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