HomeMy WebLinkAboutC-1810 - Jamboree Road Slope Construction; between Eastbluff Drive North and a point 2,100 feet northerlyBy
December 20, 1976
CITY COUNCIL AGENDA
ITEM NO. H -9
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: ACCEPTANCE OF JAMBOREE ROAD SLOPE CONSTRUCTION (C -1810)
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days
after Notice of Completion has been filed.
DISCUSSION:
The contract for the construction of slopes on the westerly side
of Jamobree Road has been completed to the satisfaction of the Public Works
Department.
funds.
The bid price was: $72,800.00
Amount of unit price items constructed 91,352.44
Amount of change orders None
Total contract cost $91,352.44
The project was funded with County AHFP funds and City gas tax
The design engineering was performed by the Public Works Department.
The contractor is Griggs - Norwood, Inc., of Duarte, California.
The contract date of completion was September 4, 1976. The con-
tractor was delayed in completing the work due to the need to arrange for
additional sources of imported borrow. The work was completed on September
16, 1976.
The increase in the amount of unit price items constructed was
due primarily to the need for appreciably more sand and imported borrow.
The sand was required to bridge a soft muddy area of an abandoned drainage
ditch. There was also a greater amount of shrinkage in the unclassified
fill than had been anticipated which further increased the need for addi-
tional imported borrow material.
/ oseph T. evlin
t/ ublic Wo s Director
` GPD:hh
i
JUN 28 1976
By the CITY COUNCIL
CITY OF t4I1W?QAT BEACH
TO: CITY COUNCIL
FROM: Public Works Department
June 28, 1976
CITY COUNCIL AGENDA
ITEM N0, H -2(j)
SUBJECT: JAMBOREE ROAD SLOPE CONSTRUCTION BETWEEN EASTBLUFF DRIVE NORTH
AND A POINT 2,100 FEET NORTHERLY (C -1810)
RECOMMENDATIONS:
Adopt a resolution awarding Contract No. 1810 to
Griggs- Norwood, Inc. for $72,800.00 and authorizing
the Mayor and City Clerk to execute the contract.
Authorize the staff to carry over to the 1976 -77
budget $14,100 in the Gas Tax Fund and $14,100 in
the AHFP contribution fund.
DISCUSSION:
Five bids for Contract No. 1810 were received and opened in the
office of the City Clerk at 11:00 a.m. June 18, 1976.
Bidder Amount
Griggs - Norwood, Inc., Duarte $72,800
Clarke Construction Co., Compton 76,315
C. W. Poss, Inc., Huntington Beach 78,200
Montank & Son, Inc., Fountain Valley 79,930
Fleming Construction 93,000
The engineer's estimate for the contract was $93,000. Griggs -
Norwood, Inc. has not previously worked for the City. A check of references
supplied indicates that the firm is qualified to perform the work required
by this contract.
This project provides for slope construction on the westerly side
of Jamboree Road between Eastbluff Drive North and a point 2,100 feet
northerly. The slope construction will provide adequate width to allow
for the construction of a bicycle trail separated both horizontally and
vertically from the roadway. Also it will allow for the widening of the
roadway paving to its master plan cross section. Neither of these paving
projects are included in this project. The bike trail will probably be
constructed in November or December of 1976.
Since this project is primarily an earthwork contract, erosion
control included with the project is limited to the straw punched stabil-
ization method. This will provide a relatively stable surface for the
erosion control planting project to follow the completion of the slope
construction. This separate informal contract will provide for seed with
natural plant material and maintenance for 60 days.
June 28, 1976
Subject: Jamboree Road Slope Construction between Eastbluff Drive North
and a Point 2,100 Feet Northerly (C -1810)
Page 2
The 1975 -6 budget provides $102,000 ($51,000 Gas Tax Fund and
$51,000 AHFP Funds) for the slope construction project. This contract will
require $72,800. To allow adequate funds for the erosion control planting
contract,testing, and contingencies it is requested that the remaining
$28,200 ($14,100 Gas Tax Fund and $14,100 AHFP Fund) be carried over to
the 1976 -77 budget.
On June 21, 1976 the Coastal Zone Commission approved a permit
for this project.
The plans were prepared by the City. The estimated date of com-
pletion for slope construction is September 1, 1976.
Joseph T. Devlin
Public Flo ks Director
DLW:hh
JUN 28 1976
By the CITY COUNCIL
CITY. OF KWMT IFACLi
RESOLUTION NO. 7 (Fa/
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO GRIGGS-
NORWOOD, INC. IN CONNECTION WITH THE JAMBOREE
ROAD SLOPE CONSTRUCTION PROJECT BETWEEN EASTBLUFF
DRIVE NORTH AND A POINT 2,100 FEET NORTHERLY,
CONTRACT NO. 1810
WHEREAS, pursuant to the notice inviting bids for
work in connection with the Jamboree Road Slope Construction
Project between Eastbluff Drive North and a point 2,100 feet
northerly, in accordance with the plans and specifications
heretofore adopted, bids were received on the 18th day of
June, 1976, and publicly opened and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefore is Griggs- Norwood, Inc.;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of Griggs - Norwood,
Inc. for the work in the amount of $72,800.00 be accepted,
and that the contract for the described work be awarded to said
bidder;
BE IT FURTHER RESOLVED that the Mayor and City Clerk
are hereby authorized and directed to execute a contract in
accordance with the specifications, bid and this award on behalf
of the City of Newport Beach, and that the City Clerk be directed
to furnish an executed copy to the successful bidder.
ADOPTED this 28th day of June 1976.
Mayor
ATTEST:
DDO /bc
City Clerk 6/22/76
CITY OF NEWPORT: BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS. will be iecelred*d the office of ths ity
Clerk, City Hall, `Newport 0eA'*, Callfornia,'until 11:00,
a.m. on the .18th day of June; 1976, at which time they
will be opened and, read, ,for Performing work as follows.
JAMBOREE ROAD SLOPE CONSTRUCTION BETWEEN ;
EASTBLUFF, DRIVE NORTH AND A: POINT 2,100 FEET
a NORTHERLY
CONTRACT NO. 1810 — AHFP PROJECT NQ. 713,
Bids mud be submitted on the'proposal form attached.
with the contract documents furnished by the Public Works
Department. The additional copy of the proposal .forlu* is
to be retained by the bidder for his records.
Each -bid bid most be accompanied ,byc�asb, I ed
of 10F
or:*BWer1js!1 Bond; .,*Adw. payqbla�;tq the iCz
I eth)
Bepco Jor.. an, *amount equal; to.1tJ" l,0 percent
aiToRbld,.,
The title of the Project and the'wor8s ""SE%AIa13D71ID'.
shall be clearly marked on the outside of the envelope
containing the bid.
The . contract documents'that must be completed, exe-
cuted, and returned in the sealed bid are:
A. Proposal
B;'Desiguatlon 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 of
VICE PRESIDENT and SECRETARY or ASSISTANT SEC.
RETARY are required and the. CORPORATE SEAL shall
be affixed to all documents requiring signatures. In the
case of a Partnership, the signature of at least one general
partner is required.
No bids will be accepted from a contractor who has
not been. licensed in accordance with the provisions of
Chapter 9, Division III of the Business and Professions'
Code. The contractor shall state his license -number and
classification in the proposal.
. One set of plans and contract documents, including
special provisions, may be obtained at the Public Works
Dei�artment, City Hall, Newport Beach; Callfornlao 4t no
cost to -licensed contractors. It Is requested that the,plani
and contract documents be returned within 2 wee4., after
bid opening.
-The. City has adopted the STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CONSTRUCTION (1973 Edition) as
prepared by the Southern California Chapters of the Amer-
ican 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 -987 1.
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 seL
A standard "Certificate of Insurance for Contract. Work
for City" form has been adopted by the City. Thisform
Is the only certificate of insurance acceptable to the City.
The. successful low bidder will be required to comOlske
this form upon award of the contract. . I I
For any required bqnds, the company issuing Bid Bonds,
Labor * and Material - Bonds, and Faithful Performance
Bonds must bean insurance company or surety.company
licensed by the State of California. The companies must
also have a current Gen" Policy Holders Rating of
A or better, and a Financial Rating of at least AAA as'
per the latest edition of. Key Rating Guide (Prop-
erty - Liability). .1 1 1
In accordance with the provisions of Article 2, Chaptek 1,
Pad 7 of the California Labor Code (Sections 1770 et seq.1
the City Council of *the City of Newport Beach haslaicer-
talned the general Prevailing rate of per, dlem'wages
in the .locality in which the work* Is to be performed An
each craft, classification, or type.of workman o * r mechanic
,needed to execute. the contract and has set forthAhese
i
items n Resolution No. 8701 adopted February 9; .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, reiatft
to inclusive)..
. prevailing wage rates (Sections 1770-1781 ine
The contractor -&hall be responsible for compliance with
Section 11-71-.5 of the California. Labor Code for all ap.
prenticeable oceupations,
The ' contractor shill post a y of the prevailing wage
rates at job site Copies .may be obtained from the
'Public Works D krtm;ut.
The City reserves the right to reject any or all bidss;
and to valve any Informolfty. in such bids:
,DOFft,G1QW, CITY. CI
-Wilt IF'
TO: CITY COUNCIL
May 24, 1976
CITY COUNCIL AGENDA
ITEM N0. H -11
FROM: Public Works Department
SUBJECT: JAMBOREE ROAD SLOPE CONSTRUCTION FROM EASTBLUFF DRIVE NORTH TO
A POINT 2,100 FEET NORTHERLY (C -1310)
RECOMMENDATION:
1. Authorize the Mayor and the City Clerk to execute a
right of way certification.
2. Approve the plans and specifications for the subject
project.
3. Authorize the City Clerk to advertise for bids for
Contract 1810 to be opened Tuesday, June 8, 1976 at
11:00 a.m.
DISCUSSION:
o?iZ,o-) .
This project provides for slope construction on the westerly
side of Jamboree Road between Eastbluff Drive North to a point 2,100 feet
northerly. The slope construction will provide adequate width to allow for
the construction of a bicycle trail separated both horizontally and ver-
tically from the roadway. Also it will allow for the widening of the road-
way paving to its master plan cross section. Neither of these paving projects
are included in this contract. The bike trail will probably be constructed
in November or December of 1976. The roadway is scheduled to be widened in
the Spring or Summer of 1977.
Most of the material for the slope construction will come from the
stockpile at the corner of Jamboree Road and Ford Road. Since this project
is primarily an earthwork contract, erosion control included with the project
is limited to the straw punched stabilization method. This will provide a
relatively stable surface for the erosion control planting project to follow
the completion of the slope construction. This separate informal contract
will provide for seeding with natural plant material and maintenance for
60 days.
The estimated date of completion for the slope construction is
September 1, 1976 and for the erosion control planting is November 15, 1976.
The engineer's estimate for the slope construction contract is
$93,000. The erosion control planting contract is estimated at $10,000.
This is an AHFP project and will be funded 50% by the County with
the other 50% coming from the Gas Tax Fund.
May 24, 1976
Subject: Jamboree Road
a Point 2,100
Page 2
Slope Construction from Eastbluff Drive North to
Feet Northerly (C -1810)
A Coastal Zone Permit has been applied for and should have a
hearing on June 21, 1976. Should difficulties arise in obtaining the permit
the award of the contract may be postponed until the permit is obtained.
Typical sections for the slope and bicycle trail are attached.
j oseph j evlin
blic yy s Director
i
:hh
Att.
e
w
Li]
Z Lr
O
O
U S`
W Q
U
LL.
N o
O
W
Q
w J
Y (�
[O w
_j
Ld
� 3
>-
r Ld
r
Z
0
Q
3NI�a31N3� xvmcl od
3 Z
° J
Q °
O z
D
O
O �
w
w Q11- z
lcn
3 x
w
m
5
N
3N1-I A183d08d 9NIiSIX3
a
w
Y
m J \
w Z
cui F- L<�
a ir 4
X
a -
Nw I
Q H N 1
S rr
Z Z
1 O
M u I
TYP SEC. C
z'
0
U
w
N
WI
(D,
U
Q�
3
w
FO
Q
_U
d.
r
to
Q
O
tr
w
�I
O'.
m'
d
w
M
F-
Q
w
z
w
m
TYP. SEC. D
i
l' s"A ='r IrI
JUN 141976
By the CITY COUNCIL
CITY OF Ni'""T BEACH
TO: CITY COUNCIL
FROM: Public Works Department
June 14, 1976
CITY COUNCIL AGENDA
ITEM NO.—H-2 (q)
SUBJECT: JAMBOREE ROAD SLOPE CONSTRUCTION BETWEEN EASTBLUFF DRIVE NORTH
AND A POINT 2,100 FEET NORTHERLY, C -1810 (AHFP PROJECT NO. 796)
RECOMMENDATION:
Adopt a resolution authorizing the Mayor and the City Clerk to
execute the County AHFP Project Administration Agreement for the
Jamboree Road Slope Construction Project.
DISCUSSION:
On May 24, 1976 the Council approved the Plans and Specifications
for the subject project. This project will be financed 50% by the County
Arterial Highway Financing Program (AHFP).
The project administration agreement with the County sets up the
procedures for obtaining the AHFP contribution of $51,000.
r
Joseph T.` vlin
Oublic W Director
JW:hh I
S4N 141976
By ,,;, CITY COUNCIL
CITY Of 1i PLACH
RESOLUTION NO. 8 79 9
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AUTHORIZING THE EXECUTION OF
AN AGREEMENT (ARTERIAL HIGHWAY FINANCING
PROGRAM) BETWEEN THE CITY OF NEWPORT BEACH
AND THE COUNTY OF ORANGE IN CONNECTION WITH
THE JAMBOREE ROAD SLOPE CONSTRUCTION PROJECT
WHEREAS, there has been presented to the City Council
of the City of Newport Beach a certain Arterial Highway
Financing Program agreement between the City of Newport Beach
and the County of Orange in connection with the Jamboree
Road Slope Construction Project (between Eastbluff Drive North
and a point 2,100 feet northerly); and
WHEREAS, the City Council has reviewed the terms and
conditions of said agreement and finds them to be satisfactory
and that it would be in the best interest of the City to
approve said agreement and authorize the Mayor and City Clerk
to execute said agreement;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that said agreement above described
is approved, and the Mayor and City Clerk are hereby authorized
and directed to execute the same on behalf of the City of
Newport Beach.
ADOPTED this 14th day of
Mayor
ATTEST:
City Clerk
June , 1976.
DDO /bc
6/11/76
�i
a
<� :,
4. .;
-�.:
=a:
.,� a
?LEASE RETURN TO
CITY CLERK 34187
VTY OF NEWPORT BEACH
sin NrV'fPORT BOULEVARD EXEMPT
NEWPORT BEACH, CALIF. 92663 1 C 9
NOTICE. OF COMPLETION
PUBLIC WORKS
ox 12009 °c 763
RECORDED IN OFFICIAL RECORDS
OF ORANGE COUNTY, CALIFORNIA
5 MI "
Pest
' I PA DEC 2719-16
J. W11 CULYLE, County Recorder
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on December 20, 1976
the Public Works project consisting of Jamboree Road Slope Construction between
Eastbluff Drive North and a point 2,100 feet northerly AHFP Project No. 796
on which Griggs - Norwood, Inc.
was the contractor, and Employers Mutual Liability Insurance Company of Wisconsin
was the surety, was completed.
CITY OF NEW
I
V ERIFICATI
I, the undersigned, say:
c
ctor
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 December 21. 1976 - I at Newport Beach, California.
I, the undersigned, tar.
I am the City Clerk of the City of Newport Beach; the City Council of said
City on December 20. 1976 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 December 21, 1976 at Newport Beach, California.
C.
1977w -!
I&IM, CITY
OF •
CALIFORNIA City Hall
3300 W. Newport Blvd
Date: December 23. 1916
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
between 8ai111nfi Drive North and . ..,,at Contract No. 1910
2,100 feet northerly AHPP Project No. 976
on which Rri�.�Nnrw.od. Iac. was the Contractor
and �pinwr� lhtnal 1-ia1641ity inaarnnra Was the Surety,
Pleased and return to us.
Very trvl , yours,
it
Doris George
City Clerk
City of Newport Beach
Encl.
l \
�E :1�
_k
\
d
�
]
��� ��
FS
0
RIGHT OF WAY CERTIFICATION
C1
The City of Newport Beach hereby certifies in connection with
the right of way for the Jamboree Road Slope Construction, AHFP
Project No. ��thAt:
1. Easements and agreements necessary for the
construction of the improvements have been
executed by the City.
2. No building improvement or utility exists
within the right of way area.
In making this certification, the City of Newport Beach agrees to
hold the County harmless from any liability which may arise by
reason of the County's reliance upon this certificate and its use
of said right of way.
CITY OF NEWPORT BEACH
-2 7f /2 7 6
e
Da
By
Mayor
Attest:: _
City Clerk
Date —40y 23, 1976
TO: Public Works Department
FRUM: City Clerk
SUBJECT: Contract No. IRIO
Protect
2,100 ft. north
Attached is signed copy of subject contract for transmittal to the contractor.
Contractor: Waas-norwood Inc-
Address: p RnX IM RIA Figh rnn)= Rd-, Dtmrta, U 91010
Amount:
Effective Date:
Resolution No.
Doris George
DG-sv&
Att.
cc: Finance Department
♦ y f�
i
1976
.�
a
a 1
TO. :CITICCL
FROM ' Publ i c Works De erttm`nt
µ
SUBJECT.` JAMBOREE ROAD- SLt)€.
CONSTRUC1j
EN EAST LUfF
DRIVE NORTH
AND .A POIJkT3,3QE7
NORTH�RtY
101 (Ai FP PR(k1ECT; N0. 796)
Attached_tre four cops `of the subject contract ;documents as
well as the Ithsnran¢e certificates. PleaSe:haye -the contract documents
executed on behalf 'of. the City, retaitriyarur copy and the ia�Sunce certi-
-
ficates and'riturn the remai;mng copied; 6 'this department ristribu-
tion. �b
Thank you.
r
-
r
Don Webb ,4
,
Project_ Manager
DW >h
'Att.
'i.Y'dzs.
t
t
AL ' 3 t
CITY CLERK
_ CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CITY CONTRACT NO. 1810
CONTRACT DOCUMENTS
FOR
JAMBOREE ROAD SLOPE CONSTRUCTION
BETWEEN
EASTBLUFF DRIVE NORTH
AND
Approved by the City Council this
24th day of Mays 1976.
I •
•
I r s eorge, City Clerk
J
A POINT 2,100 FEET NORTHERLY
AHFP PROJECT NO. 796
SUBMITTED BY:
GRIGGS- NORWOOD. INC.
Contractor
L :•, 1 . j
1 ,� :. •
, .
••
Duarte. California qlgi(�-
city Zip
P one 3 ,.358 -4113 .
ota i rice
! � ��
�..�..
M�
- -.
,s,
PR of
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
JAMBOREE ROAD SLOPE CONSTRUCTION
BETWEEN
EASTBLUFF DRIVE NORTH
AND
A POINT 2,100 FEET NORTHERLY
CITY CONTRACT NO. 1810
AHFP PROJECT 'NO. 796
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 complete Contract No. 1810 (AHFP
Project No. 713) 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:
1. 19,500
rU_6ic Pas.
2. 4 300
Cubic Yd
3. 3100 Tons
Unclassified Fill
@ One Dollars
and
Cents $ 1.50 $29.:250.00
er YA Yard
Imported Borrow
@ Three. Dollars
and
Cents $' 3-nn $:190 -am nn
Per Cu is Yard
Pervious Sand Blanket
@
'ix Dollars
and
Cents $ r, sn. $'9n�isn.'nn
Per on
0
.r
. ' :•
_ ,
PR 2 of 2
I.
AND UNIT
UNIT PRICE,
IN WORDS. .:
' PRICE PRICE
4.
3 Each
Area drain includi'
'
@ Three Hundred Fifth
Dollars
and
Cents- $ s5n_nn $ i�Drn nn
Per ac
5.
Lump Sum
Guard underground construction
@ Two Hundred Fifty
Dollars
and
No
Cents $ 250.00.. $ .250.00
Lump Sum "
6.
Lump Sum
Clear and grub
@ Eight Thousand Five
Hundred
Dollars.
and
Cents $ s an_nn. $ a.oa_nn
Lump Sum
7.
35 L.F.
Furnish and install
18" CMP
@ Twpnt Dollars
and
Cents $ 2n. nn $ . Inn nn
er near oot
TOTAL PRICE FOR ITEMS 1 THROUGH J WRITTEN IN WORDS:
SP4Pnt,� -Trm Thousand Ejght Hundred Dollars
and
Nn Cents $ 7%,-Ann -nn
June 18, 1976
Date
CONTRACTOR'S LICENSE NO. A:225 042.
GRIGGS- NORWOOD INC.
Bidder's Name
S n h: N d
Authorized Signature
TELEPHONE NUMBER .(21$);:358 -4113
DD826 Fish Canyon Road. Duarte- California 91010
11
Page 1
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach,
California, until 11:00 A.M. on the 18th day of June 1976
at which time they will be opened and read, for performing work as follows:
JAMBOREE ROAD SLOPE CONSTRUCTION
BETWEEN
EASTBLUFF DRIVE NORTH
AND
A POINT 2,100 FEET NORTHERLY
CONTRACT NO. 1810
AHFP PROJECT NO. 796
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� he Corporate Seal
shall be affixed to all documents requiring signatures. In the case of a Partnership,
the signature of at least one general partner is required.
No bids will be accepted from a contractor who has not been licensed in accordance with
the provisions of Chapter 9, Division III of the Business and Professions' Code. The
contractor shall state his license number and classification in the proposal.
One set of plans and contract documents, including special provisions, may be obtained
at the Public Works Department, City Hall, Newport Beach, California, at no cost to
licensed contractors. It is requested that the plans and contract documents be returned
within 2 weeks after the bid opening.
(cont.)
0
0
Page la
The City has adopted the Standard Specifications for Public Works Construction
(1973 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 beer
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 Rating of at least
AAA 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 seg.), 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. 8701 adopted February 9, 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 3 -22 -76
t
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. 225042 Classification A
Accompanying this proposal is Bidders Bond
(Cash, Certified Check, Cas ier s Check or on
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.
X213) 358 -4113
Phone Number
June 18, 1976
Date
GRIGGS- NORWOOD. INC.
Bidder's Name
(SEAL)
S /Kenneth T. Norwood
uthorized Signature
Aut orize Signature
(jn�rnnrati rnn
Type of Oganization
(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:
Secretary - Harry J. Porter
Treasurer - Kenneth T. Norwood
• •
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.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
,nolds 1501 Hillside Avenue
GRIGGS- NORWOOD. INC.
Bidders Name
S /Kenneth T Norwood
Authorized Signature
_Corporation
Type of Organization
(Individual, Co- partnership or Corp.)
Duarte, CA 91010
Address
ORIGINAL SEE CITY CLERK'S FI COPY
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, GRIGGS- NORWOOD, INC. , as Principal,
and EMPLOYERS MUTUAL LIABILITY INSURANCE COMPANY OF WISCONSIN , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT OF
THE TOTAL AMOUNT BID Dollars ($ 10% ), 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 SLOPE CONSTRUCTION CITY CONTRACT NO. 1810, AHFP #796,
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 18th day of
June 19 76 .
Corporate Seal (If Corporation) GRIGGS- NORWOOD, INC.
S /Kenneth T. Norwood
Principal
(Attach acknowledgement of
Attorney -in -Fact
Muriel S. Szombathy. Notary Public
FMPI(IYFRS MUTUAL LIABILITY INSURANCE COMPANY
fnmmiccinn Fxpirac Jan 23- 1978 Surety " OF WISCONSIN
BySMilliam R furtiS
Ti tle
0
NON- COLLUSION AFFIDAVIT
0,
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.
Subscribed and sworn to before me
this 17th day of June
19 76
My commission expires:
�laust 31 -1.978.
GRIGGS- NORWOOD. INC
S /Kenneth T. Norwood
Notary Public
FOR ORIGIS SEE CITY CLERK'S FILE COPY • Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
Tne undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 24 hours after the bid opening if he
is the apparent low bidder.
On file with City Clerk.
GRIGGS- NORWOOD, INC.
S/Kenneth T -NoY and
Signed
0 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.
1974 Cherry Canyon Drain Facilities Chief Fnyineer (213) 62n -3030
Calif. Dept. of Trans. Los Angeles Dist,
1972 So. Mtn. Road Flood Damage Chief Engineer (213) 620 -3030
Calif. Dept. of Trans. Los Angeles Dist,
1970 Rte_ 10 Off -Ramp Constr. Chief Engineer (213) 620 -3030
Calif. Dept. of Trans_ Los Angales.Dist-
S /Kenneth T. Norwood
Signed
0 0
Page 8
LABOR AND MATERIAL BOND
Bond No. 2050 -06- 048962
Premium: $728.00
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted
June 28, 1976
has awarded to GRIGGS- NORWOOD, INC.
hereinafter designated as the "Principal ", a contract for
JAMBOREE ROAD SLOPE CONSTRUCTION CITY CONTRACT NO. 1810 AHFP #796
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 GRIGGS—NORWOOD, INC.
as Principal, . EMPLOYERS
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
T riy S1x Tkouio^ci Four WcAnArc,4 Dollars ($36.4 -o0. QU i,
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
r
1
(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 7th day of July
GRIGGS- NORWOOD INC.
Name of Contractor Principal
i'1 n,AZ ..:Pres
Ilu rized Signature and Title
ut orized ure and Tit e osGc _
EMPLOYERS MUTUAL LIABILITY
INSURANCE COMPANY OF WISCONSIN (Seal)
Name of Surety
3130 Wilshire Blvd., Los Angeles, Ca. 50010
Address of Surety
Signature and Title of - t orized genA t
William R. Curtis, Attorney -in- -Fact
800 W. Sixth Street, Los'Anxeles. Calif. 90017
dress of Agent
626 -1000
Telephone No. of Agent
• � fA
.
In
CO
> ❑
rF
rQ
O
O
q
P
it
In
CO
> ❑
rF
rQ
O
O
q
EMPLOYERS N&UAI, LIABILITY INSURANCE CCOANY OF WISCONSIN
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:
That the Employers Mutual Liability Insurance Company of Wisconsin, a corporation duly organized and existing
under the laws of the State of Wisconsin, and having its principal office in the City of Wausau. County of Marathon,
State of Wisconsin, has made, constituted and appPointed, and does by these presents make, constitute and appoint_
William R. Curtis
its true and lawful attorney -in -fact, with full power and authority hereby conferred in its nine, place and stead, to
execute. seal, acknowledge and deliver
any and all bonds, undertakings, recogni'r.ances or other written obligations in the nature thereof - - - - -- ---
and to bind the corporation thereby as fully and to the same extent as if such bonds were signed by the president,
sealed with the corporate seal of the corporation and duly attested by its secretary hereby ratifying and confirming all
that the said attorney -in -fact may do in the prenuses,
This power of attorney is granted pruouant to the following resolution adopted by the Board of Directors of said
('ompany at a meeting duly called and held on the ISin day of May, 1073, which resolution is still in ofect:
"RESOLVED, that the President and any Vice President - -- elective or appointive — of Employers Mutual Liability
Insurance Company of Wisconsin be, and that each of there hereby is, authorized to execute powers of attorney
qualifying the attorney named in the given power of attorney to execute on behalf of Employers Mutual Liability
Insurance Company of Wisconsin bonds, undertakings and all contracts of suretyship; and that ally secretary or
assistant secretary be, and that each or any of them hereby is, authorized to attest the execution of any such power
of attorney, and to attach thereto the seal of Employers Mutual Liability Insurance Company of Wisconsin.
"FURTHER RESOLVED, that the signatures of such officers and the seal of Employers Mutual Liability
Insurance Company of Wisconsin only be affixed to any such power of attorney, or to any certificate relating
thereto by facsimile, and any such power of attorney or certificate bearing suds facsimile signatures and facsimile
seal shall be valid and binding upon the Employers Mutual Liability Insurance Company of Wisconsin when so
affixed and in the future with respell to any bond, undertaking or contract of suretyship to which it isatlached"
IN WITNESS WHEREOF, Employers Mutual Liability Insurance Company of Wisconsin has caused these presents to be
signed by the vice presidenl and attested by its secretary, and its corporate seal to be hereto affixed this 4th
day of April i,) 75
EMPLOYERS MfjTI AL _"ILITY IN URANCE COMPANY OF WISCONSIN
El f l //, � By D. R. Schmidt
` Viet President
Attest:
J� ,t
%r
— -1 endorff Secretary
STATE OF WISCONSIN I
1 ss.
COUNTY OF MARATHONf
on this 4th day of Ap Ll . 14 75 , before me personally ea ne
D. R. Schmidt , to me known. who being by me duly sworn, did depose
and say that he is a vice president of the Employers Mutual Liability Insurance Company of Wisconsin, the corporation
described in and which executed flit above instrument'. that he knows the seal of said corporation: that the seal affixed
to said instrument is such corporate seal and that it was so affixed by order of the Board of Directors of said
corporation and that he signed his name thereto by like order.
IN WITNESS WHEREOF, 1 have hereunto .ter my bond and affixed my official seal the day and year herein timt above
written.
NANCY L. OELKE Notary Public
NOTARY PUBLIC
STATE OF WISCONSIN
My Commission Espies February 26, 1978
CERTIFICATE
STATE OF WISCONSIN I
CITY OF W'AUSAU i ss
COUNTY OF MARATHON)
I, the undersigned, vice president of Employers Mutual Liability Insurance Company of Wisconsin. a Wisconsin
corporation, do hereby certify that the foregoing and attached power of attorney renmins in full force and has out
been revoked: and furtlrennore that the re.nlonon of the Board of Directors set turth in the power of attorney is loll
in force.
Signed and scaled in the City of 1Vau.sau, Marathon County, State of Wiscyn6n)flus 7th day of
July_ 10 76 .
R. R. Klein Vice President
aa�J
Page 10
Bond No. 2050 -06- 048962
PERFORMANCE BOND Premium: $728.00
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted
has awarded
June 28, 1976
GRIGGS- NORWOOD, INC.
hereinafter designated as the "Principal ", a contract for
JAMBOREE ROAD SLOPE CONSTRUCTION, CITY CONTRACT NO. 1810, AHFP #796
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, GRIGGS—NORWOOD, INC.
as Principal, and EMPLOYERS MUTUAL LIABILITY INSURANCE COMPANY OF WISCONSIN
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
Dollars ($72.$oa.0D ),
said sum being equal to 100% of the estimated amount of the contract, to be paid to
the said City or its certain attorney, its successors, and assigns; for which payment
well and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal,
his or its heirs, executors, administrators, successors, or assigns, shall in all
things stand to and abide by, and well and truly keep and perform the covenants, con-
ditions, and agreements in the said contract and any alteration thereof made as therein
provided on his or their part, to be kept and performed at the time and in the manner
therein specified, and in all respects according to their true intent and meaning, and
shall indemnify and save harmless the City of Newport Beach, its officers and agents,
as therein stipulated, then this obligation shall become null and void; otherwise it
shall remain in full force and virtue.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or to the specifications accompanying the same shall
in any wise affect its obligations on this bond, and it does hereby waive notice
t
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 PrinefpaT-a0d
Surety above named, on the 7 r day of T „1
' ,, 19
A-
�
:
GRIGGS- NORWOOD INC. '(Sea1,
__}`� <`l
Name of Contractor Principal ) �= "" _
Authorized Signature Ind -Title
ill
Authorized re and Title oScc
EMPLOYERS MUTUAL LIABILITY
�N4jiRANCE COMPAr7Y OF WISCONSIN (Seal)
Name of Surety
3130 W{?shire Blvd. T_or. AU SP Cap Ca. 90010
Address of Surety
Signature and Title of Authorized °,gent
WILLIAM R. CURTIS, ATTORNEY -IN -FACT
800 W. Sixth Street
Address of Agent
Los Angeles, California 90017, 626 -1000
Telephone No. of Agent
I
E
7.
O
N r
00 H
O
O
rD
(D
IfD
rn
7.
O
N r
00 H
O
O
rD
(D
IfD
EMPLOYERS *UAL, I,IABILCI'Y INSURANCE C *ANY OF WISCONSIN
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:
That the Employers Mutual Liability Insurance Company of Wisconsin, a corporation duly organized and existing
under the laws of the State of Wisconsin- and having its principal office in the City of Wausau, County of Marathon.
State of Wisconsin, has made, constituted and squinted, and does by these presents make, constitute and appoint`
William R. Curtis
its true and lawful attorney- in fact, with full power and authority hereby conferred in its name, place and stead, to
execute, seal, acknowledge and deliver
any and all bonds, undertakings, recomizance.< or other written obligatimvs in the natore the Cisf- - - - - - - - -
and to hind the corporation thereby as fully and to the same extent as if such bonds were signed by the president,
sealed with the corporate seal of the corporation and duly attested by its secretary hereby ratifying and confirming all
that the said at lorney -in -fact may do in the premises.
This power of attorney is granted pursuant to the following resolution adopted by the Board of DtreCtnra of said
Company at a meeting duly called and Iteld on the 1811h day of May, 1973. which resolution is still In effect
"RESOLVED, that the President and any Vice President -- elective or appointive of Employers Mutual Liability
Insurance Company of Wisconsin be, and that each of them hereby is, authorized to execute powers of attorney
qualifying the attorney named in the given power of attorney to execute on behalf of Employers Mutual Liability
Insurance Company of Wisconsin bond's, undertakings and all contracts o' suretyship, and that any secretary or
assistant secretary be, and that each or any ofihem hereby is, authorized to attest the execution ofuny such power
of altomey, and to attach thereto the seal of Employers Mutual Liability Insurance Company of Wisconsin.
"FURTHER RESOLVED, that the signatures of such officers and the seal of Employers Mutual Liability
Insurance Company of Wisconsin stay be affixed to any such power of altomey or to any certificate relating
thereto by facsimile, and any such power of attorney or certificate hearing such facsimile signatures and facsimile
seal shall be valid and binding upon the Employers Mutual Liability Insurance Company of Wisconsin when so
affixed and in the future with respect to any bond, undertaking or contract of suretyship to which itisattached'
IN WITNESS WHEREOF, Employers Mutual Liability Insurance Company of Wisconsin has caused these prevents to be
signed by the vice president and attested by its secretary, and its corporate seal to be hereto affixed this 4th_ _
day of April iq 75
EMPLOYERS Mq AL � ,"ILITT INSURANCE COMPANY OF WISCONSIN
osp0.1
CD. R. Schmidt
Vice President
Attest
X. Wendorff Secretary
STATE OF WISCONSIN I
1 .ss.
COUNTY OF MARATHON)
On this 4th day of April - 1'h 75 , before me personally, eame
D. R. Schmidt to me known. who being by me duly sworn, did depose
and say that he is a vice president of the Employers Mutual Liability Insurance Company of Wisconsin- the corpoation
described in and which executed the above instrument: that he knows the seal of said corporation; that the seal affixed
to said instrument is such corporate seal and Ilia( it was so affixed by other of the Board of Directors of said
corporation and that he signed his name thereto by like order.
IN WITNESS WHEREOF, I have hereunto set my (rand and affixed my offhcial _vvt the day and year heroin ftrat above
written.
r NAPE Y L. OELKE Notary Public
NOTARY PUBLIC
STATE: OF WISCONSIN
My Commission E.tnir es February ZFi, 1973
CERTIFICATE
STATE OF WISCONSIN I
CITY OF WAUSAU I ss
COUNTY OF MARATHON)
I, the undersigned, vice president of P:rnployers Mutual Liability Insurance Company of Wisconsin. a Wiscouan
corporation. do hereby certify that the foregoing and attached power of attorney reneriru in Cult Corce and Irax out
been revoked: and furthermore that the remfu(ton of the Board of Directors set forts set the power of attorney is null
in force.
Signed and scaled in the City of Wausau, Marathon County, State of Wiseynsn'l this?th day of
;
`
LLi p ,,
R. Tein Vice President
iL°N5.
Page 12
CONTRACT
THIS AGREEMENT, made and entered into this a , A}day of 19,
by and between the CITY OF NEWPORT BEACH, California,.hereina ter designated as the
City, party of the first part, and GRIGGS- NORWUOD, INC.,
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 SLOPE CONSTRUCTION, CITY CONTRACT.N0:.1810, AHFP #796
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 tube borne by the City,'-and for well and faithfully completing the work
and the whole thereof, in the manner shown and described in the said Plans and
Specifications, the City will pay and the Contractor shall receive in.full compensation
therefore the lump sum price, or if the bid is on the unit price basis, the total price
for the several items furnished pursuant to the Specifications, named in the bidding
sheet of the Proposal, as the case may be:
3. The City hereby promises and agrees with the said Contractor to employ, and
does hereby employ the said Contractor to provide the materials and to do the work
according to the terms and conditions herein contained and referred to for the price
aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon
the conditions set forth in the Specifications; and the said parties for themselves,
their heirs, executors, administrators, successors and assigns, do hereby agree to
the full performance of the covenants herein contained.
4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the
Plans and Specifications, and all amendments thereof, when approved by the parties
hereto, or when required by the City in accordance with the provisions of the Plans and
Specifications, are hereby incorporated in and made part, of this Agreement.
! •
Page 13
5. Pursuant to the Labor Code of the State of California, the City Council has
ascertained the general prevailing rates of per diem wages for each craft or type of
workman needed to execute the contract and a schedule containing such information is
included in the Notice Inviting Bids and is incorporated by reference herein.
6. The Contractor shall assume the defense of and indemnify and save harmless
the City, the Director of Public Works, the County of Orange, the Director of the
Environmental Management Agency, 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
responsibility 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.
ATTEST:
i -&=L54:T�
City Clerk
CITY F NEWPORT BEAC IA
By: - [ I I I .
Mayor
GrlggS- Nnr�,�J oo �. �✓1�.
Co ractor
(SEAL)_
By: y---
PYcS�rt� 1
Tltfe
By:
oS C
Title
(For AHFP Projects Only)
0
--
0
LIFE &CASUALTY
MEW/ A ���
13 The /Etna Casualty and Surety Company
❑ The Standard Fire Insurance Company
Hartford, Connecticut
To
City of Newport Beach
3300 W. Newport Blvd.
Newport Beach, California
Date July 2, 1976
Gentlemen: This is to certify that insurance policies, subject to their terms, conditions and exclusions, are at present in force
in the Company indicated above by ®, as follows:
Name of Insured GRIGGS— NORWOOD, INC.
Covering "All Operations"
KIND OF INSURANCE
LIMITS
OF LIABILITY
POLICY NO.
EFFECTIVE
EXPIRATION
Each Person
Each Occurrence
Aggregate
Workmen's Compensation,
Rte.
33CK802636CP
6 1 -1 -76
1 -1 -77
Manufacturers' & Contractors
,
Div A ff 1 f �
Bodily Injury Liability
.�.M�4n
- .`�
y app
Property Damage Liability
I _ -'
$ ,000
$ 1000
Owners' or Contractors��
Protective
Bodily Injury Liability
''�' , x •:
� ,/,
$ DW
yp
n"'ai F
,a
$ OOO
$ ,000
Property Damage Liability
Comprehensive Automobile
Bodily Injury Liability
S
,000
$ ,OQO
G &7 d wi,Cf
Property Damage Liability
-'
$
,000Sr���f.�JrF��
Comprehensive General
Bodily Injury Liability
$ ,�
$ ,1X10
Property Damage Liability
$ ODD
$ ,000
Bodily Injury Liability
$ OOD
$ 000
$ ,000
Property Damage Liability
$ ,000
In event of calcellatim, 30 Days
written notice will be given b the parr
to wham this certific te, is addremed.
WALKER & CO.
By
Authai epresBni9live
(CC -5194) 1 -73 CAT. 273%2
PRINTED IN US.A.
0
GRIGGS- NORWOOD, INC.
ENERAL CONTRACTORS
2 July 1976
City of Newport Beach
Public Works Dept.
3300 Newport Blvd.
Newport Beach, California
E
TELEPHONE: (213) 358 -4113
P. 0. BOX 156, DUARTE, CA. 91010
Re: Jamboree Road Slope Construction
City Contract No. 1810, ABFP Project No. 796
Labor Code Certification
From: Griggs- Norwood, Inc., Contractor
Griggs - Norwood, Inc. is aware of and will comply with Section 3700 of the
Labor Code, requiring every employer to be insured against liability for
for Workmen's Compensation or to undertake self- insurance before commencing
any of the work.
Griggs - Norwood, Inc.
By: J�Sr1 =�1 "-T_
Kenneth T. Norwood
President
CITY OF NEWPORT BEACH
CERTIFICATE OF INSURANCE FOR CONTRACT WORK FOR CITY
IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY
OF NEWPORT BEACH WITH.RESPECT;TO CONTRACT NO. 1810
MODIFICATIONS TO THIS.CERTIFICATE ARE NOT ACCEPTABLF
Project Description:
AND A POINT 2,100.iPEET NORTHERLY ANFP PROJECT NO. 796
This is to certify that the AETNA CASUALTY & SURETY COMPANY
(Name of nsurance. ompany
has issued to GRIGGS- NORWOOD INC.
ame of nsure
P. 0. Box 156 820 Fish Canyon Road Duarte California 0
dress of Insured
the policy of liability insurance certified herein.
CITY CONTRACT ENDORSEMENT
This endorsement is attached to the policy described herein to assure compliance by
the named insured with the terms and provisions of the contract or other agreement(s)
entered into between the insured as contractor and the City of Newport Beach.
The Company amends the policy described herein as follows:
1. It is hereby understood and agreed that the policy to which this certificate
refers may not be cancelled or materially changed until thirty days after
receipt of registered written notice of cancellation or change by the City of
Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663.
2. The City of Newport Beach, The County of Orange, their.officers and employees
are hereby declared to be additional insureds in the policy described insofar as
they may be held liable for injuries, death or damage to property excluding the
sole negligence of the City and County, their officers,and employees. It is
further agreed that any other insurance carried by the City or County, their
officers and employees shall not be contributing or primary with the insurance
provided by this policy.
This policy includes at least the following coverages:
a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured.
and the Certificate Holder Named above.
b. Owned, Hired and Non -Owned Automobiles.
C. Contractors Protective Liability (When Insured engages Subcontractors).'.
d. Products Liability or Completed Operations.
e. Explosion and Underground Hazards (when applicable).
f. Personal Injury Hazards.
g. Broad Form Property Damage.
h. Marine or Aviation (when applicable).
Name of Agency or Broker: WALKER & Co.
Address of Agency or Broker: 800 W. Sixth Street, Los Angeles, Calif.. 90010
Telephone No
Countersignei
r9r_1nnn
ve
:ual
)I
fve
tual
Effective date of this endorsement:. Ju1v 7 19 76 Endorsement No.
QR- ANFP.PROJECTS ONLY)
; :
Policy.. :::
m is o
a ,ty e.
Cbvera�e';';:;_:';
';Po icy No.::
..erm
ac
ggrega
(Minimum:
{Minimum:
$500,000)
$ 500,000 Protect
Product:
$1,000,000
s .
; ; ;; i;y; ; ' ';:•`•;
:
$ 500,000 Contrac
l!
' " ;.SHO
ETE INFORMAT
ON BELOW ;: ' :'''
.COM
Poticy NO.
COMPREHENSIVE LIAB.
Combined Single
From: 1 -1 -76.
Protect
Limit Bodily Injur
3AL802636CCA
l,000,on0 Product.
or Property Damage
33XS802636WCA
To: .1 -1 -77
$
$ so0.o00 Contrac
EN9 ccurrence
This policy includes at least the following coverages:
a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured.
and the Certificate Holder Named above.
b. Owned, Hired and Non -Owned Automobiles.
C. Contractors Protective Liability (When Insured engages Subcontractors).'.
d. Products Liability or Completed Operations.
e. Explosion and Underground Hazards (when applicable).
f. Personal Injury Hazards.
g. Broad Form Property Damage.
h. Marine or Aviation (when applicable).
Name of Agency or Broker: WALKER & Co.
Address of Agency or Broker: 800 W. Sixth Street, Los Angeles, Calif.. 90010
Telephone No
Countersignei
r9r_1nnn
ve
:ual
)I
fve
tual
Effective date of this endorsement:. Ju1v 7 19 76 Endorsement No.
QR- ANFP.PROJECTS ONLY)
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
JAMBOREE ROAD SLOPE CONSTRUCTION
BETWEEN EASTBLUFF DRIVE NORTH AND A POINT 2,100 FEET NORTHERLY
CONTRACT NO. 1810
AHFP PROJECT NO. 796
SPECIAL PROVISIONS
INDEX
Page
I.
SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . .
. . . 1
II.
COMPLETION OF WORK . . . . . . . . . . . . . . . . . .
. . . 1
III.
PERMITS . . . . . . . . . . . . . . . . . . . . . . . .
. . . 1
IV.
CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK . . . .
. . . 2
V.
PAYMENT . . . . . . . . . . . . . . . . . . . . . . . .
. . . 2
VI.
CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . .
. . . 2
VII.
PROTECTION OF EXISTING UTILITIES . . . . . . . . . . .
. . . 2
VIII.
GUARANTEE . . . . . . . . . . . . . . . . . . . . . .
. 2
IX.
FLOW AND ACCEPTANCE OF WATER . . . . . . . . . . . . .
. . . 2
X.
GUARDING UNDERGROUND CONSTRUCTION . . . . . . . . . . .
. . . 3
XI.
CLEARING AND GRUBBING . . . . . . . . . . . . . . . . .
. . . 3
XII.
UNCLASSIFIED FILL AND BORROW EXCAVATION. . . . . . . .
. . . 3
XIII.
PERVIOUS SAND BLANKET FOR EMBANKMENT CONSTRUCTION
ON JAMBOREE ROAD . . . . . . . . . . . . . . . . . . .
. . . 4
XIV.
EROSION CONTROL PLANTING . . . . . . . . . . . . . . .
. . . 4
XV. RELATIVE COMPACTION . . . . . . . . . . . . . . . . . . . . . 5
XVI. STATISTICAL TESTING . . . . . . . . . . . . . . . . . . . . . 5
XVII. ARCHEOLOGICAL SITE . . . . . . . . . . . . . . . . . . . . . 5
XVIII. TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . . . . . 6
• • SP 1 of 6
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
JAMBOREE ROAD SLOPE CONSTRUCTION
BETWEEN
EASTBLUFF DRIVE NORTH
AND
A POINT 2,100 FEET NORTHERLY
CONTRACT NO. 1810
AHFP PROJECT NO. 796
I. SCOPE OF WORK
The work to be done under this contract consists of constructing a fill along
the westerly side of Jamboree Road between Eastbluff Drive North and future
University Drive North; the construction of a ramp fill under the southerly
end of the Jamboree Road -San Diego Creek Bridge; constructing downdrains,
slope protection, erosion control planting, and other incidental items of work.
The contract requires completion of all the work in accordance with these
Special Provisions, the City's Standard Special Provisions; the plans (Drawing
No. R- 5232 -S); the City's Standard Drawings and Specifications. The City's
Standard Specifications are the Standard Specifications for Public Works
Construction, 1973 Edition. Copies may be purchased from Building News, Inc.,
055 Overland Avenue, Los Angeles, California 90034, telephone (213) 870 -9871.
Copies of the City's Standard Drawings and Special Provisions may be purchased
from the Public Works Department at a cost of $5.
II. COMPLETION OF WORK
The Contractor shall complete all work within 45 consecutive calendar days
after the date the City executes the contract.
III. PERMITS
A Coastal Zone permit will be required for this project. The City will obtain
the permit prior to the award of the contract.
,. ,- • • SP 2of6
IV. CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK
Subject to the provisions in Section 6 -1 of the Standard Specifications, the
Contractor shall begin work within 15 calendar days after the City executes the
contract.
V. PAYMENT
The unit or lump sum price bid for each item of work shown on the proposal shall
be considered as full compensation for all labor, materials, equipment, and
all other things necessary to complete the work in place, and no additional
allowance will be made therefor.
Payment for incidental items of work, not separately provided for in the propo-
sal, shall be included in the price bid for other related items of work.
VI. CONSTRUCTION SURVEY STAKING
Field surveys for control of construction shall be the responsibility of the
Contractor. All such surveys including construction staking, shall be under
the supervision of a California licensed surveyor or civil engineer. Staking
shall be performed on all items ordinarily requiring grade and alignment at
intervals normally accepted by the agencies and trades involved. Payment for
construction survey staking shall be considered as included in the various items
of work, and no additional allowance will be made therefor.
VII. PROTECTION OF EXISTING UTILITIES
Known utilities are indicated on the plans. Prior to performing construction
work, the Contractor shall request each utility company to locate their facili-
ties. Construction of the ramp under the bridge will cause work to be performed
under and very near existing gas and water lines. The Contractor shall protect
in place and be responsible for, at his own expense, any damage to any utilities
encountered during construction of the items shown on the plans.
VIII. GUARANTEE
The Contractor shall guarantee for a period of one year, after acceptance of
the work by the City Council, all materials and workmanship against any defects
whatsoever. Any such defects shall be repaired at the Contractor's expense.
IX. 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 Con-
tractor, by submitting a bid, acknowledges that he has investigated the risks
arising from water and has prepared his bid accordingly. The Contractor shall
conduct his operations in such a manner that storm or other waters may proceed
uninterrupted along their existing street and drainage courses. Diversion of
water for short reaches to protect construction in progress will be permitted
if public or private properties are not damaged or, in the opinion of the engi-
neer, are not subjected to the probability of damage.
SP 3 of 6
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 or the
bay. 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, the Contractor shall be responsible for the implementation and maintenance
of the control facilities. The Contractor's attention is called to Subsection
7 -8 of the Standard Specifications as regards project site maintenance.
X. GUARDING UNDERGROUND CONSTRUCTION
Trench excavation and backfill shall conform to Section 306 -1 of the Standard
Specifications and these special provisions.
Guarding - The walls and faces of all excavations over 5 feet in depth shall
be effectively guarded by a 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, Stag of California, prior to any construc-
tion. The cost of providing all necessary information to obtain the permit
and the cost of complying with the provisions of the permit shall be included
in the lump sum bid for guarding underground construction.
XI. CLEARING AND GRUBBING
This item of work shall include the clearing and grubbing of all areas and shall
be done in accordance with Section 300 -1 of the Standard Specifications. All
material accumulated under this item of work shall become the property of the
Contractor. It shall be his responsibility to dispose of the material away from
the job site in a manner and at a location acceptable to all cognizant agencies.
The Contractor shall exercise care in removing only those materials which are
unsuitable for use as roadway embankment.
Payment for the clearing and grubbing shall be made at the lump sum price
bid.
XII. UNCLASSIFIED FILL AND BORROW EXCAVATION
The slope and fill construction shall conform with Section 300 -4 Unclassified
Fill and 300 -5 Borrow Excavation, of the Standard Specifications except as
modified herein.
The hid item for Unclassified Fill shall include that fill constructed with
borrow material obtained from the City's borrow site at the northeasterly
corner of Jamboree Road and Ford Road. Borrow from this site shall be con-
sidered "Local Borrow" as defined in Section 300 -5 -1 of the Standard Specifi-
cations. The borrow site shall be graded to conform with the grading plan
and specified erosion control measures.
Measurement and payment for the unit price bic per cubic yard of unclassified
fill shall be as specified in Section 300 -4.9 and shall include all costs for
providing local borrow as well as the finish grading of the borrow site,
erosion control planting and clearing and grubbing.
.. . • SP4of6
The bid item for Imported Borrow shall include that fill constructed after the
City's provided borrow site has been depleted and graded to conform with the
grading plan. Imported borrow shall be provided as specified in Section 300 -5.2
in the Standard Specifications. The imported borrow material shall be provided
and placed in accordance with Section 300 -4 of the Standard Specifications.
Measurement and payment for the unit price bid per cubic yard of imported
borrow shall be as specified in Section 300 -4.9 of the Standard Specifications.
The unit price bid shall include all costs involved in obtaining and transport-
ing imported borrow, as well as clearing and grubbing, erosion control planting,
and doing all work involved in constructing the unclassified fill.
A portion of the fill is to be placed against previously constructed embankment
on relatively unstable ground. Prior to placement of the fill, the Contractor
shall expose the existing sand blanket at the toe of the existing embankment
and extend the sand blanket as shown on the plans.
Note: In determining the final quantities for Unclassified Fill and Imported
Borrow, City will take cross section after the pervious sand blanket has been
placed.
XIII. PERVIOUS.SAND BLANKET FOR EMBANKMENT CONSTRUCTION ON JAMBOREE ROAD
The sand for the pervious sand blanket shown on the plans shall conform to the
following gradation:
Sieve Size Percentage Passing
4 inch
100
inch
60 -
100
No. 4
50
- 100
No. 8
15 -
100
No. 50
10
- 30
No. 100
0
- 20
No. 200
0
- 3
The sand blanket shall be placed in an uncompacted state by end dumping or other
approved means. Prior to constructing embankment upon the pervious sand blanket,
it shall be graded to a relatively smooth surface.
The unit price bid per ton for pervious sand blanket shall include all costs for
providing and placing the sand, as well as clearing and grubbing.
XIV. EROSION CONTROL PLANTING
Straw stabilization shall be constructed on all exposed surface of the City's
provided borrow site and slope surfaces of the fill as specified in 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. Payment for this item
of work shall be included in the unit price bid for unclassified fill and im-
ported borrow.
It is estimated that there are three acres of area to be covered by straw
stabilization.
SP 5 of 6
XV. RELATIVE COMPACTION
Whenever relative compaction is specified to be determined by Test Method No.
Calif. 216, the relative compaction may be determined by Test Method No. Calif.
216 or 231, "as modified herein," at the discretion of the Engineer.
The area, as stated in the Test Method No. Calif. 231, may be represented by
one (1) or more individual test sites at the discretion of the Engineer.
XVI. STATISTICAL TESTING
Statistical testing shall conform to the following:
Whenever both individual test results and moving average requirements are
specified, materials shall meet both requirements.
Individual samples tested prior to the first use of aggregates from each source,
or prior to the first use of aggregates after appreciable changes have been
made in aggregate processing procedures, shall conform to the limits specified
for the moving average.
Whenever the result of a moving average does not conform to the Moving Average
Limits, or an individual test result does not conform to the Individual Test
Limits, the production of that material shall be suspended until corrective
changes have been made by the Contractor and tests indicate that the quality
of the next material to be used in the work complies with that specified for
the moving average.
Moving averages shall be computed as follows:
The moving average is the average of the two most recent test results repre-
senting accepted material plus the test result being considered for acceptance.
The first individual test result shall be considered a moving average result
also and will conform to moving average limit(s).
Moving averages shall be rounded to the same number of significant figures as
are reported for individual test results. When the figure to be dropped is
less than 5, round down; if greater than 5, round up; and if it is 5, round up
or down to the even number.
In computing moving averages, whenever an upper calculation limit value for
an individual test is stated in the specifications, the upper calculation
limit value shall be used in the calculations in lieu of any actual individual
test result which exceeds said upper calculation limit value.
The moving average for any one material does not necessarily have to be con-
tinuous for the producer. At the discretion of the Engineer, a new moving
average may be started when there are periods of inactivity, changes in
materials or processing, or other significant changes.
XVII. ARCHEOLOGICAL SITE
Northerly of Station 177 +00 on the westerly side of the roadway, there is an
archeological site which is to be preserved. Two full working days before
beginning work in this area, the Contractor shall request that the City flag
the area to be protected. The Contractor shall then keep all equipment clear
of this area.
• SP 6 of 6
XVIII. TRAFFIC CONTROL
The Contractor shall conform to Sections 7 -10.1 and 7 -10.3 of the Standard
Specifications.
Two lanes of traffic northbound for Jamboree Road shall be maintained between
3:30 p.m. and 6 p.m. Two lanes of traffic southbound for Jamboree Road shall
be maintained between 7 a.m. and 9 a.m.
Before beginning construction, the Contractor shall submit to and have approved
by the City a traffic control plan which details haul routes and the furnishing,
placing, and removal of all signs and warning devices in the vicinity of the
slope construction area and borrow site.
AIll
ri
§
<
fit
. (
�a
I
q�R �I
..,,.,
>r.
e
a
`
2
2
'
2
.
Ir
a
t
p
M
E
\
F,
r
p
§
Z:
[
•
°
|
f
zj
}
2
{
|
#
°\
w
�
$
_
q
/m�
E k
/
o
f ƒ
�
\
71
�
#
o
k i
ia���
|'��`�'�
'��.
IS
V
/&
; !
E!,!�
��� ��
�
��
5
|\
•
2('
�
ri
§
<
fit
. (
�a
I
q�R �I
rn
x
n
n
-1
N
I
m D
m �
wzo�
m O -i -
mF�in
-s
s
co
C
J
r
c
,
.1
t7
u
c
JI
�.
G
.it
r
t
a
�
p
t�
•�
-c
c
P �
V{
N
Z
�
C
Z
I
."r
(
{
C
J
z
D
z
m D
m �
wzo�
m O -i -
mF�in
-s
s
co
C
J
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CITY CONTRACT NO. 1810
CONTRACT DOCUMENTS
FOR
JAMBOREE ROAD SLOPE CONSTRUCTION
BETWEEN
EASTBLUFF DRIVE NORTH
AND
A POINT 2,100 FEET NORTHERLY
AHFP PROJECT NO. 796
Approved by the City Council this
24th day of May, 1976.
L ' •G�
oris eorge, City Clerk
J
SUBMITTED BY:
Qriggs - NorwooJ,Inc.
Contractol,
P0. Box tJ(.
SZo Rsk ConL'lon i�?oa
Address
Duar +e, C0114ornia 1010
City Zip
(213 ) 358--4 -113
Phone
'072. � oc. oo
Total Bid Price
Page 1
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach,
California, until 11:00 A.M. on the 18th day of June , 1976
at which time they will be opened and read, for performing work as follows:
JAMBOREE ROAD SLOPE CONSTRUCTION
BETWEEN
EASTBLUFF DRIVE NORTH
AND
A POINT 2,100 FEET NORTHERLY
CONTRACT NO. 1810
AHFP PROJECT NO. 796
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�rporate Seal
shall be affixed to all documents requiring signatures. In the case of a Partnership,
the signature of at least one general partner is required.
No bids will be accepted from a contractor who has not been licensed in accordance with
the provisions of Chapter 9, Division III of the Business and Professions' Code. The
contractor shall state his license number and classification in the proposal.
One set of plans and contract documents, including special provisions, may be obtained
at the Public Works Department, City Hall, Newport Beach, California, at no cost to
licensed contractors. It is requested that the plans and contract documents be returned
within 2 weeks after the bid opening.
(cont.)
9
P
Page la
The City has adopted the Standard Specifications for Public Works Construction
(1973 Edition) as prepared by the Southern California Chapters of t e erican
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 Rating of at least
AAA 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. 8701 adopted February 9, 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 3 -22 -76
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. 2 2 o -0-2 Classification
this proposal is B, d d e r s .Uovn J
(Cash, Certified Check, 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.
(213)3S8 -4113
Phone Nu er
18 Tune 1976
Date
Gri94s- �oruJooci;SnG. ..
Bidders Nam --
SEAti
zed �i nature
Z. _
Aut orize nature
C0rA0ro1 16n
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- 7coo- paarltnership:
1'rcSl�c�� �ev�r�etL 1_!/"'�11 V a1� r wn ocl
g¢CYe.%ory orry .�_ pnr .+cr
Treocvrev- 1`r_'V%API� T. Nor " I'm n �
ON. .
_� _
V
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
2.
No tr a Ca- Rl2Lp
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
1�{aYVJOOa� 1r►c-
Bidder s Name
Authorized
�orhoro )k,
Type of Organization
(Individual, Co- partnership or Corp.)
I',O.fiox 1�6� $20 l�'ishCavv�ein �d .
f)uOr +e - CO, 0. L -O LSD
Address
0 0
R
10 Employers Insurance* Wausau
EMPLOYERS MUTUAL LIABILITY INSURANCE COMPANY OF WISCONSIN
EMPLOYERS MUTUAL FIRE INSURANCE COMPANY
Home Office: Wausau, Wisconsin
KNOW ALL MEN BY THESE PRESENTS:
That We,
, INC.
BID OR PROPOSAL BOND
(hereinafter called the principal), as principal, and EMPLOYERS MUTUAL LIABILITY INSURANCE COMPANY OF WISCONSIN
a corporation organized and doing business under and by virtue of the laws of the State of Wisconsin, and duly licensed for the
purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the
State of California
as Surety, are held and firmly bound unto City of Newport Beach (hereinafter called the Obligee)
in the just and full sum of TEN PERCENT OF THE TOTAL AMOUNT
Dollars ($ 10%----- - - - - -- ) lawful money of the United States of America, for the payment of which, well and truly to be
made, we hereby bind ourselves and our and each of our successors and assigns, jointly and severally, firmly by these presents.
THE CONDrTION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the above bounden principal as aforesaid, is about to
hand in and submit to the obligee a bid or proposal for the
JAMBOREE ROAD SLOPE CONSTRUCTION
(Contr #1810 AHFP #713)
in accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefor.
NOW, THEREFORE, if the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the
principal thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work as
required by law, then this obligation to be null and void, otherwise to be and remain in full force and effect.
IN WITNESS WHEREOF, said Principal and said Surety have caused these presents to be duly signed and sealed this 18th
day of June 19 76 GRIGGS— NORWOOD, INC.
815 -0228 6-73
EMPLOYERS MUTUAL LIABILITY
INSURANCE COMPANY OF WISCONSIN
By
William R. Curtis, ti Attorney -in -Fact
0
z
T
D
G
O
O
T
O
z
m
m
2
D
r
T
O
T
0
0
s
0
s
O
fOR
D
r
W
Z
0
o CrJ
3
m r
b
CD
m
C
� C
o a
o
IO
fD
i
fi
0
VI Ih
>
JQ
m 9)
Z7
�1�
ti
o
IO
fD
i
fi
0
VI Ih
>
JQ
m 9)
Z7
�1�
EMPLOYERS *UAL LIABILITY INSURANCE C (OANY OF WISCONSIN
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:
Tlrat the Employers Mutual Liability Insurance Company of Wisconsin, a corporation duly organized and existing
under the laws of the State of Wisconsin, and having its principal office in the City of Wausau- County of Marathon,
State of Wisconsin, has made, constituted and apppointed, and does by these presents make, constitute and appoint_
William R. Curtis
its true and lawful attorney -in -fact, with full power and authority hereby conferred in its name. place and stead. to
execute, seal, acknowledge and deliver
any and all bonds, underteking�, recognizantes or other written obligations in the nature thereof - - - - - - -
and to bind the corporation thereby as fully and to lilt Same extent as if Such bonds were Signed by the preside N,
sealed with the corporate seal of the corporation and duly attested by its secretary hereby ratifying and confirming all
that the said all orney -in - fact may do in the premises.
This power of attorney is granted pursuant to the following resolution adopted by the Board of Direcans of said
Company at a meeting duly called and held on the ISth day of May, 1973, which resolution is still in effect:
"RESOLVED, that the President and any Vice President -- elective or appointive -- of Employers Mutual Liability
Insurance Company of Wisconsin be, and that each of them hereby is, authorized to execute powers of attorney
qualifying the attorney named in the given power of attorney to execute on behalf of Employers Mutual Liability
Insurance Company of Wisconsin bonds, undertakings and all contracts of suretyship; and that any secretary or
assistant secretary be. and that each or any of them hereby is, authorized to attest the execution of any such power
of attorney, and to attach thereto lire seal of Employers Mutual Liability Insurance Company of Wisconsin.
"FURTHER RESOI VED, that the signatures of such officers and the seal of Employers Mutual Liability
Insurance Company of Wisconsin may be affixed to any such power of attomey or to any certificate od3ling
thereto by facsimile, and any such power of attorney or certificate hearing such facsimile signatures and facsimile
seal shall be valid and binding upon rte Employers Mutual Linhiliy Insurance Company ul Wisconsin when so
affixed and in the furore with respect to any bond, undertaking or contract of suretyship to which it is attached."
IN WITNESS WHEREOF. Employers Mutual Liahility Insurance Company of Wisconsin has caused these presents to be
signed by the vice president and attested by its secretary, and its corporate seal to be hereto affixed :his 4th
day of April - ly 75 .
EMPLOYERS ML)T[}AL ILITY IN URANCE COMPANY OF WISCONSIN
C-1
cox c 4/
tr By ��� --�—� --
C- 1 D. R. Schmid[
s
Vice President
Attest:
.endor££ v il Secretary
S1ATE OF WISCONSIN )
) ss.
COUNTY OF MARATHON)
On this 4th day of April 1`t 75 ,before me personally came
D. R. Schmidt , to me known. trio heing by me duly sworn, did depose
and say that he is a vice president of the Employers Mutual Liability Insurance Company of Wisconsin, the corpoonion
described in and which executed the above instrument, that he knows the seal of said corporatiow that the seal affixed
to said instrument is such corporate seal and that it was so affixed by order of the Board of Directors of said
corporation and that he signed his name thereto by like order.
IN WITNESS WHEREOF, I have hereunto .let my hand and affixed my official . ;eul the day and year herein host ahove
written.
y� /n /j /
NANCY L. OELKE Notary Public
NOTARY PUBLIC
STATE OF WISCONSIN
My Comrnissiorr ExPi -es February 2 €, 1978
CERTIFICATE
STATE OF WISCONSIN 1
CITY OF WAUSAU 1 ss
COUNTY OF MARATHON)
I, the undersigned, vice president of Employers Mutnnl Liability Insurance Company of Wisconsin. a Wisconsin
corporation, do hereby eenify that the foregoing and attached power of attorney remains in full force and has not
been revoked: and furthermore that the resolution of:lie Board of Directors set fimh in the power of attorney isslit)
in force.
Signed and sealed in the City of Wausau. Monition County, State of Wiscynsin)this 1,91-h day of
June eZ(z.
OL] Vice President
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we
Page 4
as Principal,
and as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
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
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 day of
19
Corporate Seal (If Corporation)
(Attach acknowledgement of
Attorney -in -Fact
By
Title
Principal
Surety
0
NON- COLLUSION AFFIDAVIT
Page 5
The bidders, by its officers and agents or representatives present at the time of
filing this bid, being duly sworn on their oaths say, that neither they nor any of
them, have in any way, directly or indirectly, entered into any arrangement or 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 _=
thiV'2 day of Icy`
19-2& J -i
MMy- ommi ssi on expires:
Not lic
o r OFFICIAL SEAL
PAMELIA F. JOHNSTON
Y J� NOTARY PUBLIC - CALIFORNIA
LOS ANGELES COUNTY
+ow " "� My anan. expires AUG 31, 19781
U
n r.lrrllNr!
U
• , Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
Tne undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 24 hours after the bid opening if he
is the apparent low bidder.
C'rl q1 (larWoo�,
J
Signed
CI
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.
Cl,errl n..+yy eH ro.rr F'o �. � ifj
Chief
�ngiheeC
19 +
Ca1;1. yep T. o f
TrO.IS .
L
CZ13)620 -3030
1`i7Z
so.(I�•t E?vod 8964
UtKO9e
ch if
he Heel
CZ13)
Col'�.�e�71. 6f
Ir0�1S.
loi /ana
Aet (] .Ir.
6Zo -3o3a
(2�t.lo O0 f -Qaw�p Coos It-
C ief
t �ioteeY
1 o�
04
— re-AAs .
L s K1NOelei
fl es �tr.
CZL3, (SZ40-30-,3o
19b9
Gr•IRLC k—Srs
Ch
e'rfO }et+i OV1
I A47�]]'ra"s.
C�11�f-
13, 1.
"givlrrr
C114-)9SI -aSII
_(Z.
Si'I- Cr�(�est C1n;..122.SiOr.
C1�� f
rc.R.
`N #Meer
196
e 1,1 }. I1.0 04
T 1 e-A01 .
n..4r.
NA _$ C R
'C) re e+ .f re rewc"f
ck,r f
tKG h Cer
Q 6J
1. A
�T ±.
L_A G
Pere j 1).r}
CZ13) C27-474- 7
�1?oeii
M Q
ktfi A
�,
_ � ^ -.
^:�
�.r�
_ ' / � 1 t
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
JAMBOREE ROAD SLOPE CONSTRUCTION
BETWEEN
EASTBLUFF DRIVE NORTH
AND
A POINT 2,100 FEET NORTHERLY
CITY CONTRACT NO. 1810
AHFP PROJECT NO. 796
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92663
Gentlemen:
PR 1 of 2
The undersigned declares that he has carefully examined the location of the work, has read
the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes
to furnish all materials and do all the work required to complete Contract No. 1810 (AHFP
Project No. 713) in accordance with the Plans and Specifications, and will take in full
payment therefor the following unit prices for the work, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. 19,500 Unclassified Fill
CuTic Yds.
@ Leh e Dollars
and 00
�><y Cents $
Per Cubic Yard
2. 4,300 Imported Borrow
Cubic Yds.
@ 7% r e e Dollars
and
NO Cents $ 3 . c v $ / 2, O o "
Per Cubic Yard
3. 3100 Tons Pervious Sand Blanket
@ S/X Dollars
and u
%i41 Cents $
Per Ton
AI
•
PR2of 2
TEM
NO.
QUANTITY
AND UNIT
ITEM DESCRIPTION
UNIT PRICE WRITTEN
IN WORDS
UNIT
PRICE
TOTAL
PRICE
4.
3 Each
Area including pipe
//drain
@-7-A re e-
4v
Dollars
/V10
and
Cents $ 3 jo.00
oo �-
$ I.o�-o
Per Each
5.
Lump Sum
Guard underground construction
44-1
ollars
and
Cents $ 2 SO •
o o
o o $ 2 So _
Lump Sum
6.
Lump Sum
Clear and grub
@Eoht F/ aLjl o,, f/yn
n,�rrrfwl
l ars
('\Io
and c p
Cents $ S. (oo.00 $8�00-
Lump Sum
7.
35 L.F.
Furnish and install 18"
CMP
Dollars
and
00
o Cents $ 2o.o o $ 7n 0 _
Per Linear Foot
TOTAL PRICE FOR ITEMS 1 THROUGH WRITTEN IN WORDS:
E /9hf NLiVICIP- ADollars
and
NO Cents $ -1-2
19 Tu vN e 19 -7
Date
CONTRACTOR'S LICENSE NO.A 2 2 s n4?-
NoI- W0 C .
(Bidder'V Mme)
rized Signature
TELEPHONE NUMBER ( 2130 3 J 8 - 4-113
CONTRACTOR'S ADDRESS J: O. L� o X (S $ 2 d �— 1 S h (
.Duor }e, Jcc (�f 61AIG
9 UOID
RESOLUTION NO. 3 1
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO GRIGGS-
NORWOOD, INC. IN CONNECTION WITH THE JAMBOREE
ROAD SLOPE CONSTRUCTION PROJECT BETWEEN EASTBLUFF
DRIVE NORTH AND A POINT 2,100 FEET NORTHERLY,
CONTRACT NO. 1810
WHEREAS, pursuant to the notice inviting bids for
work in connection with the Jamboree Road Slope Construction
Project between Eastbluff Drive North and a point 2,100 feet
northerly, in accordance with the plans and specifications
heretofore adopted, bids were received on the 18th day of
June, 1976, and publicly opened and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefore is Griggs- Norwood, Inc.;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of Griggs - Norwood,
Inc. for the work in the amount of $72,800.00 be accepted,
and that the contract for the described work be awarded to said
bidder;
BE IT FURTHER RESOLVED that the Mayor and City Clerk
are hereby authorized and directed to execute a contract in
accordance with the specifications, bid and this award on behalf
of the City of Newport Beach, and that the City Clerk be directed
to furnish an executed copy to the successful bidder.
ADOPTED this 28th day of June , 1976.
Mayor
ATTEST:
DDO /bc
City Clerk 6/22/76