Loading...
HomeMy WebLinkAboutC-1752(F) - Widening & paving Jamboree Road, Ford Road to East BluffMarch 10, 1978 Griffith Company P.O. Sox B-T Irvine. CA 92716 Subjects Surety : United Pacific Insurance Company Sonde No. U 95 37 61 Project Jamb**se Road Improvements - Ford Rd /Sastbludf Dr.(North) Contract No.: 1752 -0 Pavement Overlay The City Council on February 27, 1978 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after Notice of Completion has been filed. Notice of Completion was filed with the Orange County Recorder on March 2, 1978 in Book No. 12583, Page 1068. Please notify your surety company that bonds my be released 35 days after recording date. Doris George City Clerk sg cc: Public Works Department SAYRE & TOS*Ine. VERIFICATION OF INSURANCE f- CITY OF NEWPORT BEACH TO: c/o 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 % is insured with Certain Insurance Companies, London, 1 on % is insured with MISSION INSURANCE COMPANY Name of .assured: GRIFFITH COMPANY an Lq�,' .' s` ^ s Address of Assured: POST OFFICE BOX 980, LONG BEACH, CALIFORNIA 90801 /T7 - —V till Ins Location of Risk: JOB: JAMBOREE ROAD IMPROVEMENTS BETWEEN FORD ROAD AND MACARTHUR BOULEVARD (AHFP NO. 844 — C -1752) Kind of Insurance: UMBRELLA LIABILITY Policy or Certificate No: M 843858 Period: From: 7/1/78 To: 7/1/79 Limits of Liability: $1,500,000. COMBINED SINGLE LIMIT EXCESS OF PRIMARY LIMITS. IT IS UNDERSTOOD AND AGREED THAT THE CITY OF NEWPORT BEACH, COUNTY OF ORANGE, CITY OF JRVINE STATE OF CALIFORNIA, AND BOYLE ENGINEERING CORPORATION, THEIR OFFICERS & EMPLOYEES ARE HERE- ' BY NAMED AS ADDITIONAL INSUREDS BUT ONLY WITH RESPECT TO THE JOB SHOWN ON THIS CERTIFICATE IT IS FURTHER UNDERSTOOD & AGREED THAT THE INSURANCE AFFORDED HEREUNDER TO THE ABOVE ADDI- TIONAL INSUREDS SHALL BE PRIMARY AS TO ANY OTHER INSURANCE OR REINSURANCE SUBJECT ALWAYS TO THE COMPANY'S LIMITS OF LIABILITY AS SET FORTH IN THE FORM COVERING OR AVAILABLE AS TO THE ABOVE ADDITIONAL INSUREDS & SUCH OTHER INSURANCE OR REINSURANCE SHALL NOT BE REQUIRED TO CONTRIBUTE TO ANY LIABILITY OR LOSS UNTIL & UNLESS THE APPROPRIATE LIMIT OF LIABILITY xxxxi�l[3i�RRNf R$#c fliRR�dtix Stiff � The issuance of this document does notA_N*1�PAR modi(v in any rtcmner the contract of insurance between the Assured and the, Undewriters. Any amendment, change or extension of such contract can only be effected by specific endorsement attached thereto. For particulars concerning the limitations, conditions and tens of the coverage you are referred to the original Policy or Policies in the possession of the Assured. itst 5t ifxBcixX: Nli4tR9t RStR�IfR�iat4t9flsst�t 3�k§t �t 9t�k3elPTcR #YLSePJE:ER�t4t5t�aP@1tx yt t[ aGioXytsecxvt5ts�t it sexft st xststxRxs c4t 4cvt3tat` m,"t ri:F}f�4abR4fltRt�[iM[AaRx%4.t}LX *AFFORDED HEREUNDER IS EXHAUSTED— IN THE EVENT OF CANCELLATION, REDUCTION IN LIMITS, OR CHANGE IN COVERAGE, THE INSURING COMPANY WILL MAIL THIRTY (30) DAYS WRITTEN NOTICE SAYRE & TOSO, INC. THEREOF TO THE CERTIFICATE HOLDER BY REGISTERED MAIL. Dated at LOS ANGELES, CALIFORNIA JUNE 30TH 197$. By S&T 524 -D (rev. 10/74. Replaces all editions of S&T 324) PLEASE i•ER 70 CITY CLERK 90 125BM 1 ^„_ K . {J� CITY OF NEWPORT BEACH - -- 3300 NEWPORT BOULEVARD Q NEWPORT BEACH, CALIF. 92663 EXEMPT S ��,• <Sj z 2486 C 12 9 NOTICE. OF COMPLETION b o PUBLIC WORKS To All Laborers and Material Men and to Every `Ofher Person Interested: � 4 YOU WIi..L PLEASE TAKE NOTICE that on January 27, 1978 the Public Works project consisting of Jamboree Road Improvements - Ford Road /Eastbluff Drive (N) Pavement Overlay on which Griffith Company was the contractor, and United Pacific Insurance Company was the surety, was completed. RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 9:05 A.M. MAR 2 1.97$ 1. WYLIE CARLYLE, County Recorder I, the undersigned, say: VERIFIC CITY OF NEWPORT BEACH 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 February 28, 1978 at Newport Beach, California. VERIFICATION F CITY L RK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on February 27, 1978 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 February 28, 1978 at Newport each, California. c 7 0 0 CITY OF NEWPORT BEACH CALIFORNIA city Hall 3300 W. Newport Blvd Date: February 20, 1978 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: Attached for recordation is Notice of Completion of Public Works project consisting of Jambaree Rand Improvements — M Road/ Eastbluff Dr. (N) Pavement Overlay Contract No. 775? _ on which Griffith Company was the Contractor and United Pacific Insurance Company was the surety. Please record and return to us. ! Very trul yours, I Doris George l City Clerk City of Newport Beach Encl. i � SEW PORT °�� n CITY OF NEW PORT BEACH Date July 22, 1977 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 1752 Project Jamboree Road Widening/Ford Rd. & Mac hur Blvd. Attached is signed copy of subject contract for transmittal to the contractor. Contractor: Griffith Company Address: P.O. Box B -T, Irvine, CA 92716 Amount: $ 387,078.84 Effective Date: July 22, 1977 Resolution No. 9128 I Ant-,, L,,�- Doris Geo e Att. cc: Finance Department [_] Cit} Hall • 3300 Newport BouleN ard. Newport Beach, California 92663 a 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CITY CONTRACT NO. 1752 CONTRACT DOCUMENTS FOR JAMBOREE ROAD IMPROVEMENT BETWEEN FORD ROAD AND MAC ARTHUR BOULEVARD AHFP PROJECT NO. 844 SUBMITTED BY: GRIFFITH COMPANY Contractor P. 0. Box B -T Address CITY CLERK Irvine, California 92716 City ip (714) 549 -2291 Approved by the City Council this Phone 23 day of May 1977 -T!'$387.078.84 id Price oris Ueorge, City Clerk CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD IMPROVEMENT BETWEEN FORD ROAD AND MacARTHUR BOULEVARD CONTRACT NO. 1752 i AHFP PROJECT NO. 844 BID OPENING: JUNE 15, 1977, 2:00 P.M. ADDENDUM NO. 1 Please make the following revisions in the contract documents: 1. SPECIAL PROVISIONS: A. SECTION 9 -2 UNCLASSIFIED EXCAVATION 1st Paragraph: Change the estimated quantity to 7,500 cubic yards. Last Paragraph, page 4: Change estimated quantity to 500 cubic yards. Add the following paragraph: The City has agreed to allow the contrac- tor for the County's Jamboree Road Bridge widening project to remove approximately 2,800± cubic yards of soil from the slope bank along the westerly side of Jamboree Road between Stations 178 +00 and 185 +50. The soil removal will be completed by July 15, 1977. The City has directed the County's contractor to grade the slope in such a manner as to allow the contractor for Contract No. 1752 to logically complete the cut without mak- ing sliver cuts or fills.- -The slope above the remaining bench is to be graded to 2:1 so that when projected, its toe will be 68 feet from the roadway center line at back of sidewalk grade. B. SECTION 9 -2.1 DISPOSAL SITE: Add the following paragraph: The County's contractor will be allowed to dispose of approximately 2,800± cubic yards of soil in the disposal site. The County contractor will be required to com- pact and grade the site in accordance with the plans and specifications for City Contract No. 1752. It is anticipated that the disposal of material will not take place until after October 1, 1977. -1- Jamboree Road Improvement, Contract No. 1752, AHFP Project No. 844 Addentum No. 1 (cont'd.) C. SECTION 25 LIABILITY INSURANCE In the .first paragraph, the second word is changed from "work" to "word ". Add the following sentence to the second paragraph: A sample "Certificate of Insurance for Contract Work" for Contract No. 1752 is attached. (The correct form is printed on white paper. Disregard the previously included pink form.) 2. PROPOSAL: ITEM NO. 2: Change quantity from 10,300 C.Y. to 7,500 C.Y. PARAGRAPH "C" NOTICE TO BIDDERS Add the following paragraph: City hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enter- prises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. NOTE: SHOW DATE OF RECEIPT OF THIS ADDENDUM BELOW AND INCLUDE A COPY WITH YOUR BID PROPOSAL. Don Webb Project Manager June 13, 1977 Date Received S /Donald L. McGrew CA Ctractors Authorized Signature PR 1 of 9 CITY OF NEWPORT BEACH, :PUBLIC WORKS DEPARTMENT JAMBOREE ROAD IMPROVEMENT BETWEEN FORD ROAD AND MAC ARTHUR BOULEVARD CITY CONTRACT NO. 1752 AHFP PROJECT NO. 844 PROPOSAL To the honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport: Beach, California 92663 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 com- plete Contract No. 1752 (AHFP Project No. 844) in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for the work, complete in place, to wit: 11'EM WUR1N 1.1.1 -Y ITEM Vk;bL1 11 -TIVN UNIT TU 1'61L NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Clearing and grubbing Sum @ Twenty -eight Thousand Dollars and No Cents 7� SOD Per lump sum 2. Unclassified excavation C. Y. @ TWO Dollars and Thirty -one Cents er cu lc yard 3. 10,560 Imported aggregate base, Tons complete in place e° Five Dollars and Ten Cents firer ton $ 28,000.00 $ 28,000.00 $ 2.31 $17,325.00 $ . 5.10 $ 53.856.00 NO. AND 1 4. 1,914 Tons 5. 5,625 Tons 6. 4,100 L. F. 7. 1950 L. F. 8. 5,545 L. F. 9. 1,960 L. F. 11 K,RL MY, l\. tt L V J AJI'4 UNIT PRICE WRITTEN IN WORDS Asphalt concrete base course, including prime coat, tack coat, and paint binder, complete in place Seventeen Dollars and Ninety -six Cents Per on Asphalt concrete surface course, including prime coat, tack coat, and paint binder, complete in place C° SixtPan Dollars and _ Cents er on Asphalt concrete. (bike trail) includ- ing weed killer, grading and fill, com- plete in place (des not include bike trails shown on Plan Sheets 15 thxu 19) e° Four Dollars and iht Cents Per n ar' 00 Asphalt concrete (drainage ditch), per Detail 3, Sheet 7, and Section A, Sheet 7 @° One Dollars. and Cents er ,near o0 Concrete curb and gutter, 8 -inch curb face, Type "A" @° Four Dollars and Fifty -eight Cents Per linear oot Concrete curb only, 6 -inch curb face, Type "B" C° Thmo Dollars and gjly -seven Cents 1 ear Iinear root PR2of 9 1� PRICE I $ 17.96 $34.375.44 $ 16.42 $22afiLso $_4.28_ $17.548-00 i $-J,66- $x,237.00 $ 4.58 $25,396.10 $ 3.87 $ 7.585.20 F. it NO. AND 1 4. 1,914 Tons 5. 5,625 Tons 6. 4,100 L. F. 7. 1950 L. F. 8. 5,545 L. F. 9. 1,960 L. F. 11 K,RL MY, l\. tt L V J AJI'4 UNIT PRICE WRITTEN IN WORDS Asphalt concrete base course, including prime coat, tack coat, and paint binder, complete in place Seventeen Dollars and Ninety -six Cents Per on Asphalt concrete surface course, including prime coat, tack coat, and paint binder, complete in place C° SixtPan Dollars and _ Cents er on Asphalt concrete. (bike trail) includ- ing weed killer, grading and fill, com- plete in place (des not include bike trails shown on Plan Sheets 15 thxu 19) e° Four Dollars and iht Cents Per n ar' 00 Asphalt concrete (drainage ditch), per Detail 3, Sheet 7, and Section A, Sheet 7 @° One Dollars. and Cents er ,near o0 Concrete curb and gutter, 8 -inch curb face, Type "A" @° Four Dollars and Fifty -eight Cents Per linear oot Concrete curb only, 6 -inch curb face, Type "B" C° Thmo Dollars and gjly -seven Cents 1 ear Iinear root PR2of 9 1� PRICE I $ 17.96 $34.375.44 $ 16.42 $22afiLso $_4.28_ $17.548-00 i $-J,66- $x,237.00 $ 4.58 $25,396.10 $ 3.87 $ 7.585.20 r s PR3of9 NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 560 Asphalt concrete curb, L. F. 6 -inch curb face, Type "E" @ TWO Dollars and Thirt -ei ht Cents $ 2.38 $1.332.80 eF r I near o0 11. 1.800 Concrete sidewalk, 4 inches S. F. thick, including curb access ramp @ One Dollars and Cents $ I -na er square foot 12. 360 Concrete drive approach, S. F. 6 -inch concrete @ One Dollars and _ Cents $ 1:97 $ 457.20. er square oot 13. 7 Adjust settlement markers and Each piezometer cast -iron frame and cover to grade @ Fifty -five Dollars and No Cents er each 14. 5 Adjust manhole frame and cover Each to grade @_Seventy -five Dollars and No Cents $ 75.00 $ 37+_0a er each 15. Lump Relocate existing 6 -inch- Sum diameter vent pipes per detail on Sheet 7 of the plans Two Thousand Five Hundred @ Dollars and Cents $0 � $,Fan nn er lump sum n PR4of9 1 ITEM NO. QUANTITY AND UNIT ITEM DESCALPTIUN UNIT PRICE WRITTEN IN WORDS. UNIT. TOTAL PRICE PRICE 16. 2 Adjust water valve boxes to grade Each @ Fifty -two Dollars and No Cents $ 52.00 $ 104.00 Per each 17. Lump Install 12 -inch, schedule 30 Sum steel pipe, Station 176 +00 @ Six Hundred Thirty -five Dollars and _ No Cents $ 635.00 $ 635.00 der ump sum 18. Lump Relocate existing blowoff per Sum Detail 4, Sheet 7 @ Eight Hundred Dollars and Cents $ 800.00 $ 800.00 r lump sum 19. 1 Concrete catch basin, Each Standard 306 -L, L =7. 01, H =3. 11, Type OL at Standard 164 +80, complete in place @ One Thousand Eighty -five Dollars and No Cents $ 1,085.,00 $ 1,085.00 .Per each 20. 1 Concrete catch basin, Stan- Each dard 306 -L, L =3.51, H =3.0', Type OS at Station 164 +80, complete in place Seven Hundred @ Ninety -five Dollars and No Cents, $ .795.00 $ 795.00 er eac 21. 1 Concrete catch basin, Stan - Each dard 306 -L, L =3.51, H =3, 28', Type OS at Station 168 +60, complete in place Seven Hundred @ Ninety -five Dollars and No Cents $ 795.00 $ 795.00 Per each ;* Q PR 5 of 9 ITEM QUANTITY ITEM DE;scRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 22. 1 Concrete catch basin, Stan - Each dard 306 -L. L=3.5 ', H=3.51. Type OS at Station 172 +51.11, complete in place Seven Hundred @ Ninety -five Dollars and No Cents $ 795.00 $ 795.00 Per each 23. 1 Concrete catch basin, Stan - Each dard 306 -L, L =7.0', H =3. 51, Type OL at Standard 176 +87, complete in place One Thousand @ Eighty -five Dollars and No Cents $1,085-0 er each 24. 1 Concrete catch basin, Stan - Each dard 306 -L (Modified including handrail) L =4. 01, H=4.22' , at Station 185+82, complete in place One Thousand @ Two Hundred Fifteen Dollars and No Cents $1,215.00 $ 1.215.00 Per each 25. 1 Concrete catch basin, Stan - Each dard 306 -L (Modified), L =7.01, H =2.01, at Station 195 +55, complete in place @Nine Hundred Eighty Dollars and No Cents $ 980.00 $ 980.00 Per each 26. 3 Concrete catch basin median drain Each as shown on Sheet 8, Station 164 +93, Station 175+20, and Station 176 +75, complete in place @Two Hundred Forty Dollars and No Cents $ 240.00 $ 720.00 Per each s Q PR6of9 ITEM QUANTITY ITEM DESCRIPTION UNIT NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 27. 14 15 -inch reinforced concrete pipe, L. F. 2000-D (or alternate asbestos - cement pipe) at Station 164 +80, in- cluding connection to existing pipe with concrete collar, removal of existing catch basin, complete in place @ Thirty -one Dollars and No Cents $ 31.00 $ 434.00 17er Tinear toot 28. 14 15 -inch reinforced concrete pipe, L. F.' 2000 -D (or alternate asbestos - cement, pipe) at Station 164 +80, including concrete collar and re- moval of existing drop inlet, com- plete in place @ Thirty -one Dollars and No Cents $ 31.00 $ 434.00 FerZmear foot — 29. 64 15 -inch reinforced concrete pipe, L. F. 1500 -D (or alternate asbestos- cement pipe) at Station 168 +60, complete in place @ Thirty-five Dollars and �� Cents $ 35.00 $2.240.00 Per linear foot 30. 53 15 -inch reinforced concrete pipe, L. F. 1500 -D (or alternate asbestos - cement pipe) at Station 172 +51. 11, complete in place @Thirty -fivp Dollars and Cents $ it;_nn $yas� -pp er inear foot 31 32. 33. 35. LI E WRITTEN l 20 15 -inch reinforced concrete pipe L. F. 2000 -D (or alternate asbestos - cement pipe) at Station 176 +87, including concrete collar and removal of existing drop inlet, complete in place PR 7 of 9 @ Forty Dollars and r Cents $ 40.00 $ 800.00 Per�meao 15 24 -inch reinforced concrete pipe L. F. 2200 -D (or alternate asbestos - cement pipe) at Station 185 +82, including concrete collar and removal of existing drop inlet, complete in place @ Forty Dollars and � Cents Peer inear foot 10 15 -inch reinforced concrete pipe L. F. 1500 -D (or alternate asbestos - cement pipe) at Station 195 +55, complete in place @ Thirty -five Dollars and e No Cents $ 35.00. $ 350.00 inear foot 157 12 -inch reinforced concrete pipe L. F. 2000 -D (or alternate asbestos - cement pipe) at Station 175 +20 to 176 +75, including two connections to existing junction structure, complete in place @ Twenty -five Dollars and ry Cents e-rr + near foot Lump Bridge approach guardrailings at Sum north and south abutments per detail 5 on Sheet 10 Three Thousand @ Two Hundred Dollars and No Cents $ 25.00 $3,925.00 $3,200'.00 $3,200.00 i @ Four Dollars and I er - Cents $ 4.28 $10,486.00 inear . oot � ! PR8of9 r T ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 36. Lump Guard underground construction Sum @ Spym Hundred Dollars and ... ... Cents $ 700.00 $ 70n_nn er ump sum 37. 2 Adjust catch basin frame and Each grate to grade @" Four Hundred Dollars . and No Cents $ 400.00 $_ 800.00 Per each 38. Lump Modify traffic signal at East Sum Bluff Drive'North Thirty -two Thousand @ Three Hundred Dollars and Cents $323n0_n0 $39 :inn nn PeIrlo lump sum 39. Lump Modify traffic signal at Sum Bristol Street Eighteen Thousand. @ Four Hundred Dollars and Cents $'1R_4n0.nn $u- 4on_no er ump sum 40. 2,790 Construct MacArthur Bike Trail L.F. including grading, surface . preparation, aggregate base, prime coat, asphalt concrete finish grading, signs and posts @ Five Dollars and Thirt -four Cents $_ 5.34 $4.898.60 Per inear Toot 41. 2,450 Construct San Diego Creek Bike L.F. Trail (City boundary to Calif - ornia Avenue) including grading, surface preparation, weed killer, asphalt concrete, finish grading, signs and posts @ Four Dollars and I er - Cents $ 4.28 $10,486.00 inear . oot � r ` s TOTAL PRICE FOR ITEMS 1 THROUGH 41 WRITTEN IN WORDS: Three Hundred Eighty -seven Thousand Seventy -eight Dollars and Eighty -four Cents PR9of9 $ 387,078.84 June 15, 1977 GRIFFTTH COMPANY Date (Bidder's ame S /Donald L. McGrew, Vim Pres. -Dist. M r. (Authorized Signature) CONTRACTOR'S LICENSE NO. 32168 CONTRACTOR'S ADDRESS P. O. Box B=T, Irvine, California 92716 TELEPHONE NO. (714) 549 -2291 F � • CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS Page 1 SEALED BIDS will be received at the office of the City Clerk, City Hall, Newpport Beach, California, until 2:00 P.M. BUM. on the 15 day of June , 19 77, at which time they wf1T be opened and rear for performing work as follows: JAMBOREE ROAD IMPROVEMENT BETWEEN FORD ROAD AND MAC ARTHUR BOULEVARD AHFP PROJECT NO. 844 CONTRACT NO. 1752 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 anFER -e _- rpora�te Seal sha be a xed to all documents 'requiring signatures. In the case of a ar> rtnershT_p7 the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) i ! ! Page la The City has adopted the Standard Specifications for Public Works Construction (1976 Edition) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland 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. Revised . l2 -14 -76 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 Classification A- SB- I- SC -12. Accompanying this proposal is , Lasnier-s unecK 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 Bid er s Name (SEAL) June 15, 1977 S Donal McGrew. Vice Pre,;- Dist_Mgr_ Date Authorize Si gnature Authorized Signature Corporatinn Type 'of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: George P. Griffith. President J. E. Tiger, Vice President R. D. Lytle, Vice President /Sec. Treas. J. A. Hearn, Vice President /Dist. Mgr. J. E. $hider,,ASsiStdSecretary D- i_ McGrew ViCe President /Dist Mgr D. K. Dewhurst, Assistant Dist. Mgr. R. H. McMaster. Assistant Dist. Mgr. J. D. Waltze, Assistant Dist. Mgr. Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address 1. Concrete Jezowski & Markel Santa Ana I 2. 3. Pipe Electrical Irvine Pipeline Irvine Steiny Santa Ana 4. Rail Pyramid Industries Santa Ana 5. 6. 7. B, 9. 10. 11. 12. GRIFFITH COMPANY Bidders Name S /Donald L. McGrew, Vice Pres. -Dist. Mar. Aut orized Signature Corporation I Type of Organization (Individual, Co- partnership or Corp.) I :,, ddress . FOR ORIGINAL SEE CITY CLERK'S RE COPY Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL Bond No. U95 33 78 KNOW ALL MEN BY THESE PRESENTS, That we, GRIFFITH COMPANY as Principal, and UNITED PACIFIC INSURANCE COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT (10) OF THE TOTAL AMOUNT BID IN Dollars ($ --------- - - - -), 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 JAMBOREE ROAD IMPROVEMENT BETWEEN FORD ROAD AND MAC ARTHUR BOULEVARD CONTRACT NO 1752 AHFP PROJECT NO 844 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 15th day of June 1977 Corporate Seal (If Corporation) (Attach acknowled ement of Attorney -in -Fact GRIFFITH COMPANY Principal UNTIED anrTETC INSURANCE COMPANY Surety By S /Francis G. Jarvis. Jr.. Attorney -in -Fact Title Attorney -in -Fact 0 0 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 15th day of ,tune 19 77 My commission expires: June 15, 1977 GRIFFITH COMPANY S /Donald L. McGrew, Vice Pres. -Dist. Mgr. S /Lorraine Davis —' Notary Public Page 6 FOR 0 GINAL SEE CITY CLERK'S FILE COPY 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. Signed • • 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. rector 1977 City of Santa Ana John .J_ Prandargaet (714)AI4 -4QIQ Seventeenth Street Construction Engineer from Olive to Ross ($143 0.0 1976 City of Orange warren W Repke (714)532-0444 Glassell St. from Fletcher Asst. City Engineer Ava to Santa Ana RjWer($l70 n nn) Lincoln Ave. @ Sunkist ($25,800.00) City Engineer Monald L. McGrew, Vice Pres. -Dist. Mgr. GRIFFITH COMPANY Signed "The Premium charged for this Bend is hiCieded M that shown an the Parhrmaeee Send." Page 8 LABOR AND MATERIAL BOND BOND NO. U 95 37 61 EMUTM IN FOUR (4 ) COUNTERPARTS KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted Jt 27. 19779 has awarded to 61tIFiM MANY hereinafter designated as the "Principal ", a contract for JAMBOM WOAD IAPOYEMT in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used in, upon, for, or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We . ORIFFITH CWA.NY as Principal, 1J`HT7 ? PACIFIC INSUPKICE COa.IPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of One Hundred Ninety -Three Thousand Five Hundred Thirty -Dine and 42/100 - - -- Dollars ($ 193,539.42- -- ----j, 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 a i , 0 (Labor and Material Bond - Continued) Page 9 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 12th day of ;Uly , 19 77 atIFPISH Cr"My (Seal ) Name of Contractor (Principal �� Authorized Signature and Title DONALD L MCGREW YJCE P.g s,01ST. MG% uthorized Signature and Title UNITED PACIFIC INSURANCE COUPANY (Seal) Name of Surety Matto Place. Ike Angeles. Calif. aignature ano litre or AutnorizeO Agent NORBM W. CLL`JI<NTS ATTORNU -IN -FACT ress o gent (21 3) 386 -2360 Telephone No. of Agent m efr )@ir § } \k \|\� { /\k k� \\ ;k §\ 7\ } kZ / § E / \\ \) E\ \§ � \\ «�\ {{� kf§ +\s @) \ bE|! { _) § \ k CL -0 k{E ) j 3\ Klsa +\s @) \ bE|! { _) § \ Page 10 PERFORMANCE BOND BOND NO. U 93 37 61 ERECUTED IN POUR (4) COUNTERPARTS KNOW ALL MEN BY THESE PRESENTS, That '....JI X2'322,00 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted Jwie 27 1977 has awarded to GRIFFITH COMPANY hereinafter designated as the "Principal ", a contract for JAMg=E ROA9 INDROVEFE_NT 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, l�_i (Jill Yi h1n!' . JI as Principal, and UNITED PACIFIC INSURANCE CO ?.4PAN2 as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of Three I5mdred Eighty Seven Thousand Seventy -Hight and 84/100- - -0ollars ($387,078.84-- - ---), 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, i 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 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 12th day of Jul, , 1977 MIFFITH COMPANY (Seal) Name of Contractor (Principal) Aut orized Signature and Title DONALD L. MCGREW MCE PRES -01ST. MGR. Authorized Signature and Title UNITED PACIFIC INSURANCE CC6 (PANT (Seal) Name of Surety 443 Shatto Puce, Los Angeles, Calif. 90020 SignatMre and title of Authorized Agent - f 1P. cTx,1ENTS ATTORNn -IN FACT 360p Wilshire Blvd., Los Angeles, Calif. (213) 386 -2360 Telephone No. of Agent ` I Y State of California ss: County of Los Angeles July 12 77 On 19 , before me, the undersigned, a Notary Public in and for said County, personally appeared Norbert W. Clements 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 his own name as Attorney -in -Fact. OFFICIAL SEAL BETTE L. JOHNSTON NOTARY PUBLIC CALIFORNIA PRINCIPAL OFFICE IN LOS ANGELES COUNTY BDU -1818 ED. 3172 (CALIF.) ,7 7 19 Notary rUDI ic' for said County Page 12 CONTRACT THIS AGREEMENT, made and entered into thise2.2,,4ay ol 19 , by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and GRIFFITH COMPANY hereinafter designated as the Contractor, party of the second part. WITNESSETH: That the parties hereto do mutually agree as follows: 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of JAMBOREE ROAD IMPROVEMENT BETWEEN FORD ROAD AND MacARTHUR BOULEVARD CONTRACT NO. 1752. AHFP NO. 844 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. 0 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. CIT OF EWPORT BEACH, CALIFORNIA ]� L'� By: )461' Mayor ATTEST: City Clerk- C1 T erk GRIFFITH COMPANY Contractor (SEAL) By: DONALD L. MCGREW _ yICE PRES -DIST. MGR. Title By: 19 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD IMPROVEMENT FORD ROAD AND MAC ARTHUR BOULEVARD CITY CONTRACT NO. 1752 AHFP PROJECT NO. 844 SPECIAL PROVISIONS INDEX SECTION 1 SPECIFICATIONS 2 DRAWINGS 3 LOCATION AND SCOPE OF WORK 4 TIME OF COMPLETION 5 PAYMENT 6 CLEARING AND GRUBBING 6 -1 GENERAL 6 -1.1 Areas to be Cleared and Grubbed 6 -1.2 Miscellaneous Signs and Traffice Markers 6 -1.3 Existing Curb and Concrete 6 -1.4 Payment 7 WATER 8 SUBGRADE PREPARATION 9 EARTHWORK 9-0 GENERAL 9 -2 UNCLASSIFED EXCAVATION 9 -2.1 Disposal Site 9 -3 STRUCTURE EXCAVATION 9-4 STRUCTURE BACKFILL 9 -5 MEASUREMENT AND PAYMENT 10 AGGREGATE BASE 10 -1 GENERAL 10-2 PLACING 10 -3 MEASUREMENT AND PAYMENT PAG E 1 1 1 2 2 2 6 3 3 3 3 4 4 4 4 5 5 5 5 6 6 6 6 Special Provisions Index - 1 SPECIAL PROVISIONS INDEX - Continued SECTION Wl 11 ASPHALT PAVING 6 11 -1 GENERAL 6 " 11 -2 ASPHALT CONCRETE IN ROADWAY 7 11 -2,1 On Aggregate Base 7 11 -2,2 On Existing Pavement 7 11 -2,3 Drainage Ditches 7 11 -2,4 Bicycle Trail 7 11 -2,5 Petromat (Reinforcing Fabric) 7 11 -3 HEADERS 8 11 -4 MEASUREMENT AND PAYMENT 8 12 PORTLAND CEMENT CONCRETE 8 12 -1 GENERAL 8 12 -2 MEASUREMENT AND PAYMENT 8 13 FLOW AND ACCEPTANCE OF WATER 9 14 STORM DRAINS AND DRAINAGE STRUCTURES 9 14 -1 GENERAL 9 14 -2 MEASUREMENT AND PAYMENT -DRAINAGE STRUCTURES 10 14 -3 MEASUREMENT AND PAYMENT -DRAINAGE PIPE 10 15 PROTECTION OF UNDERGROUND UTILITIES 10 16 ADJUST SETTLEMENT MARKER AND PIEZOMETER STATION, CAST IRON FRAME AND COVERS TO GRADE 10 16 -1 GENERAL 10 16 -2 PAYMENT 10 17 RELOCATE EXISTING 6 -INCH VENT LINES 11 17 -1 GENERAL 11. 17 -2 PAYMENT 11 18 ADJUST EXISTING MANHOLE FRAME AND COVERS TO GRADE 11 18 -1 GENERAL 11 18 -2 PAYMENT 11 Special Provisions Index - 2 SPECIAL PROVISIONS INDEX - Continued SECTION PAGE 19 ADJUST EXISTING WATER VALVE BOXES TO GRADE 11 19 -1 GENERAL 11 19 -2 PAYMENT 12 20 EXISTING BLOWOFF RELOCATION 12 20 -1 GENERAL 12 20 -2 PAYMENT 12 21 INSTALLATION OF 12 -INCH WATERLINE 12 21 -1 GENERAL 12 21 -2 MEASUREMENT AND PAYMENT 12 22 SECTION NOT USED 23 CONSTRUCTION STAKING 13 24 MATERIALS REPORT 13 25 LIABILITY INSURANCE 13 26 PERMITS 13 26 -1 PERMITS OBTAINED BY THE CITY 13 26 -2 PERMITS TO BE OBTAINED BY CONTRACTOR 14 27 ARCHAEOLOGICAL AND PALEONTOLOGICAL SITE 14 28 GUARDING UNDERGROUND CONSTRUCTION 15 29 EROSION CONTROL PLANTING 15 29 -1 GENERAL 15 29 -2 PAYMENT 15 30 SOUTHERN CALIFORNIA EDISON COMPANY POLE RELOCATION 15 31 TRAFFICE CONTROL 16 31 -1 GENERAL 16 31 -2 LANE REQUIREMENTS 16 31 -3 PAYMENT 17 32 BRIDGE CONSTRUCTION 17 Speciol Provisions Index- 3 SPECIAL PROVISIONS INDEX - Continued SECTION PAGE 33 TRAFFIC SIGNAL MODIFICATIONS 78 33 -1 SCOPE OF WORK 18 33 -2 GUARANTEE 18 33 -3 SHOP DRAWINGS, DATA ON MATERIALS AND EQUIPMENT, AND SAMPLES 19 33 -3.1 General 19 33 -3.2 Shop Drawings and Data Defined 19 33 -3.3 Review and Revision 19 33 -4 TRAFFIC SIGNAL AND SAFETY LIGHTING FACILITIES 20 33 -4.1 General 20 33 -4.2 Reference Specifications and Standard Plans 20 33 -4.3 Salvaging Electrical Equipment 21 33 -4.4 Equipment Testing 21 33 -4.5 Traffic Signal Field Tests 21 33 -4.6 As -Built Print 22 33 -4.7 Description 22 33 -4.8 Equipment List and Drawings 22 33 -4.9 Maintaining Existing and Temporary Electrical Systems 23 33 -4.10 Conduit 23 33 -4.11 Pull Boxes 24 33 -4.12 Conductors and Wiring 24 33 -4.13 Bonding and Grounding 24 33 -4.14 Pedestrian Signals 24 33 -4.15 Pedestrian Push Buttons 25 33 -4.16 Service 25 33 -4.17 Detectors 25 33 -4.18 Internally Illuminated Street Name Signs 26 33 -4.19 Emergency Replacement Pre -Timed Controllers 26 33 -4.20 Solid-State Traffic Actuated Controllers and Cabinets 27 Special Provisions Index - 4 SPECIAL SECTION 34 35 35 -1 35 -2 36 36 -1 36 -2 'ROVISIONS INDEX - Continued AWARD OF CONTRACT MacARTHUR BIKE TRAIL General Measurement and Payment SAN DIEGO CREEK BIKE TRAIL General Measurement and Payment PAGE 28 28 28 28 28 29 Special Provisions Index - 5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD IMPROVEMENT BETWEEN FORD ROAD AND MAC ARTHUR BOULEVARD CONTRACT NO. 1752 AHFP PROJECT NO. 844 SPECIAL PROVISIONS SECTION 1 SPECIFICATIONS The contract requires completion of all the work in accordance with these Special Provisions, the City's Standard Special Provisions, and the City's Standard Drawings and Specifications. The City's Standard Specifications are the Standard 5 ecifica- tions for Public Works Construction, 1976 Edition, Copies may be purc used from Building News, Inc., 3055 Overland venue, Los Angeles, California 90034, telephone (213) 870 -9871. SECTION 2 DRAWINGS The complete set of plans for bidding and construction consists of the following: Drawing No. R- 5343 -5, Sheets 1 through 19. City of Newport Beach standard drawings, to be obtained from the Public Works Department by each bidder. SECTION 3 LOCATION AND SCOPE OF WORK The work to be constructed under this contract is the improvement of Jamboree Road approximately 10,300 feet in length located in the City of Newport Beach between Ford Road and MacArthur Boulevard. 0 0 The work to be done consists of clearing and grubbing, grading, removal of existing pavement and base, construction of concrete curb and gutter, construction of variable pavement and base sections, placing asphaltic concrete cap on existing pavement, a traffic signal system modification, miscellaneous drainage, and other appurtenant work as necessary to complete the work. as shown on the plans and as included in these specifications. SECTION 4 TIME OF COMPLETION All items of work shown on the plans, described in these Special Provisions and listed as items in the bid proposal shall be completed in12000NSECUTIVE CALENDAR DAYS from the date of the beginning of the project. Contractor shall begin project within 15 calendar days after the City executes the contract. Slope grading and erosion control planting on the westerly side of Jamboree Road between Stations 177+50 and 185+50 shall be completed by September 1, 1977. SECTION 5 PAYMENT The prices bid for the various items of work shall, unless otherwise stated, include full compensation for all labor, materials, tools, equipment, and incidentals neces- sary to the completed work. Compensation for work shown on the plans and described in the specifications, but not separately provided for in the bid proposal, shall be included in the prices bid for the various items of work listed in the bid proposal. SECTION 6 CLEARING AND GRUBBING 6 -1 GENERAL 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, except City traffic signs, markers, reflectors, and metal fence posts and braces, 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 Con- tractor shall exercise care in removing only those materials which are unsuitable for use as roadway embankment. -2- 6 -1.1 Areas to be Cleared and Grubbed Areas to be cleared and grubbed shall include all unimproved areas within the right -of -way where plans indicate work to be performed, and shall also include the ground surface of areas to be excavated beyond the right -of -way, and areas where asphalt concrete shoul- ders and pavement are to be removed, and shall also include the disposal site. 6 -1.2 Miscellaneous Signs and Traffic Markers All signs within the right -of -way belonging to private parties will be removed and relocated by others. All traffic signs and markers that interfere with the work in this contract, whether shown on plans or not, shall be removed by Contractor, salvaged, and de- livered to the City Corporation Yard located at 592 Superior Ave- nue, Newport Beach, California. All Contractor's expense in connection with these traffic signs and markers shall be included in the contract lump -sum price bid for clearing and grubbing. No signs shall be removed without obtaining permission from the Engineer. 6 -1.3 Existing Curb and Concrete The removal and disposal of existing concrete curb and existing concrete pavement in traffic islands at the location shown on the plans shall be included as part of clearing and grubbing. 6 -1.4 Payment The contract lump -sum item for clearing and grubbing shall con- stitute full compensation to Contractor for all the above described work. SECTION 7 WATER The Contractor shall make his own provisions for the securing of water necessary to perform his work. No separate payment will be made for water. If the Contractor desires to use available City water, it shall be his responsibility to make arrange- ments for water purchases by contacting the City's utility superintendent, Mr. Jim Frost at (714) 640 -2221. -3- • SECTION 8 SUBGRADE PREPARATION • � r Subgrade preparation shall conform to the provisions in Subsection 301 -1 of the Standard Specifications. Subgrade material to be compacted to a relative com- poction of 95% between Station 177 +00 and 187 +00. No separate payment will be made for subgrade preparation. All Contractor's costs of subgrade preparation shall be considered to be included in the contract unit prices for items of work which require subgrade preparation. SECTION 9 EARTHWORK 9 -1 GENERAL Earthwork shall conform to Section 300 of the Standard Specifications and these Special Provisions. 9 -2 UNCLASSIFIED EXCAVATION It is estimated that 10,300 cubic yards of' soil, existing asphalt concrete, and aggregate base must be excavated to construct the road improvements as shown on typical sections and to produce the lines and grades of Jamboree Road as shown on the plans. Excavation quantities will include all material, regardless of classification, occurring between the existing paved or ground surface, and the grading planes required to con- struct the improvements according to plans or as directed. Included in roadway excavation are the following special items: Removal of old asphalt concrete and aggregate base. Quantity will be measured from the top of pavement to bottom of aggre- gate base times width of structural pavement removed. Excavation for pavement widening. Quantity will be measured from existing ground surface to the grading plane and width of the aggregate base course as shown on plans or as directed. Excavation for the asphaltic concrete ditch at the location shown on plans. Excavation of slope bank along the westerly side of Jamboree Road between Stations 178+00 and 185+50 (Estimated quantity = 3300 C.Y.) -4- Existing asphalt concrete pavement and aggregate base is to be removed as roadway excavation. The asphalt concrete pavement and aggregate base removed as roadway excavation shall become property of the Contractor and shall be disposed of at Con- tractor's expense. 9 -2.1 Disposal Site It is estimated that there will be approximately 400 cubic yards of compacted fill to be placed within the roadway at the locations shown on the plans. The remaining suitable excess material will be placed at the disposal site indicated on the plans. The prepa- ration of the disposal area will conform to Section 300 -4.2 of the Standard Specifications. The suitability of the material to be placed as compacted fill will be determined by the engineer. Payment for placing fill within the roadway and within the dis- posal area, including all appurtenant work, shall be included within the contract unit price for unclassified excavation , and no separate payment will be made. 9 -3 STRUCTURE EXCAVATION Excavation for drainage structures, pipes, or other bid items requiring excavation, will not be paid for as roadway excavation. The Contractor shall include all costs of structure excavation in the unit or lump -sum price bid for the applicable structure. 9 -4 STRUCTURE BACKFILL Backfill at all structures, including trench backfill, shall have a sand equivalent of not less than 30 and shall have a relative compaction of not less than 90 %. No separate payment will be made for structure backfill, All contractor's costs for structure backfill shall be included in the lump -sum or unit price bid for the applicable structure. 9 -5 MEASUREMENT AND PAYMENT Measurement of unclassified excavation for payment will be based on the volume of soil and other materials in cubic yards removed by Contractor to excavate the roadway to grade as determined by cross sections prepared by the Engineer with quantities computed by means of average and areas and distances between these areas. 5.2 • 11 -3 HEADERS Redwood headers required in Subsection 302 -5.4 of the Standard Specifications will not be required in this project. 11 -4 MEASUREMENT AND PAYMENT Asphalt concrete shall be in accordance with Subsection 302 -5.8 of the Standard Specifications. Asphalt concrete within the roadway area shall be measured in tons and payment will be made at the contract unit price. Asphalt concrete pavement in bicycle trail and drainage ditches shall be measured in linear feet and payment will be made at the contract unit price. Payment for all asphalt work shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals and for doing all work involved in constructing asphalt concrete pavement and shall include all costs of furnishing and applying prime coat, tack coat, paint binder, weedkiller and Petromat reinforcing fabric where required by the Standard Specifications and these Special Provisions. Grading and fill costs for the bicycle trail shall be included in the price bid for asphalt concrete (bike trail). SECTION 12 PORTLAND CEMENT CONCRETE 12 -1 GENERAL 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 Cleanness Value; Individual Test Moving Average Test- Method No. Calif. 227 Requirements 70 Min. 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 curb and gutter and drive approaches shall be securely barricaded immediately following placement, and no vehicular traffic shall be allowed thereon for four (4) days. 12 -2 MEASUREMENT AND PAYMENT Payment for constructing P.C.C. curb and gutter shall exclude curb inlet and local depression lengths. SECTION 13 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, acknowledges that he has investigated the risks arising from water and has prepared his bid accordingly. The Contractor shall conduct his opera- tions in such a manner that storm or other waters may proceed uninterrupted along their existing street and drainage courses. Diversion of water for short reaches to protect construction in progress will be permitted if public or private properties are not damaged or, in the opinion of the Engineer, are not subjected to the prob- ability 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 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. SECTION 14 STORM DRAINS AND DRAINAGE STRUCTURES 14 -1 GENERAL Storm Drain Pipe, Curb Inlet, Junction Structure, Collar, Bedding and Backfill: Storm drain pipe and fittings shall be in accordance with Section 207 -2 of the Standard Specifications. The size and class shall be as shown on the plans. Storm drain bedding shall conform to Class "C" bedding per City of Newport Beach Standard 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. 52 14 -2 MEASUREMENT AND PAYMENT - DRAINAGE STRUCTURES The contract lump -sum price for the drainage structures shall include all compen- sation for furnishing all labor and materials to construct all items as shown in details in the plans for the various locations including excavation, backfill, grates, covers, manhole frames and covers, rounded entrances to outlet pipes, and all appurtenances, complete in place. 14 -3 MEASUREMENT AND PAYMENT - DRAINAGE PIPE Payment will be made at the contract unit price per linear foot and shall include all costs of furnishing and installing pipe, trenching, bedding, pipelaying, backfill, the abandonment or removal of existing storm drain pipe and structures, and all appurte- nant work. SECTION 15 PROTECTION OF UNDERGROUND UTILITIES All underground utilities as shown on these plans are plotted from existing records and general observation in the field and are shown for the information of the Con- tractor only. The Contractor shall verify the position and elevation of these utilities and shall protect said utilities during the course of construction. SECTION 16 ADJUST SETTLEMENT MARKER AND PIEZOMETER STATION, CAST IRON FRAME AND COVERS TO GRADE 16 -1 GENERAL The existing cast iron frame and covers of the existing settlement marker and Piezometer stations that are out of the traveled way shall be adjusted to grade. The existing stations that ore within the traveled way will be abandoned. 16 -2 PAYMENT Payment will be made at the contract unit price per each, and payment shall include full compensation for excavation, backfilling, and appurtenant work. 511E SECTION 17 RELOCATE EXISTING 6 -INCH VENT LINES 17 -1 GENERAL The Contractor shall relocate vent lines to waterline vault at Station 175 +85 as per detail shown on sheet 7 of the plans. 17 -2 PAYMENT Payment will be made at the contract lump -sum price for relocating vent lines at locations shown on the plans. Payment shall include full compensation for all costs of excavating, backfilling, and performing any or all work required to complete the relocation of these vent lines to function as designed. SECTION 18 ADJUST EXISTING MANHOLE FRAME AND COVERS TO GRADE 18 -1 GENERAL The Contractor shall adjust the existing manhole frame and covers to grade at the locations shown on plans. Frame and covers to be raised after final surface course of asphaltic concrete has been placed. 18 -2 PAYMENT Payment will be made at the contract unit price per each, and shall include full compensation for excavation, backfill, pavement placement, and appurtenant work. SECTION 19 ADJUST EXISTING WATER VALVE BOXES TO GRADE 19 -1 GENERAL The Contractor shall adjust the existing water valve boxes to grade at the locations shown on the plans. Boxes to be raised after final surface course of asphaltic concrete has been placed. 0 19 -2 PAYMENT Payment will be made at the contract unit price per each, and shall include full compensation for excavation, backfill, pavement placement, and appurtenant work. SECTION 20 EXISTING BLOWOFF RELOCATION 20 -1 GENERAL Relocate existing water blowoff at Station 164 +75 per Detail 4, sheet 7 of the plans. 20 -2 PAYMENT Paymentwill be made at the lump -sum contract price and shall include full compen- sation for excavation, backfill, compaction, pipe, pipe welding, fittings. concrete, and all appurtenant work. SECTION 21 INSTALLATION OF 12 -INCH WATERLINE 21 -1 GENERAL Install 12 -inch, Schedule 30 steel pipe at Station 176 +00, per details and notes shown on the plans. 21 -2 MEASUREMENT AND PAYMENT Payment will be made at the lump -sum contract price, and shall include full compen- sation for excavation, backfill, pipe, pipe flanges, connection to existing pipe, and all appurtenant work. SECTION 22 - SECTION NOT USED ..12- SECTION 23 CONSTRUCTION STAKING All field staking for the control of construction shall be the responsibility of the Contractor. This construction staking shall be under the supervision of a state licensed surveyor or civil engineer. Payment for this item of work shall be included in the unit price for each phase of construction work. Surveying for determining excavation quantities will be performed by the City. Surveying for all bike trails will be done by the City at no expense to the contractor. SECTION 24 MATERIALS REPORT A report entitled "Materials Report for the Proposed Construction of Jamboree Road from Ford Road to MacArthur Boulevard, Length 1.95, AHFP No. 844," dated January 4, 1977, submitted to the Director of Public Works of the City of Newport Beach by Development Division of Orange County Environmental Manage- ment Agency, is on file in the office of the Director of Public Works. Copies may be obtained upon request. SECTION 25 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 County of Orange, Boyle Engineering Corporation, the City of Irvine and the State of California. A standard "Certificate of Insurance for Contract Work for City" form has been adopted by the City. This form is the only certifi- cate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of contract. SECTION 26 PERMITS 26 -1 PERMITS OBTAINED BY CITY The City has obtained the following approvals and permits which are available for inspection at the Public Works Department: 5191: I . Project approval: California Regional Water Quality Control Board — Santa Ana Region (see Section 13 - Flow and Accept- ance of Water). 2. Permit: California Coastal Commission, South Coast Regional Commission. 3. Permit: California Department of Transportation Encroachment Permit. An encroachment permit for the signalization and road improve- ments at Jamboree Road and Bristol, and at Jamboree Road and MacArthur Boulevard, and for the bike trails easterly of Jamboree Road, will have to be obtained prior to com- mencement of work in these areas. The City is in the process of obtaining this permit and will fur- nish a copy to the Contractor prior to the start of work. The Contractor shall be responsible for making himself aware of and conducting his operations in accordance with the requirements of these approvals and permits. All costs involved in complying with these provisions shall be included in the price bid for the various items of work, and no additional compensation will be made therefor. 26 -2 PERMITS TO BE OBTAINED BY CONTRACTOR The Contractor shall obtain the following permits prior to any construction and shall have a valid City business license: 1. Permit to perform excavation or trench work from the Division of Industrial Safety, State of California (see Section XIII, Guarding Underground Construction). 2. Permit to dispose of demolition at any sanitary landfill site in Orange County, from the City Public Works Department at no charge, SECTION 27 ARCHAEOLOGICAL AND PALEONTOLOGICAL SITE The slope that is to be excavated northerly of Station 177 +00 on the westerly side of the roadway is of archaeological and paleontological significance. The Contractor shall allow a qualified archaeologist and paleontologist (to be provided by the City) to have access to the site during excavation and shall allow adequate time to remove items of significance which are found. If a delay of longer than one working day is required, additional expense incurred by the contractor will be determined in accordnnce with Section 6 -6 "Delays and Extensions of Time" of the Standard Specifications. -14- . r SECTION 28 GUARDING UNDERGROUND CONSTRUCTION Trench excavation and backfill shall conform to Subsection 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 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 Contractor shall be paid at the contract lump -sum price. SECTION 29 EROSION CONTROL PLANTING 29 -1 GENERAL Straw stabilization shall be constructed on the 2:1 slope bank on the westerly side of Jamboree Road between Station 178+00 and Station 185 +50. Material and place- ment shall conform to Subsection 308- 3.4.9(a) of the Standard Specifications, except as herein modified. Straw shall be spread at the rate of 2 tons per acre. If stable bedding straw is used, it shall be spread at the rate of 3 tons per acre. It is estimated that there are 0.7 acres of area to be covered by straw stabilization. 29 -2 PAYMENT All costs for furnishing and placing erosion control planting shall be included in the contract unit price for unclassified excavation. SECTION 30 SOUTHERN CALIFORNIA EDISON COMPANY POLE RELOCATION The Southern California Edison Company has certain existing poles, pole line, and pole anchor that will interfere with this contract. The City has made contact with the Edison Company requesting that their facilities be removed from the area of work. It will be the Contractor's responsibility to verify the Edison Company's schedule on their facility relocation. -15- • SECTION 31 TRAFFIC CONTROL 31 -1 GENERAL 0 The Contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard Specifications except as modified herein, and with the stan- dards contained in the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. The Contractor shall submit a written traffic control plan to the Engineer for his approval prior to commencing any work. The plan shall consist of the following: A complete and separate drawing for each stage of con- struction proposed by the Contractor showing the location of all signs, barricades, lights, warning, devices, and temporary parking restrictions. 31 -2 LANE REQUIREMENTS 1. Jamboree Road - (Construction) (N /0 Eastbluff Dr. North) a. Two lanes in each direction at all times. b. Northbound Jamboree left turn lanes at Bristol Street shall be maintained open as follows: 1. Two lanes from 7:00• -9:00 a.m. and 3:00 -6:00 p.m. 2. One lane all other times. 2. Bristol Street a. Two lanes in each direction at all times. b. Eastbound right turn lane to southbound Jamboree shall be maintained open at all times. 3. Overlay - Jamboree Road (Ford Road to Bristol Street) a. Northbound - two lanes after 3:00 p.m. b. Southbound - Two lanes before 9:30 a.m. -16- J 31 -3 PAYMENT i All costs for traffic control shall be included in the contract unit price for asphalt concrete. SECTION 32 BRIDGE CONSTRUCTION The construction work necessary to widen the existing bridge will be underway at the some time as the improvements called foron these plans and specifications are being constructed. The bridge contract will be awarded and be controlled by the Orange County Environmental Management Agency. The Contractor shall coordinate his work with the County of Orange and the bridge contractor, and every attempt to keep construction interference to a minimum shall be made. 5VA SECTION 33 TRAFFIC SIGNAL MODIFICATIONS 33 -1 SCOPE OF WORK The work to be done consists of modifying existing traffic signal and safety lighting facilities, and includes, but is not limited to, the following: At Location A - Jamboree Road at Eastbluff Drive (North) Removing and relocating existing signal poles and indications, providing and installing new field conductors, pedestrian indications, magnetometers, internally illuminated street name signs, and providing and installing new traffic signal controller, spare controller, cabinet, and signal and lighting service on the existing controller cabinet foundation. At Location B - Jamboree Road at Bristol Street Providing and installing new inductive loops, inter- connect conduit and pullboxes between Location A and Location B, and providing and installing new traffic signal controller, cabinet, and signal and lighting service on existing controller cabinet foundation. If there is a conflict in methods of measurement between the City's Standard Specifications and the California Standard Specifications, the City's Standard Specifications shall take precedence. cjc: . , W1 The Contractor shall guarantee for a period of one year, after acceptance of the work by the City Council, all materials and workmanship against any defects whatsoever. Any such defects shall be repaired at the Contractor's expense. sm 33 -3 SHOP DRAWING 33 -3.1 General The Contractor shall furnish to the Engineer such working drawings, data on materials and equipment, and samples as are required for the proper control of the work including, but not limited to, those working drawings, data, and samples specifically required elsewhere in the specifi- cations and in the drawings. All working drawings, data, and samples shall be subject to review by the Engineer for conformity with the drawings and specifications. 33 -3.2 Shop Drawings and Data Defined Working drawings include without limitation, shop detail drawings, fabrication drawings, falsework and formwork drawings, pipe layouts, steel reinforcement, and similar classes of drawings. They shall contain all required details and information in reasonable scale. Data on materials and equipment include, without limitation, materials and equipment lists, catalog data sheets, cuts, performance curves, diagrams, and similar descriptive lists. Materials and equipment lists shall give, for each item thereon, the name and location of the supplier or manufacturer, trade name, catalog reference, size, finish, and all other pertinent data. 33 -3.3 Review and Revision The Contractor shall furnish to the Engineer for review three prints of each shop drawing. The Contractor shall properly check and correct all working drawings and data before their submission, whether they are prepared within his own organization or by a subcontractor or supplier. The shop drawings shall be submitted at least 30 calendar days before drawings will be required for commenc- ing the work. Within ten days of receipt of said prints, the Engineer will return one print of each drawing to the Contractor with his comments noted thereon. -19- If the drawing is returned to the Contractor marked "NO EXCEPTIONS TAKEN," a revision of said drawing will not be required, and the Contractor shall immediately submit four additional copies to the Engineer. If the drawing is returned to the Contractor marked "MAKE CORRECTIONS NOTED," formal revision of said drawing Will not be required, and the Contractor shall immediately submit five corrected copies to the Engineer. If the drawing is returned to the Contractor marked "AMEND AND RESUBMIT," the Contractor shall revise said drawing and shall resubmit six copies of said revised drawing to the Engineer. If the drawing is returned to the Contractor marked "REJECTED - RESUBMIT," the Contractor shall revise said drawing and shall resubmit three copies of said revised drawing to the Engineer, as in the case of an original submittal. Fabrication of an item shall not be commenced before the Engineer has reviewed the pertinent shop drawings and returned copies to the Contractor without rejection. Revision indicated on shop drawings shall be considered as changes necessary to meet the requirements of the contract plans and specifications and shall not be taken as the basis of claims for extra work. The Contractor shall have no claims for damages or extensions of time due to any delay resulting from making required revisions to shop drawings. The review of said drawings by the Engineer shall apply to general design only and shall in no way relieve the Contractor of responsibility for errors or omissions contained therein nor shall such review operate to waive or modify any provisions or requirements contained in these contract specifications or on the contract drawings. 33 -4 TRAFFIC SIGNAL AND SAFETY LIGHTING FACILITIES 33 -4.1 General The Contractor shall furnish all tools, equipment, materials, supplies, and manufactured articles and shall perform all operations necessary to modify existing and construct additional traffic signal and street lighting facilities as shown on the plans and as specified herein. 33 -4.2 Reference Specifications and Standard Plans Standard Specifications - Except as modified herein, materials and installation shall conform to the California Standard Specifications, January 1975. -20- All references in this section to "Standard Specifi- cations" shall be understood to be referenced to the California Standard Specifications, January 1975. Standard Plans - Except as modified herein, all references in this section to "Standard Plans" shall be understood to be referenced to the California Standard Plans, January 1975. Codes, Ordinances, and Regulations - All electrical materials and equipment furnished and installed under this section shall conform to the referenced regulations and codes specified in Section 86 -1.02 of the Standard Specifications, and to all other ordinances and regulations of the authorities having jurisdiction. Whenever reference is made to the Code, Safety Orders, General Orders or Standards, the reference shall be construed to mean the.Codes, Orders, or Standards 'that are in effect on the date set for receipt of bids. 33 -4.3 Salvaging Electrical Equipment Salvaging and stockpiling electrical equipment shall conform to the provisions in Section 86 -7, " Salvaging and Reinstalling or Stockpiling Electrical Equipment, of the Standard Specifications and these Special Provisions. All salvaged materials shall be delivered to the City of Newport Beach Corporation Yard, 592 Superior Ave., Newport Beach 33 -4.4 Equipment Testing The third paragraph in Section 86 -3.01, "Controllers," of the Standard Specifications is amended to read: Controller units, auxiliary equipment, and cabinet, fully wired, including wiring diagrams and manuals, shall be delivered to the testing facility designated by the City. The fifth paragraph in Section 86 -3.01, "Controllers," of the Standard Specifications is amended to read: The Contractor shall allow 21 days for City testing from the time the cabinet is delivered to the testin facilit desi Hated b the City until notifi- cation Ago? e fina resu ti. 33 -4.5 Traffic Signal Field Tests Field tests shall conform to the provisions in Section 86 -2.14, "Testing," of the Standard Specifications -21- and these Special Provisions. Turn -on of the new traffic signal system shall not be on, nor shall the ten (10) day functional test start on, a Friday, Saturday, Sunday, holiday or on any day preceding a holiday. The Traffic Engineer shall be notified at least 48 hours prior to the intended "turn -on ". Prior to turn -on, all equipment as shown on the plans shall be installed and operable. All louvers, hoods, and signal heads shall be directed to provide maximum visibility. Initial turn -on shall take place only during the hours between 9:00 a.m, and 2:00 p.m. A knowledgeable representative for the manufacturer or distributor of the traffic signal controller equipment shall be required to pe present for the initial portion, first day, of the functional test and upon completion of the field installation. The Contractor shall arrange to have a signal technician, qualified to work on the controller and employed by the controller manufacturer or his representative, present at the time the equipment is turned on. 33 -4.6 As -Built Print The Contractor is required to submit to the Engineer "As- Built" prints prior to the City accepting the installations. The prints shall indicate in red all deviations from the contract plans, such as: locations of poles, pull boxes and runs, depths of conduit, number of conductors, and other appurtenant work, for future reference. 33 -4.7 Description Furnishing and modifying traffic signals, lighting, and sign illumination systems and payment therefor shall conform to the provisions in Section 86, "Signals and Lighting," of the Standard Specifications and these Special Provisions. 33 -4.8 Equipment List and Drawings Equipment list and drawings of electrical equipment and material shall conform to the provisions in Section 86 -1.03, "Equipment List and Drawings," of the Standard Specifications and these Special Provisions. -22- • • The controller cabinet schematic wiring diagram and intersection sketch shall be combined into one drawing and shall be supplied on 24" x 36" size sheets and shall be drawn in sufficiently large scale to be clearly readable by field technicians. Partial schematic diagrams of the basic cabinet wiring on 8 -1/2" x 11" sheets will not be accpetable. The Contractor shall furnish a maintenance manual for all controller units, auxiliary equipment, and vehicle detector sensor units, control units, and amplifiers. The maintenance manual and operation manual may be combined into one manual. The maintenance manual or combined maintenance and operation manual shall be submitted at the time the controllers are delivered for testing or, if ordered by the Engineer, previous to purchase. The maintenance manual shall include, but need not be limited to, the following items: a) Specifications b) Design characteristics c) General operation theory d) Function of all controls e) Detailed circuit analysis f) Trouble shooting procedure (diagnostic routine) g) Voltage charts with wave forms h) Block circuit diagram 0 Geographical layout of components J) Schematic diagrams k) List of replaceable component parts with stock numbers 33 -4.9 Maintaining Existing and Temporary Electrical Systems Maintaining existing and temporary electrical systems shall conform to the provisions in Section 86 -1.05, "Maintaining Existing and Temporary Electrical Systems," of the Standard Specifications and these special provisions. Cost for maintaining existing and temporary electrical systems shall be included in the lump sum bid. No "extra work" will be allowed. Traffic signal system shutdowns shall be limited to periods between the hours of 9:00 a.m. and 3:30 p.m. All signal indications, detectors and control equipment, shall be maintained in operation except during shutdown hours as specified above. 33 -4.10 Conduit Conduit shall conform to the provisions in Section 86 -2.05, "Conduit," of the Standard Specifications and these Special -23- Provisions. Non - metallic type conduit shall not be used. Insulated bonding bushings will be required. j After conductors have been installed, the ends of conduits terminating in pull boxes and controller cabinets shall be sealed with an approved type of sealing compound. j 33 -4.11 Pull Boxes I Pull boxes shall conform to the provisions in Section 86 -2.06, "Pull Boxes," of the Standard Specifications and these Special Provisions. Plastic pull boxes shall not be used. 33 -4.12 Conductors and Wiring Conductors and wiring shall conform to the provisions in Section 86 -2.08, "Conductors," and Section 86 -2.09, "Wiring," of the Standard Specifications and these Special Provisions. Splices shall be insulated by "Method B." 33 -4.13 Bonding and Grounding Bonding and grounding shall conform to the provisions in Section 86 -2.10, "Bonding and Grounding," of the Standard Specifications and these Special Provisions. Grounding jumper shall tie attached by a 3/16 inch or larger brass bolt in the standard or pedestal and shall be run to the conduit, ground rod or bonding wire in adjacent pull box. 33 -4.14 Pedestrian Signals Pedestrian signals shall conform to the provisions in Section 86 -4.05, "Pedestrian Signal Faces," of the Standard Specifications and these Special Provisions. Pedestrian signals shall be Type D. I The hood described in Section 86- 4.05C, "Visors," of the Standard Specifications shall be provided. -24- • � 9 33 -4.15 Pedestrian Push Buttons Pedestrian push buttons shall conform to the provisions in Section 86 -5.02, "Pedestrian Push Buttons," of the Standard Specifications and these Special Provisions. New pedestrian push buttons and signs shall be of the type and size as those currently in use at the job site. 33 -4.16 Service Service shall conform to the provisions in Section 86 -2.11, "Service," of the Standard Specifications and these Special Provisions. Install modified Type II service in accordance with City of Newport Beach Standard Drawing No. STD - 910 -L. Circuit breakers shall be rated 25 percent higher than the expected load. 33 -4.17 Detectors Detectors shall conform to the provisions in Section 86 -5, "Detectors," of the Standard Specifications and these Special Provisions. Loop detector sensor unit shall be Type B and shall be a Canoga Controls Corporation proximeter 404 or approved equal. Output relays shall be used and shall be normally closed Loop detector lead -in cable shall be Type A or B. Magnetometer detector sensor unit shall be provided with a time delay feature which shall extend the vehicle call for an adjustable period of time and shall be a Canoga Controls Corporation Proximeter 202 or approved equal. Separate control units need not be provided for each approach. The Contractor shall test the detectors with a motor driven cycle, as defined in the California Vehicle Code, that is licensed for street use by the Department of Motor Vehicles of the State of California. The unladen weight of the vehicle shall not exceed 220 pounds and the engine displacement shall not exceed 100 cubic centimeters. Special features, components or vehicles designed to activate the detector will not be permitted. The Contractor shall provide an operator who shall drive the motor driven cycle through the response or detection area of the detector at not less than three miles per hour nor more than seven miles per hour. The detector shall provide an indication in response to this test. Q -25- 33 -4.18 Internally\Illuminated Street Name Signs r Internally illuminated street name signs shall conform to the requirements of the specifications, the plans, and the Standard Drawings hereinafter. Illuminated street name signs to be provided on this contract shall be constructed with quality and design features equivalent to NUART or Safeway Sign Company, and shall be installed in accordance with City of Newport Beach Standard Drawing No. STD -911 -L included herein. The Contractor shall furnish to the City shop drawings and specifications of the selected suppliers sign. City approval must be obtained prior to purchasing. The following information shall be included in the drawings and specifications: e f Internal maintenance method Housing and mountings Lamps and lampholders Terminal blocks Ballasts Conductors Face panel Fuses Photocell Internally illuminated street name sign color shall conform to the Federal specifications for green background with white letters. 33 -4.19 Emergency Replacement Pre -Timed Controllers A separate harness shall be provided in the solid -state traffic signal controller cabinets for use with a 21 signal- circuit, 12 interval pre -timed controller conforming to the provisions in Section 86 -3, "Controllers ", of the Standard Specifications and these Special Provisions. The harness shall be of a type acceptable to the City and the signal output circuit conductors contained therein shall be connected to a separate terminal strip and then shall be connected to the load side of the solid -state load switches. Instructions on transfer of control from the solid -state controller to the pre -timed controller shall be mounted in the cabinet in plain view. The pre -timed controllers shall not be provided. -26- s s 9 33 -4.20 Solid -State Traffic,,Actuated Controllers and Cabinets Solid -State traffic actuated controller units and cabinets shall conform to the provisions in Section 86 -3, "Controller," of the Standard Specifications and these special provisions. The depth of the solid -state flasher shall not exceed 8.0 inches from the panel surface holding the mating connector, including any handle or gripping device. The flasher shall be no more than 1.90 inches in width and no more than 4.2 inches high. The flasher shall be so constructed that no part of it will extend more than 1.00 inch to the right or left of the centerline of the connector pin configuration as viewed from the front. No other equipment within the controller cabinet shall use a socket which will accept a flasher or a flash transfer relay. Flashing operation shall provide flashing red lights on all approaches. During flasing operation, pedestrian signals shall be turned off. Solid -state switching devices shall conform to the pro- visions in Section 86- 3.08D, "Solid -State Switching Devices," of the Standard Specifications and the following; Zero voltage turn -on is not required during the first half -cycle of line voltage during which the input signal is applied. A reed relay, rated for at least 10 million operations, may be used in the input portion of the switching device. The "On -Off" switch for the cabinet lighting fixture shall be the door - actuated type. The convenience receptacle shall have ground -fault circuit interruption as defined by the Code. The loop detector lead -in, from the field terminals in the cabinet to the sensor unit, shall conform to option (B). All coordination features such as; hold, force off, etc., shall be provided external to the controller on a terminal strip in the cabinet for future coordinated operation. At Location A, an additional controller shall be provided as a spare. This controller shall be a standard 8 phase Type 90 and shall be interchangeable with the controllers at both Locations A and B. -27- SECTION 34 AWARD OF CONTRACT The contract will be awarded based on the lowest acceptable price bid for bid items 1 thru 41: The City reserves the right to delete either one or both of bid items 40 (MacArthur Bike Trail) and bid item 41 (San Diego Creek Bike Trail). SECTION 35 MacARTHUR BIKE TRAIL 35 -1 GENERAL This item is for the construction of an 11-foot-wide asphalt- over - aggregate base bike trail following the general horizontal and vertical alignment shown on plan sheets 15, 16 and 17. The work includes grading and excava- tion necessary to construct a pavement section of 2" asphalt concrete on 4" aggregate base with the finished surface at the grade, with the adjoining ground as shown in the typical section. The contractor will also furnish and install the signs and traffic post shown on the plans. Asphalt concrete and aggregate base: shall be furnished and placed in accor- dance with the provisions of Sections 10 and 11 of these Special Provisions. The signs with metal posts shall be furnished and installed in accordance with the provisions of Section 82 "Markers" of the State Standard Specifi- cations. All signs shall be aluminum and of Safeway Sign Co. or Western Highway Products, Inc., manufacture: or approved equal. The City will provide all necessary surveying for the bike trail. 35 -2 MEASUREMENT AND PAYMENT The construction of the MacArthur Bike Trail will be measured and paid for by the linear foot. The unit price bid per linear foot shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals for doing all work involved in constructing the MacArthur Bike Trail and shall include grading, excavation, fill, surface preparation, aggregate base, prime coat, asphalt concrete, signs and posts, traffic post, and finish grading. SECTION 36 SAN DIEGO CREEK BIKE TRAIL 36 -1 GENERAL This item is for the construction of a 10- foot -wide asphalt concrete bike trail on the southern levee of San Diego Creek from the boundary between the cities of Newport Beach and Irvine easterly to California Avenue. The work includes grading and excavation necessary to construct a 3" thick asphalt concrete trail placed on natural ground that has been treated with an approved weed killer. The finished surface. shall be at the same grade as the shoulder area as shown on the typical section. The contractor will also furnish and install the signs shown on the plans. ago :1 • M s i 0 Asphalt concrete shall be furnished and placed in accordance with the pro- visions of Section 11 of these special provisions. The City will provide all necessary surveying for the bike trail. Signs and posts shall be furnished and installed as specified in Section 35 -1 of these special provisions. 36 -2 AND PAYMENT The construction of the San Diego Creek Bike Trail will be measured and paid for by the linear foot. The unit price bid per linear foot shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals for doing all work involved in constructing the San Diego Creek Bike Trail (city boundary to California Avenue) and shall include grading, surface preparation, weed killer, asphalt concrete, signs and posts, and finish grading. -29- CORROON & BLACK /MILLER & AMES 3600 Wilshire Blvd., Los Angeles, California 90010 (213) 386 -2360 City of Newport Beach c/o City Clerk 3300 West Newport Boulevard Newport Beach, California 92663 Gentlemen: 7S2-- (LJ r ��HSn� Ro'w,nzWag July 11, 1977 Re: Griffith Company Enclosed are Certificates of Insurance in connection with the above Insured, as follows: /4 copies. Umbrella Liability Policy No. M 837046 MPW:lek Enclosure: If you have any questions, please give us a call. Yours very truly CORR60� & BLACK /MILLER & AMES M. tfc2a Ward (� v/ cc: Griffith Company Insurance Brokers Sorely Bonds CERTIFICATE • 4_, O, F 'INSURANCE 2I1BERTY MUTUAL This is to Certify that Griffith Co., et al Nome and 3650 Cherry Ave. t-E address of P. 0. Box 980 Insured. L Long Beach, CA 90801 J is, at the data of this certificate, insured by the Company for the roes of insurance and in accordance with the limits of liability, exclusion 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 NOT CANCEL OR REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES PRIOR T030 DAYS AFTER NOTICE OF SUCH CANCELLATION OR REDUCTION HAS BEEN MAILED TO r 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__._ _ L DATED OFFICL ibis certificate is execvtsa br LIBERTY MUTUAL INSURANCE C04WMY be raPatls Ruch breraece pis a0eNer bt Tam Cess"".It is osaaMM1jLR1Blf MWTUAL FIRE INSURANO .. _... .._:.w ..gym ..... .. 5.i :+ .w. .: .._ ., ....�_ EXPIRATION TYPE OF POLICY DATE POLICY NUMBER LIMITS OF LIABILITY ' COVERAGE AFFORDED UNDER W.C. LNMIT OF LIABILITY COV. B LAW OF FOLLOWING STATE(S): WORKERS' 7_1_78 WC2_ 62_018986 -017 California $500,000 COMPENSATION (INDCATS LAST TINT IACH mt1) ❑ COMPREHENSIVE BODILY INJURY PROPERTY DAMAGE FORM ❑ SCHEDULE FORM EACH $ OCCURRENCE EACH $ OCCURRENCE y ©PRODUCTS COW PLETED OPERATIONS $ AGGREGATE $ AGGREGATE H INDEPENDENT CON- ❑TORSPRO�ECTVEA` 7 -1 -78 LG1- 1 62 - 01 89 86 -02 7 W W $500,000 COMBINED INGLE LIMIT WeD Q ® CONTRACTUAL LIABILITY - El El ACH $250,000 PERSON O J OWNED $ 500,000 EACH $250,000 EACH � m a Q ® NON -OWNED 7 -1 -78 AEI -162- 018986 -037 ACCIDENT ACCIDENT HIRED OCCURRENCE OCCURRENCE lY W S r O LOCATION(S) OF OPERATIONS R JOB # (If Applicable) DESCRIPTION OF OPERATIONS: Contract #1752 NOTICE OF CANCELLATION: (NOT APPLICABLE UNLESS A NUMBER OF DAYS IS ENTERED BELOW). BEFORE THE STATED EXPIRATION DATE THE COMPANY WILL NOT CANCEL OR REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES PRIOR T030 DAYS AFTER NOTICE OF SUCH CANCELLATION OR REDUCTION HAS BEEN MAILED TO r 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__._ _ L DATED OFFICL ibis certificate is execvtsa br LIBERTY MUTUAL INSURANCE C04WMY be raPatls Ruch breraece pis a0eNer bt Tam Cess"".It is osaaMM1jLR1Blf MWTUAL FIRE INSURANO .. _... .._:.w ..gym ..... .. 5.i :+ .w. .: .._ ., ....�_ � 1 ✓ 1 " CITY OF NEWPORT BEACH y . 1 CERTIFICATE OF .INSURANCE FOR CONTRACT WORK CONTRACT NO. 1752 i This is to certify that the Company named below has issued.to the Named insured the policy of comprehensive liability identified herein, hereinafter referred to as "Policy ", and-/#cacittrsed said Policy as P follows to assure compliance by the Named Insured with the insurance require- r ments of the Contract executed by the Named Insured and the City of Newport Beach, (hereinafter, "City "). ; M 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. E 2. Neither the Policy nor this Endorsement shall be cancelled or +` l 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 W. Newport,Boulevard, Newport Beach, California 92663. 3. The City of Newport Beach, County of Orange, City of Irvine, State of California, and Boyle Engineering Corporation, their officers and ; employees are hereby declared to be additional named insureds in the policy i described insofar as they may be held liable for injuries, death or damage a to property arising out of or in connection with the contract executed by j the named insured and the City. Alt is further agreed that this policy shall i be primary and non - contributing with any other insurance available to the additional named insureds, and includes a severability of interest clause. 4. Contractual liability coverage applicable to the contract referred to above, including the obligation to defend the additional named insureds is included. r 5. Exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu11 hazards) are deleted, where applicable. ,. 6. The policy provides coverage for, but is not limited to: Owned, Non -Owned and Hired Automobile; Products Liability - Completed Opera- f tio;,», 7;emises- Operations; Contractors Protective Liability; Marine or Aviation, (when applicable); and Property Damage. a -This Endorsement is effective 7 -8 -77 when signed by an Authorized i Representative of , ^. -U" Ins a ance al ompany and when issued to City shall be valid and form part of Policy NoLGI -162- 018986 -027 insuring Griffith Company `(Name nsured expiring 7 -1_78 �J NAME OF AGENT OR BROKER( ADDRESS - AGENT /BROKER P 0 Box 216n, lnna Roarh fly 90802 SAYRE & TOS*, Inc. VERIFICATION OF INSURANCE F_ CITY OF NEWPORT BEACH TO: c/o CITY CLERK 3300 WEST NEWPORT BOULEVARD L NEWPORT BEACH, CALIFORNIA 92663 J A'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 Inn % is insured with MISSION INSURANCE COMPANY Name of Assured: GRIFFITH COMPANY Address of Assured: POST OFFICE BOX 980, LONG BEACH, CALIFORNIA 90801 Location of Risk: JOB: JAMBOREE ROAD IMPROVEMENT BETWEEN FORD ROAD AND MACARTHUR BOULEVARD (AHFP NO. 844 - C -1752) 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 AGREED THAT THE CITY OF NEWPORT BEACH, COUNTY OF ORANGE, CITY OF IRVINE STATE OF CALIFORNIA, AND BOYLE ENGINEERING CORPORATION, THEIR OFFICERS & EMPLOYEES ARE HERE- BY NAMED AS ADDITIONAL INSUREDS BUT ONLY WITH RESPECT TO THE JOB SHOWN ON THIS CERTIFICATE. IT IS FURTHER UNDERSTOOD & AGREED THAT THE INSURANCE AFFORDED HEREUNDER TO THE ABOVE ADDI- TIONAL 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 AFFO T� UU��g gLCB , L-OSS UNTIL & UNLESS THE APPROPRIATE LIMIT OF LIABILITY Txh9 �X9@ )p)N)?liJ@k)O(9(9(9E9lI9 XIIPX ) ,*X*U.X The issuance of this document does not d(U)F1i6( ) iiR�i0EV an P)PR!FRX R R modify in any manner the contrect of insurance etween a sure an n erwnters. Any amen in c ange or extension of such contract can only be effected by specific endorsement attached thereto. For particulars concerning the limitations, conditions and terms of the coverage you are referred to the original Policy or Policies in the oossession of the Assured. IN THE EVENT OF CANCELLATION, REDUCTION IN LIMITS, OR COVERAGE, THE INSURING COMPANY WILL MAIL THIRTY (30) AYS Sp E 8, T OS O, INC. WRITTEN NOTICE THEREOF TO THE CERTIFICATE HOLDER BY GISTERED MAIL. Dated at LOS ANGELES, CA. July 11 19 77 By S &T 524 -D (rev. 10/74. Replaces all editions of S &T 524) 0 • RESOLUTION NO. 9 I2 La A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO THE GRIFFITH COMPANY IN CONNECTION WITH THE WIDENING OF JAMBOREE ROAD AND JAMBOREE ROAD PAVEMENT OVERLAY FROM FORD ROAD TO EASTBLUFF DRIVE (NORTH), CONTRACT NO. 1752 WHEREAS, pursuant to the notice inviting bids for work in connection with the widening of Jamboree Road and Jamboree Road Pavement Overlay from Ford Road to Eastbluff Drive (north), in accordance with the plans and specifications heretofore adopted, bids were received on the 15th day of June, 1977, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefore is the GRIFFITH COMPANY; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of the Griffith Company for the work in the amount of $387,078.84 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 27th day of June Mayor ATTEST: City Clerk 1977. DDO /bc 6/22/77 0 Oil �N �t-pm N t17 p C3 4 �o i -0 47 •w Z N cz �oz F- v w W O tj u s l OI Z Cc� � s a 8� �a 1 F \ J F 2 � j \� O Oo Zg00ofQp91�Si9�8�ofo`BISf$, 101$IPIo(p41 Q h 8* N Qi Y�i S Q N� 3 6 _0�n U 0 vOi.RNO O nNN 4 N N r i 4l � � gO �{ Q { M h h Ni- lr h �vOO`N ain'4n m� M� 4 �v a Ni X i o''I N X11 N Q A r a e Y a CZ 1 �t Q _ M m�i .� " pj 11 QN 11 [1 S .y �Q s. V iL C� o . ~' 'r J 4. z o'� 3 2, -' ' � zt � � -' p h „ Q� M - s��a °�a4 � mW.r� �„ p oOti N N •, N t�l J, �; _ ° tv " is W O tj u s l - F- -om o � m l a � V • W 2 fA V L W Q W J Z ~ O 2 F U W F N ` � I 7 x �r I � N R o � m l a � V • W 2 fA V L W Q W J Z ~ O 2 F U W m J 4 4 r tJ u x n I ` I aih�imn �unumn�nY�mm m�uuui i� u� ins i�I�IAIIYI I�IIfl1 ���l�IIlIII�pIII�NIIII� ���innnmimmminm I�N�II�YUllllllllllll l� "Nib �4�a�eseae m m J 4 4 r tJ u x n I ` I Approved by the City Council this 23 day of May 1977 As eorge, City Clerk CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CITY CONTRACT NO. 1752 9 CONTRACT DOCUMENTS FOR JAMBOREE ROAD IMPROVEMENT BETWEEN FORD ROAD AND MAC ARTHUR BOULEVARD AHFP PROJECT NO. 844 SUBMITTED BY: GRIFFITH COMPANY ontractor P. 0. Box B -T Address Irvine, California 92716 City Zip (714) 549 -2291 Phone Total Bid Price l Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, New ppor77Beach, California, until 2:00 P.M. NX. on the 15 day of June 19_, at which time they wTTib oopened and read for performing work as foll ows: JAMBOREE ROAD IMPROVEMENT BETWEEN FORD ROAD AND MAC ARTHUR BOULEVARD AHFP PROJECT NO. 844 CONTRACT NO. 1752 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required an t e or_ op rate Seal shall be affixed to a ocuments requiring signatures. In the case of a Partnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. 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.) Page la The City has adopted the Standard Specifications for Public Works Construction (1976 Edition) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland 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. Revised 12 -14 -76 ! 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 Classification A— SB— I�SC -12 Accompanying this proposal is 10% Bidder's Bond Cas Certi ie C ec , Cas ier s Check or Bon 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 June 15, 1977 Date GRIFFITH COMPANY Bid er s Name (SEAL) Authorized ignature DONALD L. T. MG V VICE PRES -DISIST. R. A t orized 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- partnership: GRIFFITH COMPANY OFFICERS George P. Griffith President J. E. Tiger Vice President R. D. Lytle Vice Preeident /Sec- Treasurer /Chle£ F.inan vial Officer J. A. Hearn Vice President /Dist. Mgr. Jack Inge1 Vice President /Dist. Mgr. D. L. McGrew Vice President /Dist. Mgr. D. R. Dewhu rst Assistant Dist. Mgr. R. 11. McMaster Assistant Dist. Mgr. J. D. Waltz' A.ei9tant Dist. Mgr. J. E. Snider Assistant Secretary 314 Robinhood Lane costa Mesa 92627 2360 Mountain Avenue Corona 91720 1830 Ocean Blvd. Long Bcach 90801 145 21st. Street Del Mar 92014 800 se snort Bakersfield 93309 204 Avenida Monterey San Clemente 92672 3425 Seacrest Drive Carlsbad 92008 18429 Studebaker Rd. Cerritos 90701 284 Buckeell Head Costa Mesa 92627 395. 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 2. /i /`L''Gr 1-,2ht5 3. 4. �i�ysc_/2,�>i� hrcaUS7lvFS S/3n- 71//fvid 5. 6. 7. 8. 9. 10. 11. 12. GRIFFITH COMPANY Bidder's Name DONALD L. Mc. MGR. VICE PRES-,DIST. R. Authorized Signature Corporation Type of Organization (Individual, Co- partnership or Corp.) P. O. Box B -T Irvine, California 92716 Address Ll 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 VICE PR L. isT. McGREW mo v � GLIr Y6>;E PRES -UIST. M41t. Subscribed and sworn to before me this 15 day of June , 19 77 . My commission expires: Notary Pu lic OFFICIAL SEAL LORRAINE DAVIS °`m'',YeP,_s* NOTARY PUBLIC - CALIFORNIA ORANGE COUNTY My Commission Expires June 15,1911 STATEMENT OF FINANCIAL RESPONSIBILITY • Page 6 The 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. Statement of file with the City Clerk. GRIFFITH COMPANY ./ / /�I DONALD L McGREW � VICE PRES-DIST. MGR. Signed • 1 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 H. G. Osborn (714) 834 -2300 management Agency Director Marguerite Parkway from tv /Avery eAwy LU 11L�lll lolV JJ1. Mission Viejo (560,000.00) 1977 City of Santa Ana John J. Prendergast (714) 834 -4939 even een reet from Olive to Ross Construction Engineer ($143,800.00) 1976 City of Orange Warren W. Repke (714) 532 -0444 Ulassell St trom Fletcher Ave to Santa Ana River Asst city ($170,000.00) 1977 State of California K. E. McKean (213) 620 -3920 Dept or Transportation Chiet construction State College Blvd Overpass Branch Route Contract No. 07- 184524 ($3,325,000.00) 1976 City of Anaheim James P. Maddox (714) 533 -5361 LNL n Ave Sunkist City Engineer ($25,800.00) GRIFFITH COMPANY DONALD L McGREW A g� VICE PRES-DIST. MGR. 51 gned PR l of 9 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD IMPROVEMENT BETWEEN FORD ROAD AND MAC ARTHUR BOULEVARD CITY CONTRACT NO. 1752 AHFP PROJECT NO. 844 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport: Beach, California 92663 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 corn- plete Contract No. 1752 (AHFP Project No. 844) in accordance with the Plans and Specifications, and will take in'full payment therefor the following unit prices for the work, complete in place, to wit: IT T T I D I' NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Clearing and grubbing Sum l��Y�t6AY% Dollars and Cents Per lump sum 2. Unclassified excavation C. Y. @ %ti o Dollars and Cents Per cu is yarn 3. 10,560 Imported aggregate base, Tons complete in place @° F"U6 4o Dollars and _ /P�c C-&-, 'F Cents _ er ton GRIFFITH COMPANY, $cad `$�P�— $ 3 s. 0 0 PR 2 of 9 ITli LVl 14 UAN'1'1'1'Y 1'1'I'11V1 IJ NOt: it L V-1-K HN U1V1'J.' 1,L) Y11. NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PR1C1S PR1C110 4. 1,914 Asphalt concrete base course, Tons including prime coat, tack coat, and paint binder, complete in place @ SSG 6iti/r66et/ Dollars / and /1% y Sic Cents 1ser�on 5. 5,625 Asphalt concrete surface course, Tons including prime coat, tack coat, and paint binder, complete in place @ 5/ x Dollars and els,2iy %trJt� Cents $ 0 9Z — /(,— $9L 362 6. 4,100 Asphalt concrete.(bike trail) includ- L. F. nw, We?d killer., grading and ill, can - plete in place s not include bike trails shown an Plan Sheets 15 thru 19) @ �CJ fi Dollars and 2aJ A° 25�6 YT Cents $ a $ 71�& ov r linear toot 7. 1950 Asphalt concrete (drainage ditch), L. F. per Detail 3, Sheet 7, and Section A, Sheet 7 @ Dollars and S /.elj S /�c Cents $ / 6 6 . $ 3�7 GU Fe r linear l 8. 5,545 Concrete curb and gutter, L. F. 8 -inch curb face, Type "A" Dollars and Cents $ $ P-er linear toot 9. 1,960 Concrete curb only, 6 -inch L. F. curb face, Type "B" @ / h r 1!2 if Dollars 1 and 7 2eJ �t6s�Tf sf- GCn/Cents $_ $ %$�S �e�inear �ooi -- SU4 GRIFFIR - OOMPANI� t &$. 0 ! PR3of9 I I NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 560 Asphalt concrete curb, L. F. 6-inch curb face, Type "E" Dollars and Cents $ 2 - $ A� 3z - Per linear foot 11. 1.800 Concrete sidewalk, 4 inches S. F. thick, including curb access ramp @ diL'f Dollars ✓ and cwt �/2 Cents $ /lay o� $ / 1>Z Per square foot 12. 360 Concrete drive approach, S. F. 6 -inch concrete Dollars and 1� Cents $ $56-7✓ gerr squarefoot 13. 7 Adjust settlement markers and Each piezometer cast -iron frame and cover to grade Dollars and Cents $ SS $�� Per each 14. 5 Adjust manhole frame and cover Each to grade Dollars and Cents $ ?S` $ 7J oFi Per each 15. Lump Relocate existing 6 -inch- Sum diameter vent pipes per detail on Sheet 7 of the plans Dollars and / Cents $ ZS i`G $ Per lump sum GRIFFITH COMPANY �9�z 4 0 • PR4of9 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16. 2 Adjust water valve boxes to grade Each F /Fry ?"u(C) @ 44 ollars _ and 5 Ph Cents er eac 17. Lump Install 12 -inch, schedule 30 Sum steel pipe, Station 176+00 5/Y- @ Dollars and _ i Cents $ $ 63s Per lump sum 18. Lump Relocate existing blowoff per Sum Detail 4, Sheet 7 @ 2 C eG X47 �,y/'2Ai Dollars and Cents $A610) $ �cio", Per ump sum 19. 1 Concrete catch basin, Each Standard 306 -L, L=7.01. H=3.1'. Type OL at Standard 164 +80, complete in place Dollars and Cents $ lo'P5 —� $ Ip�FS ec Per each 20. 1 Concrete catch basin, Stan- Each dard 306 -L, L =3. 51, H =3.0', Type OS at Station 164 +80, complete in place eg E_ fi�ii uO eE� Dollars and ✓ C Cents $ Per each 21. 1 Concrete catch basin, Stan - Each dard 306 -L, L =3.51, H= 3.281, Type OS at Station 168 +60, complete in place Dollars and Cents $ �9 $ 7iS-co Per each 0 0 PR 5 of 9 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAr- NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 22. 1 Concrete catch basin, Stan- Each dard 306 -L, L =3. 5 ', H =3. 51. Type OS at Station 172 +51.11, complete in place @ �� ���` �� ✓E Dollars and Cents Per each 23. 1 Concrete catch basin, Stan - Each dard 306 -L, L =7.0', H =3. 51, Type OL at Standard 176 +87, complete in place @rye /ivy Dollars 6�f and Cents Per each 24. 1 Concrete catch basin, Stan - Each dard 306 -L (Modified including handrail) L =4. 0', H=4.22' , at Station 185+82, complete in place �Jai� T,ydds9n//� $7�s cC� $ 7�73_0 0__� @ %�uu�cO/tfp ��%EEiv Dollars / y and od �o Cents $ /Z/-) $ /Zi-) — er each 25. 1 Concrete catch basin, Stan - Each dard 306 -L (Modified), L =7. 01, H =2. 01, at Station 195 +55, complete in place /ti��pE6y�yDollars Cents $ S'�a $ rc Per each 26. 3 Concrete catch basin median drain Each as shown on Sheet 8, Station 164 +93, Station 175 +20, and Station 176 +75, complete in place Dollars r and u Cents $ 2fO—$ Per each GRIFFITH COMPANY, • 0 ITEM QUANTITY ITEM DEhVRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 27. 14 15 -inch reinforced concrete pipe, L. F. 2000 -D (or alternate asbestos - cement pipe) at Station 164 +80, in- cluding connection to existing pipe with concrete collar, removal of existing catch basin, complete in place Dollars and Cents Per linear oo 28. 14 15 -inch reinforced concrete pipe, L. F. 2000 -D (or alternate asbestos - cement pipe) at Station 164 +80, including concrete collar and re- moval of existing drop inlet, com- plete in place OxE Dollars -' and Cents Per linear o0 29. 64 15 -inch reinforced concrete pipe, L. F. 1500 -D (or alternate asbestos - cement pipe) at Station 168 +60, complete in place / r Dollars and Cents $ Per near oo 30. 53 15 -inch reinforced concrete pipe, L. F. 1500 -D (or alternate asbestos - cement pipe) at Station 172 +51. 11. complete in place /71412f Dollars and Cents Per linear foot GRiFFITH COMPANY $ ��SS 0 • PR7of9 ITEM QUANTITY ITEM DESCRIPTION UNIT T=L NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 31. 20 15 -inch reinforced concrete pipe L. F. 2000 -D (or alternate asbestos - cement pipe) at Station 176+87, including concrete collar and removal of existing drop inlet, complete in place @ 1g7-02 'Z Dollars - -� and i Cents $ ;-�J ` ' $ dQ Per linear oo 32. 15 24 -inch reinforced concrete pipe L. F. 2200 -D (or alternate asbestos - cement pipe) at Station 185+82, including concrete collar and removal of existing . drop inlet, complete in place @ �(5 Dollars and �— Cents $ Ufa. $ �C� Per linear o0 33. 10 15 -inch reinforced concrete pipe L. F. 1500 -D (or alternate asbestos - cement pipe) at Station 195 +55, complete in place Dollars and Cents so $ 3S r. $ 3SZ) Per linear foot 34. 157 12 -inch reinforced concrete pipe . L. F. 2000 -D (or alternate asbestos - cement pipe) at Station 175+20 to 176 +75, including two connections to existing junction structure, complete in place Dollars r and Cents $ �S^ $ _'o2j- �1 near oot 35. Lump Bridge approach guardrailings at Sum north and south abutments per detail 5 on Sheet 10 j�zE� 7.�dsf},ti/J e° �r/CU fi�U r/p /O Dollars and d� Cents $ 32'oo—. $ 3ZC1C) "—" 0 0 n_t._: _ .._... 0 PR8of 9 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 36 37 38 39 40 41 Lump Guard underground construction Sum @ Dollars and ......... . Cents Per lump sum 2 Adjust catch basin frame and Each grate to grade i oci2u� Dollars and ......... Cents Per each Lump Modify traffic signal at East Sum Bluff Drive North. � ,,2 ?-y 7riUn usiJ1iz9 @ Dollars and Cents Per lump sum i' oC / $_mow / $ 3 2,3 00 $ 3z,30dCC- Lump Modify traffic signal at Sum Bristol Street 6�.6H�E� �us,9.N0 @ jce 6WiAl,l 4E Dollars and Cents Per lump sum 2,790 Construct MacArthur Bike Trail L.F. including grading, surface preparation, aggregate base, prime coat, asphalt concrete finish grading, signs and posts Dollars and s Cents $ Fe- Linear oot 2,450 Construct San Diego Creek Bike L.F. Trail (City boundary to Calif- ornia Avenue) including grading, surface preparation, weed killer, asphalt concrete, finish grading, signs and posts @ f-c,L /Z— Dollars and 61c61dents $ Per inear toot � ,a $ o I _ • PR9of9 - i i TOTAL PRICE FOR ITEMS 1 THROUGH 41 WRITTEN IN WORDS: �i/QC� lUit(O. . � �`-'�J ,i$► oliars and _ Cents Y%t%2 i June 15, 1977 GRIFFITH COMPANY Date (Bidder's ame �GCIli DONALD L. MCGREW YJCE PRES -01ST. M6R. I ut orize Signature)_ CONTRACTOR'S LICENSE NO. 32168 CONTRACTOR'S ADDRESS P. 0. Sox "B -T, Irvine; California 92716 TELEPHONE NO. (714) 549 =2291 H BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we. GRIFFITH COMPANY Page 4 Bond No. U95 33 78 as Principal, and UNITED PACIFIC INSURANCE COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT(10 %) LL: OF THE TOTAL AMOUNT BID IN--- -Dollars ($ - - - - - -- ), lawful money of the United I 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 City Contract No. 1752 - Jamboree Road Improvements between Ford Road and MacArthur Boulevard - AHFP Project No. 844 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 15 day of June 19 77 Corporate Seal (If Corporation) GRIFFITH COMPANY Principal (Attach acknowledgement of �9 DONALD L MCGREW Attorney-in-Fact) VICE PRES -DIST. MGR. 1 I i State of California 1 ss: County of Orange ) On June Ib , 19// , 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 PACIF IC INSURANCE COMPANY, as Surety, and h 1 S own name as Attorney -in -Fact. • OFFICIAL SEAL • MARY JENNY ♦ NOiRFf PUBLILI C CALIFORNIA ♦ '� -'- PRi;CCI ?Fl. OFF IC' IN • • -�'r "' ORANGE COUNTY • My Commission Expires Aug. 12. 1977 ♦ / ..... � '1Y.CSYwaicsi ©acxpices.,......: , is 1 ' \ lotary ublin and for aid County BDU -1818 ED. 3/72 (CALIF.) a� y i , 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT JAMBOREE ROAD IMPROVEMENT BETWEEN FORD ROAD AND MacARTHUR BOULEVARD CONTRACT NO. 1752 AHFP PROJECT NO. 844 BID OPENING: JUNE 15, 1977, 2:00 P.M. ADDENDUM NO. 1 Please make the following revisions in the contract documents: 1. SPECIAL PROVISIONS: A. SECTION 9 -2 UNCLASSIFIED EXCAVATION 1st Paragraph: Change the estimated quantity to 7,500 cubic yards. Last Paragraph, page 4: Change estimated quantity to 500 cubic yards. Add the following paragraph: The City has agreed to allow the contrac- tor for the County's Jamboree Road Bridge widening project to remove approximately 2,800± cubic yards of soil from the slope bank along the westerly side of Jamboree Road between Stations 178 +00 and 185 +50. The soil removal will be completed by July 15, 1977. The City has directed the County's contractor to grade the slope in such a manner as to allow the contractor for Contract No. 1752 to logically complete the cut without mak- ing sliver cuts or fills. The slope above the remaining bench is to be graded to 2:1 so that when projected, its toe will be 68 feet from the roadway center line at back of sidewalk grade. B. SECTION 9 -2.1 DISPOSAL SITE: Add the following paragraph: The County's contractor will be allowed to dispose of approximately 2,800± cubic yards of soil in the disposal site. The County contractor will be required to com- pact and grade the site in accordance with the plans and specifications for City Contract No. 1752. It is anticipated that the disposal of material will not take place until after October 1, 1977. - 1 - 0 e D Jamboree Road Improvement," pt_ _No. Addentum No. 1 (cont'd.) G; ON 25 LIABILIT n the ".fir3tparagraph, the sec " word"r. ..:. 41 1752, AHFP Project No. 844 is changed from "work" to Add the fallowing sentence to the second _ agraph: A sample "Certificate of Insurance for ContraatWork" for Contract No. 17524s attached. (The correct form is printed on white paper. Disregard the previously included pink form.) 2. PROPOSAL: ITEM NO. 2: Change quantity from 10,300 C.Y. to 7,500 C.Y. PARAGRAPH "C" NOTICE TO BIDDERS Add the following paragraph: City hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enter- prises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. NOTE: SHOW DATE OF RECEIPT OF THIS ADDENDUM BELOW AND INCLUDE A COPY WITH YOUR BID PROPOSAL. Don Webb Project Manager 6 /j�z? Date Rece ved Contractor's Authorized Signature i