Loading...
HomeMy WebLinkAboutC-1905 - Site improvements, 16th Street Utilities Storage YardBy TO: CITY COUNCIL FROM: Public Works Department E August 22, 1977 CITY COUNCIL AGENDA ITEM NO. H -I2 SUBJECT: ACCEPTANCE OF SITE IMPROVEMENTS - 16TH STREET UTILITY STORAGE YARD BMW 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 site improvements at the 16th Street Utility Yard has been completed to the satisfaction of the Public Works Department. The bid price was $45,605.00 Amount of unit price items constructed 46,525.00 Amount of change orders (450.00) Total contract cost 46,075.00 Funds were budgeted in the Water Fund Account No. 50- 9297 -003 Two change orders were issued. The first deleted the asphalt paving and added over 1600 cubic yards of excavation and fill,required because the loosely dumped material on the site was far more extensive than had been anti- cipated. This change adjusted the quantities of the unit price items with a net increase of $920. The second change order provided for the deletion of the straw slope protection since the fill area will be extended before the erosion control would be needed. The design engineering was performed by the Public Works Department. The contractor is Griffith Company of Irvine, California. The contract date of completion was June 10, 1977. The contractor was delayed in starting pending additional soil tests. He was further delayed during the course of the work by rain, continual runoff from the adjacent Costa Mesa industrial area, and the extra excavation and fill. The work was completed on July 12, 1977. eph T. evlin lic Wks Director id Dy -.., TO: CITY COUNCIL FROM: Public Works Department Ll April 11, 1977 CITY COUNCIL AGENDA ITEM NO. H -2 (d) SUBJECT: SITE IMPROVEMENTS 16TH STREET UTILITIES STORAGE YARD (C -1905) RECOMMENDATION: Adopt a resolution awarding Contract No. 1905 to the Griffith Company for $45,605 and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: The low bid of $55,935 is 60% more than the engineer's estimate of $35,000. Discussions with contractors indicate that the high unit prices are due largely to the restricted working area. Under the terms of the specifications, the City reserved the right to delete construction of the masonry retaining wall and a portion (approximately 1,000 square feet) of the paved storage area. In order to stay within the presently budgeted funds, it is recommended that this portion of the work be deleted and the award be based on the adjusted amount. This project provides for partial storage yard improvements to the 16th Street Utility Yard. Completion of the project will allow the Utility Division to vacate its storage site within the Superior Avenue corporation yard. Included in the work is grading and paving to provide approximately 9,000 square feet of storage space, grading of roadways, construction of material storage bins, and construction of a storm drain and catch basins. See the attached sketch for location and work involved. Funds in the amount of $46,000 have been provided in Account No. 50- 9297 -003 to construct the subject contract and place additional fill on the site in conjunction with the Superior Avenue widening project scheduled for construction in June 1977. Additional funds will now be re- quired for the placement of that fill and a budget amendment will be pre- pared for Council consideration at the time the Superior Avenue widening project is awarded Five bids for this contract were opened in the office of the City Clerk at 10:30 A.M. on March 30, 1977. Adjusted* Bidder Amount Amount 1. Griffith Co., Long Beach $55,935.00 $45,605.00 2. T. A. Jones & Associates, Los Angeles 56,306.15 48,614.15 3. Jerry Cross Paving Inc., Costa Mesa 690945.00 57,085.00 4. Fleming Construction, Cerritos 71,084.00 63,634.00 5. Sully- Miller Contracting Co., Orange 74,692.00 66,127.00 The low bid of $55,935 is 60% more than the engineer's estimate of $35,000. Discussions with contractors indicate that the high unit prices are due largely to the restricted working area. Under the terms of the specifications, the City reserved the right to delete construction of the masonry retaining wall and a portion (approximately 1,000 square feet) of the paved storage area. In order to stay within the presently budgeted funds, it is recommended that this portion of the work be deleted and the award be based on the adjusted amount. This project provides for partial storage yard improvements to the 16th Street Utility Yard. Completion of the project will allow the Utility Division to vacate its storage site within the Superior Avenue corporation yard. Included in the work is grading and paving to provide approximately 9,000 square feet of storage space, grading of roadways, construction of material storage bins, and construction of a storm drain and catch basins. See the attached sketch for location and work involved. Funds in the amount of $46,000 have been provided in Account No. 50- 9297 -003 to construct the subject contract and place additional fill on the site in conjunction with the Superior Avenue widening project scheduled for construction in June 1977. Additional funds will now be re- quired for the placement of that fill and a budget amendment will be pre- pared for Council consideration at the time the Superior Avenue widening project is awarded Q Q oNzi q 'N, 0 W J a W� of �I I 0 ti o§h ± i Qn���Q3 ®U I� l ( W'��QWo�� �j i I � Uli I 888 "�RlA'3 : n 7v g7AwA:ej tj �I K c i k ti CITY OF NEWPORT BEACH DRAWMCX &• * DATE Y = /fa- •/ PUBLIC WORKS DEPARTMENT APPROVED 16aft $T,QEET UT /G /Ty y412� PUBLIC WORKS DIRECTOR ,4T17Q 4pE e9/ TE /MP12.0 t/EME�lTS' R.E. NO. DRAWING NO. By {:... RESOLUTION NO. / 0`-S G A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO THE GRIFFITH COMPANY FOR SITE IMPROVEMENTS - 16TH STREET UTILITIES STORAGE YARD, CONTRACT NO. 1905 jf a relp WHEREAS, pursuant to the notice inviting bids for work in connection with site improvements - 16th Street Utilities Storage Yard, in accordance with the plans and specifications heretofore adopted, bids were received on the 30th day of March, 1977, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefore is GRIFFITH COMPANY; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Griffith Company for the work in the amount of $45,605.00 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 11th day of April , 1977. ATTEST: City Clerk Mayor DDO /bc 4/7/77 PUBLIC NOTICE ' PUSLJC NOTICE CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received:at the office of the City Clerk, City Hall, Newport Beach, California,, until 10:30 A.M. on the 30th day of .March; 1977, at which time they will be opened and read, for performing work as follows: SITE IMPROVEMENTS -- 16TH STREET`UTILITY STORAGE YARD CONTRACT NO 1905 . 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 ba:,accompanied by cash, certified check) or, Bidder's Bond, made payable -to the °City- of-Newpor€' Beach, for as 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. endelope containing the bid. The contract documents that must be completed; axe- cuted, and returned in the sealed bid are: A. Proposal B. Designation ot;Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financtal Respogsipility. F. Technical Ability and ExpeilencnRefersnces 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 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 ill 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 bid opening, The City has adopted the STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (1976 Edition) as, prepared by the Southern California Chapters of the Amer- lean Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, Callfornfa 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 (Prop- erty Liability). In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 at seq.), !the City Council of the City of Newport Beach has ricer- taiued the general prevailing rate of per diem wages . in the locality In which the work is to be performed for each craft, classification, or type of workman or mechanic ,needed to execute the contract and has set forth these '.items in Resolution No. 8950 adopted December. 13, 1976., A copy of said resolution is available in the office of the City Clerk, All parties to the contract shall be governed by all provisions of the California Labor Code relating Jo prevailing wage rates (Sections 1770 -1781 inclusive).; he contractor shall be responsible for .compllance with Section. 1777,5 of the California Labor Code for all ap prenticeable occupations. - The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be'obtalued.from the' 'Public Works Department. The City reserves the .right to reject any or all bids' and to waive any informality In such bids. DORIS GEORGE, CITY CLERK CITY OF NEWPORT' BEACH,' CALIFORNIA Publish: March 17, 1977',, in the N,gwport- Harbor 'Ensign. - i Gam. 3J zio' 77 i,A 14 1977 0 By fhe CI1'Y COUNCIL CITY of �OWPQKT B6ACH March 14, 1977 CITY COUNCIL AGENDA ITEM NO. H -11 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: SITE IMPROVEMENTS - -16TH STREET UTILITY STORAGE YARD (C -1905) RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 10:30 A.M. Wednesday, March 30, 1977. DISCUSSION: This project provides for partial storage yard improve- ments to the 16th Street utility yard. Completion of this project will allow the Utility Division to vacate their present storage site within the Superior Avenue corporation yard. Included in the work is grading and paving to provide approximately 10,000 square feet of storage space, grading of roadways, construction of 128 feet of retaining wall, construction of material storage bins, and con- struction of a storm drain and catch basins. See the attached sketch for location and work involved. The plans and specifications were prepared by the Public Works Department. The estimated date of completion is June 10, 1977. The engineer's estimate for the project is $35,000. Funds have been provided for the project in Account No. 50- 9297 -003. Joseph T. Devlin 74� Public Works Director JSW:jd Att. 0 V�U 3�0 ak 0� ,W OQ94 ok ham. W) �f �I �I a Wp a QW f war � N i J � �• 0� Ilk ,� CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 16- 97REE7' :UT /L /TY Y.4.t2� .... ..._ `SM2,40,E NrE /MP@Qt!EMF�/Tv9. XI APPRD\c0 PUBLIC WORKS DIRECTOR' DRAWING NO. j5X. 3■ ., n■ r. 11 February 28, 1977 CITY COUNCIL AGENDA ITEM N0. G -6 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: SITE IMPROVEMENTS -- SUPERIOR AVENUE CORPORATION YARD AND 16TH STREET UTILITY YARD RECOMMENDATIONS: 1. Approve construction of partial improvements to Superior Avenue Corporation Yard, consisting of Industrial Way access road, grading, and frontage work. 2. Approve construction of a partial storage yard and site improvements at the 16th Street Utility Yard. DISCUSSION: The current Superior Avenue widening project, together with the recent purchase of the property at the corner of Superior Avenue and Industrial Way, have made it desirable to proceed with an Industrial Way access road connection and certain frontage improvements prior to and in conjunction with the Superior Avenue widening project. Relocation of the Utilities storage yard from its present location at the Corporation Yard to the 16th Street Utilities Yard will be required before the new access road can be constructed. Proceeding with the work at this time offers advantages: 1. Uninterrupted access to the Corporation Yard via the Industrial Way access road while the Superior Avenue widening project is under construction. 2. Better unit prices for some items of work due to larger quantities. 3. Better coordination between site improvements and street improvements. 4. Ability to use 4500 to 5000 cubic yards of excess material generated by the Superior Avenue project for fill which is needed at the Utilities Yard. 5. Relocation of the Utilities storage yard to its permanent location in a timely manner. L r� u February 28, 1977 Subject: Site Improvements -- Superior Avenue Corporation Yard and 16th Street Utility Yard Page 2 The principal items of work and the estimated costs are: Superior Avenue Corporation Yard (Industrial Way Access Road, and Frontage Improvements 1. Relocate Edison guy wires $ 2,500 2. Grading 6,300 3. Drive approach and paving 8,800 4. Relocate water service and appurtenances 4,700 5. Block wall 13,500 6. Automatic gates and controls 12,000 7. Landscaping and irrigation 5,500 Subtotal $53,300 Testing and Contingencies 5 %± 2,700 Total $56,000 16th Street Utilities Yard (Storage Site Improvements) 1. Clearing and grading $ 7,700 2. Place imported fill 11,300 3. Paving 4,400 4. Retaining wall 3,900 5. Reinforced concrete storage bins 10,000 6. Storm drain and inlets 6,400 Subtotal $43,700 Testing and Contingencies 5 %t 2,300 Total $46,000 0 0 February 28, 1977 Subject: Site Improvements -- Superior Avenue Corporation Yard and 16th Street Utility Yard Page 3 The proposed funding is as follows: Superior Avenue Corporation Yard Appropriation from G. F. Corporation Yard reserve $56,000 16th Street Utilities Yard Transfer from Account No. 50- 9297 -123 $17,000 (Balance remaining from San Miguel Drive improvements at Big Canyon Reservoir) Account No. 50- 9297 -003 $ 8,000 Repairs and betterments to reservoir sites) Appropriation from Water Fund $21,000 Total $46,000 Budget amendments have been prepared for Council consideration if the recommendations are approved. Sketches are attached showing the areas and the work involved. In addition to the work described above, it should be pointed out that the street improvements along the Superior Avenue frontage of the Cor- poration Yard are a part of the Superior Avenue Widening AHFP project. This work is being funded with County AHFP funds and with gas tax funds. The work consists of grading, pavement widening, curb, sidewalk, street lighting, and retaining wall construction, with the estimated cost being $76,500. It is also proposed to use gas tax funds (approximately $2,000) for construction of the pavement widening, curb, and sidewalk along the Industrial Way frontage. Any budget amendments needed to the gas tax appropriation will be presented when the Superior Avenue plans are completed, and a final cost estimate has been prepared. Att. lin Director N�y`4. Q IR ku W Q c,a _ W ^' 1 i CITY OF NEWPORT BEACH DRAW DATE ZZ PUBLIC WORKS DEPARTMENT APPROVED' joao. ---. -.- PUBLIC WORKS DIRECTOR 9T�J,2.40E cJ /TE /MQE'M�elll:... 1y�R.E. NO DRAWING NO. 29 +92� x, � � I 0 � 1 �1 it lK K v ' N 23131 F.— s �n i 0 1 �' /NO�rR /A� y✓�y F VAREMO v1E r --t � I I in i I ; � 'I � SHOPS —Jo n a° > i R .� r L d N d N r -0 N > T b L C U b �! Y i •� Y i0 Yy L, 1104 3 N U E r T > O .r - _ G CD —� d °N J Y Y p L L U U 'O 'O N N Y (A VD O d L 0 00 0 0 to d C9 C9 U U u J u, d' CITY OF NEWPORT BEACH PUBIC WORKS DEPARTMENT :)E 12102 AVE. 602PO ATIO U YAQD IMPIQ:OVEMMUTS Osseo, M eOi O O 1 DATE APPROVED PUBLIC WORKS DIRECTOR R.E. NO. DRAWING HO. Ex, N Af d .o rn � C� a �a oar A it 4 I VAREMO v1E r --t � I I in i I ; � 'I � SHOPS —Jo n a° > i R .� r L d N d N r -0 N > T b L C U b �! Y i •� Y i0 Yy L, 1104 3 N U E r T > O .r - _ G CD —� d °N J Y Y p L L U U 'O 'O N N Y (A VD O d L 0 00 0 0 to d C9 C9 U U u J u, d' CITY OF NEWPORT BEACH PUBIC WORKS DEPARTMENT :)E 12102 AVE. 602PO ATIO U YAQD IMPIQ:OVEMMUTS Osseo, M eOi O O 1 DATE APPROVED PUBLIC WORKS DIRECTOR R.E. NO. DRAWING HO. Ex, N Af i i September 14, 1977 Griffith Company 3530 Cherry Ave. P.O. fox 980 Long fesebt CA 90801 Subject: Surety t V(dted Pacifiq Imseves"'Vo. sonde No. t u - 93 - 34 -.,10. Project : Site Iupwrvempnts /16th Ih,.,8tility Storage Yard /1976 -77 Contract No. t 1903 The City Coosa il an August 22, 1977 1144,11POA the work of subject Project and autborised the City Clark to a Notice of Completion and to welcome the bonds 33 dayr'sttur Net"* of Completion has been tiled. Notice of Conplatiois was filed with the Orange County Recorder on August 24, 1977 in book No. 12330, Pago 1879. Plan" notify your surety company that bonds may be released 33 days fitter recording date. Doric George City Clark 0 cat Public Works Department i=le': t� }^ _ '. ,. _, .. .. .. r. .... s s ._. � .., i 4 — .,.� as s1^1�'b`ui.��.3tlR3 ._..es 'F."._.. .. a.r.. _..: :C ,a''C.�;�otYn.�tL�� i,'?� ��'��: � -_ �. _.a r.R:`.. i=le': t� }^ _ '. ,. _, .. .. .. r. .... s s ._. � .., i 4 — .,.� as s1^1�'b`ui.��.3tlR3 ._..es 'F."._.. .. a.r.. _..: :C ,a''C.�;�otYn.�tL�� i,'?� RERF Fo . T 0 C T ( CLERK r CITY CF NEWPORT 6EACH 3300 NEWPORT BOULEVARD NEWPORT BEACH, CALIF. 92663 16 M171 EXEMPT C4 NOTICE. OF COMPLETION PUBLIC WORKS Bx 12351 ?61879 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 5 Pas; 1 PX AUG 24 1977 J. WYLIE CARLYLE, County ReoorYm To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on July 12, 1977 the Public Works project consisting of Site improvements at 16th St. Utilities Service Yard on which Griffith Co. was the contractor, and United Pacific Insurance Co. was the surety, was completed. VERIFICATI I, the undersigned, say: CITY OF NEWPORT BEACH t-1 — /--1 /1 , ke Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on August 23, 1977 at Newport Beach, California. I, the undersigned, L ,. I am the City Clerk of the City of Newport Beach; the City Council of said City on August 22, 1977 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 August 23, 1977 at Newport Beach, California. F QTY ; :1 k ey /�/4 rr; 0 6 CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd Date: August 23, 1977 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 giro Twprmrameer■ at 16tu coreet Utilities Service Yard Contract No. -1904 on which Griffith Company was the Contractor and United Pacific Insurance Co, was the surety. Please record and return to us. / Very trul; yours, Doris George wf'� City Clerk City of Newport Beach Encl. CITY OF NEWPORT BEACH Date —May 12, 1977 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 1905 Project 16th St. Utilities Service Yard Site Improvements Attached is signed copy of subject contract for transmittal to the contractor. Contractor: Griffith Co. Address: 3650 Cherry Ave., P.O. Box 980, Long Beach, CA 90801 Amount: $45,605 Effective Date: April 27, 1977 Resolution No. 9056 A' Doris Geoqe Att. cc: Finance Department Q Cite ]-fall • 3300 Newport f301-11exard, Newport Beach, California 92663 Approved by the City Council this 14th day March 1977 ors eorge, City C er CITY CLERK 0 0 CONTRACT NO. 1905 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR SITE IMPROVEMENTS 16TH STREET UTILITY STORAGE YARD 1976 -77 SUBMITTED BY: GRIFFITH COMPANY Contractor 3650 Cherry Ave. - P. 0. Box 980 Address Long Beach, CA 90801 City Zip (2131 595 -5461 Phone $45.605.00* Total Bid Price *Awarded Contract, _. .. ..._N -•`�..°__�_-;' >__ _� � _ � .,�.;: _.,_ f�= _ _.gym.. CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS Page 1 SEALED BIDS will be received at the office of the City Clerk, City Hall, Newpport Beach, California, until 10:30 A.M. on the 30 day of March 19 77 , at which time they w e opened and rea- —for work as foll ows: SITE IMPROVEMENTS- -16TH STREET UTILITY STORAGE YARD CONTRACT NO. 1905 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required an t -e CCorroraate Seal shall be affixed to all documents requiring signatures. In the case of a arhip, 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.) 3 Page la The City has adopted the Standard S ecifications for Public Works Construction (1976 Edition) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $5.00 per set. A standard "Certificate of Insurance for Contract Work for City" form has been adopted by the City. This form is the only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds, and Faithful Performance Bonds must be an insurance company or surety company licensed by the State of California. The companies must also.have a current General Policy Holders Rating of A or better; and a Financial Category of at least Class X as per the latest edition of Best's Key Rating Guide (Property - Liability). In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract and has set forth these items in Resolu- tion No. 8950 adopted December 1.3, 1976. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -1781 inclusive). The contractor shall be responsible for com- pliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department. The City reserves the. right to reject any or all bids and to waive any informality in such bids. Revised 12 -14 -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. 32168 Classification A SB- 1 -tr -12 Accompanying this proposal is (Cash, Certifie C ec , Cashier'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) 595 -5461 Phone Number March 30, 1977 GRIFFITH COMPANY Bidder's Name (SEAL) S /George P. Griffith, President Au orize Si9natty�e S/ obert D. Lytle ice President /Secretary Authorized Signature Corporation Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: P. Griffith. President Jack Immel, District Mgr. John E. Tiger, Vice President D. L. McGrew, District Mqr. R. D. Lytle, Vice Pres /Treas /Sec. John E. Snider, Assistant Secretary J. A. Hearn. Vice Pres /District Mqr. 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. Underground & P.C.C. Barrett Const. Tryina 2. Retaining Wall J & R Fence Anaheim 3. Straw Slopes Smith & Reynolds Rivartidp 4. 5. 6. 7. 8. 9. 10. 11. 12. GRIFFITH COMPANY Bidde s 15ame S /Robert D. Lytle, Ice President /Secretary Authorized Signature Corporation Type of Organization (Individual, Co- partnership or Corp.) 1 •:� FOR "IGINAL SEE CITY CLERK'S FILE CC" Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, GRIFFITH COMPANY , as Principal, and UNITED PACIFIC INSURANCE COMPANY , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of the total amount of bid 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 Site Improvements- -16th Street Utility Storage Yard_ Contract No. 1905 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 30th day of March 19 77 . Corporate Seal (If Corporation) GRIFFITH COMPANY Principal (Attach acknowledgement of ROBERT 0. LYTL€ VICE PR I ENT SECRETARY Attorney -in -Fact) 3650 Cherry Ave. - P. 0. Box 980 Long Beach, CA 90801 S /Marie L. Jilek, Notary Public IINTTFn PArTFTC TNSIIRANCF COMPANY Commission Expires.March 9 1979 Surety By S /Jay B. Miller Title Attorney -in -Fact Page 5 NON - COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agree- ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agree- ment with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or materialman which is not processed. through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this 30th day of March , 19 77 My commission expires: Dec. 12, 1980 GRIFFITH COMPANY S /Robert . Lytle, Vi.. President /Secretary 3650 Cherry Ave. - P. 0. Box 980 Long Beach, CA 90801 FOR _A GINAL SEE CITY CLERK'S FILE COrr 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 S/Robert Lytle, Uce President /Secretary Signed Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed . . Performed Person . Contact Telephone 0. McConnell 1 of . - Dirprtnr nf Piihlir .. : . •11 Resurfacing Rgsecrans Avenue .. u the. San Gabriel ..- ... -e . 1 Harold J. Henriksen • { of Downey Citv FnninpAr :. 1 '. . . -e .ie 1. .e .: 1• 1 Assessment District #117 - Adoree Ave.. et al. ($276.463-70) 5/l/75 City of e 1e. - 1 Q2101 KIT e . .e 1 -.. .11 N . F S /Robert D. �,ytlg; ice President /Secretary Signed "The Premium charged tier this Bond is included in that shown on as Pertonnan" BerdS: • Page 8 LABOR AND MATERIAL BOND BOND No. U 95 34 10 EXECUTED IN QUADRUPLICATE KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted April 11, 1977, has awarded to GRIFFITH COMPANY hereinafter designated as the "Principal ", a contract for in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used in, upon, for, or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind; the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We as Principal, and GRIFFITH COMPANY UNITED PACIFIC INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of Twenty -Two Thousand Eight Hundred Two and 50 /100-- - - - - -- Dollars ($ 22,802.50:=-- - - - - -� , said sum being one -half of the estimated amount payable by the City of Newport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the Provisions of Section 4204 of the Government Code of the State of California. This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon Page 9 (Labor and Material Bond - Continued) this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications, In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 19th day of April , 1977 GRIFr11 H i;QrvjPANy (Seal ) Name of ontractor Principal Author] d Signature and Title GEORGE P. GRIFFITH PRESIDENT' A Z7 Authorized Signature nd Title ROBERT D. LYTLE VICE PRE6IDENT SECRETARY UNITED PACIFIC INSURANCE CCbTANY (Seal) Name of Surety Shatto Place, Los Angees, CA. 90020 ss of Suretv n •e and Title of Authorized Agent W. CLM ENTS ATTORNEY -IN -FACT L Agent: (213) 386 -2360 Telephone No. of Agent \ F D ' §& §_ a® °!2 2 #2[§ « \� \�\ 7(7 ( Z3 § ;J > e. (a eG } C+ ) \0 ƒ \5 ; �> \ ol 8`;\ >c " 3 > ®E a(f] !GJ( < 5 /Z e &:< co /Oƒ =£ =e 2E|` a t Z. , PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That Page 10 BOND NO. U 95 34 10 EXECUTED IN QUADRUPLICATE PREMIUM: $274.00 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted Aoril 11, 1977, has awarded to GRIFFITH COMPANY hereinafter designated as the "Principal ", a contract for CTTF IMPROVEMENTS, 16TH STREET UTILITY STORAGE YARD, CONTRACT NO. 1905 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, GRIFFITH COMPANY as Principal, and UNITED PACIFIC INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of ve Thousand Six Hundred Five and No/100----------- Dollars ($ 45,605.00 - - -- 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 Page 11 (Performance Bond - Continued) of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 19th day of April i9 77 COMPANY (Seal ) ictor (Principal) Hutnorizea signature ana.Iltie GEORGE P. GRIFFITH PRESIDENT Authorized Signature ajq Title ROBERT D. LYTLE VICE PRESIDENT SECRETARY UNITED PACIFIC INSURANCE COMPANY (Seal) Name of Surety 443 Shatto Place, Los Angeles, CA. 90020. Address of Surety Z gnature and Title of Authorized Agent BERT W. CLMMTS ATTORNEY -IN -FACT Approved, s, { /p\ form/ �Corroon & Black/Miller & Ames 3600 Wilshire BTyd.. T ngpl �;c� CA_ 90(llO ( Address of Agent Agent; (213) 386 -2360 Telephone No. of Agent co ) � ¥ . !m OY 0 F5 m§ ;)]` a® - ( ;9 }2§ f[I$> \(�\ \§ 2|G CY IJD. 3 \ 0 to \ { /j /! F� § §) \ /§ ( G`;\ > c: cq ,o,� ,< Z / } ( 20 =!tea )m |2 et =R ( ( \ ( q CONTRACT THIS AGREEMENT, made and entered into this,, ? day Page 12 of gip. 19', by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and GRIFFITH COMPANY hereinafter designated as the Contractor, party of the second part. WITNESSETH: That the parties hereto do mutually agree as follows: 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of _SITF IMPROVEMENTS. 16TH STREET UTILITY STORAGE YARD, CONTRACT NO. 1905 and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the Plans and Specifications therefor; to furnish at his own proper cost and expense all tools, equipment, labor, and materials necessary therefor, (except such materials, if any, as in the said Specifications are stipulated to be furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2. For furnishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this Agreement, also for all loss and damage arising out.of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecu- tion of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly stipulated to be borne by the City; and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said Plans and Specifications, the City will pay and the Contractor shall receive in full compensation therefor the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the Specifications, named in the bidding sheet of the Proposal, as the case may be. 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to for the price aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the Plans and Specifications, and all amendments thereof, when approved by the parties hereto, or when required by the City in accordance with the provisions of the P -laps and Specifications, are hereby incorporated.in and made part of this Agreement. Page 13 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the Director of Public Works, and their officers and employees, from all claims, loss, damage, injury, and liability of every kind, nature, and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury, and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the day and year first above written. ATTEST: I CITY OF NEWPORT BEACH CALIFORNIA By: L4 I ayor GRIFFITH By : GEORGE P.'GRIFFITH . PRESIDENT By= ROBERT D. LYTLE VICE PRESIDENT SECRETARY, Title on CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SITE IMPROVEMENTS 16TH STREET UTILITY STORAGE YARD 1976 -77 CONTRACT NO. 1905 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. 1905 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 160 1. Igo Construct asphaltic concrete pavement Tons including prime coat. @ Twenty -eight Dollars and No Cents $ 28.00 $ 4.480.00 Per Ton 210 2. ffl_ Construct aggregate base. Tons @ Nine Dollars and No Cents $ 9.00 $ 1,890.00 Per Ton 3. 3350 Construct unclassified fill to the Cubic Yards limits and grades as shown on the plans complete in place. @ Fnnr Dollars and F;fta Cents $ 4.50 $ 15.075.00 Per Cubic Yard Delte Construct masonry retaining wall to Lump Sum limits and grades as shown on the plans complete in place. @ Delete Dollars and Cents $ $ Delete Lump Sum @ Two Thousand Five Hundred _ Dollars and No Cents $ 2,500.00 $ 2,500.00 Lump Sum 8. 1 Construct catch basin Type OL -A Lump Sum (L =4', H =10') as shown on the plans complete in place. @ One Thousand Seven Hundred Dollars and No Cents $ 1700.00 $ 1.700.00 Lump Sum 9. 1 Construct sacked concrete retaining Lump Sum walls and splash pad as shown on the plans complete in place. @ Eight Hundred and Fifty Dollars and No Cents $ 850.00 $ R50.On Lump Sum TOTAL PRICE WRITTEN IN WORDS: Forty -five Thousand Six Hundred Five Dollars and No Cents $ 45,605.00 GRIFFITH COMPANY idder's Name Date March 30, 1977 S Robert D.,L tl`eic�e President /Secretary Authorized Signature CONTRACTOR'S LICENSE N0. 32168 TELEPHONE NO. (213)595 -5461 980. Lono Beach_ CA ansml PR 2 of 2 M QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. 1 Construct reinforced concrete bins to Lump Sum limits and grades as shown on the plans complete in place. @ Thirteen Thousand Dollars and No Cents $13,000.00 $13,000.00 Lump Sum 6. 130 Construct 36" A.C. storm drain Lineal Feet (2000 -D) @ Forty -seven Dollars and No Cents $ 47.00 $ 6,110,00 Per Lineal Foot 7. 1 Construct catch basin Type OL -A Lump Sum (L =21', H =3.7 ") as shown on the plans complete in place. @ Two Thousand Five Hundred _ Dollars and No Cents $ 2,500.00 $ 2,500.00 Lump Sum 8. 1 Construct catch basin Type OL -A Lump Sum (L =4', H =10') as shown on the plans complete in place. @ One Thousand Seven Hundred Dollars and No Cents $ 1700.00 $ 1.700.00 Lump Sum 9. 1 Construct sacked concrete retaining Lump Sum walls and splash pad as shown on the plans complete in place. @ Eight Hundred and Fifty Dollars and No Cents $ 850.00 $ R50.On Lump Sum TOTAL PRICE WRITTEN IN WORDS: Forty -five Thousand Six Hundred Five Dollars and No Cents $ 45,605.00 GRIFFITH COMPANY idder's Name Date March 30, 1977 S Robert D.,L tl`eic�e President /Secretary Authorized Signature CONTRACTOR'S LICENSE N0. 32168 TELEPHONE NO. (213)595 -5461 980. Lono Beach_ CA ansml Section I. II. III. IV. V. VI. VII. VIII. IX. X. XI. 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR SITE IMPROVEMENTS 16TH STREET UTILITY STORAGE YARD 1976 -77 CONTRACT NO. 1905 Page SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . 1 COMPLETION AND SCHEDULE OF WORK . . . . . . . . . . . . . . . . 1 PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 PERMITS . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . . . . . 2 PROTECTION OF EXISTING UTILITIES AND STRUCTURES . . . . . . . . 2 PROTECTION OF EXISTING PROPERTY CORNERS . . . . . . . . . . . . 2 WATER ............................ 2 GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . . 2 FLOW AND ACCEPTANCE OF WATER . . . . . . . . . . . . . . . . . 2 CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . . . . . 3 A. Clearing, Grubbing, and other Removals . . . . . . . 3 B. Storm Drain Improvements . . . . . . . . . . . . . . . . . 3 C. Masonry Retaining Wall . . . . . . . . . . . . . . . . . . 4 D. Reinforced Concrete Bins . . . . . 4 E. Unclassified Excavation, Structure Excavation and Unclassified Fill . . . . . . . . . . . . . . . . . . . . 5 F. Pavement . . . . . . . . . . . . . . . . . . . . . . . . . 5 i. I. SCOPE OF WORK 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR SITE IMPROVEMENTS 16TH STREET UTILITY STORAGE YARD CONTRACT NO. 1905 SPIof5 The work to be done under this contract consists of the removal of existing improvements, clearing and grubbing, excavation, placement of fill, and the construction of reinforced masonry retaining wall, reinforced concrete storage bins, storm drain pipe, curb inlets, sacked concrete outlet structure, A.C. paving, and other incidental items of work as shown on the plans. The contract requires completion of all work in accordance with applicable portions of the State of California Standard Specifications (1975 Edition), these Special Provisions, the Plans (Drawing No. M- 5183 -S), the City's Standard Special Provisions and Standard Drawings, and the City's Standard Specifications (Standard Specifications for Public Works Construction, 1976 Edition with supple- ment), copies oT which are available at u ng News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. Copies of the City's Standard Special Provisions and Drawings may be purchased at the Public Works Department for $5. II. COMPLETION AND SCHEDULE OF WORK The contractor shall complete all work on the contract within 60 consecutive calendar days after award of the contract by the City Council and as specified in Section 6 of the Standard Specifications. The contractor shall submit a construction schedule for review by the engineer. This schedule shall be approved by the engineer prior to the start of any work. III. 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, equipment, materials, and all other things necessary to complete the work in place, and no additional allowance will be made therefor. Payment for incidental items of work, not separately provided for in the proposal, shall be included in the price bid for other related items of work. The City reserves the right to waive Section 3 -2.2 of the Standard Specifica- tions with regard to Bid Item No. 4, and has the option to delete all of the masonry retaining wall in awarding the contract. IV. PERMITS The contractor shall obtain the following permits prior to any construction: • • SP 2 of 5 Permit to perform excavation or trench work from the Division of Industrial Safety, State of California. Permit to dispose of demolition at any sanitary landfill site in Orange County, from the City Public Works Department at no charge. V. CONSTRUCTION SURVEY STAKING Field surveys for control of construction will be provided by the City of Newport Beach survey crew. Requests for survey shall be made to the engineer 48 hours in advance of the required survey. VI. PROTECTION OF EXISTING UTILITIES AND STRUCTURES Known utilities are indicated on the plans. Grading and excavation will cause work to be performed very near existing sewer, gas, water, telephone and elec- trical lines. The contractor shall protect in place and be responsible for, at his own expense, any damage to utilities encountered during construction of the items shown on the plans. The contractor's attention is called to Section and Subsection 7 -9 of the Standard Specifications. Existing buildings, structures, and fences abutting proposed improvements are indicated on the plans. Prior-to construction, the contractor shall verify the location of existing buildings and structures and shall protect them in place and be responsible for, at his own expense, any damage to them resulting from construction of the improvements. VII. PROTECTION OF EXISTING PROPERTY CORNERS Every effort shall be made by the contractor to protect any existing property corner markers uncovered during construction. Should any of these corners be disturbed, they shall be restored by the contractor at his expense and no separate compensation will be made. VIII. WATER The contractor shall make his own provisions for obtaining and applying water necessary to perform his work. If the contractor desires to use available City water, it shall be his responsibility to make arrangements for water purchases by contacting the City's Utilities Superintendent, Mr. Tom Phillips, at (714) 640 -2221. IX. 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 contractors expense. 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 engineer, are not subjected to the probability of damage. 1� • • ' . SP 3 of 5 XI. CONSTRUCTION DETAILS A. Clearing, Grubbing and Other Removals This work shall be performed in accordance with the applicable requirements of Subsection 300 -1 of the Standard Specifications, except as modified herein: 1. All P.C.C. and A.C. removals shall be sawcut to a minimum depth of 2 inches prior to removal. 2. All of the debris created by removal and excavation operations shall become the property of the contractor, and shall be disposed of away from the job site in a manner and at a location acceptable to all cognizant agencies. Prior to dumping any spoil or waste material from the job site at. any sanitary landfill site in the County of Orange, the contractor shall obtain a "Permit to Dispose of Demolition" from the City Public Works Department. There is no charge for this permit; its purpose is to provide authorization for the contractor to use these disposal facilities for excess material. Payment for all removals shall be included in the various corres- ponding items of reconstruction. B. Storm Drain Improvements 1. Storm Drain Pipe, Bedding and Backfill Storm drain pipe and fittings shall be in accordance with Section 207 -6.2 of the Standard Specifications. The size and class shall be as shown on the Plans. Storm drain bedding shall conform to Class "C" bedding per City of Newport Beach STD - 316 -L. Backfill material in all pipe trenches above the bedding material and around associated structures shall be placed and compacted in accord- ance with Section 306 of the City Standard Specifications. 2. Curb Inlets All curb inlets shall have a protection bar installed per City of Newport Beach STD - 300 -L. The lump sum price bid for the construction of the curb inlets shall include the construction of additional curb and gutter on 16th Street, the protective grating and all appurtenances as shown on the plans complete in place, and no additional compensation shall be made. 3. Sacked Concrete Sacked concrete shall be placed to the limits and grades as shown on the plans. The method of placement and the materials used shall 0 0 SP 4 of 5 conform to Section 72 -3 of the State of California Standard Specifi- cations. The cost of constructing sacked concrete retaining walls and splash pad shall be included in the lump sum price bid. C. Masonry Retaining Wall I . General Masonry construction shall be in accordance with Section 303 -4 of the Standard Specifications. 2. Masonry Units: 8 "x8 "x16" and 12 "x8 "x16" (center scored - both sides). Masonry units shall be as manufactured by Orco Block Co., Inc. 8042 Katella Avenue, Stanton, California, or approved equal. Color to match the existing block walls and buildings in the 16th Street Utility Yard. 3. Mortar Red Label Suconem shall be added per manufacturer's instructions, color to match masonry units. The compressive strength of the mortar shall be 1800 psi prior to backfilling wall. 4. Grout Add Red Label Suconem to the grout per manufacturer's instructions. The grout shall attain a compressive strength of at least 2000 psi prior to backfilling wall. 5. footing Reinforced concrete footing construction shall be in accordance with Section 303 -1 of the Standard Specifications. The compressive strength of the P.C.C. shall be 3000 psi prior to backfilling the wall. 6. Payment The unit price bid per foot of wall shall include structural excavation and fill, P.C.C. footing construction, and all masonry construction required to construct the retaining walls to the limits and grades as shown on the plans and no additional compensation will be made. D. Reinforced Concrete Bins 1. General Construction of the reinforced concrete bins shall be to the limits and grades as shown on the plans and in conformance with Section 303 and Subsection 300 -3 of the Standard Specifications. Construction of the P.C.C. slab within the bins shall be to the limits and grades as shown on the plans and in conformance with Subsection 302 -6 of the Standard Specifications. 2. Aggregate Base Aggregate base shall be placed to the limits and grades as shown on the plans and shall conform to the requirements for processed miscell- aneous base material in conformance with Section 400 of the Standard Specifications. %1 E Payment 0 SP5of5 The lump sum price bid for the reinforced concrete bins shall include structural excavation, aggregate base, and all P.C.C. construction required to construct the bins to the limits and grades as shown on the plans and no additional compensation will be made. E. Unclassified Excavation, Structure Excavation and Unclassified Fill General All grading, excavation, and fill shall conform with Section 300 of the Standard Specifications, except as modified herein. Included with the plans (Drawing No. M- 5183 -S) are cross - sections of the exist- ing site, the required over excavation, and the proposed fill. All the material required to complete the fill shall be generated from on site excavation. The estimated quantities from the cross - sections are 4000 cubic yards of cut, including over excavation and structural excavation; and 3350 cubic yards of compacted fill. Upon removal of material to the limits of over excavation, the contractor shall provide the engineer a reasonable time to perform survey work necessary to establish cross - sections. The contractor shall not prepare areas to receive fill until authorized to do so by the engineer. 2. Incorporated Straw Straw shall be incorporated in the soil as erosion control to the limits as shown on the plans in conformance with Subsection 308 -3.4. of the Standard Specifications. The straw shall be spread at a rate of 2 tons per acre. If the contractor elects to use stable bedding straw it shall be spread at 3 tons per acre. Payment The unit price paid for unclassified fill shall include all excavation, grading, clearing and grubbing, incorporation of straw, and compacted fill required to place fill to the limits and grades as shown on the plans and no additional compensation will be made. The final pay quantity will be determined by the engineer based on the cross - sections made after completion of the over excavation and the completed fill compacted to limits and grades as shown on the plans. F. Pavement A.C. The A.C. to be furnished and placed for the storage area shall be Type III- C3- AR4000 in conformance with Section 400 of the Standard Specifications. Aggregate Base The aggregate base shall conform to the requirements for processed miscellaneous base material in conformance with Section 400 of the Standard Specifications. + / • CERTIFICATE OF INSURANCE 3600 Wilshire Blvd. Los Angeles, Ca. 90010 (213) 386 -2360 • 1. MISSION ]INSURANCE company company company company THIS IS TO CERTIFY TO CITY OF NEWPORT BEACH, PUBLIC WORKS DEPARDENf 3300 WEST NEWPORT BOULEVARD, NE4IPORf BEACH, CALIFORNIA 92663 THAT ON THE DATE NOTED BELOW, THE FOLLOWING DESCRIBED INSURANCE POLICIES, ISSUED BY THIS COMPANY (OR COMPANIES) ARE IN FULL FORCE AND EFFECT. DESCRIPTIVE SCHEDULE ADDRESS NAME OF INSURED GRIFYITH QQM2M OF / POST OFFICE BOX 9RO TIONG BEACH- CAT=INIA 90801 DESCRIPTIONOF ❑VEHICLES ❑PREMISES L3 OPERATIONS COVERED _ JOB: SITE IMPROVE LINTS 16TH STREET UTILITY STORAGE YARD CONTRACP NO. 1805 SCHEDULE OF INSURANCE DESCRIPTION OF COVERAGE INSURING CO. NO. POLICY NUMBER INCEPTION DATE EXPIRATION DATE LIMITS OF LIABILITY WORKER'S COMPENSATION 1. 12476 —D 7,/1/76 7 1 77 STATUTORY General Liability Bodily Injury $ ea. occur. $ aggregate General Liability Property Damage $ ea. occur. $ aggregate Automobile Liability Bodily Injury $ ea. person $ ea. occurr. Automobile Liability Property Damage $ ea. occurr. THIS CERTIFICATE IS ICATION T THERE I IN EXISTENCE A VALID POLI APPROVED I CY OF WO Y THE INSUWNM 'S COMPEN COMUSS ION 1NSURAbCE ONER WITH RESPECr IN A FORM TO THE INSURED HEREIN. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENTS WITH RESPECT TO WHICH THIS INSURANCE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICY (POLICIES) DESCRIBED HEREIN IS SUBJECT TO ALL OF THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICY (POLICIES) DURING THE TERM(S) THEREOF. IT IS UNDERSTOOD & AGREED THAT, IN THE EVENT OF CANCELLATION, REDUCTION IN LIMITS, OR CHANGE IN COVERAGE, THE INSURING COMPANY (OR COMPANIES) WILL MAIL THIRTY (30 ) DAY WRITTEN NOTICE THEREOF TO THE CERTIFICATE HOLDER.,by registered mail. EFFECTIVE APRTT, 19, 1977 INSURING COMPANY (OR COMPANIES) BY A riz Representative CORROON & BLACK- MILLER & AMES • CITY OF NL91'Oki 11LACH . CERTIFICATI. OI INSURANCI. IOR 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. 190 MODIFICATIONS TO THIS CERTIFICATE ARE NOT CCEPT BLE Project Description: SITE IMPROVEMEMS 16TH STREET UTILITY STORAGE YARD • This is to certify that the MISSION INSURANCE COMPANY Name of Insurance Company) has issued t0 GpjFFITH =IpANy Name of Insured POST OFFICE BOX 980 LONG BEACH, CAISFORNIA ddress of Ii 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. *(2)Di: Pzoducl 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 92660. 2. The City of Newport Beach, its 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, its officers and employees. It is further agreed that any other insurance carried by the City, its officers and employees shall not be contrib- uting or primary with the insurance provided by this policy. Cov i cy No. o icy Term Limits of Liability Each Occurrence (Minimum: Aggregate (Minimum: $500,000) $ 500,000 Protecti, $1,000,000 Products $ 500,000 Contracts HOW C MPLETE INFOR TION OW BEL Policy No. COMPREHENSIVE LIAB. Combined Single (1) From: 7/1/76 $ * Protecti Limit Bodily Injury HAC 012604 6 (1) $ * Products or Property Damage :ference between $5 s,& $500,000.aggre To: 7/1/77 ce & $500,006. & primary $ 500,000.00 $ * Contract ctive,$1,000,000.aqq 000irrence under B ����,2,,�MM� 8326g58 U;1}Db.each ate Contractual 't of 50 ,000.ea ,e ial ) to jal �Cp12604 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. * *but nothing contained herein shall extend the con b. Caned, Hired and Non -Owned Automobiles. tractual presently provided-by this policy. 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. 9. Broad Form Property Damage. h. Marine or Aviation (when applicable). Name of Agency or Broker: CORROCN & BLACK -rnLM & AMES Address of Agency or Broker: 3600 WIISMI E BLVD.,LOS AN(ELES,CALIFORNIA 90010 Telephone No. Countersigned by: (1 y ZI thorized Insurance ompany R pre entat ve Effective date of this endorsement: APRIL 19 . 19 77 , Endorsement No. 44 —A • i BY yyam' RESOLUTION NO. 9 O5 G CITY aJ, i1lIiw f--?; T Y1. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO THE GRIFFITH COMPANY FOR SITE IMPROVEMENTS - 16TH STREET UTILITIES STORAGE YARD, CONTRACT NO. 1905 WHEREAS, pursuant to the notice inviting bids for work in connection with site improvements - 16th Street Utilities Storage Yard, in accordance with the plans and specifications heretofore adopted, bids were received on the 30th day of March, 1977, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefore is GRIFFITH COMPANY; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Griffith Company for the work in the amount of $45,605.00 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 11th ATTEST: City Clerk day of April , 1977. Mayor DDO /bc 4/7/77