Cities of Los Angeles, San Diego, Chula Vista, Imperial Beach, Bakersfield, Taft, Arvin, Pasadena, Glendale, Long Beach, Santa Ana, Garden Grove, Newport Beach, Anaheim and many others, as well as for various departments of the State of California and the Counties of Los Angeles, San Diego, Kern, Ventura, Orange, San Bernardino, Riverside and others, as well as various private concerns. Our banking references are the Farmers and Merchants Office of Security Pacific National Bank, Bank of America, Los An- geles Main Office, and United States National Bank of San Diego. We are bonded by The American Insurance Company of Newark, New Jersey. GRIFFITH COMPANY S/ George P. Griffith — President Signed i AMD- NQ. 707 79 04a Pre charged is included in • ahaWfor perf8pWe bond 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 January 22, 1973 has awarded to Griffith Company hereinafter designated as the "Principal ", a contract for Hospital Road Improvements from Newport Boulevard to Placentia Avenue (Contract No. 1408) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used in, upon, for, or about the per- formance 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 SIXTY EIGHT THOUSAND Two HUNDRED TWENTY SIX AND Dollars ($ 68,226,95 ) 95/100----- - - - --- - -- 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 subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due.under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee.; to be fixed by the Court as required by the Provisions of Section 4204 of the Government Code of the State of California. .. .. .� ....... ...... �....._ , ..� ,� r� .�,�� ..... ... -:.,sa _...;.- snYa�e.�,.e......u:�e.2...,.... <- �:.ti::.:c _.. _._..r...a ..:.., P y (Labor and Material Bond - Continued) • Page 9 This bond shall inure to the benefit of any and all persons, companies, and corporation entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California. And the said Surety, for value extension of time, alterations to be performed thereunder or affect its obligations on this extension of time, alterations work or to the specifications. received, hereby stipulates and agrees that no change, or additions to the terms of the contract or to the work the specifications accompanying the same shall in any wise bond, and it does hereby waive notice of any such change, or additions to the terms of the contractor or to the In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the cpronr7 day of February 19_, GRIFFITH COMPANY. Seal) (Sea T) 'GUOR P. G FFITH _ ESIDENT --- (Seal) ontractor �ssT stcl�rnitr W. 1. GREGORY. JR. _j J THE AMERICAN INSURANCE COMPANY (Seal) �:- fima . r . u This bond was approved by the City Council of the City of Newport Beach by motion on Attest: Da to City Clerk (Seal) M., &.: Bybee„ Attor_r -m-MIA e Seal) State of CALIFORNIA County of ES : t LOS ANGLES: On February 02 1973 before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared M. S. BYBEE 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. 1. IN WITNESS WHEREOF, I have hereunto set m y hand and affixed my official seal, the day and year stated in this certificate above. ...... i / .............. i d OFFICIAL SEAL My Commission Expires n /a'' Lf a'�= RfvlCt IC. W. WOG \; °= pplliCIPAL OFFICE IN yxC„ 360212-6-66 : -:.v � LOS'iNCELES COUNTY My Commission Expires April 6, 1975 BONN WA SCR 707 79 04 • Th charged for this bond is 'oP Y form thereof. 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 January 22, 1973 has awarded to Griffith Company hereinafter designated as the "Principal ", a contract for Hospital Road Improvements from Newport Boulevard to Placentia Avenue in the City of Newport Beach, in strict conformity with the drawings and specifications 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 whereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, GRIFFITH COMPANY as Principal, hereinafter designated as the "Contractor ", and THE AMERICAN INSURANCE COMPANY As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of ONE HUNDRED THIRTY SIX THOUSAND FOUR HUNDRED FIFTY THREE AND 90/100- - - - - - - - - - - - - - Dollars ($ 136,453.90 said sum being equal to 1000 of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things . stand to and abide by, and well and truly keep and perform the covenants, conditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. c i I Page 11 (Performance Bond - Continued) And said Surety, for value received, hereby stipulates and agrees. that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any change, extension of time,- alteration or addition to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the second day of February , 19 73 Approved as to form: SST City AttPney COMPANY .GEORGE W. L GREGORY. JR. (,Seal ) (Seal) ,ASST SECRETARY THE AMERICAN INSURANCE COMPArn (Seal ) (Seal) IL & Bybee_„ Attorney -in -Fact (Sear) Surety State of C LIFT ()RNIA,j Ss: County of LOS.ANG_LES On February 02 1973 before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared M. S. BYBEE 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 pand and affixed my official seal, the day and year stated in this certificate above. l ' III / MINI!' 111111/ IIN ➢lIIIIIIII / / /1! /N /IINNINNNNI� OFFICIAL SEAL My Commission Expires a >' °° " BERNICE K. W. WONG m NOTARY PUBLIC - CALIFORNIA a X Notary Public • PRINC(PAL OFFICE IN 360212 -6.66 LOS ANGELES COUNTY My Commission Expires April 6, 1975 16 CONTRACT THIS AGREEMENT, made and entered into this Page 12 day of FEB 2 0 1973 , 19_, by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and Griffith Company hereinafter designated as the Contractor, party of the second part. WITNESSETH: That the parties hereto do mutually agree as follows: 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of Hospital Road Improvements from Newport Boulevard to Placentia Avenue 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, (Except such materials, if any, as in the said Specifications are stipulated to be furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2. For furnishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this Agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen 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 description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly stipulated to be borne by the City- and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said Plans and Specifications, the City will pay and the Contractor shall receive in full compensation 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, Contractor's Proposal, and the Plans and Specifications, and all amendments thereof, when approved by the parties hereto, or when required by the City in accordance with the provisions of the Plans and Specifications, are hereby incorporated in and made part of this Agreement. Page 13 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the Director of Public Works, and their officers and employees, from all claims, loss, damage, injury, and liability of every kind, nature, and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury, and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the day and year first above written. Approved as to form: CITY OF NEWPORT BEACH, CALIFORNIA By: ` mayor GRIFFITH COMPANY Contractor z E By: VE @ P. GRIFPfTH pp•�DE NT Title By: Jf ,� / 4t d l ( W. L GREGORY: JR.- - ASST. SECRETARY Tit e HOSPITAL ROAD IMPROVEMENTS NEWPORT BOULEVARD TO PLACENTIA AVENUE CONTRACT NO. 1408 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California Gentlemen: PR 1 OF 6 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. 1408 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for each item, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. 1 Clearing and grubbing ump um @ Eleven Thousand Dollars and No Cents $ 11,000.00 $ 11,000.00 Per Lump Sum 2. 5,250 Excavation and embankment of Cu. Yd. earth material to lines and grades shown on drawings and removal of excess material from site @ Two Dollars and No Cents $ 2.00 $ 10,500.00 Per Cubic Yard 3. 1 Removal of existing thermo Lump Sum plastic letters and striping on Newport Blvd. to back of new crosswalk. @ Two Hundred fifty Dollars and No Cents $ 250.00 $ 250.00 Per Lump um GRIFFITH COMPANY PR 2 of 6 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 1,696 Portland cement concrete curb Linear Feet and gutter, 6" curb face, Type "A" per City Dwg. Std. 101 -L and State Type B -2, complete in place, including transitions Three Dollars and Fifty Cents $ Per Linear Foot 5. 10,196 Portland cement concrete sidewalk, Square Feet 4" thick per City Dwg Std - 103 -L, complete in place @ No Dollars and Seventy Cents $ Per Square Foot-- 6. 84 Portland cement concrete curb, Linear Feet 6" curb face, Type "B" per City Dwg, Std. 101 -L, complete in place 3.50 $ 5,936.00 0.70 $ 7,137.20 @ Two Dollars and Seventy Cents $ 2.70 $ 226.80 er Linear Foot 7. 1 Portland cement concrete driveway Each approach per City Dwg. Std. 108 -L, complete in place @ One Hundred fifty Dollars and No Cents $ Per Each 8. 1 Storm drain system, complete in Lump Sum place, including curb inlets, junction structures, concrete collars and reinforced concrete pipe @_Thirty Eight Hundred Dollars and No Cents 150.00 $ 150.00 $ 3,800.00 $ 3,800.00 GRIFFITH COMPANY • • PR3of6 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 9. 258 Gunite interceptor ditch, Linear Feet structure "D" per City Dwg. Std. 701 -L, complete in place @ Six Dollars and fift Cents $ 6.50 $ 1,677.00 Per Linear oot 10. 1 Construct reinforced concrete Lump Sum retaining wall, complete in place @ Thirteen Thousand Dollars and No Cents $13,000.00 $ 13,000.00 Per Lump Sum 11. 5 Portland cement concrete wheel Each chair ramps, complete in place @ Fifty Dollars and _ No Cents $ 50.00 $ 250.00i Per Each 12. 7 Adjust existing gate valve box Each and cover to grade, complete in place @_ Sixty Dollars and $ 6o-nn $ 420.00 Per Each 13. 100 Two -sack concrete slurry Linear Feet encasement over existing 8" sewer main, complete in place @ Twelve Dollars and No Cents $ 12.00 $ 1,200.00 Per Linear Foot 14. 4 Adjust existing sewer manhole Each frame and cover to grade, complete in place @ One Hundred Twenty five Dollars and _ No Cents $ 125.00 $ 500.00 Per Each GRIFFITH COMPANY PR4of6 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 15. 66 Reconstruct existing 41, vitrified Linear Feet clay pipe sewer, complete in place, including cleanouts and connection to existing 8" VCP sewer main, if required @ Twenty Two Dollars and No Cents $ 22.00 $ 1,452.00 Per Linear Foot 16. 1 Modify existing traffic signals Lump Sum and street lighting system at Hospital Road and Newport Boulevard @ Forty Five Thousand Dollars and No Cents $45,000.00 $ 45,000.00 Lump Sum 17. 1 Furnish and install street Lump Sum lighting in Hospital Road, complete in place @ Sixty Four Hundred Fifty Dollars and No Cents $ 6,450.00 $ 6,450.00 Per Lump Sum 18. 3 Survey monuments, installed Each in place @ Seventy Dollars and No Cents $ 70.00 $ 210.00 Per Each 19. 1 Install standard barricade per Each City Dwg. Std. 114 -L (W -50'), complete in place, if required @ Three Hundred Fifty Dollars and No Cents $ 350.00 $ 350.00 Per Each SUBTOTAL ITEMS 1 THROUGH 19 $ 109,509.00 GRIFFITH COMPANY . PR5of6 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE ASPHALT CONCRETE PAVEMENT ALTERNATE "A" 20. 1,386 12" Type III -C2 -85 -100 asphalt Tons concrete pavement, including tack coat over 22" Type III -B1 -85 -100 asphalt concrete pavement, including prime coat,complete in place @ Ten Dollars and No Cents $ 10.00 $ 13,860.00 Per on 21. 3,043 Aggregate base, complete in Tons place, including grading and compaction @_ Four Dollars and Thirty Cents $ 4.30 $ 13,084.90 Per Ton SUBTOTAL ALTERNATE "A" $ 26,944.90 THICK LIFT ASPHALT PAVEMENT ALTERNATE "B" 22. 2,948 2" Type III -C2 -85 -100 Asphalt Tons concrete pavement, including tack coat over 7" Type III -B1 -85 -100 asphalt concrete pavement, complete in place @ Nine Dollars and Fift y Cents $ 9.50 $ 28,006.00 Per Ton SUBTOTAL ALTERNATE "B" $ 28,006.00 GRIFFITH COMPANY • PR6of 6 TOTAL PRICE IN WORDS ITEMS NO. 1 THROUGH 19 AND ALTERNATE "A" One Hundred Thirty Six Thousand Four Hundred Fifty ThreEDOLLARS AND Ninety CENTS $ 136.453.90 TOTAL PRICE IN WORDS ITEMS NO. 1 THROUGH 19 AND ALTERNATE "B" One hundred Thirty Seven Thousand Five Hundred Fifteen DOLLARS AND No CENTS $ 137,515.00 NOTE: Contractor shall submit bids for BOTH Alternate "A" and Alternate "B" The supplier of the traffic signal controller shall be designated on Page 3, designation of sub - contractors. CONTRACTOR'S LICENSE NO. 32168 GRIFFITH COMPANY Bi er s Name DATE January 9, 1973 S tGeo a Graitffh - President AhorzePS u BIDDER'S ADDRESS 16861Construction Way West (P.O.Box 10457) Santa Ana, CA 92711 TELEPHONE NO. (714) 549 -2291 A CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX SPECIAL PROVISIONS HOSPITAL ROAD WIDENING FROM NEWPORT BOULEVARD TO PLACENTIA AVENUE CONTRACT NO. 1408 SECTION PAGE I. Scope of Work and Award of Contract . . . . . . . . . . . . . . 1 II. Completion of the Work . . . . . . . . . . . . . . . . . . . . 2 III. Construction Schedule and Commencement of Work . . . . . . . . 2 IV. Shop Drawings . . . . . . . . . . . . . . . . . . . . . . . . . 2 V. Payment . . . . ... . . . 3 VI. Construction Survey Staking . . . . . . . . . . . . . . . . . 3 VII. Traffic and Access . . . . . . . . . . . . . . . . . . . . . . 4 VIII. Notice to Property Owners . . . . . . . . . . . . . . . . . . . 5 IX. Protection of Existing Utilities . . . . . . . . . . . . . . . 5 X. Guarantee . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 XI. Flow and Acceptance of Water . . . . . . . . . . . . . . . . 6 XI I . Clearing and Grubbing . . . . . . . . . . . . . . . . . . . . . 7 XIII. Earthwork . . . . . . . . . . . . . . . . . . . . . . . . . . 8 XIV. Pavement Removal, Excavation and Subgrade Preparation . . . . 8 XV. Temporary Asphalt Concrete Resurfacing . . . . . . . . . . . . 9 XVI. Aggregate Base . . . . . . . . . . . . . . . . . . . . . . . . 9 XVII. Asphalt Concrete . . . . . . . . . . . . . . . . . . . . . . . 9 -i - - ii - INDEX TO SPECIAL PROVISIONS CONTRACT NO. 1408 SECTION PAGE XVIII. Thick Lift Asphalt Concrete Pavement Alternate 10 a) General . . . . . . . . . . . . . . . . . . . . . . . . . 10 b) Definition . . . . . . . . . . . . . . . . . . . . . . . 10 (1) Base Course . . . . . . . . . . . . . . . . . . . . 10 (2) Suf•face Course . . . . . . . . . . . . . . . . . 10 c) Asphalt Concrete . . . . . . . . . . . . . . . . . . . . 10 XIX. Traffic Signal and Street Lighting Facilities . . . . . . . . 11 a) General . . . . . . . . . . . . . . . . . . . . . . . . . 11 b) Scope . . . . . . . . . . . . . . . . . . . . . . . . . 12 c) Reference Specifications and Standard Plans . . . . . . . 12 (1) Standard Specifications . . . . . . . . . . . . . . 12 (2) Standard Plans . . . . . . . . . . . . 12 (3) Codes, Ordinances, and Regulations . . . . . . . . . 12 d) Materials . . . . . . . . . . . . . . . . . . . . . . . . 13 (1) (2) (3) General . . . . . . . . . . . . . . . . . 13 (4) Street Light System in Hospital Road . . . . . . . 13 (a) Light Standard . . . . . . . . . . . . . . . . 13 (b) Luminaires . . . . . . . . . . . . . . . . . . 13 (c) Conduit . 13 (d) Insulated Conductors 13 (e) Splices or Connections . . . . . . . . . , 14 (f) Connection to Existing Circuit . . . . . . . . 14 (5) Traffic Signal and Highway Lighting System Modification . . . . . . . . . . . . . . . . . . 14 (a) Equipment List and Drawings . . . . 14 (b) Maintaining Existing and Temporary Electrical Systems . . . . . . . . . . . . . . . . . . . 15 (c) Foundations . . . . . . . . . . . . . . . . . 15 (d) Conduit . . . . . . . . . . . . . . 15 (e) Conductors and Wiring . . . . . . . . . . . . 16 (f) Bonding and Grounding . . . 17 (g Solid -State Traffic Actuated Controllers 17 - ii - INDEX TO SPECIAL PROVISIONS CONTRACT NO. 1408 SECTION XX XXI. XXII. XXIII. (5) Traffic Signal and Highway Lighting System Modification (Continued) (h) Solid -State Traffic Actuated Controller Cabinets . . . . . . . . . . . . . . . . . . (i ) Detectors . . . . . . . . . . . . . . (j) Pedestrian Signals . . . . . . . . . . . . . . Adjustment of Water Valve-Boxes and Manhole Covers to Finished Grade . . . . . . . . . . . . . . . . . . . . . . Reinforced Concrete Retaining Wall . . . . . . . . . . . . Survey Monuments . . . . . . . . . . . . . . . . . . . . . . Bracing Excavations . . . . . . . . . . . . . . . . . . . . - iii - PAGE 20 22 25 27 27 27 27 • SP 1 of 27 City of Newport Beach Public Works Department Special Provisions for Hospital Road Widening From Newport Blvd. to Balboa Blvd. Contract No. 1408 I. SCOPE OF WORK The work to be done under this Contract consists of reconstruction and widening of Hospital Road from Newport Boulevard to Placentia Avenue, modifi- cation of a traffic signal system at the intersection of Hospital Road with Newport Boulevard, constructing a concrete retaining wall along the southerly side of Hospital Road, constructing a street light system along the southerly side of Hospital Road, and other incidental items of work. The contract requires completion of all the work in accordance with these Special Provisions; the City's Standard Special Provisions; the Plans (Drawing No. R- 5204 -S); the City's Standard Drawings and Specifications; and, where applicable, the California Standard Specifications, January, 1971. The City's Standard Specifications are the Standard Specifications for Public Works Construction, 1970 Edition with 1971 and 1972 Supplements. Copies may be purchased from Building News, Inc. 3055 Overland Avenue, Los Angeles, California, 90034, telephone (213) 870 -9871. Copies of the City's Standard Special Provisions may be purchased from the Public Works Department at a cost of $2.00 If there is a conflict in methods of measurement between the City's Standard Specifications and the California Standard Specifications, the City's Standard Specifications shall take precedence. AWARD OF CONTRACT All contractors shall submit bids for both Alternate "A" and Alternate "B ". The City reserves the right to award the contract for either alternate • • SP 2 of 27 regardless of which alternate results in the lowest total bid. II. COMPLETION OF THE WORK The Contractor shall complete all work on the contract within 120 consecutive calendar days after the date that the City executes the contract. III. CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK Subject to the provisions in Section 6 -1 of the Standard Specifications, the Contractor shall begin work within 15 calendar days after the City executes the contract. The work shall be carried on at such places at the project and also in such order of precedence as may be found necessary by the Engineer to expedite the completion of the project and minimize obstruction to normal use of streets and roads. Where work has begun on any portion or designated part of the project, it shall be carried forward to final completion as rapidly as practicable. IV. SHOP DRAWINGS Shop drawings will be required for all equipment, and the retaining wall steel reinforcement and form details. The Contractor shall furnish to the Engineer for review two prints of each shop drawing. The term "shop drawing" as used herein shall be understood to include lists, schedules, graphs, operating instructions, etc., and shall be submitted at least 30 calendar days before drawings will be required for commencing the work. Within ten days of receipt of said prints, the Engineer will return.one print of each drawing to the Contractor with his comments noted thereon. If the drawing is returned to the Contractor marked "NO EXCEPTIONS TAKEN ", revision of said drawing will not be required and the Contractor shall immedi- ately submit five additional copies to the Engineer. to SP 3 of 27 If the drawing is returned to the Contractor marked "MAKE CORRECTIONS NOTED ", formal revision of said drawing will not be required and the Contractor shall immediately submit five corrected copies to the Engineer. If the drawing is returned to the Contractor marked "AMEND AND RESUBMIT', the Contractor shall revise said drawing and shall resubmit six copies of said revised drawing to the Engineer. If the drawing is returned to the Contractor marked "REJECTED - RESUBMIT', the Contractor shall revise said drawing and shall resubmit two copies of said revised drawing to the Engineer, as in the case of an original submittal. Fabrication of an item shall not be commenced before the Engineer has reviewed the pertinent shop drawings and returned copies to the Contractor without rejection. Revisions indicated on shop drawings shall be considered as changes necessary to meet the requirements of the contract plans and specifications and shall not be taken as the basis of claims for extra work. The Contractor shall have no claim for damages or extension of time due to any delay resulting from making required revisions to shop drawings. The review of said drawings by the Engineer shall apply to general design only and shall in no way relieve the Contractor of responsibility for errors or omissions contained therein nor shall such review operate to waive or modify any provisions or requirements contained in these contract specifications or on the contract drawings. V. PAYMENT Payment for incidental items of work, not separately provided for in the proposal shall be included in the price bid for other related items of work. VI. CONSTRUCTION SURVEY STAKING Field surveys for control of construction shall be the responsibility of SP 4 of 27 the Contractor. All such surveys including construction staking shall be under the supervision of a :alifornia Licensed Surveyor or Civil Engineer. Staking shall be performed on all items ordinarily requiring grade and alignment at intervals normally accepted by the agencies and trades involved. Payment for construction survey staking shall be considered as included in the various items of work and no additional allowance will be made therefor. VII. TRAFFIC AND ACCESS In addition to the requirements of Section 7 -10.1 of the Standard Speci- fications governing Traffic and Access, the Contractor shall conform to the following supplementary requirements. (1) At no time shall any street be closed to traffic. The Contractor shall maintain not less than two 11 -foot traffic lanes with direct access to Hoag Hospital parking area via Hospital Road at all times. (2) All traffic lanes shall have a minimum width of 11 feet, unless otherwise specified. In addition to the lane width specified herein, the Contractor shall maintain a minimum clearance of 5 feet to excavations and a minimum clearance of 2 feet to curbs, barricades, and other vertical obstructions. (3) The reconstruction of the Hoag Hospital entrance opposite Placentia Avenue shall be completed prior to closure of the main entrance left of Station 5 +62.00. During reconstruction of the "Placentia Avenue" entrance, traffic may be directed thru the main hospital entrance. (4) The existing driveway right of Station 4 +24.05 may be closed to traffic during construction. Ten days prior to closure, the Contractor shall distribute to Hoag Hospital and to each tenant of the Park Lido Medical Center written notice of the impending closure. The written notice and a distribution list shall be prepared by the City. A second notice in conformance with the requirements of Section VIII will also be required. 0 i SP 5 of 27 Nothing herein shall be construed to entitle the Contractor to the exclusive use of any public street, way, or parking area during the perform- ance of this contract, and he shall so conduct his operations as not to interfere unnecessarily with the authorized work of utility companies or other agencies in such streets, ways, or parking areas. A written proposed plan showing sign locations and types, detour striping and all other temporary traffic regulating devises shall be sub- mitted to the Engineer for his approval prior to the start of any work. VIII. NOTICE TO PROPERTY OWNERS Between 40 and 55 hours before closing a section of street or restrict- ing vehicular access to and from driveway approaches, the Contractor shall distribute to each affected owner of or tenant in property abutting Hospital Road, a written notice stating when construction operations will start and approximately when vehicular accessibility will be restored. A distribution list shall be provided to the Contractor by the City. The written notice shall be prepared by the City and the Contractor shall insert the applicable dates at the time he distributes the notice. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require renotifi- cation using an explanatory letter. This letter will also be prepared by the City and distributed by the Contractor. IX. PROTECTION OF EXISTING UTILITIES Known utilities are indicated on the plans. Prior to performing con- struction work, the Contractor shall request each utility company to locate their facilities. Construction of the storm drain and structural sections will cause work to be performed under and very near existing sewer, gas, water, ` I • SP 6 of 27 telephone, and electrical lines. The Contractor shall protect in place and be responsible for, at his own expense, any damage to any utilities encountered during construction of the items shown on the plans. The Contractor's particular attention is directed to the existence of a 4 inch V.C.P. sewer lateral from Hoag Hospital Conference Center Building to the 8 -inch sewer main in Hospital Road. The location indicated on the drawings is approximate only and the Contractor, prior to beginning any roadway excava- tion, shall locate the exact alignment and grade of said 4 -inch sewer lateral. Particular care shall be taken to protect the line,in place. Upon determination of the line and grade of said sewer lateral, the Contractor shall submit his findings to the Engineer, who will determine whether the existing sewer location will present an obstruction to excavation in the area. If the sewer lateral is an obstruction, the Engineer will provide a new alignment, grade, and details for remodeling said sewer lateral, which shall be completed prior to beginning any excavation for street widening. At no time shall existing sewer flows be interrup- ted. All costs for locating said sewer lateral will be included as a part of the bid item for clearing and grubbing. Reconstructing said sewer lateral, if required, will be paid under the bid item for reconstructing existing 4 -inch VCP sewer. X. GUARANTEE The Contractor shall guarantee for a period of one year, after acceptance of the work by the City Council, all materials and workmanship against any defects whatsoever. Any such defects shall be repaired at the Contractor's expense. XI. FLOW AND ACCEPTANCE AF WATER It is anticipated that surface and ground or other waters will be encoun- . SP 7 of 27 tered at various times and locations during the work herein contemplated. The Contractor, by submitting a bid, acknowledges that he has investigated the risks arising from water and has prepared his bid accordingly. The Contractor shall conduct his operations in such a manner that storm or other waters may proceed uninterrupted along their existing street and drainage courses. Diversion of water for short reaches to protect construction in progress will be permitted if public or private properties are not damaged or, in the opinion of the Engineer, are not subjected to the probability of damage. Contractor shall obtain written permission from the property owner before any diversion of water outside the street right -of -way will be permitted by the Engineer. XII. CLEARING AND GRUBBING This item of work shall include the clearing and grubbing of all areas and shall be done in accordance with Section 300 -1 of the Standard Specifications. Payment for clearing and grubbing shall be made at the lump sum price bid and shall include, but not be limited to the following items: (1) Relocation of existing landscape irrigation systems, complete in place, including all necessary additional piping, fittings and appurtenances required to relocate the irrigation system as shown on the plans. (2) Reconstruction of existing concrete landings and steps along northerly right -of -way of Hospital Road per details shown on plans, including providing support or underpinning, as required, for existing adjoining retaining walls. (3) Relocation of existing chain link fence along westerly right -of -way of Newport Boulevard at Hospital Road, and existing pipe fence at top of north bank of Hoag Hospital property to location shown on plans, including providing supports and foundations and all appurtenant items. (4) Remodel existing portland cement concrete ditch at top of east bank of Hoag Hospital property per details shown on plans. • SP 8 of 27 (5) Reconstruction of existing cast iron drain through curb along north right -of -way of Hospital Road per details shown on plans. (6) Installation of standard street barricade per City of Newport Beach Drawing Std - 114 -L, length and location as shown on plans. (7) Relocation of existing signs as required and as shown on the plans. Payment for relocation of the existing Hoag Hospital sign on the east slope of Hoag Hospital property, including construction of foundations and relocation of existing electrical service as detailed on the plans, shall be included in the lump sum price bid for clearing and grubbing. No separate or additional payment will be made. XIII. EARTHWORK This item of work shall include the excavation and embankment of earth material within the limits of right -of -entry for slope construction adjacent to the south right -of -way of Hospital Road to the lines and grades shown on the plans, and the removal of excess material from the site. Said work to be done in accordance with the applicable portions of Section 300 of the Standard Specifications. The excess material shall be removed from the site via a haul route that is approved by the Engineer. Payment for excavation and embankment outside the limits of said right- of -entry shall be included in the bid price for other items of work. XIV. PAVEMENT REMOVAL, EXCAVATION AND SUBGRADE PREPARATION All existing and temporary pavement to be removed and all material to be excavated from both trench and street areas down to the subgrade plane shall become the property of the Contractor. It shall be his responsibility to dispose of the material away from the job site in a manner and at a location acceptable to all cognizant agencies. • SP 9 of 27 The Contractor shall prepare the subgrade by scarifying, cultivating, watering or drying, and compacting the road bed to a depth of 6- inches in conformance with Subsection 301 -1.2 of the City's Standard Specifications. The relative compaction of the top 6- inches of the subgrade material shall be not less than 90%. The costs of subgrade preparation shall be included in the unit prices bid for the construction of asphalt concrete and aggregate base. No separate or additional payment will be made. XV. TEMPORARY ASPHALT CONCRETE RESURFACING The Contractor shall place and maintain temporary 2 -inch thick asphalt concrete resurfacing at all locations wherever excavation is made through pave- ment, sidewalk, or driveways in conformance with Section 306 - 1.12.1 of the City's Standard Specifications, with the following exceptions. (1) The asphalt concrete used for temporary trench resurfacing shall be III- C3 -SC800 using liquid asphalt in conformance with Section 400 -4 of the City's Standard Specifications. (2) Payment for placing and maintaining temporary asphalt concrete resur- facing shall be included in the unit prices paid for the items of work contained in the proposal. No additional payment will be made for the asphalt concrete required in conjunction with maintenance of the temporary resurfacing. XVI. AGGREGATE BASE Aggregate base shall conform to the requirements for Processed Natural Material in Section 400 -2.3 of the Standard Specifications. XVII. ASPHALT CONCRETE Asphalt concrete shall conform to the requirements of Section 400 -4 of the Standard Specifications and of the type specified on the Plans. • SP 10 of 27 XVIII. THICK LIFT ASPHALT CONCRETE PAVEMENT ALTERNATE a) General It is the intent of this specification to insure a fully complete job in accordance with standards of quality of material and workmanship for asphalt concrete (deep lift) construction. b) Definition (1) Base Course - Base course is defined as that area between final compacted subgrade up to 2" below finish street grade. The base course shall consist of one or more layers; the maximum compacted thickness of each layer shall not exceed 5 ". (2) Surface Course - Surface course is defined as that area between the final compacted base course and finish grade. The surface course shall have a compacted thickness of 2" unless the Engineer directs otherwise. c) Asphalt Concrete (1) The asphalt concrete to be furnished and placed for the base course shall be III -B1 -85 -100 in conformance with Section 400.4 of the City Standard Specifications. The asphalt concrete to be furnished and placed for the surface shall be III -C2 -85 -100 in conformance with Section 400.4 of the City Standard Specifications. (2) The full -depth (thick lift) asphalt concrete street pavement section shall be placed in layers; the first base course layer shall have a compacted thickness of 5 ", the second base course shall have a compacted thick- ness of 2 ", and the surface course shall have a compacted thickness of 2" unless Engineer directs otherwise. Placement of the asphalt concrete layers shall be accomplished in accordance with Section 302 -5.4 of the City Standard Specifications. (3) Prime coat will not be required on the prepared subgrade. The tack coat in conformance with Subsection 302 -5.3 of the City Standard Specifi- cations shall be applied to the existing asphalt concrete surfaces and between the base course and the surface course. 0 SP 11 of 27 (4) The Contractor shall provide the types and numbers of rolling equipment as required in Sections 39 -5.02 and 39 -5.03 of the State Standard Specifications. Spreading and compacting shall be in conformance with Section 39 -6 of the State Standard Specifications or as directed by the Engineer. Special attention is directed to the construction of longitudinal joints as specified in the eighth paragraph of Section 39 -6.01. (5) The following compaction procedures will be required for the base course, unless the Engineer directs otherwise: Initial rolling shall proceed directly behind the spreader and shall consist of two,complete coverages of the asphalt mixture, and shall be per- formed with a 2 -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. 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. roller width. the edges. A complete coverage will be 2 passes of the roller in the same Rolling shall commence at the center of the pass and work toward (6) 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, therefore, vary paving rates as necessary or require additional compaction equipment, in order to insure adequate compaction of a hot mixture. XIX. TRAFFIC SIGNAL AND STREET LIGHTING FACILITIES a) General The Contractor shall furnish all tools, equipment, materials, supplies. • SP 12 of 27 and manufactured articles and shall perform all operations necessary to modify existing and construct additional traffic signal and street lighting facilities as shown on the drawings and as specified herein. b) Scope The work included herein shall include the furnishing, installing, modifying, removing, or relocating of traffic signal systems, street lighting and electrical equipment and appurtenant structures at the intersection of Newport Boulevard and Hospital Road and appurtenant structures of street lighting in Hospital Road between Newport Boulevard and Placentia Avenue, and the furnishing and installation of conduit and pull boxes at the intersection of Hospital Road and Placentia Avenue. c) Reference Specifications and Standard Plans (1) Standard Specifications - Except as modified herein, materials and installation shall conform to the California Standard Specifications, January 1971. All references in this section to "Standard Specifications" shall be understood to be referenced to the California Standard Specifications. (2) Standard Plans - Except as modified herein, all references in this section to "Standard Plans" shall be understood to be referenced to the California Standard Plans, January 1971. (3) Codes, Ordinances, and Regulations - All electrical materials and equipment furnished and installed under this section shall conform to the referenced regulations and codes specified in Section 86 -1.02 of the Standard Specifications of the Division of Highways and to all other ordinances and regulations of the authorities having jurisdiction. Wherever reference is made to the Code, Safety Orders, General Order, or Standards, the reference shall be construed to mean the Code, Order, or Standard that is in effect on the day set for receipt of bids. • SP 13 of 27 d) Materials (1) All materials furnished and used shall be new, except such salvaged materials as specifically provided for on the drawings and as specified herein. The materials shall be manufactured, handled, and used in a workmanlike manner to insure complete work in accordance with the plans and specifications. (2) All systems shall be complete and in operation to the satisfaction of the Engineer at the time of acceptance of the contract. (3) Where an existing system is to be modified, the existing material shall be reused in the revised system, or removed, salvaged and stored, or abandoned as shown on the plans or as directed by the Engineer. Salvaging and reinstalling or stockpiling electrical equipment shall conform to the require- ments for "Salvaging and Reinstalling or Stockpiling Electrical Equipment" of the Standard Specifications of the Division of Highways and as specified herein. Salvaged materials belonging to the City of Newport Beach shall be delivered to the City yard as directed by the Engineer. (4) Street Light System in Hospital Road (a) Light standard shall be Davit -Arm Street Light Standard Type VI conforming to the City of Newport Beach Standard Drawing STD -205 -L for Arterial "D ". (b) Luminaires shall be equipped with a 240 -volt photoelectric cell and aerial ballast. P-, inches. (c) Conduit shall be polyvinyl chloride of a minimum size of (d) Insulated Conductors shall be copper with Type TW insulation of minimum 7/16 -inch thickness. • SP 14 of 27 (e) Splices or connections shall be made with approved end- to -end crimp -type mechanical connectors in pull boxes placed at each light standard. (f) Connection to existing circuit shall be made at existing pull box at southwest Corner of the intersection of Placentia Avenue and Hospital Road and the system disconnected as shown on the drawings. (5) Traffic Signal and Highway Lighting System Modification on Newport Boulevard and Hospital Road.shall conform to the Standard Specifications of the Division of Highways and the following special provisions: (a) Equipment List and Drawings - Equipment list and drawings of electrical equipment and material shall conform to the provisions in Section 86 -1.03, "Equipment List and Drawings," of the Standard Specifications and these Special Provisions. Where a basic controller cabinet wiring diagram is provided, the following diagrams shall be provided: 1. Circuit diagrams for detector plug connections 2. Circuit diagrams for each piece of peripheral equipment and external solid -state logic circuits. 3. An "Intersection Sketch" showing the actual intersection layout and phase designation as shown on the contract plans. Field wire connection terminals shall be incorporated on the intersection sketch. The wiring diagram specified in Section 86 -1.03, "Equipment List and Drawings," of the Standard Specifications and the diagrams specified in the preceding paragraph, shall be made by the wet blueprint, white background process using iron - sensitized paper or may be made by the offset lithograph process. The heavy duty plastic envelope specified in Section 86 -1.03 shall be provided with opening on the side. Controller schematic wiring diagrams, intersection layouts and other service information shall be stored in said envelope. • SP 15 of 27 (b) Maintaining Existing and Temporary Electrical Systems - Maintaining existing and temporary electrical systems shall conform to the provisions in Section 86 -1.05, "Maintaining Existing and Temporary Electrical Systems," of the Standard Specifications and these Special Provisions. Traffic signal system shutdowns shall be limited to periods between the hours of 8:30 AM and 3:30 PM. Highway lighting system shutdowns shall be limited to periods between the hours of 7:00 AM and 5:00 PM. (c) Foundations - Foundations shall conform to the provisions in Section 86 -2.03, "Foundations," of the Standard Specifications and these Special Provisions. Portland cement concrete may be produced from commercial quality aggregates and cement and shall contain not less than 5 sacks of cement per cubic yard: The top 2 inches of foundations shall be placed by Method A. In unpaved areas, a 4 -inch thick Portland cement concrete pad shall be constructed in front of each controller cabinet. Said pad shall extend the full width of the cabinet foundation and shall cover an area 3 feet from the face of the cabinet foundation. (d) Conduit - Conduit shall conform to the provisions in Section 86 -2.05, "Conduit," of the Standard Specifications and these Special Provisions. Non - metallic type conduit shall not be used. Insulated bonding bushings will be required on metal conduit. After conductors have been installed, the ends of conduits terminating in pull boxes and controller cabinets shall be sealed with an approved type of sealing compound. . SP 16 of 27 Conduit runs are shown in schematic form only. Actual installation shall be done in the most direct manner. (e) Conductors and Wiring - Conductors and wiring shall conform to the provisions in Section 86 -2.08, "Conductors," and Section 86 -2.09, "Wiring," of the Standard Specifications and these Special Provisions. Conductors shall be pulled into conduits by hand and the use of winches or other power actuated pulling equipment will not be permitted. Lighting conductors between each mercury vapor luminaire and the adjacent pull box shall be No. 14 A W G. At least one foot of slack shall be left for each conductor at each signal or lighting standard, or combined standard, and at least 3 feet of slack at each pull box. The epoxy insulated spring connector type splice and splice insulation specified in Section 86- 2.09D, "Splicing," of the Standard Specifications shall not be used on this project. Aluminum conductors shall not be substituted for copper. Conductors shall be spliced by the use of "C" shaped compression connectors as shown on the Standard Plans. Splices in low voltage circuits (600 volts, maximum) shall be insulated as follows: Two layers of oil and flame resistant, self - fusing, synthetic rubber tape shall be applied half - lapped. Following appli- cation, the tape shall be rolled. After rolling, polyvinyl chloride tape, 0.007 -inch minimum thickness, with pressure sensitive adhesive, shall be applied, half - lapped, to a thickness equal to the original insulation after which the finished splice shall be painted with an electrical insulating compound. Straight splices in signal neutral and multiple lighting conductors shall be insulated in conformance with "Method A" as shown on the Standard Plans. Tap ' � • SP 17 of 27 splices in signal neutral and multiple lighting conductors shall be Type C as shown on the Standard Plans (f) Bonding and Grounding - Bonding and grounding shall conform to the provisions in Section 86 -2.10, "Bonding and Grounding," of the Standard Specifications and these Special Provisions. Grounding jumper shall be attached by a 3/16 inch or larger brass bolt in the standard or pedestal and shall be run to the conduit or a ground rod in adjacent pull box. Grounding jumper shall be visible after cap has been poured on foundation. (g) Solid -State Traffic Actuated Controllers - Solid -state traffic actuated controller units and auxiliary equipment shall conform to the provisions in Section 86 -3, "Controllers," of the Standard Specifications and these Special Provisions. The provisions in Section 86- 3.07E, "Traffic Actuated Controller Housing," of the Standard Specifications concerning signal light and flashing circuit busses shall not apply. The second paragraph in Section 86- 3.09D, "Phase Section Timing Intervals and Periods," of the Standard Specifications is superseded by the following: Timing shall be accomplished by digital methods and shall utilize the power line frequency or a frequency generated by a crystal controlled oscillator as a time base. In addition to the methods specified in Section 86- 3.09D(lb)(5)(C), "Maximum Green Period," of the Standard Specifications, the maximum green exten- sion may commence at the end of the initial periods. The maximum green period shall be adjustable between 10 and 99 seconds. The functions specified in Section 86- 3.09E(1), "Standard Functions," of the Standard Specifications shall all be brought to an external terminal strip • SP 18 of 27 through the regular controller connector and wiring harness. The connector pin for each function shall be the pin used for the same function on all similar model controllers of the same manufacturer. Resetting of the maximum green period and the reducible gap period by the stop- timing function as specified in the last sentence of Section 86- 3.09E(ld), "Stop- Timing," of the Standard Specifications will not be required. The provisions in the second paragraph of Section 86- 3.09F, "Controller Unit Circuitry," of the Standard Specifications are superseded by the following: Timing of the "yellow" and "all red" clearance intervals shall be capable of being set in 1/2 second maximum in- crements and shall be accurate to the power line frequency or crystal controlled time base. Timing of the "present gap periods "shall be adjustable in 1/2 second maximum increments. Timing of the "reducible gap periods "shall be adjustable in 1/4 second maximum increments. Timing of all other adjustable intervals shall be adjust- able in one second maximum increments. Calibration accuracy of each manually variable timing control, except clearance intervals, shall be accurate to the smallest selectable setting for the period involved if line voltage is at any value from 105 to 130 volts while the ambient temperature is between 00 F. and 1600 F. • SP 19 of 27 Wall mounted auxiliary equipment and wiring shall be installed on removable panels. Plug -in equipment shall be removable from receptacles without removing any other equipment. Each receptacle, or group of receptacles, and connecting cables shall be so arranged that by removing no more than 6 fasteners it will be possible to perform any required work on the back of the receptacles or on the cables. Solid -state logic or timing circuits, external to the controller unit, shall be built on edge connected, plug -in, printed circuit boards. Logic circuits shall be built -up by plugging logic circuit boards into wired connectors. When 5 or less plug -in logic circuit boards are used, the circuit board connectors may be installed in a chassis or rack, mounted on a cabinet wall. Connectors shall be provided to permit removal of the chassis or rack without unsoldering connections or removing wires or cables from the cabinet. When more than 5 plug -in logic circuit boards are used, the circuit board connectors shall be installed on a chassis designed for shelf - mounting. The chassis shall be provided with a Type MS connector and shall be shelf - mounted. Solid -state devices shall conform to the provisions in Section 86- 3.09F, "Controller Unit Circuitry," and Section 86- 3.09G, "Mechanical Design and Component Quality," of the Standard Specifications. Detector switching shall be provided for phases controlling traffic in opposite directions on the same roadway. The phase sections shall be capable of operating concurrently and terminating simultaneously. The timing of each phase section shall be independent of the other; however, when one of the phase sections has timed out and the 2 phase sections are going to terminate simultaneously, as required by traffic demands, the detectors of the phase section which has timed out shall be switched to the companion phase so that green will not terminate by gap sensing on only one approach. The detector switching feature shall be capable of being disabled. • . SP 20 of 27 Overlap functions may be performed by solid -state logic cir- cuits integral with or external to the controller unit. Integral detector sensor units shall not be provided. The Contractor shall arrange to have a signal technician, qualified to work on the controller, present at the time the equipment is turned on. The controller shall be provided with phase section modules of the type called for on the plan under "Controller Module Schedule ". (h) Solid -State Traffic Actuated Controller Cabinets - The solid- state traffic actuated controller cabinets shall conform to the provisions in Section 86 -3, "Controllers," of the Standard Specifications and these Special Provisions. All conductors used in controller cabinet wiring shall be No. 22 AWG, or larger. Conductors smaller than No. 14 AWG shall conform to Military Specification: MIL- W- 16878D, Type B, Vinyl -Nylon Jacket, 600 -volt, 1150 C. Conductors No. 14 AWG and larger shall conform to the provisions in Section 86 -2.08, "Conductors," of the Standard Specifications. In addition to the terminal blocks specified in Section 86- 3.07E, "Traffic Actuated Controller Housing," of the Standard Specifications, the Con- tractor may, at his option, use terminal blocks .rated 1,000 volts, RMS maximum, 20 amperes, for connecting cables from the controller unit and conductors from external solid -state logic circuits. Conductors shall be secured to the terminal blocks with 6 - 32 x 1/4" binder head screws. All terminal blocks shall be provided with nickel, silver or cadmium plated brass binder head screw terminals. Conductors from the controller unit shall terminate in "ring" type terminal lugs or shall be soldered to a through panel solder lug on the rear side of the terminal. All other conductors shall terminate in "spade" type terminal lugs. • SP 21 of 27 Transfer to flashing operation shall be accomplished by relays between the normal load switching device and the field terminals. Relay bases and subbases for flasher relays, as specified in Section 86- 3.09J(1) of the Standard Specifications, shall be of the type normally used by the manufacturer of the control equipment provided. Relays shall conform to the functional requirements specified in Section 86- 3.07C(2), "External Light Relays for Controllers," of the Standard Specifications. The last paragraph in Section 86- 3.09(L), "Solid -State Traffic Actuated Controller Housing," of the Standard Specifications, concerning con- troller unit power switch, shall not apply. Solid -state switching device circuits, as specified in Section 86- 3.09J(3), "Solid -State Switching Devices," of the Standard Specifications, shall have a minimum rating of 1,000 watts. The provisions in the second paragraph in Section 86- 3.09J(4), "Monitoring Device," of the Standard Specifications are superseded by the following: Conflicting green is defined as occurring when 24 volts, or more, at 60 Hz appears on any green circuit that is in conflict with the green circuit called for by a normally functioning controller unit. Conflicting greens lasting less than 200 milliseconds, or a conflicting voltage of less than 10 volts shall not cause the monitoring device to place the signal system in flashing operation. Receptacles for relays and shelves, below all removable control equipment, contactors, switches, fuses, circuit breakers and all other equipment shall be identified below each item with a permanent, printed, engraved or embossed label. Convenience receptacle shall be a duplex, 3 prong, NEMA Type 5 -15R grounding type outlet. • SP 22 of 27 Each controller cabinet shall be provided with a flourescent lighting fixture mounted on the inside top of the cabinet near the front edge. Fixture shall be provided with an F15T8, cool white, lamp operated from a normal power factor, UL listed ballast. An "ON -OFF" switch shall be provided on the inside control panel to operate the lighting fixture. Machine screws used for mounting equipment on door or walls of the cabinet shall have nuts on the inside. Conduit shall enter the controller cabinet at the front. A harness shall be installed in each controller cabinet to enable installation of a pre -timed controller for replacement in event of failure of the Type 90 controller. The harness shall consist of connectors compatible with a pre- timed controller acceptable to the City of Newport Beach. All cabinet switches and auxiliary equipment shall be labeled with embossed labels made from 6 mil polyvinyl chloride self- adhesive labeling tape with contrasting background. (i) Detectors - Detectors shall conform to the provisions in Section 86 -4.05, "Vehicle Detectors," of the Standard Specifications and these Special Provisions. Epoxy sealant for filling slots and sensing element holes shall conform to the provisions in "Epoxy Sealant for Inductive Loops (State Specification 711- 80 -36)" under "Materials" of these Special Provisions. The loop detector sensor unit output need not be electrically isolated from the loop and the electronic circuitry as specified in the last sentence of the 3rd paragraph in Section 86- 4.05B(1), "General," of the Standard Specifications. The provisions in the seventh paragraph of Section 86- 4.05B(3), "Sensor Unit Construction," of the Standard Specifications are superseded by the following: • SP 23 of 27 All pilot lights and meters shall be mounted on the front panel of the sensor unit or the sensor power source assembly. Inlet power shall be fused. The first paragraph in Section 86- 4.056(2), "Performance Characteristics," of the Standard Specifications is superseded by the follow- ing: Each sensor unit shall operate in a presence mode which shall provide an output - closure for each vehicle passing through the response area of the loop at speeds up to 75 miles per hour and shall also provide an output closure of at least 10 minutes duration when a vehicle is occupying the response area of the loop. The provisions in the first paragraph of Section 86- 4.058(4), "Construction Materials," of the Standard Specifications are superseded by the following: Conductor for each inductive detector loop shall be con- tinuous, unspliced, UL labeled, Type RHW -USE, No. 12 AWG, neoprene - jacketed, solid copper wire. Sensor units shall not be provided for inductive loop traffic counting installations. Control unit for magnetometer detectors shall be the permanent time delay type and shall signal continually the presence of any vehicle until the vehicle leaves the area of detection, whereupon the vehicle call shall drop after a delay which shall be adjustable from approximately 0.10- second to 3.0 seconds. The magnetometer control unit output need not be electrically isolated from the sensing element and the electronic circuitry as specified in the last sentence of the 3rd paragraph in Section 86- 4.05C(1), "General," of the Standard Specifications. • SP 24 of 27 The provisions in the second paragraph of Section 86- 4.05C(2), "Performance Characteristics," of the Standard Specifications are superseded by the following: Each control uhit for magnetometer detectors shall be provided with an external function switch permitting the unit to operate in either a permanent presence or a pulse presence mode. The control unit for magnetometer detectors when in the pulse presence mode as specified in the fourth paragraph of said Section 86- 4.05C(2), shall provide an output closure of 30 to 50 milliseconds duration for every vehicle entering the area of detection. Closure of magnetometer control unit output contacts in the event of a control unit failure, as specified in the 7th paragraph of Section 86- 4.05C(2), "Performance Characteristics," of the Standard Specifications, will not be required. Each magnetometer control unit shall be provided with manually variable controls on the front of the enclosure. Said controls shall be clearly and permanently identified and shall be operable without the use of tools. Timing dials, if used, shall be linearly calibrated. A separate channel shall be provided for each lane. Separate control units shall be provided for each approach. The lead -in cable, from the pull box adjacent to the sensing elements installed in the roadway to the control unit, shall be suitable for both direct burial and installation in conduit. At least 4 No. 18 AWG (minimum size) stranded, copper, conductors shall be provided. Individual conductors shall be provided with a minimum thickness of 0.010 -inch of polypropylene or polyvinyl chloride, color coded, insulation. The outer jacket shall be 0.035 -inch minimum thickness, high density, polyethylene. An amorphous interior moisture penetration barrier shall be provided to prevent hosing, r • SP 25 of 27 siphoning or capillary absorption of water along cable interstices. Maximum intraconductor capacitance of the magnetometer lead -in cable shall be as follows: Adjacent pairs (with all others disconnected); 20 pico farads per foot. Diagonal pairs (with all others disconnected); 18 pico farads per foot. The capacitance shall not vary more than ± 10.percent after 10 -day immersion (with ends exposed) in a saturated brine solution, measured immediately after removal from said solution and drying outer surface and ends. A separate cable shall be provided for each magnetometer sending element placed in the pavement. The cable shall be run continuously (without splices) to the adjacent pull box where splices shall be made to the lead -in cable. (j) Pedestrian Signals - Gas tube type pedestrian signals shall con- form to the provisions in Section 86 -4.07, "Pedestrian Signals," of the Standard Specifications and these Special Provisions. Pedestrian signals shall be Type B or Type C. Messages shall be Lunar White "WALK" and Portland Orange "DONT WALK" as defined in the Institute of Traffic Engineers, Technical Report Number 5, "Adjustable Face Pedestrian Signal Head Standard," dated June 29, 1963. One of the following types of screen shall be provided: A. An aluminum honeycomb screen with 3/16 inch cells 3/8 inch thick shall ke installed tilting downward, at an angle of 15 degrees (± 2 degrees) out from the top, and shall completely cover the upper compartment housing the word "DONT ". The honeycomb screen shall be covered with a clear, 1/8 inch minimum thickness, acrylic plastic cover supported in an aluminum frame, or with a 1/16 inch • SP 26 of 27 nominal thickness, formed, polycarbonate plastic cover. Screen and cover shall be held firmly in place by the use of stainless steel or aluminum clips or stainless steel sheet metal screws. B. A 1 1/2 -inch deep eggcrate type screen and mounting frame of 0.020 -inch minimum thickness 3003 H14 aluminum alloy or polycarbonate plastic shall be provided to cover the words "DONT" and "WALK ". The vertical spacing of the horizontal members shall be 1/2 inch starting approximately 1/4 inch above and ending approximately 1/4 inch below the "DONT" and "WALK" legends respectively. The vertical members shall be spaced horizontally from 1/4 inch left of the legend area to 1/4 inch right of the legend area and at 1/2 inch intervals, or may be placed approximately 1/4 inch left and right of each vertical stroke of the "DONT" legend. Additional members may be employed outside the 2 legend areas for structural strength. The eggcrate type screen shall be installed parallel to the face of the "DONT WALK" message and shall be held in place by the use of stainless steel screws. The screen and frame shall be anodized flat black or may be fin- ished with flat black enamel as specified in Section 91 -4.01, "Enamel•, Traffic Signal Lusterless Black," of the Standard Specifications. Said enamel shall be applied in the shop at the Contractor's expense. Alternate methods may be substituted for the above screening providing the results are equal to or superior to those obtained with the above specified screens as determined by the Engineer. • SP 27 of 27 XX. ADJUSTMENT OF WATER VALVE BOXES AND.MANHOLE COVERS TO FINISHED GRADE Existing and new water valve boxes and manhole covers shall be adjusted to finished grade in a manner similar to that described in Section 302 -5.7 of the Standard Specifications. W. REINFORCED CONCRETE RETAINING WALL The reinforced concrete retaining wall shall be finished to a Class 1 surface finish conforming to the requirements of Section 303 -1.9 of the Standard Specifications. After backfill operations are completed and the Class 1 surface finish is applied, the exposed surfaces of the wall which are to be sandblasted shall be sandblasted to a depth of one - eighth (1/8) inch. The finished texture is to be uniform in appearance. The Contractor shall not sandblast the grooves in the wall and they shall be protected during sandblasting operations. XXII. SURVEY MONUMENTS The Contractor shall install survey monuments conforming to Std. Dwg. Std. -113 -L at locations indicated on the plans, and in accordance with Section 309. The brass marking plates shall be furnished by the Contractor, but the scribing of the marker will be done by others. XXIII. BRACING EXCAVATIONS In conformance with Section 6422 and 6424, the Labor Code and applicable sections of the Construction Safety Orders of the State of California, a detailed plan showing the design of shoring, bracing, and /or sloping of all trenches 5 feet deep or deeper, must be submitted for the agency's review and approval prior to commencing any such trenching operations. If the submitted plan varies from the standards established by the State Construction Safety Orders, the plan shall be prepared by a registered civil or structural engineer. P. . . ° P � it E 4 •633 `y�j Se _ e.2?_.: :8 85 i °9 F F- el' i \li '• lya ? §2 •E as = `vx = °.:• _y° C.Y° ED j;js. a2 2 i ;f ;� .• 1. W wm X11 0 . _ ; Y lLL P rs u g E A z a J S n 34 LL kL J O O a W J Z 2 J a W � u _ a m alit o 3 6 l sz Y � • U / 9-tf 1e I`� j1 E eF i B x iz �€ _ Vic I ff':. {{``��JJ"."� #� a. § :EaeF €€ { ±� Ems• x "Bf s� " ~ <g3 ^� w Z a- HIP Q�:� �z. = t'ei...:s N log W It Z pE is['pEF3 ? ;is[E bif 595x{ `i b a B FF. {z. rl:�f3B" -1 :i$qi Z'sF 6/alEf nqg O ai'dZ3i3 :ai�liJ��a3d§ �..ila,t�B� �t! r 1 � § - 4 • FB tft. __s �_kF $4 3 FT 13 1 J i SS 6 r � U kI L'�lri U E� w F V �� LL ;o W W YBa pm� Ian c � Q"a c � � 3 t_4 - : sa• �t �0 W 0 H s � dz � :- g • -f B as D r j y p 1 fi• I 1 t _f :�asAl 4 a a •g X X .o 2 D FsLLF� f r c. � U s o ds H ! W 3 U 7 L07 .n►ms W ! {fin i a B ;o W W YBa pm� Ian c � Q"a c � � 3 t_4 - : sa• �t �0 W 0 H V W is f 0 s � dz � :- g • -f as D r s y p 1 fi• I 1 t _f :�asAl a a •g .o I FsLLF� f r c. � s 7 L07 .n►ms W ! {fin i a B Aif H a �P��1 zb 8 1 X Z V W is f 0 Q i� l� N L ' F Q �aa ir r , ' e a :.: ti s a„z5I Ygi C - -B•5i _ :�asAl a a •g .o I r c. � s Q i� l� N L ' F Q �aa ir r , ' e a :.: ti f z 6 tL I.. , 1: n tt ��R a rdds � 1 0 Q� 3 yy31� J-� 3 t' 443. .._.... Wz W l 4aa- a oi6 .6 XiS d5 X31 �t�ff. t. fe ( t V oi� r U F 7 �1 a 4 � W 5 lm u 4 s z pWp w�lb y ka rH wW i • RESOLUTION NO. 7 9 2 4 A RESOLUTION OF THE CITY CO`2NCIL OF THE CITY OF NEWPORT BEACH AWARDING :_ CONTRACT FOR IM- PROVEMENT OF HOSPITAL ROAD 74EEN NEWPORT BOULEVARD AND PLACENTIA A'v= i STALLATION OF A STREET LIGHTING SYSTEP„ = -::D ::ODIFICATION AND MODERNIZATION OF THE TR _= a= _NALIZATION AT THE INTERSECTION OF HOSPI_ = =. ?. _= WITH NEWPORT BOULEVARD, CONTRACT N_ . l�v AD WHEREAS, pursuant to the notice invit_ng bids for work in connection with the improvement of Hospital Road Between Nec,port Boulevard and Placentia Avenue; installation of a street lighting system, and modification and modernization of the traffic signalization at the intersection of Hospital Road with Newport Boulevard, in accordance with the plans and speci- fications heretofore adopted, bids were received on the 9th day of January, 1973, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is the Griffith Company; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of the Griffith Company for alternate "A" work in the amount of $136,453,90 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_ ATTEST: City Clerk � ADOPTED this 22nd day of January, 1973. ayor DON:sh 1/17/73 02 s a f N �y \i h`. �`f v CV• Lq F- S d• -9 0 �v ao �Wllw T LJ z 0 :J J o _� .non c ; •� .h � a I ip `! 1'l G C y c N U J Ir N ^ v d M .J v !n v - v - - m 01 v e c �_ — z , on 0 G n o as q oQ pp L. p C G� 4 O V N Q _n N IL Ij 2 L - a, .3 O J J G LC Op d Q 3 L, In vN ry uvNM a We o v b In vj R G y v In M W !O 'J1 N VVI ` J �. �p` 1,1 Q C IC O ri r v d y pt N n _ , V r �V• [� J.q O � - N 's �.. IT C r. J J 14 J N v 0 4 3 s y 5 1 n r JS ✓ f t �_ I J ti'T J � `I ,°-, f• r K a f f 7 U) i� �a Q P ry ri�cr U LL! Q J FS— Z t—az U cl n b 3 a a t t � I Z 1= { 4 t I Z Q Z c J c C C c r o E ft. I N m I $ C o d O r- N tA GG 4 J Y d 4 p N Ir J oi 14 In M r i Q J Q J tti !v N `G N J 1 C In !J, £` Q — r N Ir V is N s .L i J, in o e i� r • Y- �- � IJ � j{ 5 Z 'tt + � � 1 1 I '41 r i' d I , I 1 =i' r � r S CONTRACT NO. 1408 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR HOSPITAL ROAD IMPROVEMENTS FROM NEWPORT BOULEVARD TO PLACENTIA AVENUE Approved by the City Council this 18 day of December 1972 Laura Lagios, City Cork SUBMITTED BY: CRIFFITH CMElANY Contractor 16861 Construction Way West (Post Office BOX 10457) Address Santa Ana 92711 ity Zip (714) 549 -2291 Total Price - lternate A /3 Total Bid Price - Alternate B 3 304 x 13084.90T 294�00X 9,50= =x� 2800G00T c� �+ 1 3 015 4 9 0+ I 2 6 9 4 4.9 0 T I 10995909,00 +I 136�r5a90TI 10Q509,00 +I 2 00G00 +I 1 37 51 5,00T I �A - '145KQQ0T a OTI 1100400 +I 10250q�o0 +I 793720 +z 22y80 +I 1 5 Q 0 0 + I c 3800,00 +I 1 6 7 7.0 0+ I 1 3 0 0 a 0 0 + I 2 5 Q 0 0 + I 42Q00 +I 120Q00 +I 5 0 Q 0 0 + I 145200 +I 4500Q00 +I 6 4 5 Q 0 0 + I 21Q00 +I 3 5 Q 0 0 + I 109509.00TI 0 . Page 1 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 10:00 A.M. on the 9 day of January 19 73, at which time they will be opened and read, for performing work as follows: HOSPITAL ROAD IMPROVEMENTS FROM NEWPORT BOULEVARD TO PLACENTIA AVENUE CONTRACT NO. 1408 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 signature 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 an to he _Corporate.Seal shall be affixed to all documents requiring signatures. In the case of a Partnership, the signature of at least one general partner is required. 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. One set of 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. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) The city has adopted the Standard (1970 edition and supplements ) as American Public Works Association Copies may be obtained from Build California 90034, (213) 870 -9871. • Page la Specifications for Public Works Construction prepared by the Southern Ca i orm a C apters of the and the Associated General Contractors of America. ing News, Inc., 3055 Overland Avenue; Los Angeles, The city has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $3.00 per set. 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. 7718 adopted June 12, 1972. 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). The city reserves the right to reject any or all bids and to waive any informality in such bids. Revised 6 -12 -72 s r' 1 I . 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 works 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 under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 32168 Classification A B -1 . SC-12 Accompanying this proposal is "Bidder's Bond" f/t7S7� %ii'X @d /BaeKK� /k�a1v►kr d /C119t>k/bh/ Bond in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3100 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 code, and agrees to comply with such provisions before commencing the performance of the work of this contract. (714) 549 -2291 Phone Number January 09 1973 Date GRIFFITH COMPANY .� Bidd .Name jSEAL) AU orl d l nature GEORGE . .GRIFFITH PRESIDENT .(ti uthorized Signature) W ERE ORY. JR. ASS-T• SCitE',iJ CORPORAI ION Type of Organization (i erfifddeX/, Corporation ,/b41iC6y�Aa4�1tKe4�s1�'�p�j List below names of President, Secretary, Treasurer and Manager if a and names of all co- partners if a co- partnership: George P. Griffith President 314 Aebiehood Lane Costa Mesa 92627 W R Mirars Vice President 1100 Ebbtide Corona Del Afar 92625 John E. Tiger Vice President 2360 Mountain Ave. Corona 91720 ' E L Coughlin Vice President /Dist Manager 3995 F:1 Ledo Dr. Glendale 91214 J A Hearn Vice President /Dist Manager 3667 Ocean Front Walk San Diego 92109 S F I.el Vice President /Dist Manager 1898 So. Union Ave. Bakersfield 93307 W R Shrives Jr. Vice President /Dist Manager 17139 Orange St. Fountain Valley 92708 i C F Hutchins Jr. Secretary 219 opal Balboa Island 92662 L W Hunch Treasurer 411 Osborn West Covina 91790 R D Lytle Controller 11007 Clare St. Whittier 90601 -- W I Gregory Jr. Contract Officer /Ass't secy 4535 Carpenter Ave. N. Hollywood 91607 R N Basich District Manager 24261 Grass Street El Toro 92630 3 8 Hayden District Alanager 3145 Yac.r.da Orange 92667 corporation, STATE OF CALIFORNIA, COUNTY OF LOS ANGELES mmm�mnuminnimm�mllnnmm�umm�mmno Remxxmxn.nnx...... .x.mlxm3 OFFICIAL SEAL = SALLY A. DOBSON NOTAAY PUBLIC - CALIFORNIA PRINCIPAL OFFICE IN LOS ANGELES COUNTY E MyCommission Expires.lan. 26,1976 L' .................................. Ikk........................................... ........I ........... .Ilp.IRIRRIIR ss. ON— January 09 19 73 , before me, the undersigned, a Notary Public in and for said State, personally appeared GS.F1RG.F P GRIFFITH _. , known to me to be the President, and J W 1• GREGORY, JR. known to rile to be the ASS 'r Secretary of_ GRIFFITH COMPANY the Corporation that executed the within Instrument, known to me to be the persons who executed the within Instrument, on behalf of the Corporation herein named, and acknowledged to me that such Corporation executed the within Instrument pursuant: to its by -laws or a resolution of its board of directors. WITNESS my hand and official seal. ACKNOWLEDGMENT— Corp., Ares. 8 Sec., Walcoth Form 223 —Rev. 164 A euns.O.ARY or AMERICAN STATIONERY PRODUCTS CORP. 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 Address 1. 4. 6•�r?.i�f�.r2 %C�c�/�r�sTe.P� p1�i9/�Ta �i�lcc 7. 8. 9. 10. 11. 12. GRIFFITH COMPANY Bidder 'Name Authoro6d Sl gnature SiEORGE P. GRIFFITH - PRESIDENT CORPORATION Type of Organization F4W'�dla'V!T/ofiabtrtiabdslY✓p /od Corp.) 16861 Construction Way West (P O Box 10457) Santa Ana, California 92711 Address , s I , Bond No. SCR 479 68 71 irum included in BBSU Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, and firmly bound unto the City of Newport Beach, California, in the sum of Ten Per Cent of the amount of the bid in - Dollars ($ 10% of bid ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of Hospital Road Improvements from Newport Boulevard to Placentia Avenue in the City of Newport Beach, is accepted by the City Council, of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. I-N-WITNESS WHEREOF, we hereunto set our hands and seals this 9th day of January Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) Georg Griffith - Pre: W I Gregory, Jr. As 's By / / / „lJ. Title 1, t S&Cretary ee l. in _ act 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 Per Cent of the amount of the bid in - Dollars ($ 10% of bid ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of Hospital Road Improvements from Newport Boulevard to Placentia Avenue in the City of Newport Beach, is accepted by the City Council, of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. I-N-WITNESS WHEREOF, we hereunto set our hands and seals this 9th day of January Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) Georg Griffith - Pre: W I Gregory, Jr. As 's By / / / „lJ. Title 1, t S&Cretary ee l. in _ act • j STATE OF CALIFORNIA, COUNTY OF LOS ANGELES i ����� „IIIIILIIII, i, 111111 \IIIIIIIIIII,IIIIIIIIIp I II.. I.. i i i.1l...,,,„II.,.,111, I....i......I. i,I.,.I.I01111,. OFFICIAL SEAL SALLY A. DOBSON ' NOTARY PUBLIC . CALIFC']NIA PRINCIPAL OFFICE IN r LOS ANGELES COUNTY My Commission Expires Jan. 26, 1916 a TWIII, I, II,.... I., Iliiii, IIIIIIIIO11111111111111 „IiIO,,,,, OIIIIIP ,,,,,,MNMR,M,,,YM1W1111Y11..... 1, I ss. ON January 09 _.___. _ 19 73 before me the. GRersi red a Notary Public in and for said State, personally appeared known to me to be the President, and 6B. 1. GREGORY, JR. known to me to be the ASG'T Secretary of GRIFFITH COMPANY the Corporation that executed the within Instrument, known to me to be the persons who executed the within Instrument, on behalf of the Corporation herein named, and acknowledged to me that such Corporation executed the within Instrument pursuant to its by -laws or a resolution of its board of directors. WITNESS my hand and official seal. State of CALIFORNIA County oILOS ANGE L6 On Sanuary 09 1973 before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared M. S. BYBEE known to me to be Attorney -in -Fact of THE AMERICAN INSURANCE COMPANY -1 the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my)iand and affixed my official seal, the day and year stated in this certificate above. 14111c4tt'6 ........ 10. .......9..I ;.d.F1.11..011111YOa1 0MCIAL SS, My Commission Expire s/ \� 6ERNICE K W. WONG N07ARY PUBLIC CALIFORNIA C Notary Public m ` C _�} PR{NCIPAL OFFICE IN 360212 -6.66 LOS ANGELES COUNTY My Commission Expires April 6, 19, nnauuumunmuwu .................._- 0 NON - COLLUSION AFFIDAVIT • Page 5 . 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 of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any 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 attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or material - man which is not processed through said bid depository, or which prevent any 'subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no 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 whomesoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me by this 9th day of January , 19 73 . Nay commission expires: January 26 1976 �Inmllmlmnnnxmmnlmmummmmxnnmm OFFICIAL SEAL. SALLY A. DOBSON i NOTARY PUBLIC • CALIFORNIA PRINCIPAL OFFICE IN LOS ANGELES COUNTY YdyCommission Expimshn.26,1976 GRIFF H H COMP George Griffith J President zl_�, zz, 0 a P ublIC SIR= A,pOeSO,a Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his.financial responsibility. —4c !: ITH Cq# Sipe George P. Griffith - President ! p Gitll,'FITH CONIP,1VY (a California corporation) CONSOLIDATED BALANCE SlIFET - -. INCLUDES WHOLLY-OWNED SUBSIDIARIES: )RANGE COAST DEVELOPERS; TIGER, INC., DDA CAi,- itOCii, INCe • AND PIRIJ ROCK COMPANY, LTD; - - DECEMBER 31, 1971 - AS"E'PS -' s i ! p Gitll,'FITH CONIP,1VY (a California corporation) CONSOLIDATED BALANCE SlIFET - -. INCLUDES WHOLLY-OWNED SUBSIDIARIES: )RANGE COAST DEVELOPERS; TIGER, INC., DDA CAi,- itOCii, INCe • AND PIRIJ ROCK COMPANY, LTD; - - DECEMBER 31, 1971 - AS"E'PS -' CURRENT ASSETS ,Cash, including certificates of deposit $21125,036,01 Trade accounts receivable; ' Retention on construction contracts $1,209,119,43 Other trade receivables 2,117,567,23 Total 30356,686,66 Less, provision for doubtful - - �I' accounts 47,075,24 - Net trade accounts receivable 3,309,611.42. ' Iff Street assessments receivable 237,313,6 -. Street improvement bonds receivable, portion due within one year 65,688,66 Notes secured by real estate, portion due within one year 5G,723,31 Other notes and contracts receivable, i If, due within one year 16,814.14 Unbilled costs on one -year jobs in process, as follows; Costs incurred 1,350,259,48 , - Less amounts billed 1,027,898,68 ,' Excess of costs over amounts billed 3221360,80 _ - , Inventories of raw materials in yards (I and on jobs 224.943.08 Total Current Assets $8,352,491,04 11RECEMBLES 'DUE AFTER ONE YEAR IStreet improvement bonds 4031891,63 » °#as..89�J:Iy xaai estate. 389�;686;8Bv r w. +••.x :� h .. Other notes receivable 40,O60,00 -� - Total Receivables Due After One Year 833,578 29 INVESTMENTS Stock, East Naples Land Company 6, &47.07 Village Shopping Center, joint venture 30,054,38 San Felipe Joint Venture 43,427,30 _ Stock, Southern Realty Company .1,00 ' Stock, Palm Mesa Aato Park, Inc, 1.00 Stock, Elks Lodge Building Corporation 1.00 Cash surrender value of life insurance 210,838,00 ((continued) r , I CARDWELL IN CINDER CERTIFIED PUBLIC ACCOUNTANTS ': in � GRIFFITH COWANY (a California corporation) ' i '- - CONSOLIDAIED B/U.,ANCF. SHEET INCLUDES WHOLLY -OWNED SGL:SIDIARIES_ORANGE COAST DEVELOPERS, TIGER, INC,. DG.�CAL -RRORO�_,i INC.; AND PIRU ROCK CONIPANY, LTD, DECZ-�HER 31 1.)71 j INVESTMENTS (continued) Rental properties: f Buildings, parking facilities, etc. $1,844,465..39 .'Less, accumulated depreciation - 981,076,96. Book value 863,388,43 Land 27,262.47 $ 890,650.90 Total Investments $1 181,520.65'; FIXED ASSETS Construction,automotive, and office equipment; district plant and yard facilities, etc. 6,540,001.27 Less, accumulated depreciation -- n.714,133 - - -` Book value 1,825,877.24 Land 38.825,95 r Total Fixed Assets 1,864,703,19°; - - OTHER ASSETS AND DEFERRED CHARGES Inventory of repair parts, etc. 33,472.48 Due from officers anck employees 25,444.58 Account receivable: City or San Juan Capistrano 2,750.00 Deposits 17,595.70 Prepaid and deferred expenses 58,641.48 Goodwill and organization expense 69,350.00 Total Other Assets and Deferred Charges 207254.22 1 TOTAL ASSETS $10,439.547,39' lit.: 1, - CARDWELL B LINDER CERTIFIED PUBLIC ACCOUNTANTS _ Page 7 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 Completed For Whom Performed (Detail) Person to Contact Telephone No GR H CIO Georg P. Gilff a:h = 1resident (2 [RD CFCFO` N G0 ON OD lu C O N T R A C T O R S 611 SOUTH SHATTO PLACE. LOS ANGELES, CALIFORNIA 90005 (213) 387 -3241 This business was incorporated in April, 1902, as Fairchild - Gilmore- Wilton Co. The name was changed to Griffith Company, incorporated under the laws of the State of California on December 7, 1922, and has been in continuous operation aver- aging $37,406,000.00 annually for the past ten years and $48,144,000.00 annually for the past three years in contract amounts. Griffith Company has performed work of this nature for the Cities of Los Angeles, San Diego, Chula Vista, Imperial Beach, Bakersfield, Taft, Arvin, Pasadena, Glendale, Long Beach, Santa Ana, Garden Grove, Newport Beach, Anaheim and many others, as well as for various departments of the State of California and the Counties of Los Angeles, San Diego, Kern, Ventura, Orange, San Bernardino, Riverside and others, as well as various private concerns. Our banking references are the Farmers and Merchants Office of Security Pacific National Bank, Bank of America, Los An- geles Main Office, and United States National Bank of San Diego. We are bonded by The American Insurance Company of Newark, New Jersey. 1971 (200) 0 HOSPITAL ROAD IMPROVEMENTS NEWPORT BOULEVARD TO PLACENTIA AVENUE CONTRACT NO. 1408 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California Gentlemen: PR 1 OF 6 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. 1408 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for each item, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. umL —p -Su1 Clearing and grubbing _ � 7 11 ars and Cents Per Lump Sum 5,250 Excavation and embankment of Cu. Yd. earth material to lines and grades shown on drawings and removal of excess material from site @ % o Dollars and Cents $.�� Per Cubic Yard 3. 1 Removal of existing thermo Lump Sum plastic letters and striping on Newport Blvd. to back of new crosswalk. 11 ars and Cents $ Per Lump Sum GRIFFITH. COMPANY ., • LJ PR 2 of 6 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 11696, Portland cement concrete curb Linear Feet and gutter, 6" curb face, Type "A" per City Dwg. Std. 101 -L and State Type B -2, complete in place, including transitions G! 2 e E? Dollars and Cents er Linear Fo 10,196 Portland cement concrete sidewalk, Square Feet 4" thick per City Dwg Std - 103 -L, complete in place @ Dollars l� ,e v p Cents $cV. 740 er quare Foot 6. 84 Portland cement concrete curb, Linear Feet 6" curb face, Type "B" per City Dwg. Std. 101 -L, complete in place @ Dollars and a Cents Per Linear Foot 1 Portland cement concrete driveway Each approach per City Dwg. Std. 108 -L, complete in place @ eC5,/YG� Ax7cl,44 >yr pollars and /1JU Cents Per Each 1 Storm drain system, complete in Lump Sum place, including curb inlets, junction structures, concrete collars and reinforced concrete $,;? 1� $a� pipe! !`r J44A—eWDo11ars and Cents 1 $-� GRIFFITH COMPANY PR 3 of 6 i ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 9. 258 Gunite interceptor ditch, Linear Feet structure "D" per City Dwg. Std. 701 -L, complete in place @ Dollars and G Cents $ Per Linear Fo 0 10. 1 Construct reinforced concrete Lump Sum retaining wall, complete in place (j / /� /�+"�/ / o�rSN/lc�ollars and Cents Per Lump Sum 11. 5 Portland cement concrete wheel Each chair ramps, complete in place @ Dollars and �p Cents Per EaCT 12. 7 Adjust existing gate valve box Each and cover to grade, complete in place $�� Bao� i @ lam! ?C t� Dollars lllu and fo $ Per EachY� 13. 100 Two -sack concrete slurry Linear Feet encasement over existing 8" sewer main, complete in place @�P��P Dollars and Cents Per Linear Foot 14. 4 Adjust existing sewer manhole Each frame and cover to grade, complete in place @ 01PI11r/1el4o.A � , 4;, D 1 ars and Cents Per ach Apo GRIFFITH_. COMPANY, i i PR4of6 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 15. 66 Reconstruct existing 4" vitrified Linear Feet clay pipe sewer, complete in place, including cleanouts and connection to existing 8" VCP sewer main, if required i mil /�r� Dollars 7 and Cents ot) $���2� Per Linear Foot 16. 1 Modify existing traffic signals Lump Sum and street lighting system at Ho�Wtal Road and Newport Boulevard @%E 7 �/o- us.su�Dollars T ,lJO and Cents $ySGlc� $ �7✓�a� Lump Sum 17. 1 Furnish and install street Lump Sum lighting in Hospital Road, complete in place Dollars A'u and Cents d% Per Lump Sum 18. 3 Survey monuments, installed Each in place @ Dollars and Cents Per Each 19. 1 Install standard barricade per Each City Dwg. Std. 114 -L (W -50'), complete in place, if required @% P fa ct..�.���f ��TS Dollars and Cents` r S-6 Per Each SUBTOTAL ITEMS 1 THROUGH 19 ✓�F GRIFFITH COMPANY r ` • i PR5of6 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE ASPHALT CONCRETE PAVEMENT ALTERNATE "A" 20. 1,386 1z" Type III -C2 -85 -100 asphalt Tons concrete pavement, including tack coat over 21-2" Type III -B1 -85 -100 asphalt concrete pavement, including prime coat,complete in place @ Dollars and /✓a Cents 21. 3,043 Aggregate base, complete in Tons place, including grading and compaction $L�.09P0 00 @ /`-G> 4 Dollars and /foie Cents Per Ton SUBTOTAL ALTERNATE "A" $ s;Z� THICK LIFT ASPHALT PAVEMENT ALTERNATE "B" 22. 2,948 2" Type III -C2 -85 -100 Asphalt Tons concrete pavement, including tack coat over 7" Type III -B1 -85 -100 asphalt concrete pavement, complete in place @ / / e Dollars and Cents Per Ton SUBTOTAL ALTERNATE "B" $QOIv GRIFFITH COMPANY e /to 4e PR6of 6 TOTAL PRICE IN WORDS ITEMS NO. 1 THROUGH 19 AND ALTERNATE "A" 7JSLP.� �! K ��6�/�5✓}i DOLLARS AND /1� /ele CENTS TOTAL PRICE IN WORDS ITEMS NO. 1 THROUGH 19 AND.ALTERNATE "B" �fd�l�Ss¢n�L %rte DOLLARS AND CENTS NOTE: Contractor shall submit bids for BOTH Alternate "A" and Alternate "B ". The supplier of the traffic signal controller shall be designated on Page 3, designation of sub - contractors. --------------------------------------------------------------------------- --- -------------- - - - - -- CONTRACTOR'S LICENSE NO. 32168 GRIFFITH COMPANY DATE January 09 1973 George Griffith - President BIDDER'S ADDRESS 16861 Construction Way West(P O Box 10457) Santa Ana, CA 92711 TELEPHONE NO. (714) 549 -2291