Loading...
HomeMy WebLinkAboutC-1665 - Superior Avenue widening, Placentia to Industrial Way10 0 April 7, 1978 Griffith Company P.O. Box B -T Irvine, CA 92716 Subject: Surety . United Pacific Insurance Co. Bonds No. : U 95 37 40 Project . Superior Ave. improvements /Placentia Ave. to Contract No.: 1665 Industrial Way The City Council on March 27, 1978 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 March 29, 1978 in Book No. 12613, Page 1803. Please notify your surety company that bonds may be released 35 days after recording date. Doris George City Clerk eg cc: Public Works Department SAYRE & TOSO, Inc. VEIIIFICATION OF INSURANCE; r TO: CITY OF NEWPORT BEACH % CITY CLERK 3300 WEST NEWPORT BOULEVARD L NEWPORT BEACH, CALIFORNIA 92663 J We' the undersigned, hereby verify that the following described insurance is in force at this date, of which % is insured with Underwriters at Lloyd's, London "N a is insured with Certain Insurance Companies, London, Engla a 100 % is insured with MISSION INSURANCE COMPANY t �rr11 Name of Assured: GRIFFITH COMPANY Address of Assured: POST OFFICE BOX 980, LONG BEACH, CALIFORNIA 9080 Location of Risk: JOB: SUPERIOR AVENUE IMPROVEMENTS FROM PLACENTIA AVENUE TO INDUSTRIAL WAY -- CONTRACT NO. 1665 - -AHFP NOS. 816 -867 Kind of Insurance: UMBRELLA LIABILITY Policy or Certificate No: M 843858 Period: From: 7/1/78 To: 7/1/79 Limits of Liability: $1,500,000. COMBINED SINGLE LIMIT EXCESS OF PRIMARY LIMITS. (SEE REVERSE SIDE) - f IN THE EVENT OF CANCELLATION, REDUCTION IN LIMITS, OR CHANGE IN COVERAGE, THE INSURING COMPANY WILL MAIL (30) DAYS WRITTEN NOTICE THEREOF TO THE CERTIFICATE HOLDER. THIRTY/ This document is furnished to vnu as a mutter of infnrmstion only. The issuance of this document does not make the pemonororg:mizationtoschonr it is is.sucd an additional assured, nor dons it modify in any ncmner the contract of insrvance between the Assured and the I ndor%riters. Any amendment, change or extension of such contract am only be effected by specific endorsement attached thereto. E'or [.7ticulars concerning the limitations, conditions and terns of the coverage you arc referred to the original Policy or Policies in the possession of the Assured. The undersi�zmcd will have no responsibility to give notice of cancellation of this insurance except to the extent spe- cifically pruvidcdhercin, nor are we Insurers, lsowevcr Insurance has been placed by Sayre & Toso, Inc. SAYRE & T050, INC. Dated at LOS ANGELES, CALIFORNIA JUNE 29, 1978 yy�� S&T 5'241-D (rev. 10/14. Replaces all ed iriuns of S&T 524) i LIMITS OF LIABILITY: IT IS UNDERSTOOD AND AGREED THAT THE CITY OF NEWPORT BEACH, THE COUNTY OF ORANGE, THE CITY OF COSTA MESA, HUGHES AIRCRAFT CO., AND McHUGH NORRIS INC., THEIR OFFICERS AND EMPLOYEES ARE HEREBY DECLARED TO BE ADDITIONAL INSUREDS IN THE POLICY DESCRIBED INSOFAR AS THEY MAY BE HELD LIABLE FOR INJURIES, DEATH OR DAMAGE TO PROPERTY EXCLUDING THE SOLE _ NEGLIGENCE OF THE CITY OF NEWPORT BEACH, THE COUNTY OF ORANGE, THE CITY OF COSTA MESA HUGHES AIRCRAFT CO., AND MCHUGH NORRIS INC., THEIR OFFICERS AND EMPLOYEES. IT IS FURTHER AGREED THAT ANY OTHER INSURANCE CARRIER BY THE CITY OF NEWPORT BEACH, THE COUNTY OF ORANGE, THE CITY OF COSTA MESA, HUGHES AIRCRAFT CO., AND McHUGH MORRIS INC., THEIR OFFICERS AND EMPLOYEES SHALL NOT BE CONTRIBUTING OR PRIMARY WITH THE INSURANCE PRO- VIDED BY THIS POLICY. S. YRE coz TOSC*nc. VERIFICA'T'ION OF INSURANCE r -I CITY OF NEWPORT BEACH TO: C/O CITY CLERK 3300 W. NEWPORT BOULEVARD L NEWPORT BEACH, CALIFORNIA 92663 We, the undersigned, hereby verify that the following described insurance is in force at this date, of which is insured with Underwriters at Lloyd's, London o is insured with Certain Insurance Companies, London, England 100 %is insured MISSION INSURANCE COMPANY Name of Assured: GRIFFITH COMPANY Address of Assured: POST OFFICE BOX 980, LONG BEACH, CALIFORNIA 908D1 Location of Risk: JOB: SUPERIOR AVENUE IMPROVEMENTS FROM PLACENTIA 'A INDUSTRIAL WAY - CONTRACT NO. 1665 - -AHFP NOS. 816 -867 Kind of Insurance: UMBRELLA LIABILITY Policy or Certificate No: M 843858 Period: From: 7/1/78 To: 7/1/79 $1,500,000. COMBINED SINGLE LIMIT EXCESS OF PRIMARY LIMITS. Limits of Liability: IT IS UNDERSTOOD AND AGREED THAT THE CITY OF NEWPORT BEACH, COUNTY OF ORANGE,' CITY OF IRVINE, STATE OF CALIFORNIA, AND BOYLE ENGINEERING CORPORATION, THEIR OFFICERS & EMPLOYEES ARE HEREBY NAMED AS ADDITIONAL INSUREDS BUT ONLY WITH RESPECT TO THE JOB SH014N ON THIS CERTIFICATE. IT IS FURTHER UNDERSTOOD & AGREED THAT THE INSURANCE AFFORDED TO THE ABOVE ADDITIONAL INSUREDS SHALL BE PRIMARY AS TO ANY OTHER INSURANCE OR REINSURANCE SUBJECT ALWAYS TO THE COMPANY'S LIMITS OF LIABILITY AS SET FORTH IN THE FORM COVERING OR AVAILABLE AS TO THE ABOVE ADDITIONAL INSUREDS & SUCH OTHER INSURANCE OR REINSURANCE SHALL NOT BE REQUIRED TO CON- TRIBUTE TO ANY LIABILITY OR LOSS UNTIL & UNLESS THE APPROPRIATE LIMIT OF LIABILITY AFFORDED HEREUNDER IS EXHAUSTED. This document is furnished to you as a matter of information only. 'Ilse issuance of this document does not make the pemonororg:mizationtoicham it is issued an additional assured, nor dhws it modify in am ncmner the contract of insunmce between the Asstued and the I'micr%riters. Any amendment, change or ezteluion of such contract can only be effected by specific endorsenienl attached thereto. For particulars concerning the limitations, conditions and tens of the coverage you ore referred to the original Policy or Policies in the possession of the Assured. IN THE EVENT OF CANCELLATION, REDUCTION IN LIMITS, OR CHANGE IN COVERAGE, THE INSURING COMPANY WILL MAIL THIRTY (30) DAYS WRITTEN NOTICE THEREOF SAYRE & TOSO, INC. TO THE CERTIFICATE HOLDER BY REGISTERED MAIL. ,(///�,qf//,/ J` /"' /�) /�/ Hated at T•r)A ANr:P..T.F.C_ cAT.TFhRNTA JUNE 30TH 197.E_._ By /— wr,_/J l��/%�.GY SRT 524•D (rev. 10/74. Replaces all editions of S4;T 524) RECORDING REQJLSiED BY . RE TURN TO CIrr aEP,Ic CITY OF NEWPORT BEACH 3300 NEWPORT BOULEVARD NEWPORT BEACH, CALIF. 92663 36957 EXEMPT C9 NOTICE.. OF COMPLETION PUBLIC WORKS PX 12613P618o3 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 9:0e A.M. MAR 291.97$ J. WYLIE CARLYLE, County Recorder 'I 'o All Laborers and Material Men and to Every Other Person Interested: YOU WII.,L PLEASE TAKE NOTICE that on February 1, 1978 the Public Works project consisting of Superior Avenue Widening - Placentia Ave. to Industrial Way on which Griffith Company was the contractor, and United Pacific Insurance Company was the surety, was completed. V ERIFICATI I, the undersigned, say: CITY OF NEWPORT BEACH ic( Works Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on March 28, 1978 I, the undersigned, t: at Newport Beach, California. I am the City Clerk of the City of Newport Beach; the City Council of said City on March 27, 1979 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 March 28, 1978 at Ne ort Beach, California. r i I CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd Date: March 28, 1478 Mr. J. Wylie Carlyle County Recorder P. 0. Box 23B Santa Ana, California 92702 Dear Mr. Carlyle: Attached for recordation is Notice of Completion of Public Works project consisting of SupArinr ft=nm Wid6U4ng _ pJ4WW,tia Avg. to Industrial Way Contract No. 1665 on which Griffith Company was the Contractor and United Pacific Insurance Company was the surety. Please record and return to us. Very trul !yours, Doris George City Clerk City of Newport Beach Encl. • CITY OF NEWPORT BEACH Date July 28, 1977 TO: Public Works Department FROM: City Clerk 1 SUBJECT: Contract No. 1665 Project Superior Ave. Improvements from Placentia Ave. to Industrial Way Attached is signed copy of subject contract for transmittal to the contractor. I Contractor: Griffith Company i Address: P.O. Box B -T, Irvine, CA 92716 Amount: $ 294,430.70 Effective Date: July 28, 1977 Resolution No. 9115 1 Doris Geo e Att. cc: Finance Department C] CHY IIall • 3300 Newport Boulevard, Newport Beach, California 92663 , _ .4.y Approved by the City Council this 9th day of May 1977. Doris George, City C CITY CLERK CMIRACT NO. 1665 ARE? NOS. 816 -867 •• r • I• :+ Vol �I u' OT 3 GRIFFITH COMPANY Contractor .f Irvine, California 92716 City Zip f 114) 549 -2291 one s 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 10:30 A.M. on the 31st day of May 1977 > at which time they wi 1 be opened and rea- for performing work as follows: SUPERIOR AVENUE IMPROVEMENTS FROM PLACENTIA AVENUE TO INDUSTRIAL WAY CONTRACT NO. 1665 AHFP NOS. 816 -867 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 e ary or Assistant Secretary are required an t —Corporate Seal shall be affixed to aTT documents requiring signatures. In the case of a arts 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.) 5F_ . Page la The City has adopted the Standard S ecifications for Public Works Construction (1976 Edition) as prepared by the Southern Ca orn a Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, 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 $5.00 per set. A standard "Certificate of Insurance for Contract Work for City" form has been adopted by the City. This form is the only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds, and Faithful Performance Bonds must be an insurance company or surety company licensed by the State of California. The companies must also have a current General Policy Holders Rating of A or better; and a Financial Category of at least Class X as per the latest edition of Best's Key Rating Guide (Property - Liability). 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 Resolu- tion No. 8950 adopted December 13, 1976. 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 contractor shall be responsible for com- pliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department. The City reserves the right to reject any or all bids and to waive any informality in such bids. E 0 Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the 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 Classificationg_SR _ i_cr_1P, Accompanying this proposal is ' (Cash, Certi ie Check, Cas ier s Check or Bond in an amount not less 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. 7141 - Phone u 5aq e r 22g1 May 31, 1977 Date GRIFFITH COMPANY Bidder's Name (SEAL) S /Donald L. McGrew. Vice Pres. -Dist. Mar. uthorized Signature Ur I Autfooriizff Signature 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: J. A. Hearn, Vice Pres. /Dist. Mgr. R. H. McMaster, Asst. Dist 0 0 Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address 1. P.C.C. & Markel 2. Underground Barrett Const. 3. Electrical Steiny 4. Block Wall Masonry Constructors 5. 6. 7. Q 9. 10. 11 12. [;RIFFTTH "MPApj� Bidders Name ut oM d Tgna ure Corporation Type of Organization (Individual, Co- partnership or Corp.) P. 0. Box B -T Irvine, California 92716 Address a FOR 0 J INAL SEE CITY CLERK'S FILE COP Bond No. U95 33 78 Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, GRIFFITH COMPANY , as Principal, and UNITED PACIFIC INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT (10%) OF THE TOTAL AMOUNT BID IN - -- Dollars ($ ----- - - - - -- ), 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 Superior Avenue Improvements from Placentia Avenue to Industrial Way fnntrart Nn_ 1665, AHFP Nn-- 816 -967 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 31st day of May 1977 Corporate Seal (If Corporation) GRIFFITH COMPANY Principal S /Donald L. McGrew, Vice Pres. -Dist. Mqr. (Attach acknowledgement of Attorney -in -Fact) Mary A. Jenny, Notary Public UNITED PACIFIC INSURANCE COMPANY Commission expires Aug. 12, 1977 Surety By S /Francis G. Jarvis, Jr. Title Attorney -in -Fact 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 agree- ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agree- ment 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 materialman 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 inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. GRIFFITH COMPANY E iffe . Subscribed and sworn to before me this 31st day of May , 19 77 My commission expires: June 15, 1977 Notary Public FOR 010INAL SEE CITY CLERK'S FILE COP. Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY Tne undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. On file with City Clerk. GRIFFITH COMPANY S /Donald L. McGrew, Vice Pres. -Dist. Mgr. Signed 0 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. 1977 Orange Countv Environmental H Marguerite Parkway from N /Avery Pkwy to eer 1976 City of Orange Warren W_ Repke (714)512 -044 Asst. City Engineer Glassell St. - Fle�- to Santa Ana River 70,000.00) on Construction Branch 1976 City of Anaheim .lamac P MaddnY (71A)533 -5361 Lincoln Ave. @ Sunkist City Engineer ($2s-son-nn) GRIFFITH COMPANY S /Donald L. McGrew, Vice Pres. -Dist. Mar. Signed "7 • tit o[ Si10Wn un the Performance k5ond" Page 8 LABOR AND MATERIAL BOND EXECUTED IN QUADRUPLICATE BOND NO.0 95 37 40 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted June 13, 1977, has awarded to GRIFFITH COMPANY hereinafter designated as the "Principal ", a contract for CIIPPPMD OVPNIIF TMPRnVFMFNTC FROM PI ACFNTTA AVFNUF TO INDUSTRIAL WAY CONTRACT NO. 1665, AHFP NOS. 816 -867 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used in, upon, for, or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We . GRIFFITH COMPANY as Principal, and UNITED PACIFIC INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of AND 35/100 ONE HUNDRED FORTY SEVEN THOUSAND TWO HUNDRED FIFTEEN / Dollars ($ 147,215.35 - - - 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 above bounden Principal 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. This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon Page 9 (Labor and Material Bond - Continued) this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the 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 list day of June , 19_1 . Approved as to form i ty Attorney ;J GRIFFITH COMPANY (Seal) Name of Contractor Principal Authorized Signature and Title DONALD L. MCGREW VICE PRES -DIST. MGR. Authorized Signature and Title UNITED PACIFIC INSURANCE: COMPANY (Seal) Name of Surety 443 tto lace L eles; Ca. 90020 Addq ss o BY: igdature and Title bf Authorized Agent Robert M. Minot, Attorney -in -Fact „ State of California 1 ss: County of Los Angeles 1 On June 21st 19 77 , before me, the undersigned, a Notary Public in and for said County, personally appeared ROBERT M. MINOT known to me to be the person whose name is subscribed to the within instrument as Attorney -in -Fact Of UNITED PACIFIC INSURANCE COMPANY, and acknowledged to me that _he subscribed the name of UNITED PACIFIC INSURANCE COMPANY, as Surety, and h ?s own name as Attorney -in -Fact. OFFICIAL SEAL MARIE L. JILEK NOTARY PUBLIC - CALIFORNIA PRINCIPAL OFFICE IN '4. LOS ANGELES COUNTY 1 ♦ My Commission Expires March 9, 1979 My Commission expires BDU -7818 ED. 3/72 (CALIF.) \j . T.TNI'IEED PiWIBEIC I1q8URAN0# COIdPAI Y HOME OFFICE, TACOMA, WASHINGTON POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, That the UNITED PACIFIC INSURANCE COMPANY, a corporation duly organized under the laws of the State of Washington, does hereby make, constitute and appoint ROBERT M. MINOT of LOS ANGELES, CALIFORNIA-------- - - - - -- its true and lawful Attorney -in -fact, to Croke execute, seal and deliver for and on its behalf, and as its act and deed ANY AND ALL BONDS AND UNDERTAKINGS OF SURETYSHIP-------- - - - - -- and to bind the UNITED PACIFIC INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the UNITED PACIFIC INSURANCE COMPANY and sealed and attested by one other of such officers, and hereby ratifies and confirms all that its said Attorneyls) -in -fact may do in pursuance hereof. This Power of Attorney is granted under and by authority of Section 37A of the By -Laws of UNITED PACIFIC INSURANCE COMPANY which provisions are now in full force and effect, reading as follows: SECTION 37A — ATTORNEYS -IN -FACT SECTION 1. The Board of Directors, the President, or any Vice -President or Assistant Vice -President shall have power and authority to: (a) appoint Attorneys -in -fact and to authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (b) to remove any such Attorney -in -fact at any time and revoke the power and authority given to him. SECTION 2. Attorneys -m4act shall have power and authority, subject to the terms and limitations of the power of attorney issued to them, to execute and deliver on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The corporate seal is not necessary for the validity of any bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. This power of attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of UNITED PACIFIC INSURANCE COMPANY at a meeting held on the 26th day of October, 1971, at which a quorum was present, and said Resolution has not been amended or repealed: "Resolved, that the signatures of such directors and officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached" IN WITNESS WHEREOF, the UNITED PACIFIC INSURANCE COMPANY has caused these presents to be signed by its Vice-President, and its corporate seal to be hereto affixed, this 4th day of June 19 L. °i SEAL STATE OF Washington COUNTY OF 4 ss, Pierce UNITED PACIFIC INSURANCE COMPANY Executive Vlce -President T -- On this 4th day of June , 19 76, personally appeared MORRIS E. BROWN Executive to me known to be the Vice - President of the UNITED PACIFIC INSURANCE COMPANY, and acknowledged that he executed and attested the foregoing instrument and affixed the seal of said corporation thereto, and that Section 37A, Section 1 and 2 of the By -Laws of said Company and the Resolution, set forth therein, are still in full force, My Commission Expires: �""w "'•_ '"�+ /N ap1�;:. January 15 19 78 ; ,.OT+e;< Poetic ^e. • j Notary Public in and for State of WaahinR[on ••.rh ns�r` Resitlmg at -.Tacoma D. Keith Johnson , Assistant Secretary of the UNITED PACIFIC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by said UNITED PACIFIC INSURANCE COMPANY, which is still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company this 21St day of /JJurie 1927 A tSecretary 3 SEAL '• WBDU -1431 ED. 6174 O wpo•, PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That Page 10 EXECUTED IN QUADRUPLICATE BOND NO. U 95 37 40 PREMIUM: $1,767.00 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted June 13. 1977, has awarded to GRIFFITH COMPANY hereinafter designated as the "Principal ", a contract for SUPERIOR AVENUE IMPROVFMFNTS FROM PIACFNTTA AVFNIIF To TNnu-STRIAI CONTRACT NO. 1665, AHFP PROJECT NO. 816 -867 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 of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, GRIFFITH COMPANY as Principal, and UNITED PACIFIC INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of TWO HUNDRED NINETY FOUR THOUSAND FOUR HUNDRED THIRTY AND /70 /100 Dollars ($294.430.70 said sum being equal to 100% 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, con- ditions, 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. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice r-r ti¢ Page 11 (Performance Bond - Continued) of any such change, extension of time, alterations or additions 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 21st day of June 19 77 Approved as to form: Ake-, - /� City Attorney[ Y GRIFFITH COMPANY (Seal) Name of Contractor (Principal) A3ihorized Signature and Title DONALD L. WGREW VICE PRES,DIST. MGR. Authorized Signature and Title UNITED PACIFIC INSURANCE COMPAn . (Seal) Name of Surety 443 ShSv�,3ace, Los Angeles,.Ca: 90020 BY: Robert M. Minot, Attorney -in -Fact State of California ) ss: County of Los Angeles ) On June 21st , 19 77 , before me, the undersigned, a Notary Public in and for said County, personally appeared ROBERT M. MINOT known to me to be the person whose name is subscribed to the within instrument as Attorney -in -Fact of UNITED PACIFIC INSURANCE COMPANY, and acknowledged to me that _he subscribed the name of UNITED PACIFIC INSURANCE COMPANY, as Surety, and h is own name as Attorney -in -Fact. OFFICIAL SEAL ' MARIE L. JILEK NOTARY PUBLIC . CALIFORNIA '>C PRINCIPAL OFFICE IN LOS ANGELES COUNTY My Commission Expires March 9, 1919 My Commission expires BDU -1818 ED. 3172 (CALIF.) UNITED 1=4IFIC INBLT'R.ANC;& COMPANY HOME OFFICE, TACOMA, WASHINGTON POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, That the UNITED PACIFIC INSURANCE COMPANY, a corporation duly organized under the laws of the State of Washington, does hereby make, constitute and appoint ROBERT M. MINOT of LOS ANGELES, CALIFORNIA-------- - - - - -- its true and lawful Attorney -in -fact, to make execute, seal and deliver for and on its behalf, and as its act and deed ANY AND ALL BONDS AND OF SURETYSHIP-------- - - - - -- and to bind the UNITED PACIFIC INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the UNITED PACIFIC INSURANCE COMPANY and sealed and attested by one other of such officers, and hereby ratifies and confirms all that its said Attorneys) -in -fact may do in pursuance hereof. This Power of Attorney is granted under and by authority of Section 37A of the By -Laws of UNITED PACIFIC INSURANCE COMPANY which provisions are now in full force and effect, reading as follows: SECTION 37A — ATTORNEYS -IN -FACT SECTION 1. The Board of Directors, the President, or any Vice- President or Assistant Vice -President shall have power and authority to: la) appoint Attorneys -in -fact and to authorize them to execute on behalf of the Company, bonds and undertakings, recognizancss, contracts of indemnity and other writings obligatory in the nature thereof, and (b) to remove any such Attorney -in -fact at any time and revoke the power and authority given to him. SECTION 2. Attorneys -in -fact shall have power and authority, subject to the terms and limitations of the power of attorney issued to them, to execute and deliver on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The corporate seal is not necessary for the validity of any bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. This power of attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of UNITED PACIFIC INSURANCE COMPANY at a meeting held on the 26th day of October, 1971, at which a quorum was present, and said Resolution has not been amended or repealed: "Resolved, that the signatures of such directors and officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached" IN WITNESS WHEREOF, the UNITED PACT FIC INSURANCE COMPANY has caused these presents to be signed by its Vice -President, and its corporate seal to be hereto affixed, this 4th day of June 1976, UNITED PACIFIC INSURANCE COMPANY t,l SEAL Washington Vice -President STATE OF g � as wr,9.$.0;• Executive COUNTY OF Pierce 4th June 76 MORRIS E. BROWN On this day of , 19_, personally appeared Executive to me known to be the Vice -President of the UNITED PACIFIC INSURANCE COMPANY, and acknowledged that he executed and attested the foregoing instrument and affixed the seal of said corporation thereto, and that Section 37A,Section 1 and 2 of the By -Laws of said Company and the Resolution, set forth therein, are still in full force. Jay' 0 My Commission Expires: -- ......,,, .',fat• Mor,. January IS 19 78 yyi,,OT,la *` °�',, • Notary Public in and for State of WBahinitCOn ,�ueuc \4' . ` Residing at Tacoma D. Keith Johnson , Assistant Secretary of the UNITED PACIFIC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by said UNITED PACIFIC INSURANCE COMPANY, which is still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company this 91 Ct day Hof ,Tuna 197.. .t,(KYt +t��, C` (Y � � e As t Secretary = SEAL ': 9 � WBDU -1431 ED. 6/74 .- �i s0 - 0 CONTRACT n U Page 12 THIS AGREEMENT, made and entered into this /4 day o 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 SUPERIOR AVENUE IMPROVEMENTS FROM PLACENTIA AVENUE TO INDUSTRIAL WAY CONTRACT NO. 1665, AHFP PROJECT NOS. 816 -867 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 therefor the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the Specifications, named in the bidding sheet of the Proposal, as the case may be. 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to for the price aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 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. CITY,PF NEWPORT BEACH, CALI By: ATTEST: l City Clerk GRIFFITH COMPANY, Contractor (SEAL) By: DONALD L. MCGREW ME P$ES,D15T MGJL Title By: Approved as to form:., ,ty Attorney Title i i U CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT OR l of 7 SUPERIOR AVENUE IMPROVEMENTS FROM PLACENTIA AVENUE TO INDUSTRIAL WAY CONTRACT NO. 1665 AHFP PROJECT NO. 816 -867 PROPOSAL i To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, CA. 92660' Gentlemen: 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. 1665 and will take in full payment therefor the following unit prices for each item, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1 1 Clearing and grubbing Lump sum @ Eighteen Thousand Dollars and No Cents $ 18,000.00 $ 18,000.00 Lump Sum 2 2500 Construct A.C. Pavement Tons (Type III- C3- AR4000) @ Fifteen Dollars and Twenty -five Cents $ 15.25 $ 38,125.00 Ot2of7 9 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT. UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3 4150 Construct A.C. Pavement i Tons (Type III- B2- AR4000) @ Fifteen Dollars and Twenty -five Cents $ 15.25 $63,287.50 Per Ton 4 6925 Construct Aggregate Base Tons @ Five Dollars and Ten Cents $ 5.10 $35,317.50 Per Ton 5 440 Const. P.C.C. Spandrel and Curb S. F. per C. N. B. DWG. 185 -L @ Two Dollars and Twenty Cents $ 2.20 $ 968.00 Per Square Foot 6 4250 Const. Type II Commercial Driveway S. F. Approach per C. N. B. DWG. 161 -L Modified @ One Dollars and Forty Cents $ 1.40 $ 5,950.00 Per Square Foot 7 180 Const. Type I Commercial Driveway S. F. Approach per C. N. B. DWG. 160 -L @ One Dollars and Forty Cents $ 1.40 $ 252.00 Per Square Foot 8 1705 Const. Type "A" P. C. C. Curb L. F. and Gutter (8 "C. F. per C. N. B. DWG. 182 -L @ Four Dollars and Fifty Cents $ 4.50 $7,672.50 Per Linear Foot *PR 3of7 ITEM NO. QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 9 460 Const. Type "B" P.C.C. Curb L. F _ per C. N. B. DWG. 182 -L @ Three Dollars and Seventy Cents $ 3.70 $ 1,702.00 Per Linear Foot 10 12,675 Const. 4" P.C.C. Sidewalk per S. F. C.N.B. DWG. 180 -L @ No Dollars and Ninety Cents $ .90 $11,407.50 Per Square Foot I 11 32 Const. 18" A.C.P. (2500D) L. F. storm drain, including collar @ One Hundred Dollars and No Cents $100.00 $ 3,200.00 Per Linear Foot i 12 1 Const. Junct. Structure No. 1 Each per C. N. B. DWG. 310 -L @One Thousand Two Hundred Dollars and No Cents $ 1,200.00 $ 1,200.00 Each 13 1 Const. Curb Inlet type OS Each per C. N. B. DWG. 306 -L @ One Thousand Dollars and No Cents $ 1,000.00 $ 1,000.00 Each 14 1 Const. "screen" portion of Lump sum masonry walls e° Nine Thousand Dollars and No Cents $ 9,000.00 $ 9,000.00 Lump sum Lump sum 17 88 Const. 6" Thick Concrete Pads S. F. @ One Dollars and Eighty Cents $ 1,80 $ 158.40 Per Square Foot 18 27 Const. 3' Wide, 6" Thick Concrete L. F. Gutter @ Four Dollars and Ninety Cents Per Linear Foot 19 106 Const. 6" A. C. P. (c1150) Water Main L. F. including valve and fittings @ Thirty -eight Dollars and No Cents Per Linear Foot $ 4.90 $ 132.30 $ 38.00 $ 4,028.00 OR4of 7 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 15 1 Const. "retaining" portion of Lump sum masonry walls where Hs =0' -8" to 1' -4" @One Thnucand Four Hundred Dollars and No Cents $__11400.00 $ 1,400.00 Lump sum 16 1 Const. "retaining" portion of Lump sum masonry walls where Hs =2' -0" to 10' -0 ", including W. I. railing where occurs @ Thirty -eight Thousand Dollars and No Cents $ 38,000.00 $ 38,000.00 Lump sum 17 88 Const. 6" Thick Concrete Pads S. F. @ One Dollars and Eighty Cents $ 1,80 $ 158.40 Per Square Foot 18 27 Const. 3' Wide, 6" Thick Concrete L. F. Gutter @ Four Dollars and Ninety Cents Per Linear Foot 19 106 Const. 6" A. C. P. (c1150) Water Main L. F. including valve and fittings @ Thirty -eight Dollars and No Cents Per Linear Foot $ 4.90 $ 132.30 $ 38.00 $ 4,028.00 17' OPR5of7 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 20 1 Const. 2" Water Service W /2" Each Meter @ One Thousand Two Hundred Dollars and No Cents $1,200.00 $1,200.00 21 3 Relocate Existing Fire Hydrant Each @ One Thousand One Hundred Dollars and No Cents $1,100.00 $ 3,300.00 Each 22 3 Abandon Existing Street Light Each @ Fi„o H„nd,.od Dollars and No Cents $ 500.00 $1,500.00 Each 23 480 Const. 2" X 6" Redwood Header L. F. @ One Dollars and Fifty Cents $ 1.50 $ 720.00 Per Linear Foot 24 1 Relocate Existing Lido Convalescent Each Hospital Signboard and Lighting fine Thousand Five Hundred Dollars and No Cents $1,500.00 $1,500.00 Each 25 9 Adjust Manhole to grade Each @ nna Hundred Fifty Dollars and No Cents $ 150.00 $1,350.00 Each _ -- �R6of7 13 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 26 13 Adjust Valve Box to grade Each @ Sixty Dollars and No Cents $ 60 -nn $—ISO 00 Each 27 1 Reset existing fire system vault Each with new cover @ station 21 + 29 @ Five Hundred Dollars and No Cents $ 500.00 $ 500.00 Each 28 5900 Unclassified Excavation Cu. Yds. @ Three Dollars and Seventy Cents $ 3.70 $21,830.00 Per Cubic Yard 29 6 Construct street light std. Each @Twn Thmmand Dollars aryl No Cents $2,000.00 $12,000.00 Each 30 3300 Place fill at 16th Street utility Cu. Yds. storage yard @ One Dollars and Fifty Cents $ 1.50 $ 4,950.00 Per Cubic Yard 31 2000 Industrial Way access road Cu. Yds., excavation and fill @Twn Dollars and No Cents $ 2.00 $ 4.000.00 Per Cubic Yard I W 'rOTAL, .PftICI: 1'OR POEMS 1 THROUGH 31 WRITTEN IN WORDS Two Hundred Ninety -four Thousand Four Hundred Thirty Seventy CONTRACTOR'S LICENSE NO. 32168 OPR7of7 Dollars and Cents $ 294,430.70 GRIFFITH COMPANY BIDDER'S NAME DATE May 31. 1977 Mrrrpw gr. - (AUTHORIZE SIGNATURE) CONTRACTOR'S ADDRESS P. 0. Box B -T Irvine, California 92716 TELEPHONE NUMBER ( 714 ) 649 -99gl CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR SUPERIOR AVENUE IMPROVEMENTS FROM PLACENTIA AVENUE TO INDUSTRIAL WAY CONTRACT NO. 1665 AHFP PROJECT NO. 816 -867 INDEX TO SPECIAL PROVISIONS /S PAGES I. SCOPE OF WORK ................. ............................... 1 II. COMPLETION OF WORK ........... ............................... 3 III. GUARANTEE ...................... ............................... 4 IV.. CONSTRUCTION SCHEDULE & COMMENCEMENT OF MORK ......... 5 V. TRAFFIC CONTROL ............... ............................... 6 VI. PAYMENT ........................ ............................... 7 VII. PROTECTION OF EXISTING UTILITIES ............................. 8 VIII. RELOCATION OF EXISTING UTILITIES BY OTHERS ................. 9 IX. CONSTRUCTION SURVEY STAKING . ............................... 10 X. FLOW AND ACCEPTANCE OF WATER ............................. 11 XI. GUARDING UNDERGROUND CONSTRUCTION ........................ 13 XII. NOTICE TO BUSINESSES AND RESIDENTS .......................... 14 XIII. WATER ........................... ............................... 15 XIV. PERMITS ........................................................ 16 XV. LIABILITY INSURANCE ........... ............................... • 17 XVI. CONSTRUCTION DETAILS .......... ............................... 18 A. Cleraing and Grubbing ........ ............................... 18 B. Unclassified Excavation & Fill, Structure Excavation & Backfill .. 18 C. Relative Compaction .......... ............................... 22 D. Aggregate Base ............... ............................... 22 E. Asphalt Concrete Pavement ... ............................... 23 F. Portland Cement Concrete Street Improvements ................ 25 G. Storm Drain and Structures ... ..........6.................... 25 H. Water Main Replacement ..................................... 26 I. Masonary Retaining Walls and SI-reen Walls .................... 27 /S CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR SUPERIOR AVENUE IMPROVEMENTS FROM 16th STREET TO INDUSTRIAL WAY CONTRACT NO. 1665 AHFP PROJECT NO. 816 -867 I. SCOPE OF WORK The work to be done under this contract consists of widening, reconstructing and improving Superior Avenue from Placentia Avenue to Industrial Way: constructing a storm drain, retaining walls, water system addition, and street lighting system; remov- ing existing pavement, removing a portion of a building, grading and constructing a roadway within the city corporation yard; and other removals, relocations and 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- 5297 -S); and the City's Standard Drawings and Specifications. The City's Standard Specifications are the Standard Specifications for Public Works Construction, 1976 Edition. Copies may be purchased from j-7 1 SP 2 of 28 Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 870 - 9871. Copies of the City's Standard Drawings and Special Provisions may be purchased from the Public Works Department at a cost of $5. 00. '8 • • SP3of28 II COMPLETION OF WORK The Contractor shall complete all work within 120 consecutive I calendar days after the date that the City executes the contract, and as specified in Section 6 of the Standard Specifications. SP 4 of 28 III GUARANTEE The Contractor shall quarantee for a period of one year, after acceptance of the work by the City Council, all materials and 1 workmanship against any defects whatsoever. Any such defects shall be repaired at the Contractor's expense. SP 5 of 28 IV CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK Subject to the provisions in Section 6 of the Standard Specifications, the Contractor shall begin work within 15 calendar days after the City executes the contract. The Contractor shall submit a con- struction schedule for review by the Engineer. This schedule shall be approved by the Engineer prior to the start of any work. The construction schedule shall incorporate the following requirements: 1. Grading and paving of the Industrial Way access road within the city corporation yard shall be completed prior to any work on the existing corporation yard access to Superior Avenue 2. Superior Avenue shall remain open to one paved lane of through traffic in each direction at all times. 3. Construction adjacent to the Hughes Aircraft plant on Superior Avenue shall be scheduled such that two drive approaches remain open to access at all times. All work adjacent to the Hughes plant shall be scheduled to minimize inconvenience to access and parking. 4. Access to the convalescent hospital shall be maintained at all times in accordance with Section 7 -10 of the Standard Specifications. V 0 SP 6 of 28 TRAFFIC CONTROL The Contractor shall be responsible for traffic control and access in accordance with Section 7 -10 of the Standard Specifications except as modified herein, and with the standards contained in the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. The Contractor shall submit a traffic plan to the Engineer for approval. This plan shall be approved by the Engineer prior to commencing any work. The plan shall show the periods of partial street closure, the location and signing of all detours and barricades, and any other details required to assure that all through and local traffic will be handled in a safe and efficient manner with a minimum of inconvenience. Partial street closures shall be in accordance with Section IV of these Special Provisions. Z'. tiv • • VI PAYMENT SP7of28 The unit or lump sum price bid for each item of work shown on the proposal shall be considered as full compensation for all labor, materials, equipment, and all other things necessary to complete the work in place, and no additional allowance will be made therefor. 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. 0 VII PROTECTION OF EXISTING UTILITIEES • 23 SP8of28 Construction of the items in this contract will cause work to be performed over and very near existing sewer, gas, water, telephone, and electrical lines. The Contractor shall investigate, locate, and protect all existing utilities in conformance with Section 5 of the Standard Specifications. He shall protect in place and be respon- sible for, at his own expense, any damage to existing utilities incountered during construction. Prior to construction, the Contractor shall also ascertain the location of existing buildings and structures near the work and shall protect them in place and be responsible for, at his own expense, any damage to them resulting from his operations. ay SP9of 28 VIII RELOCATION OF EXISTING UTILITIES BY OTHERS Some relocation work by others is required and may be in progress during the period of construction of this contract. The Contractor shall cooperate with the forces performing this or any other such work and provide such working space as may be required.in conformance with Section 5 of the Standard Specifications. I • zb SP 10 of 28 1 IX CONSTRUCTION SURVEY STAKING Field surveys for control of construction shall be the respon- sibility of the Contractor. All such surveys including con- struction staking, shall be under the supervision of a Cali - formic 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. The centerline of construction shown on the drawings shall be established from the centerline control map. The Engineer will provide a copy of this map to the Contractor's surveyor. Payment for construction survey staking shall be considered as included in the various items of work, and no additional allowance will be made therefor. ZCo 1 • • SP 11 of 28 X FLOW AND ACCEPTANCE OF WATER It is anticipated that surface and ground or other waters will be encountered at various times and locations during the work herein contemplated. The Contractor, by submitting a bid, I 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, inthe 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 right -of -way will be permitted by the Engineer. Surface runoff water containing mud, silt, or other deleterious material from the project area shall be treated by filtration or retention in a settling basin or basins, sufficient to prevent such • • 27 SP 12 of 28 waters from entering storm drains. The Contractor shall submit a plan for implementing siltation control to the City prior to commencing construction. Upon approval of the plan by the City Contractor shall be responsible for the implementation and maintenance of the control facilities. The Contractor's attention is called to Section 7 -8 of the Standard Specifications as regards project site maintenance. Z8 1 SP 13 of 28 XI GUARDING UNDERGROUND CONSTRUCTION Trench excavation and backfill shall conform to Section 306 -1 of the Standard Specifications and these special provisions. Guarding - the walls and faces of all excavations over 5 feet in depth shall be effectively guarded by a a shoring system, sloping of the ground, or other equivalent means. Trenches less than 5 feet in depth shall also be guarded when examination indicates hazardous ground movement may be expected. The Contractor shall obtain a permit to perform excavation or trench work from the Division of Industrial Safety, State of California, prior to any construction. The cost of providing all necessary information to obtain the permit and the cost of complying with the provisions of the permit shall be included in the lump sum bid for guarding underground construction. XII NOTICE TO BUSINESSES AND RESIDENTS • zq SP 14 of 28 The City will mail a preliminary notice to all properties to be affected by this work. Between 40 and 55 hours prior to closing any driveway to vehicular access, the Contractor must, with utmost care, distribute to each and every property affected, a notice prepared by the City stating when the work will begin and approximately when access will be restored to normal passenger i vehicular use. Special notification regarding parking and access will be required for Hughes Ajrcraft Company. The Contractor shall coordinate with Mr. Tom Chandler, telephone 548 -0671, of Hughes regarding said notification. Twenty -four (24) hours before :shutting off water service to any business or residence, the Contractor shall distribute a separate written notice stating the date and time the water will be shut off and the approximate time the water will be turned back on. See Section XVI -H for special water service requirements. Errors in distribution, false starts, acts of God, or other alterations of the schedule will require renotification, using an explanatory letter prepared by the City and distributed by the Contractor. 30 • • SP 15 of 28 XIII WATER The Contractor shall make his own provisions for obtaining and applying water necessary to perform his work. If the Contractor desires to use available City water, it shall be his responsibility to make arrangements for water purchases by contacting the City's Utility Superintendent, Mr. Tom Phillips, at (714) 640 -2221. i i XIV PERMITS SP 16 of 28 Prior to starting any work the Contractor shall obtain the following: 1. A valid City of Newport Beach business license. 2. Permit to perform excavation or trench work from the Division of Industrial Safety, State of California. (See Section XI, Guarding Underground Construction) 3. Permit to dispose of demolition of any sanitary landfill site in Orange County, from the City Public Works Department at no charge. 31 32 � • SP 17 of 28 XV LIABILITY INSURANCE Section 7 -3 of the Standard Specifications is hereby amended as follows; The.work "Agency ", where used in this section, shall include the City of Newport Beach, the City of Costa Mesa, the County of Orange, Hughes Aircraft Company, and McHugh- Norris, Inc. • 0 SP 18 of 28 XVI CONSTRUCTION DETAILS A. 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. All material accumulated under this item of work shall become the property of the Contractor. It shall be the Contractor's responsibility to dispose of the material away from the job site in a manner and at a location acceptable to all cognizant agencies. The Contractor shall exercise care in removing only those materials which are unsuitable for use as roadway embankment. B. Unclassified Excavation & Fill, Structure Excavation & Backfill 1. General: All excavation and fill shall conform with Section 300 of the Standard Specifications. Included with the plans (Drawing No. R- 5297 -5) are cross - sections of Superior Avenue, and Grading Plans for the City's Superior Avenue Corporation Yard site and the 16th Street Utility Yard site. Payment for all excavation and grading on Superior Avenue and the two City owned sites will be made at the contract 33 3q n u SP 19 of 28 unit price per cubic yard (quantities as indicated for the respective proposal items). It shall be the Contractor's responsibility to construct the excavations and fills to the limits and grades as shown on the plans. 1 2, Superior Avenue Street Improvements: Roadway excavation shall conform with Section 300 -2 of the Standard Specifications except as herein modified. Surplus material from the roadway and structure exca- vation not required as fill on Superior Avenue and Corpora- tion Yard at Industrial Way (approximately 3500 C. Y. ) shall be disposed of at the City's Utility Storage Yard on 16th Street. Excess surplus material shall be disposed of away from job site in a manner and at a location acceptable to all cognizant agencies. The unit price bid per cubic yard for unclassified exca- vation shall include all compensation for placing and compacting fill required on Superior Avenue Street improve- ments, and transporting surplus material to the City's 16th Street Utility Yard. Separate payment under the appro- priate bid item will be made for placing and compacting the surplus material which is transported to the 16th Street Utility Yard. 35 I SP 20 of 28 The lump sum price bid for construction of retaining walls shall include the cost of structure excavation and back - fill in conformance with Section 300 -3 of the Standard Specifications. 3. Industrial Way Access Road; Roadway excavation and site grading shall conform with Section 300 -2, unclassified excavation, of the Standard Specifications except as herein modified. The unit price bid per cubic yard for Industrial Way I access road excavation shall include all compensation I for grading the roadway and site,and for placing and I compacting fill to the limits and grades as shown on the site grading plans and no additional allowance will be made therefore. j 4. Placement of Fill at the 16th Street Utility Yard; A. Backfill of Existing R. C. Storage Bins; Pervious backfill shall be supplied and placed in accordance with Section 300 -3. 5.1 of the Standard 3� i C, 11 SP 21 of 28 Specifications and to the limits as shown on the plans. B. Incorporated Straw: Straw shall be uniformly spread at the rate of 2 tons per acre on the 2 :1 slope areas. If the contractor elects to use stable bedding straw it shall be spread at 1 & 1/2 times the rate specified for new straw. Straw shall be incorporated into the soil in conformance with Section 308 of the Standard Specifications. C. Payment: The unit price bid per cubic yard for placement of fill at the 16th Street City Utility Yard shall include all compensation for placing and compacting the fill to the limits and grades as shown on the site grading plan, straw punching the new slopes, supplying and placing pervious backfill for the storage bins, and all other items of work necessary to complete the grading in place as shown on the plans, and no additional allowance will be made therefor. 37 SP 22 of 28 C. Relative Compaction Whenever relative compaction is specified to be determined by Test Method No. Calif. 216, the relative compaction may be determined by Test Method No. Calif. 216 or 231, "as modified herein, " at the discretion of the Engineer. i The area, as stated in the Test Method No. Calif. 231, may be represented by one (1) or more individual test sites at the discretion of the Engineer. Laboratory maximum density tests shall be per Method 2 of Section 211 - 2.1. The correction for oversize material as stated in Test Method No. Calif. 216 shall be replaced with Note 2 of A. S. T. M. D1557. D Aggregate Base I Untreated base materials shall meet the requirements for processed miscellaneous base materials in conformance with Section 400 of the Standard Specifications and shall be placed in conformance with Section 301 -2 of the Standard Specifications. In lieu of the 2nd sentence of Section 200 -2. 4.1 at least 65 percent, SP 2 3 of 28 by weight, of the material retained on the No. 4 sieve shall be a crushed particle as determined by Test Method No. Calif. 205. Evaluation of gradation and sand equivalent test results shall conform to the provisions of Subsection 400 -1. 4. The gradation and sand equivalent requirements of Sub- sections 200 -2. 2, 200 -2. 3, 200 -2. 4, 200 -2.5 and 200 -2.6 shall be.the moving average requirements. Individual I test requirements for gradation and sand equivalent shall be as determined by the Orange County EMA- Materials Lab. E Asphalt Concrete Pavement 1. General; Asphalt concrete shall meet the requirements of Section 400 and these special provisions. Coarse aggregate shall consist of material of which at least 75 percent by weight shall be crushed particles in lieu of the requirements of Section 400 -4. 2. 3. SP 24 of 28 The viscosity grade of paving asphalt shall be AR 4000. The final or surface layer of asphalt concrete shall not be placed until all on -site improvements have been completed, including all grading. All asphalt concrete shall be placed in conformance with Section 302 -5 of the Standard Specifications to the limits and thickness as shown on the plans. A tack coat shall be applied in accordance with subsection 302 -5. 3 of the Standard Specifications. The cost of the I tack coat shall be included in the unit price bid for the associated asphalt concrete. 2. Type of Asphalt and Class of Aggregate Grading; a. Finish Course shall be Type III- C3- AR4000. b. Shoulder Pavement shall be Type III- C3- AR4000. C. Base Course shall be Type III- B2- AR4000 d. Parking Lot and Driveway Joins shall be Type III- C3- AR4000 y0 • • SP 25 of 28 F. Portland Cement Concrete Street Improvements All portland cement concrete shall be Class 564 -C -3250. Construction shall be performed according to the requirements of the applicable sections of the Standard Specifications, except as herein modified. The sodium sulphate loss requirement of Sec. 400 -1.3.1 may be waived by the Engineer. The cleanness Value requirement of Sec. 200 -1.4 shall be replaced with the following: Tests Test Method No. Requirements Cleanness Value; Calif. 227 Individual Test 70 Min. Moving Average 75 Min. The Sand Equivalent requirement of Sec. 200 -1.5.3 shall be replaced with the following: Tests Test Method No. Requirements Sand Equivalent: Calif. 217 Individual Test 70 Min. Moving Average 75 Min. Portland cement concrete used for the cross gutter, curb and gutter, spandrels, and drive approaches shall be securely barricaded immediately following placement, and no vehicular traffic shall be allowed thereon for four (4) days. Payment for constructing the P.C.C. spandrels shall include the curb within the return. Payment for constructing Type "A" P.C.C. curb and gutter shall exclude curb inlet and local depression lengths and the curb included in the spandrels. G. Storm Drain and Structures Storm Drain Pipe, Curb Inlet, Junction Structure, Collar, Bedding and Backfill: Storm drain pipe and fittings shall be in accordance with Section 207 -6.2 of the Standard Specifications. The size SP 26 of 28 and class shall be as shown on the Plans. Storm drain bedding shall conform to Class "C" bedding per City of Newport Beach STD - 316 -L. Backfill material in all pipe trenches above the bedding material and around associated structures shall be placed and compacted in accordance with Section 306 of the City Standard Specifications. All costs incurred in the abandonment or removal of existing storm drain pipe shall be included in the unit price bid for constructing the new storm drain pipe and additional compensation will not be made. H. Water Main Replacement All water main replacement shall be performed in accordance with the City's Standard Special Provisions and Specifications. The size and class shall be as shown on the plans. i All water service connections to be relocated and reconnected due to the street improvements shall be constructed in accordance 4Z SP 27 of 28 with C. N. B. Drawing No. STD -502 -L and STD-503-L. The Contractor shall be responsible for maintaining water I service to the businesses and residents affected by the work. Full service shall be maintained during the night hours, and temporary disruptions in water service during the day shall not exceed four (4) hours, except that water service and fire protection to the convalescent hospital shall be maintained at all times. See Section XIII, Notice to Businesses and Residents, of these Special Provisions. I Masonry , Retaining Walls and Screen Walls Construction of masonry screen and retaining walls shall be in accordance with Section 303 -1 and 303 -4 of the Standard Specifications. Portland cement concrete shall be 560 -C -3250 per Section 201 -1 of the Standard Specifications. Wall surfaces which will be in contact with retained soil shall be coated with waterproofing from top of footing to 3 inches below finish grade. Weep holes shall be kept open. • L13 SP 28 of 28 Waterproofing shall be either asphalt conforming to A.S.T. M. D449, Type A. or coal-tar pitch conforming to A. S. T. M. D450, Type B, or as otherwise approved. Surfaces to be waterproofed shall be clean, dry and shall be given either a priming coat of creosote oil conforming to A.S. T. M. D43 and two mop coats of hot coal -tar pitch or a priming coat of asphalt primer conforming to A. S. T. M. D41 and two mop coats of hot asphalt. Mop coats shall be applied uniformly using not less than 20 lb. of tar or asphalt per 100 sq. ft. per coat and shall provide a continuous impervious coating, free from pinholes or other voids. All masonry visible from the street shall match the color, texture and pattern of the existing masonry wall at station 23 + 27. 80 (westerly side). The City reserves the right, at its sole option, to delete the masonry screen wall from the contract. � 1 SAYRE & TOSR, Inc. VERIFICATION OF INSURANCE CITY OF NEWPORT BEACH TO: c/o CITY CLERK 3300 WEST NEWPORT BOULEVARD L NEWPORT BEACH, CALIFORNIA 92663 J .o R'e, the undersigned, hereby verify that the following described insurance is in force at this date, of which is insured with Underwriters at Lloyd's, London is insured with Certain Insurance Companies, London, England 100 % is insured with MISSION INSURANCE COMPANY . Name of Assured: GRIFFITH COMPANY Address of Assured: POST OFFICE BOX 980, LONG BEACH, CALIFORNIA 90801 (3650 CHERRY AVENUE, LONG BEACH, CALIFORNIA 90801) Location of Risk: JOB: SUPERIOR AVENUE IMPROVEMENTS FROM PLACENTIA AVENUE TO Kind of Insurance: INDUSTRIAL MAY -- CONTRACT NO. 1665 - -AHFP NOS. 816 -867 UMBRELLA LIABILITY Policy or Certificate No: M 837046 Period: From: 7/1/77 To: 7/1/78 Limits of Liability: $1,500,000. COMBINED SINGLE LIMIT EXCESS OF PRIMARY LIMITS. (SEE REVERSE SIDE) IN THE EVENT OF CANCELLATION, REDUCTION IN LIMITS, OR CHANGE IN COVERAGE, THE INSURING COMPANY WILL MAIL THIRTY (30) DAYS WRITTEN NOTICE THEREOF TO THE CERTIFICATE HOLDER BY REGISTERED MAIL. This document is furnished to you as a matter of information only. The issuance of this document does not make the personororganization to whom it is issued an additional assured, nor does it modify in any manner the contract of insurance between the Assured and the Underwriters. Any amendment, change or extension of such contract can only be effected by specific endorsement attached thereto. For particulars concerning the limitations, conditions and terns of the coverage you are referred to the original Policy or Policies in the possession of the Assured. The undersigned will have no responsibility to give notice of cancellation of this insurance except to the extent spe- cifically provided herein, nor are we Insurers, however Insurance has been placed by Sayre & Toso, Inc. SAYRE & TOSO, INC. Dated at LOS ANGELES, CALIFORNIA July 219 77 By S &T 524 -D (rev. 10/74. Replaces all editions of S &T 524) /� w AlIlIevil J0 SIIWII TO: CITY OF NLIMRT BEACH C/o CITY CLERK 3300 W. NEWPORT.BOULEVARD L WqPORT BEACH, CALIFORNIA 92663 We, the undersigned, hereby verify that the following desbed insurance is in force at this date, of which % is insured with Underwriters at Lloyd's, London % is insured with Certain Insurance Companies, London, England 100 7o is insured with MISSION INSURANCE OWANY Name of Assured: GRIFFITH COMPANY Address of Assured: POST OFFICE BOX 980, LONG BEACH, CALIFORNIA 90801 Location of Risk: JOB:. SUPERIOR AVENUE IMPROVEZ92M FROM PLACENTIA AVENUE M INDUSTRIAL I'MY—CONTRACT NO. 1665--AHFP NOS. 816-867 Kind of Insurance: UMBRELLA LIABILITY Policy or Certificate No: M 837046 Period: From: 7/1/77 To: 7/1/78 Limits of Liability: $1,500,000. COMBINED SINGLE LIMIT EXCESS OF PRIMARY LIMITS. IT IS UNDERSTOOD AND MMM THAT THE CITY OF NEWPORT BEACH, COUNTY.OF ORANGE, CITY OF IRVINE,; STATE OF CALIFORNIA, AND 130YLE ENGINEERING CORPORATION, THEIR OFFICERS & RIPIOYEES ARE EM;E–' BY NAMED AS ADDITIONAL INSUREDS BUT ONLY WITH RESPECT TO THE JOB SHOWN ON THIS CERTIFICATE. IT IS FURTHER UNSERSTUOD & AGREED THAT THE INSURANCE AFFORED HEMUNDER TO THE ABOVE ADDIT–. IONAL INSUREDS SHALL BE PRIMARY AS TO ANY OTHER INSURANCE OR REINSURANCE SUBJECT ALWAYS TO THE OOMPANY'S LIMITS OF LIABILITY AS SET FORTH IN THE FORM COVERING OR AVAILABLE AS TO THE ABOVE ADDITIONAL INSUREDS & SUCH OTHER INSURANCE OR REINSURANCE SHALL NOT BE REQUIRED TO CONTRIBUTE TO ANY LIABILITY OR LOSS UNTIL & UNLESS THE APPROPRIATE LIMIT OF LIABILITY 1 1. 4 'he issuance of this document does not mWwdu modify in any manner the contract of insurance :ension of such contract can only be effected by specific endorsement attached thereto. For particulars concern ing the limitations, a, conditions and terms of the coverage you are referred to the original Policy or Policies IN THE EVENT OF CANCELLATION, REDUCTION IN LIMITS, OR r. cA IN �vERA ' THE INSURING C0 WPM4X 1IId. 1� I SAYRE & THIRTY (30) DAYS I.-IRITIEN NOTICE THEREOF TO THE TOSO, INC. CERTIFICATE HOLDER BY REGISTERED MAIL. LOS ANGELES, CA. JULY 11 Dated at 19177 By S&T 524-D (rev. 10/74. Replaces all editions of S&T 524) e j .+ .... t. , t .. i i i :,.:',S�y tk 4rt � „a'�4i ati -S fOjII3R3V ��� ta`yt gti'p+ -If•' ii .IK�. .x Tw+�vn. �%t' ?�'Y :r _ CEOTIFICATE zt- OF INSURANCE BERTY MUTUAL Leslr.eN. [,Y.M,.lewn WN.L aN eseMe] LgIN.R.,N10e This is to Certify that Griffith Co., et al Name and 3650 Cherry Ave. address of P. 0. Box 980 Insured. L Long Beach, CA 90801 J is, at the date of this certificate, insured by the Company for the types of insurance and in accordance with the limits of liability, exclusions, conditions, and other terms of the policies hereinafter described. This certificate of insurance neither affirmatively or neg- atively amends, extends or alters the coverage afforded by the policies listed below. NOTICE OF CANCELLATION: (NOT APPLICABLE UNLESS A NUMBER OF DAYS IS ENTERED BELOW). BEFORE THE STATED EXPIRATION DATE THE COMPANY WILL NIT CANCEL OR REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES PRIOR T030 DAYS AFTER NOTICE OF SUCH CANCELLATION OR REDUCTION HAS BEEN MAILED TO F City of Newport Beach City Hall Public Works Department 3300 W. Newport Blvd. AUTHORIZED REPRESENTATIVE Newport Beach, CA 92663 7 -5 -77 Long Beach, California DATED OFFICE L J Tak e,Ilitkele Is ... cut. J is LIBERTY MUTU AL INSURANCE COMPANY a, n.N.k lush lesa.eaee M k WM4s by TAet Ceeyea,, H to ewee1111a H UNSOT MUTUAL FIRE tN{IFaANCE COMPANY as ro =__ ... ..... ...... .r... b.: . EXPIRATION TYPE OF POLICY DATE POLICY NUMBER LIMITS OF LIAE!L(TY ( COVERAGE AFFORDED UNDER W.C. LIMIT OF LIABILITY {OV. B LAW OF FOLLOWING STATE(S): WORKERS' COMPENSATION 7 -1 -78 WC2- 162 - 018986 -017 California $500,000 PNW.n 1 . 7 w. urx T *w.n COMPREHENSIVE BODILY INJURY PROPERTY DAMAG_ __ ORM ❑ SCHEDULE FORM EACH $ OCCURRENCE EACH $ OCCURRENCE ©PpETED —1 } Q r OPERATIONS INDEPENDENT CON- ❑ p 7 -1 -78 LG1- 1 62 - 01 89 86 -02 7 $ AGGREGATE $ AGGREGATE LU m TORSTPROTECr VE $500,000 COMBINED INGLE LIMIT W Q (� ® CONTRACTUAL LIABILITY El $ 250,000 PERSON 0 1Z U OWNED a Q NON -OWNED 7 -1 -78 AEl - 162 - 018986 -037 $ 500 000 EACH R ACCIDENT p, $250 000 EACH F ACCIDENT ® HIRED OR OR - OCCURRENCE OCCURRENCE K H O LOCATION(S) OF OPERATIONS a JOB # (IF Applicable) - DESCRIPTION OF OPERATIONS: Crintrart Nn_ 1665 NOTICE OF CANCELLATION: (NOT APPLICABLE UNLESS A NUMBER OF DAYS IS ENTERED BELOW). BEFORE THE STATED EXPIRATION DATE THE COMPANY WILL NIT CANCEL OR REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES PRIOR T030 DAYS AFTER NOTICE OF SUCH CANCELLATION OR REDUCTION HAS BEEN MAILED TO F City of Newport Beach City Hall Public Works Department 3300 W. Newport Blvd. AUTHORIZED REPRESENTATIVE Newport Beach, CA 92663 7 -5 -77 Long Beach, California DATED OFFICE L J Tak e,Ilitkele Is ... cut. J is LIBERTY MUTU AL INSURANCE COMPANY a, n.N.k lush lesa.eaee M k WM4s by TAet Ceeyea,, H to ewee1111a H UNSOT MUTUAL FIRE tN{IFaANCE COMPANY as ro =__ ... ..... ...... .r... b.: . 0 CITY OF NEWPORT BEACH CERTIFICATE OF INSURANCE FOR CONTRACT WORK CONTRACT NO. 1665 This is to certify that the Company named below has issued to the Named Insured the policy of comprehensive liability insurance identified herein, hereinafter referred to as "Policy ", and endorsed said Policy as follows to assure compliance by the Named Insured with the insurance requirements of the Contract executed by the Named Insured and the City of Newport Beach, (hereinafter, "City "). 1. The combined single limit for Comprehensive Liability (bodily injury or death, or property damage) is not less than $500,000 each occurrence, $500,000 aggregate protective and contractual, $1,000,000 aggregate products. 2. Neither the Policy nor this Endorsement shall be cancelled or materially changed until thirty (30) days after receipt by City of written notice of such cancellation or change by registered mail, addressed as follows: City of Newport Beach c/o City Clerk, 3300 Newport Boulevard, Newport Beach, California 92663. 3. The City of Newport Beach, its officers and employees are hereby declared to be additional named insureds in the policy described insofar as they may be held liable for injuries, death or damage to property arising out of or in connection with the contract executed by the named insured and the City: It is further agreed that this policy shall be primary and non - contributing with any other insurance available to the City of Newport Beach, and includes a severability of interest clause. 4. Contractual liability coverage applicable to the contract referred to above, including the obligation to defend City is included. 5. Exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards) are deleted, where applicable. 6. The Policy provides coverage for, but is not limited to: Owned, ion -Owned and Hired Automobile; Products Liability - Completed Operations; Premises - Operations; Contractors Protective Liability; Marine or Aviation (when applicable); and Property Damage. This Endorsement is effective 7 -8 -77 when signed by an Authorized Representative of Libert Mutual Insurance Com an _ Name o Insurance Company and when issued to City shall be valid and form part of Policy No.LG1- 162 - 018986 -027 insuring Griffith Company (Named Insured expiring 7 -1 -78 NAME OF AGENT OR BROKER Liberty Mutual INsurance Co. ADDRESS - AGENT /BROKER p, 0. Box 2160, Lot19 Beach, CA 90802 IMPORTANT: This is the only evidence of insurance acceptable to the City. The person executing this Certificate is cautioned to make certain that he has authority to execute this Certificate on behalf of the Insurance Company CITY OF NEWPORT BEACH IFICATE OF INSURANCE FOR CONT� WORK FOR CITY . eIMPORTANT: THIS FORKS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO.1665 MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE Project Description: Superior Avenue Im rovements from Placentia Avenue to Industrial ay - AW Nos. '= This is to certify that the :x ame no Insurance ompany s; has issued to Griffith Name of Insured 3650 Cherry Ave. Long Beach CA 90801 Address of Insured the policy of liability insurance certified herein. R CITY CONTRACT ENDORSEMENT This endorsement is attached to the policy described herein to assure compliance by the named insured with the terms and provisions of the contract or other agreement(s) f entered into between the insured as contractor and the City of Newport Beach. The Company amends the policy described herein as follows: §4 1. It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled or materially changed until thirty days after 3t, receipt of registered written notice of cancellation or change by the City of t Newport Beach c/o City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663. 2. The City of Newport Beach, the County of Orange, the City of Costa Mesa, Hughes Aircraft Co., and McHugh Norris Inc., their officers and employees are hereby declared to be additional insureds in the policy described insofar as they may be held liable for injuries, death or damage to property excluding the sole negligence of the City of Newport Beach, the County of Orange, the City of Costa Mesa, Hughes Aircraft Co., and McHugh Norris Inc., their officers and employees. It is further agreed that any other insurance carried by the City of Newport Beach, the County of Orange, the City of Costa Mesa, Hughes Aircraft Co., and McHugh Norris Irk., their officers and employees shall not be contributing or" primary with the insurance provided by this policy. Co era a Policy No. \ Pol icy Term Limits of Liability Each occurrence (Minimum: $500,000 }� Aggregate (Minimum: $ 500,000 Protective $1,000,000 Products \ \\ $ 500,000 Contractua SHOW C MP TE INFORMATI N BELOW COMPREHENSIVE LIAB. Combined Single Limit Bodily Injur or Property Damage Po isyy No. LG1 -16Z- 018986 -027 From: 7 -1-77 To: 7 -1 -78 $ Mac ccurrence $500,000 Protective $500,000 Products $540.0 0 Contractua This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between Named Insured and the Certificate Holder Named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). Name of Agency or Broker: Liberty Mutual Insurance Company Address of Agency or Broker: P 0 Box 2160 Long Beach CA 90802 Telephone No, Countersigned I Effective date of this endorsement: July 8, 1977 Endorsement No. 1A 0 i CITY OF NEWPORT BEACH Date 7-26 -77 TO: Pubii'c Wor FINANCE DEPT. ONLY FROM: City Clerk SUBJECT: Contract No. 1665 Project Superior Ave -Site Improvements /Plar pn t I a to Tnrl,iatrial Way Attached is signed copy of subject contract for transmittal to the contractor. i Contractor: Griffith Company Address: P.O. Box B -T, Irvine, CA 92716 Amount: $ 294,430.70 Effective Date: Will advise Resolution No. 9115 1 Doran Geo e Att. cc: Finance Department [] City Hall • 3300 Newport Boulc%,ard, Newport Beach, California 92663 0 0 RESOLUTION NO. 9115 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO THE GRIFFITH COMPANY FOR SITE IMPROVEMENTS - SUPERIOR AVENUE FROM PLACENTIA AVENUE TO INDUSTRIAL WAY, CONTRACT NO. 1665 WHEREAS, pursuant to the notice inviting bids for work in connection with site improvements - Superior Avenue from Placentia Avenue to Industrial Way, in accordance with the plans and specifications heretofore adopted, bids were received on the 31st day of May, 1977 and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefore is 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 the work in the amount of $294,430.70 be accepted, and that the contract for the described work be awarded to said bidder; :v BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 13th day of June 1977. Mayor' ATTEST: City Clerk DDO /bc 6/10/77 . _ate cn M M Ask .--1 rs0—I y =1 PAR t E c 3 o •c ILI c1 �v H W Z y 14' ny 6t•' a Nit L !�U f ��m �' �. �' pp 3 y AN c �► in r pQ LQ ��Nnnuarhm `i r\ W p B° U:� I's n A q T J�"Jr' 11AN TV :n T y>I 1 L4 (A t 118 s� �1'ci►'0o�%l ° °�� °151" tg�s\ ^zN LZ In 10 Itl 'n gob °so avgoa l° 18 IS 1° t8 ►Q , k �8 (a 1a 18 I 1 1 i° t la 1° �° 1g ►. r la b 3 Z (41 � I i C i a rs0—I y =1 PAR t E c 3 u ro m _e 0 .-1 N Z rm� ° m 0 U) c 3 3 A -G �Ow e W oln roo n 7 4 ^� elk ..o ybA�c N x St u Aa ^o�Qa Q A 0. Neo rR�r>, y'a i11 �UN:1` NV�Q Q ONN �N c nnF, Q �,� A N�n iT n Lk ° a{ °`{ 2 (• V h P'h h oo ot N�DO�O \ pp 99 1y 8N�IA {7�qq g "o �0 {° { t {8 (° �b to {$ (° {8 I@ l' is (& {o (o { (i l° �o ( ° ($ r jS LV e n;' `f z c Z I � c l p l z { t . t N Z rm� ° m 0 U) c 3 3 A -G �4 ��V }�1�1�T1��O WMM 1•�EWIIA�LLpA fLEACHW CONT AM NO. 1665 AM NOS. 816 -867 Approved dray the of May 19977 �1 Doris George, City Clbrk III Dql• •r a is i t °a• a i� «DI • SUBNIITIED BY: GRIFFITH COMPANY Contractor P. O. BOX B —T s this IRVINE, CALIFORNIA 92716 city Zip (714) 549 -2291 �►:fTtii:�ti:. Page 1 { " . CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIOS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:30 A.M. on the 31st day of Ma , 1977 , at which time they wi be opened and rea-for performing work as fo lows: SUPERIOR AVENUE IMPROVEMENTS FROM PLACENTIA AVENUE TO INDUSTRIAL WAY CONTRACT NO. 1665 AHFP NOS. 816 -867 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 and ___orpo_ra�te Seal shall be affixed to all documents requiring signatures. In the case of a ar>s 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.) 0 ! y Page la d The City has adopted the Standard ans,for Public Works Construction (1976 Edition) as prepared by the 50 , orn a Chapters o the American Public Works Association and the Ass -' 4eneral Contractors of America. Copies may be obtained from Building News, Inc. ,1055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City has adopted and Stard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $5.00 per set. A standard "Certificate of Insurance for Contract Work for City" form has been adopted by the City. This form is the only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds, and Faithful Performance Bonds must be an insurance company or surety company licensed by the State of California. The companies must also have a current General Policy Holders Rating of A or better; and a Financial Category of at least Class X as per the latest edition of Best's Key Rating Guide (Property - Liability). 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 Resolu- tion No. 8950 adopted December 1.3, 1976. 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 contractor shall be responsible for com- pliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department. The City reserves the right to reject any or all bids and to waive any informality in such bids. aw - -- • 0 Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids. will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the 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. 32 168 Classification A -SB- 1 -S C- 12 Accompanying this proposal i , , Gasnler -s cnecK or in an amount not less 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 Nu er May 31, 1977 Date GRIFFITH COMPANY Bid er s Name (SEAL) Authorized ignature DONALD S- McGREG. YICE FRES -0IST. MGR. Aut o-h r� Signature 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- oartnerczhini GRIFFITH COMPANY OFFICERS George P. Griffith President 314 Rehinhood Lane Costa Mesa 92627 J. E. Tiger Vice Presitlent 2360 Mountain Avenue Corona 91720 R. D. Lytle Vice President /Sec - Treasurer /Chief 1830 Ocean Blvd. Long Beach 90801 J. A. Hearn Financial Officer Vice President /Dist. Mgr. 145 21st. Street Del Mar 92014 Jack Immel Vice President /Dist. Mgr. 800 Sesnon Bakersfield 93309 D. L. McGrew Vice President/Dist. Mgr. 204 Avenida Monterey San Clemente 92672 D. K. Dewhurst Assistant Dist. Mgr. 3425 Seacrest Drive Carlsbad 92008 R. , McMaster Assistant Dist. Mgr. 18427 Studebaker Rd. Cerritos 90701 J. D. Haltze Assistant Dist. Mgr. 284 Bucknell Bond Costa Mesa 92627 J. E. Snider Assistant Secretary 3958 Franklin Ave. Los Angeles 90027 Page 3 DESIGNATION Of SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address 6. 7. 8. 9. 10. 11. 12. GRIFFITH COMPANY Bidders Name �DONALD L. WGREW ICE PRES•DW. MGR. uthorized Signature Corporation Type of Organization (Individual, Co- partnership or Corp.) P. O. Box B —T Irvine, California 92716 Address t �nd No. U95 33 78 Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, GRIFFITH COMPANY , as Principal, and UNITED PACIFIC -INSURANCE COMPANY __. _ ___ _, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TFN pFRrFNT (10%) OF THE TOTAL AMOUNT BID IN - -- Dollars ($ ------ - - - - -- ), 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 Superior Avenue Improvements from Placentia Avenue to Industrial Way - Contract No. 1665 AHFP Nos_ 916 -R67 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 31st day of May , 1977 . Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) GRIFFITH COMPANY Principal) � / By. /,4e ll 5�e SX of ` DONALD L. MCGREW ACE PRES -01ST. MOR. cure / B Francis G. Jarvis, Title Attorney -in -Fact T State of California ) ss: County of Qra nna 1 On May 31 , 19 77 , before me, the undersigned, a Notary Public in and for said County, personally appeared Francis G. Jarvis, Jr. known to me to be the person whose name is subscribed to the within instrument as Attorney -in -Fact of UNITED PACIFIC INSURANCE COMPANY, and acknowledged to me that _he subscribed the name of UNITED PACIFIC INSURANCE COMPANY, as Surety, and h s own name as Attorney -in -Fact. 0 MARV^a1 Jr ^ • MYMCorrgnisskan j:zpires.,u3.12, 1977 • \^,, • • ° YT"Vpp.xpjes • 19 C'n ♦ ° V No yPublic ina d or said f1cunty I BDU -1818 ED. 3/72 (CALIF.) • • 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 agree- ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agree- ment 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 materialman 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 inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or 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 this 31 day of May 1977 , 19 My commission expires: OFFICIAL SEAL LOR'RAINE DAVIS u•, m NOTARYPUBLIC- CALIFORNIA ORANGE COUNTY My Commission Expires June 15,1977 GRIFFITH COMPANY DONALD . YICE F RE S- DiST. MGR. Notary Public • STATEMENT OF FINANCIAL RESPONSIBILITY • Page 6 Tne undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. On file with City Clerk GRIFFITH COMPANY ,DON, FA MGG LD L McGRE R. Signed 0 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 1977 Orange County Environmental (714) 834 -2300 ite Parkway from o ($560,000.00 1977 City of Santa Ana John J. P ender ast 714 ) 834 -4939 cun SevepteRnth St — Olive 0 oss 1976 197 1976 , W,,,, . Glassell St — Fletcher Ave O Santa Kna River ($170,000.00) f Dept of Transportation Chief State College Blvd OverpassConstruction Branch e 5 Contract No. 07- 184524 City of Anaheim ($3,325,000.00) James P. Maddox Lincoln Ave C Sunkist Lazy zngi.neer ($25,800,00) GRIFFITH COMPANY, 213) 620 -3920 533 -5361 i DONALD L- WGREW VeiLf !nJ "CE PRES -DIST. MGR. Signe O'R1of 7 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SUPERIOR AVENUE IMPROVEMENTS FROM PLACENTIA AVENUE TO INDUSTRIAL WAY CONTRACT NO. 1665 AHFP PROJECT NO. 816 -867 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, CA. 92660' Gentlemen: 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. 1665 and will take in full payment therefor the following unit prices j for each item, complete in place, to wit: TOTAL ITEM QUANTITY ITEM DESCRIPTION UNIT NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1 1 Clearing and grubbing Lump sum @- (jyp�Sp� Dollars / and No Cents M.0= 00 $ 180(=0' pp Lump Sum 2 2500 Construct A.C. Pavement Tons (Type III- C3- AR4000) @ yire- reinN Dollars and Twu\ITV- C 4 Cents $ IS. Z$ $ 3S IZS. Op rOlPFITH COMPANY Ll OR2of7 9 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3 4150 Construct A. C. Pavement Tons (Type III- 132- AR4000) @ FxGT'E.EN Dollars and fwE(VS4 ^C \VE Cents Per Ton 4 6925 Construct Aggregate Base Tons @ FXVE Dollars and TEN Cents Per Ton 5 440 Const. P.C. C. Spandrel and Curb S. F. per C. N. B. DWG. 185 -L @ -rwCN Dollars and TWEIVTy Cents Per Square Foot 6 4250 Const. Type II Commercial Driveway S. F. Approach per C. N. B. DWG. 161 -L Modified @ ONE Dollars and yoogTj Cents Per Square Foot 7 180 Const. Type I Commercial Driveway S. F. Approach per C. N. B. DWG- 160 -L @ oivE Dollars and G Oc2u Cents Per Square Foot 8 1705 Const. Type "A" P.C. C. Curb L. F. and Gutter (8 "C. F.) per C. N. B. DWG. 182 -L @ V-OU R Dollars and -V'A'� Cents Per Linear Foot $ Ls, is $63,287.50 $3&,&ns $ Z. ZO $ 968.m • ,• • •.a $ 1.4° $ ZSZ.Oo GRIFFITH COMPANY, ' SR3of7 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10 11 12 13 14 460 Const. Type "B" P.C.C. Curb L. F. per C. N. B. DWG. 182 -I. /� l @ 't }1wf— Dollars and S6V Ke Cents $ 3.70 $ %0Z.00 Per Linear Foot 12,675 Const. 4" P.C.C. Sidewalk per S. F. C.N.B. DWG. 180-L @ NO Dollars and N►NTV Cents $ 10.90 $ i1�4G7,Sp Per Square Foot 32 Const. 18" A.C.P. (2500D) L. F. storm drain, including collar @arrE Dollars and cvo Cents $ IOO.ao $ 3r 2oo.pp Per Linear Foot 1 Const. Junct. Structure No. 1 Each per C. N. B. DWG. 310 -L @ar4L-rAOUSMmh,TWo Dollars and ykabg tk Oot.twQS AN $11 too_oo $ 1.-ZOO. OV Each 1 Const. Curb Inlet type OS Each per C. N. B. DWG. 306 -L @oNF 'CgovsANa Dollars. and gyp Cents $U-_00 $ qoo. pv Each 1 Lump sum GRIFFITH COMPANY, Const. "screen" portion of masonry walls @ Nub Tjatu&ANA Dollars and NCa Cents Lump sum • WR4of 7 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 15 1 Const. "retaining" portion of Lump sum masonry walls where Hs =O' -s" to 1' -4" @*nr,-rWASPNO i'i�Yr 44 VArW % ollars and Nc Cents Lump sum 16 1 Const. "retaining" portion of Lump sum masonry walls where Hs =2e -0" to 10' -0 ", including W. I. railing where occurs @1%1Qn/ -E1GUS _TU04$ MQ Dollars and NO Cents Lump sum 17 88 Const. 6" Thick Concrete Pads S. F. @ ome Dollars and F,%&umj Cents Per Square Foot 18 27 Const. 3' Wide, 6" Thick Concrete L. F. Gutter @ Dollars and N,�,iLiy Cents Per near Foot 19 106 Const. 6" A. C. P. (cl 150) Water Main L. F. including valve and fittings @^Cway'EX&UT Dollars and r,4 p Cents Per Linear Foot GRIFFITH COMPANY $ WAO$ 1.400.00 $3%M CEO $3a 000.0 i $ ,so $ 158, o $ 36. 0 $moo ,00 �y Const. 2" X 6" Redwood Header • .PR5of7 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO, AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 20 1 Const. 2" Water Service W /2" $,•Sn $ 7A.Op Each Meter 24 1 C° OwF- ron.s�rm,iwo yut4&ftcPollars Each and No Cents Each 21 3 Relocate Existing Fire Hydrant $- Sm. $- 0 Each Q ot`�.Tnrn►ser.ddWLLddollars -� and N b Cents $ $, (� Each • 22 3 Abandon Existing Street Light Each Q Fw `auivcNQEfl Dollars and Cents $ $ ,S00. p Each 23 480 Const. 2" X 6" Redwood Header L. F. Q QNq- Dollars i and Q "r",T/ Cents $,•Sn $ 7A.Op Per Linear Foot 24 1 Relocate Existing Lido Convalescent Each Hospital Signboard and Lighting C@eu�r'[go�slNfl�C11f %y&*&0ollars and tvo Cents $- Sm. $- 0 Each 25 9 Adjust Manhole to grade Each @OMkl%iNCMOMiOg; Dollars and 'm 1p Cents Each GRIFFITH COMPANY. $1sso,4n $ 1A-SQ6-0o WR6of7 /3 ITEM QUANTITY NO. AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 26 13 Adjust Valve Box to grade @ TpQ£E Dollars Each @ f`jy�.1T.' Dollars / and and S @vEr�t�y Cents N6 Cents $ (0, on $--I&O• 00 29 Each Construct street light std. 27 1 Reset existing fire system vault Each with new cover @ station 21 + 29 @ Dollars and N p Cents Each 28 5900 Unclassified Excavation Cu. Yds. @ TpQ£E Dollars and S @vEr�t�y Cents Per Cubic Yard 29 6 Construct street light std. Each @-Twe -mousm0 Dollars and No Cents Each 30 3300 Place fill at 16th Street utility Cu. Yds. storage yard Dollars and G �C��i Cents Per Cubic Yard 31 2000 Industrial Way access road Cu. Yds., excavation and fill @ 'CW o Dollars r and Np Cents Per Cubic Yard GRIFFITH COMPANY j. $ 3. 70_ $ "Z1.8 40.00 $ Lsd $-J•JSq--0a $ Z . 00 $ !J ooe. O b i TOTAL P111C1: FOR ITEMS 1 THROUGH 31 WRITTEN IN WORDS WR 7of7 Two a►utv�CLE���.� —FONR '�i.1ouSANQ '� VoucL v%u N%PAtb Ah:1 IV%Q-C4 t�oLIAZS amd thr.o SQAG tN CC-MTS its s Z94.430.-X7) CONTRACTOR'S LICENSE NO. 32168 GRIFFITH COMPANY. (BIDDER'S NAME) Ak1—"rJD2 O NA�LD S. M�Ri DATE May 31, 1977 CEPRESDI &T.dGCzit. (AUTHORIZED SIGNATURE) CONTRACTOR'S ADDRESS P. O. Box B -T Irvine, California 92716 TELEPHONE NUMBER ( 714) 549 -2291