Loading...
HomeMy WebLinkAboutC-1942 - Site improvements, 16th Street Utility Yard - Phase IIDEC 19 1977 By Mn CITY COUNCIL CITY OF NYMIPCW YRACII TO: CITY COUNCIL FROM: Public Works Department December 19, 1977 CITY COUNCIL AGENDA ITEM NO. G -2 ... w Y SUBJECT. RECOMMENDATION: Adopt a resolution awarding Contract No. 1942 to Griffith Company for $86,714.88 and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: Four bids were received and opened in the office of the City Clerk at 2:30 P.M. on December 8, 1977. Bidder Amount Griffith Company; Irvine $ 86,714.88 Silveri and Ruiz; Fullerton $ 90,826.60 Sully- Miller Contracting Co.; Orange $ 92,407.30 Griggs - Norwood; Duarte $110,000.00 The low bid is 1.5% less than the engineer's estimate of $88,000.00. The project will provide for asphaltic concrete paving of the site storage area, construction of concrete block retaining wall, screen wall, gates and installation of storage yard lighting. Also included is the relocation of an Edison Company powerpole to clear a new driveway. Funds in the amount of $80,000.00 are included in the current year's budget (Acc. #50- 9297 -108) for this improvement. A budget amendment has been prepared for Council consideration to provide an additional $11,000.00 for the project. The following is a breakdown of the proposed project funding: Contract with Griffith Company $ 86,714.88 Contingencies and testing $ 1,285.12 Relocation of Edison Co. Powerpole $ 3,000.00 Total Project Cost $ 91,000.00 Available Funds 80,000.00 Proposed Budget Amendment $ 11,000.00 The Griffith Company has completed several projects for the City including two recent projects at the Utility Storage Yard, both of which were completed expeditiously with good quality construction. The plans and specifications were prepared by the Public Works Department. The estimated date of completion is March 2, 1978. An exhibit is attached denoting / the project location_ oseph It_ Devlin ublic k Director SB :do Att: ! ` I PROJECT sf rE' OR pD�1ip - N 15 . �o ' SANDS rr -.A Cr Nwr �Y4Y i V4 40, A �yY � BP /NO i0 -a � iNo�t� pL ao t�ENtSQ1�aL OP401C JEP.1.?4T /O,V GQ�ES� BA ,.B °A ' i+eli 4VN6 WK_, /yER JyE's AIDE Q E vo CITY OF NEWPORT BEACH DRAWN 11.62• DATE . PUBLIC WORKS DEPARTMENT APPROVED 16 ''` ST.QEE r u ri,4 i ry y g q p /M ., /977 -7B C - /9¢z PUBLIC WORKS DIRECTOR R.E. NO. _ -- DRAWING NO. 54'111,e17- �;q N yn iNo�t� pL ao t�ENtSQ1�aL OP401C JEP.1.?4T /O,V GQ�ES� BA ,.B °A ' i+eli 4VN6 WK_, /yER JyE's AIDE Q E vo CITY OF NEWPORT BEACH DRAWN 11.62• DATE . PUBLIC WORKS DEPARTMENT APPROVED 16 ''` ST.QEE r u ri,4 i ry y g q p /M ., /977 -7B C - /9¢z PUBLIC WORKS DIRECTOR R.E. NO. _ -- DRAWING NO. 54'111,e17- �;q N DEC 19 1977 ly Ni. C►nr COUMAL Cfry O' IWOH VAOQ • RESOLUTION NO. 9 24 7 A RESOLUTION OF THE CITY COUNCIL OF THE CITY _ OF NEWPORT BEACH AWARDING A CONTRACT TO GRIFFITH COMPANY IN CONNECTION WITH SITE IMPROVEMENTS FOR 16TH STREET UTILITY STORAGE YARD - PHASE II, CONTRACT NO. 1942 WHEREAS, pursuant to the notice inviting bids for work in connection with site improvements for 16th Street Utility Storage Yard - Phase II, in accordance with the plans and specifications heretofore adopted, bids were received on the 8th day of December, 1977, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor 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 $86,714.88 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 19th day of December , 1977. Mayor ATTEST: City Clerk DDO /bc 12/16/77 NOV 14 1977 h *. urr GArwLL al<Y OF. wo1 TO: CITY COUNCIL FROM: Public Works Department • November 14, 1977 CITY COUNCIL AGENDA ITEM NO. H -8 SUBJECT: 16TH STREET UTILITY SERVICE YARD IMPROVEMENTS PHASE II (C -1942) RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 2:30 p.m. on December 8, 1977. DISCUSSION: The subject project is a continuation of the second phase of a 3 -phase program to improve the 16th Street Utility Service Yard. Phase I, which included an administration building, garages, and partial site im- provements, was completed in 1976. The work contemplated in Phase II was divided into two parts so that the City could take advantage of the surplus dirt that will be available from the widening of Superior Avenue. The initial portion of Phase II was completed in July 1977 and included additional site grading and construction of bin storage facilities. The subject project will provide for asphaltic concrete paving of the site storage area, construction of concrete block retaining wall, screen wall, gates and installation of storage yard lighting. Phase III, which includes construction of additional garages and site landscaping, will be included in the 1978 -79 budget requests. An ex- hibit showing location of the work site is on the reverse side. The estimated project cost is $88,000. Funds are available in this year's budget (Acct. No. 50- 9297 -108) for the project. The plans were pre- pared by the Public Works Department. The estimated completion date is March 2, 1978. Joseph T. Devlin Pjblic ks Director B:jd iN ,elf 011EC T S/ TE iT� C jj 0 a m N(� HO ES �,5i yin_ .fly _ LID SANDS � i CArYCO.fTE.P JY n� ..xov / \ 00 o V4 ,ao h 40 wy Pq SCE RO Jo SP/ Is _AL/ a\x o a gplol' "40E J,r,oV4T /OA/ covEs ALBOA J C\1\1 .— ccvrc cr. .: R AVi. :. Gin♦.VNE wT /4E.P� ;d pjVE C LN �-� d ✓E� CNANNE n '� °, O 4 � � � a'' .ti SSA `• 41. Bf /�. �!� . -.. CITY OF NEWPORT BEACH DRAWN S DATE - PUBLIC WORKS DEPARTMENT APPROVED 161 srRocT Ur /L /Ty Y.ggo /M R. PUBLIC WORKS DIRECTOR 1977- %B C'- /9¢t R.E. NO. �i M DRAWING NO. "111A617' /S% 0 0 CITY OF NEWPORT BEACH Date February 8, 1978 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 1942 Project Site Improvements /16th St. Utility $toragg Yard Attached is signed copy of subject contract for transmittal to the contractor. Contractor: Griffith Address: P.O. Box B -T, Irvine, CA 92716 Amount: $ 86,714.88 Effective Date: 2_8_78 Resolution No. 9247 Doris Geo e Att. cc: Finance Department F-] C'11Y Ilall • 3300 Ncwpori Boukv\ard, NcN%pori Beach, California 92663 ^CERTIFICATE OF INSURANCE This is to Certify that 0 F Griffith Co., etal 3650 Cherry Ave. P.O. Box 980 L_ Long Beach, CA 90801 LIBERTY MUTUAL 118FX {Y MV{UM III$VRRMIL:0x4RM MV144i N4I �RJU,.XII (UYr.Nf.BOSaY T> and U red. is, at the date of this certificate, insured by the Company for the types of insurance and in accor ith the limits of lialQIL exclusions, conditions, and other terms of the policies hereinafter described. This certificate of insuranc raffirmatively �"Nn / atively amends, extends or alters the coverage afforded by the policies listed below. )N I il \ � LGI Policy: Tire City of :le,�fport :each: its officers and employees are additional na;:fed insureds in connection vrith the contract executed by the nailed insured and the City. It is further a real that this Policy shall b- ori!,�ary and )Ton - contributing 1. ;it13 any other insurance available to the City of ;iewport `.each:, and includes a severability of interest clause. NOTICE OF CANCELLATION: (NOT APPLICABLE UNLESS A NUMBER OF DAYS IS ENTERED BELOW). BEFORE THE STATED EXPIRATION DATE THE COMPANY WILL NOT CANCEL OR REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES PRIOR TO_'�-0_DAYS AFTER NOTICE OF SUCH CANCELLATION OR REDUCTION HAS BEEN MAILED TO: City of i:e ;Yport ,each 3300 :";Port 3lvd. lel.`;oort Deacfi CAI -96613 L .A.ttn: City Clerk. A HORIZED REPRESENTATIVE Lang. Beach, CA JDATED OFFICE This cenificsb is ... cut.4 by LIBERTY MUTUAL INSURANCE COMPANY as risspiscts such InsmRncR a is 0hod,d by Th.1 Celnpan,, it I,.., t,d by LIBERTY MUTUAL FIRE INSURANCE COMPANY a ropRCb such ...Ni Rs is afforded by Thot CempRny. 85 23.A R> EXPIRATION TYPE OF POLICY DATE POLICY NUMBER LIMITS OF LIABILITY COVERAGE AFFORDED UNDER W.C. LIMIT OF LIABILITY COV B LAW OF FOLLOWING STATE(S)- WORKERS' COMPENSATION 7 -1_79 !•1C2- 162 - 018986 -018 California $500,000 ..NB2......m .0...c. r,.rz. BODILY INJURY PROPERTY DAMAGE COMPREHENSIVE FORM ❑SCHEDULE FORM EACH $ OCCURRENCE EACH $ OCCURRENCE 7 -1 -79 LG1 -162- 018986 - 028 $500,000 Combined Sin le Limit Q PRODUCTS COM ® PLETED OPERATIONS $ AGGREGATE AGGREGAiF � J ❑ W- m W Q Ur n INDEPENDENT CON S/CONTRAO ❑ TRACTORS OES Pl TORS PROTTECTIVE ©CONTRACTUAL LIABILITY ❑ O = 5 m ® OWNED ®NON OWNED 1 -79 AEI- 162 - 013986 -038 c $ AYCH P RS $500,000 Co m�Tned �n le Limit Q Q t EACH ACCIDENT EACH ACCIDENT HIRED $ OR OCCURRENCE $ OR OCCURRENCE Ii w 2 I— O LOCATION(S) OF OPERATIONS 8 JOB M (If Applicable) DESCRIPTION OF OPERATIONS' Job ;'n ''30 Site Ic: rove eats, 16tJ street Utility Stora ^e Yard, Phase II Contract = LGI Policy: Tire City of :le,�fport :each: its officers and employees are additional na;:fed insureds in connection vrith the contract executed by the nailed insured and the City. It is further a real that this Policy shall b- ori!,�ary and )Ton - contributing 1. ;it13 any other insurance available to the City of ;iewport `.each:, and includes a severability of interest clause. NOTICE OF CANCELLATION: (NOT APPLICABLE UNLESS A NUMBER OF DAYS IS ENTERED BELOW). BEFORE THE STATED EXPIRATION DATE THE COMPANY WILL NOT CANCEL OR REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES PRIOR TO_'�-0_DAYS AFTER NOTICE OF SUCH CANCELLATION OR REDUCTION HAS BEEN MAILED TO: City of i:e ;Yport ,each 3300 :";Port 3lvd. lel.`;oort Deacfi CAI -96613 L .A.ttn: City Clerk. A HORIZED REPRESENTATIVE Lang. Beach, CA JDATED OFFICE This cenificsb is ... cut.4 by LIBERTY MUTUAL INSURANCE COMPANY as risspiscts such InsmRncR a is 0hod,d by Th.1 Celnpan,, it I,.., t,d by LIBERTY MUTUAL FIRE INSURANCE COMPANY a ropRCb such ...Ni Rs is afforded by Thot CempRny. 85 23.A R> This endorsement modifies such insurance as is afforded by the provisions of the policy relating to the following: COVERAGE A— BODILY, INJURY LIABILITY COVERAGE B — PROPERTY DAMAGE LIABILITY CONTRACTUAL LIABILITY INSURANCE ENDORSEMENT j (All Written Contracts Except Incidental Contracts) It is agreed that: 1. CONTRACTUAL LIABILITY Coverages A and B also apply to liability assumed by the named insured under an insured contract subject to the limit, ui boi..hry and other provisions of the policy applicable to Coverages A and B, except as expressly modified by this endorsement. The company will defend any claim or suit against the indemnitee which the named insured is required to defend by the specific terms of an insured contract, but only to the some extent and on the some terms as if the indemnitee were the insured under the policy and then only if all of the following conditions ore satisfied: (11 the claim or suit seeks damages for which the indemnitae is legally entitled to indemnification under the insured contract, (2) the polity covers such damages and (3) the applicable limit of the company's liability with respect to such damages has not been exhausted by payment of judgments or settlements. II. EXCLUSIONS All exclusions, including exclusion (g), applicable to Coverages A and B apply to liability assumed under an insured contract, except exclusions (a), (b), (d) and (j). The following additional exclusions apply to such liability: The insurance does not apply ;1) to any bodily injury or property damage which does not arise out of (ci operations performed or services furnished by ihr named insured or (lit operations performed for or property furnished to the named insured or (c) the maintenance orr use of mul .., personal property owned by or rented to the named insured or of easements or other property rights or privileges grom(d b. U,, named insured or (d) the handling or use of or the existence of any condition .n the named insured's products; +2) if the Indemnities, is an architect, engineer or surveyor, to bodily injury or property damage arising out of any pi, d,- :.o.ivif services performed by or for the indemnitee, including (a) the preparation cr approval of maps, plans, opinions, report, r,v,,v designs or specifications and %. supervisory, inspection or engineering services; provided that with respect to the Archdut, Is agents or ernployeeS described in the indemnification clause of any Standard American Institute of Architects Contract 0,10 lit. forming o part of on insured contract, the following exclusion is substituted: The insurance does not apply to the liability ..i i6. Architect his agents or employees arising out of 11) the preparation or approval of mops, drawings, opinions, report-., wrvcy., change orders, designs or specifications, or (2) the giving or failure to give directions or instructions by the Architect, h,s cry, it or employees, provided sucJ;gjving or failure to give is the primary cause of the bodily injury or property damage. Csl to any agreement (a) to pay for property damage to property owned by, rented to or used by the indemnitae arising nut of .q.c iu eons performed for the named insured by the indemnitee or (b) to pay any fines, penalties or liquidated damages or (c) to tiny troy amounts or benefits on account of bodily injury or property damage In excess of such compensatory damages as would hr man eroble Iheretc, in an action of tort for ordinary negligence or (d) if the indemnitee is an employee of the named insured, to pry any amounts nor benefits on account of his bodily injury in excess of those for which the named insured or any carrier m, hi, on surer may he held liobte under any applicable workmen's compensation, unemployment compenation, disability b(ors it-. or •.in.. let low ar (e) if the indemnitee is on employee of the named insured, to pay on behalf of or to indemnify iho indemnitca will, respect to bodily injury sustained by o fellow employee arising out of and in the course of his employment by the named insured. III. ADDITIONAL DEFINITIONS When used in reference to this insurance (including endorsements forming a part of the policy): "indemnitee" means the person or organization claiming indemnification from the named insured. "insured' contract" means any written contract made prior to the occurrence giving rise to the bodily injury or property damage with respect to which indemnification is claimed, but insured contract does not include (1) an incidental contract, (2) a warranty if fitness or quality of the named insured's products or (3) a warranty that work performed by or on behalf of the named insured will be dune in a workmanlike manner. IV. ARBITRATION The word 'suit" includes on arbitration proceeding to which the. insured is required to submit by the terms of the insured contract or to which the insured has submitted with the company's consent, provided the company is entitled to exercise all of thu insured's rights in the choice of arbitrators and in the conduct of any arbitration proceedings. V LIMITS OF LIABILITY The limits of liability stated in the declarations as applicable under Coverage A— Bodily Injury Liability —and under Coverage 0- Property Damage Liobility —to "each occurrence" also include, respectively, any liability assumed under an insured contract with respect to bodily injury or property damage. Subject to the above provision and the provisions of the policy respecting "each occurrence ", the total liability of the company for all damages because of all property damage for which liability is assumed under all insured contracts shall not exceed the limit of liability for Coverage B stated in the declarations as "aggregate ", or if no such limit is therein stated, the limit stated in this endorsement as "aggregate." Such aggregate limit shell apply separately with respect to each project away from premises owned by or rented to the named insured. L -G2045 (1/1/73) LC LG LM LO Page 1 of 2 I I __ '4 CITY CLERK CONTRACT NO. 1942 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR SITE IMPROVEMENTS 16TH STREET UTILITY STORAGE YARD PHASE II 1977 -78 Approved by the City Council this 14th day of November, 1977 oris George, City Cle SUBMITTED BY: GRIFFITH COMPANY Contractor P. 0. Box B -T Address Irvine, California 92716 City Zip (714) 549 -2291 Phone $86,714.88 ota Price 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PLANS AND CONTRACT DOCUMENTS FOR SITE IMPROVEMENTS - 16TH STREET UTILITIES SERVICE YARD PHASE II CONTRACT NO. 1942 ADDENDUM NO. 1 NOTICE TO BIDDER: Please be advised that the wording in the Plans and Special Provisions has been revised to read as follows: PLANS: (M- 5186 -S) 1. Sheet 1 of 5 under CONSTRUCTION NOTES: Note No. 35 "Install yard light. Lamps shall be GE M -250 A with 100 watt Lucalox (sealed and filtered) lamps, mounted on Type I -B poles per CNB Std -201 -L modified." SPECIAL PROVISIONS: 1. Revise Paragraph 1 of Section XI -F (SP 4 of 4) to read as follows: "Luminaires for yard lighting shall be GE (100 watt) Lucalox (sealed and filtered) as manufactured by General Electric or an approved equal. Ballast shall be high pressure sodium type; no mercury vapor ballast substitution will be allowed." PLEASE SHOW DATE OF RECEIPT OF THIS ADDENDUM ON THE PROPOSAL OR INSERT A COPY WITH YOUR PROPOSAL. Thank you. Steve Buc knam Jr. Project Engineer 12/8/77 Date Received S /James D. Waltze Authorized Signature ib not eU�r s77 nth Y AT M�q 0 • ;Y n The `unders'gm iii#► nBsery Sari of tQewport Beach.. kcompan yIng Lit1S R 47141lW4291,. -".. €r. _ 9 F: I` age: 3. Ii�lAT9li�. � 'FRAET� . i` 'that ( has used the -sub bids of the'':foll owl a ssd isg up his bi,4 4 id that the s0bbOitract -0rs Listed wok =for which they: bid, subject to the apprmral of the ' _:�csrdance:With the applicable OftV sioras.;'of the: hinge may be made in these.subcont_lctors except upon =- "g j neer " So. con tractor .; Address . one pi if ; Santa'Ana z Est ' tesi�rfinster _ gci r" 6rf t s S'Untoiv R Masomw _ .. llbRIM`' GRIFFITH COFIPAfilf: _ ' r s . ame Samles Q. tial District #far. oze�gtt tur ` 0. { uid` 1'i Marx "A Jeni�, 8 : rdalY. ;SunddY auk Federa} Holays;j : fro , n lncludin atu �- 'ce to- the above botmden principal by and frgn said City coniract is ready for,execuiton, then thin '� .0ation sfialt ;it be and_in in;ful'1 force and effect, and the amount , F�rfetted t4 the aaid City; . �ipal . above nameo executed this bond as an Individual, _:airy such k-, 6 t'al shall not exonerate the :surety. fl. � lid > he unto set -our hands. and seals. this 8th day of TT _. 61iIFFITH C6M 7UIY- Principe. S /James B. WI- tie, Asst. Dust. ter. �- i.� °y3 .. -' ._ ,.. j. ' .. � ' � ;. '.'. .. 2_.; �y'- � ¢' -K yam. � ^•+ S � � is � } X � 1Y iii II. a +aA'+iv et��+� � .. � �1 _'Ll.�ad�a�s �.vs ..� or of'. of DN8xd 1i _Qf' Lh2 GtM ms -- �� .�1�tid�atsoesier. witi�-on v nttrcr. oersorin anv �ti der; 1E -,FOR SGINAL SEE CITY CLERK'S FILE t4 Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. On file with City Clerk. S/James D. Waltze, Asst. Dist. Mqr. Signed 0 -. -:. �.:. ..,� --R �� .A�� -gas s� �.: as.�,zaae,.- �.- -,� - - -.., �i�l�+- z _�- .z^.:a•1 i EXECUTED IN QUADRUPLICATE the . for this B N in that *no a " Page 8 LABOR AND MATERIAL BOND BOND NO. U 00 26 17 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted 046806W 19s IM has awarded to al"M Ci11 m hereinafter designated as the "Principal a contract. for CONTUff N©. 1'!42 SITE UPYNIMfl , 16TN STNEET VILM STOM YARN F" II 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 saidPrinci.pal _ 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 Varr3T8 COMPANY as Principal, and UNITED PACIFIC INSUL MCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of POItlY. Tai88.Tf M"M TM=, Mom rIi"IY;SEVEK AIM 041100 Dollars ($ 43;3$7,44 ), 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 if•i ,..l�i6P.. ���1H v% � • "�' a ? ... ._ .<< 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 29th day of December 19 77 4= MIFFITH COMPANY (Seal) Name of Contractor Principal orized Signature and Tltl@ James. D. Waltze . Assistant District uthorized Signature and Title UNITED PACIFIC INBUEANCE CONPAIR (Seal) Lot Angel ", t 213 ■ BLACOatio a ANES 90010 State of California r ss: y County of Los Angeles 1 On December 29 , 19 77, before me, the undersigned, a Notary Public in and for said County, personally appeared Martha J Chase known to me to be the person whose name is subscribed to the within instrument as Attorney -in -Fact of UNITED PACIFIC INSURANCE COMPANY, and acknowledged to me that s he subscribed the name of UNITED PACIFIC INSURANCE COMPANY, as Surety, and In er own name as Attorney -in -Fact. OFFICIAL SEAL F-n i [. NOT, st:a j LO. i My Commissicr: E'',,:;",' `.'..:c. 9, 1979 ? %� i My Commission expires Notary Public in and for sa" County f � BDU -1818 ED. 3/72 (CALIF.) EXECUTED IN QUADRUPLICATE R PREW $650.00 Page 10 PERFORMANCE BOND BOND NO. U 00 26 17 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted December 19, 1977, has awarded to GRIFFITH COMPANY hereinafter designated as the "Principal ", a contract for SITE IMPROVEMENTS, 16TH STREET UTILITY STORAGE YARD, PHASE II, CONTRACT NO.1942 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, GRIFFITH COMPANY as Principal, and UNITED PACIFIC INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach; in the sum of EIGHTY SIX THOUSAND SEVEN HUNDRED FOURTEEN AND 88 /100 - - - - -- Dollars ($ 86,714.88 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 I 5 R. C 4 0 0 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 29th day of December 19 77 GRIFFITH COMPANY (Seal) Name of Contractor (Principal-) ADVorized Signature an .Tit James D. Waltze Assistant District Manager Authorized Signature and Title UNITED PACIFIC INSURANCE COMPANY G Y✓ Place - Ca ' 'orn 20 t J. Chase, At -in -Fact N 6 BLACK /M� ER AMES Wilshire B le d, Los Angeles, California !ss of Aa@ t 90010 213 = 386 -236i6- Telephone No. of Agent 0 . 0 � � � State nfCalifornia } > m;: County of Los Angeles > On December 29, .l977, before me, the undersigned, u Notary Public in and for said County, personally appeared Martha J. Chase known tonoo\obo the person whose name $ subscribed to the within instrument as Attorney-in-Fact of UNITED PACIFIC INSURANCE COMPANY, and acknowledged to me that s he subscribed the name of UNITED PACIFIC INSURANCE COMPANY, as Surety, and h er� own name us wy Commission expires aou.1818 so. W2 (CALIF.) C)F��CJAL SEAL My Ci;"rnimicn Page 12 COsNTRACT THIS AGREEMENT, made and entered it -is day o 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 SITE IMPROVEMENTS., 16TH STREET UTILITY STORAGE YARD, PHASE II, CONTRACT NO, 1942 and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the Plans and Specifications therefor; to furnish at his own proper cost and expense all tools, equipment, labor, and materials necessary therefor, (except such materials, if any, as in the said Specifications are stipulated to be furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2. For furnishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this Agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecu- tion of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly stipulated to be borne by the City; and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said Plans and Specifications, the City will pay .and the Contractor shall receive in full compensation therefor the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the Specifications, named in the bidding sheet of the Proposal, as the case may be. 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to for the price aforesaid, and hereby contracts to pay the same at the time, in the manner, and.upon the conditions set forth in the Specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and. the Plans and Specifications, and all amendments thereof, when approved by the parties hereto, or when required by the City in accordance with the provisions of the Plans, and Specifications, are hereby incorporated.in and made part of this Agreement. 5. Pursuant to the LabW&a.4e of the State ascertained the general preVaiffng:rates. pf per._, workman needed to execute the contract and a:,...._ included in the Notice Inviting Bids Page 13 ilifornia, the City Council has rages,for each craft or type of 'containing such information is :ed by reference herein. 6. The Contractor shall assume the defWe 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. CI WPORT BE %CALIFORNIA ayor ATTEST: C ty Cler GRIFFITH COMPANY, Contractor - By: W' amen D. Wa tze Assistant District Manager Title By: Title 1.. Lump Sum 9.512 Tons 1460 Tons Site preparation and fine grading. @ .Six:Thousand One Hundred fifty Dollars: and No Cents $ 6,15 6.00 Place Compacted Fill Lb-Ten Dol l ars and Sixty-five: Cents. $ 10.65 Lump Sum Construct asphalt concrete pavement. Eighteen: Dollars And . Ei ht :-three Cents $ 18183 er on Construct aggregate base course. @ Seven . Dollars and No Cents $ 7 nn $ 77 s2 is, $ 1,472.88 :. PR 2 of 4 -* :•.._: .: UnLKlri iuN y _ lit ITTEN IN WORDS -: porttand. cement" concrete mfr, approach Type II per ne =` Q Six Hund i 4i3' Dollars " and Na ; Cents' $ . 19680.00 $_ 1,.680.00 Sign 7.:;; }7 Canstuct ':con trete:block retaining wall.: Linear feet .. - @ "Semen _ Dollars' . , and Al netd!r�ix % Cents, $ 70:96 $ 9,-071 92 ` er aoot 613. Construct cancrete "block screen wall. `., Linear Feet : :.. @: Twen£y� -sfx Dol:lars and Sevanty�►e " Cents $`: Y579 $13.743.2T TeLwar".riot ... . .`.- ...Leach Instal` "1 6.foat ":x 32 foot Oid%g,tchain _ P 0ne'Thatsarid" One Hundred`Twents-ffive Dollars - and . No. -. Cents $ 1_ US: 00 Ter ' .ae ld. t.l::.each Instola 6 :feot:x 24 foot doubl in 9 e.swin 9 chai6:11Ot'! gate:° tit V. Five Hid Ei_ht -two " Dollars . and No Cents nn er acFr TI.. 1 each install &AWt. x. 4 foot single "swinging chain :t #rrk ate; g One ?Fierroared Ninety -five Dollars and Cents $ 195:00 $ :Y95 00 : her Ea_ 12 !_. 532:.. Corrstruet 4 float wide port) cement concrete Linear feet dewatk per =CNB= Std - .180 -L @Fi ve; DOIars . and, . " Twenty six '< Cents $ 5:26 Per,:Linear:Eoot.. i hit , F IM fit! Y E .. ... i 4 ,... can PR3of4 ytRITTEN IN WORDS - iA; 1 dal_ rm drain Class 1500 �- L #near Feet (R_ @ 7hix"f► ft�r ` tt . and v. Cents -. $ '34 fl0 $6,460.00- 40 Cons tjiK ti."f #ed tYPe UP P.C:C. curb: = Linear Feet and gutter (12" gutter), p Seven.'., " Dol tars :._ . and - Cents er L" `near riot h5- 45$ Construct 6 " -Cype "A° P.C: -C. curb - - Linear .Feet and gutsier, :. �. @,,,Dine Dol]ars and Cents;. $4, 6 18 Linear r got lb,. 0 Construci V, - -tyye "A" P C C, curb:and . Linear Feet gutter Dollars: a" , Cents $' 9.4Y �_ $ neF an Off near...o4t. 23 Construct 6" type IT A.C. curb;: 1 ..: Linear Feet @ c ictAan Dollars::: SP Cents $ -t6 74 $_ AM a1; = er LinePFOOt. - -; . l$, 2 €ach. Construct P CC. downdrain: @ e On -A, .r c {®t�t�_€�,�a Doll ars .� _ and = Cents $ `1$5.04 $ . 370.00_ of ach 77 t 19: 250 Construct 2;7 foot wide P.C.C. gutter: Linear-Feet x @ Four Dollars and; �..:. : 4.75 $_7.187.50 lsr irrear�...:op� LK e, RX ; and . -- 7 Cents. 1.45' $ 667.00 21. 4 Each Insi;aT1 sir. ��'t box r - and cover � - OFt� tv -five Doliars and Cents $ :1?5 -0n $ Per `, ac 12. 2 Each Install yard lights. B Two Thousand Six:Hundred Dollars and No ` Cents, ... $2,6nRsnn - $LOnn nn Per Eoc# TOTAL BiD PRICE 41RITTEN IN NoRUS:` E'ight�r. -six Theusand'.Seven;Mundred:Fourteen . Dollars and - Ejahty -eight Cents TOTAL BID $ RA -rte gg December- 8. 1977 bate Ad der s Name CONTRACTOR'S LICENSE NO. 32168 Author zed 'gnature GONTRACTOR'S.ADDRESS P O. Mk B -T Irvine CA 92716 TELEPHONE NO. (714)-54'9 -2291 -� .a: -. '.. .. ,• + ..e CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR SITE IMPROVEMENTS 16TH STREET UTILITY STORAGE YARD PHASE II 1977 -78 CONTRACT NO. 1942 Section Page I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. COMPLETION AND SCHEDULE OF WORK . . . . . . . . . . . . . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. PERMITS . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 V. CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . . . . . . . . 2 VI. PROTECTION OF EXISTING UTILITIES AND STRUCTURES . . . : . . . . . . 2 VII. PROTECTION OF EXISTING PROPERTY CORNERS . . . . . . . . . . . 2 VIII. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 IX. GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 X. FLOW AND ACCEPTANCE OF WATER . . . . . . . . . . . . . . . . . . . 3 XI. CONSTRUCTION DETAILS . . . . . . . . . . . . . ... . . . . . . . . 3 A. Fine Grading . . . . . . . . . . . . . . . . . . . . . . . . . 3 B. Asphalt Concrete Pavement and Aggregate Base . . . . . . . . . 3 C. Masonry Retaining Wall and Concrete Blockwall . . . . . . . . . 3 D. Storm_ Drain Improvements . . . . . . . . . . . . . . . . . . . 4 E. Gate Installations . . . . . . . . . . . . . . . . . . . . . . 4 F. Lighting . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR SITE IMPROVEMENTS 16TH STREET UTILITY STORAGE YARD PHASE II CONTRACT NO. 1942 I. SCOPE OF WORK SP 1 of 4 The work to be done under this contract consists of fine grading, construction of reinforced masonry retaining wall, concrete block wall, installation of sliding and swinging gates, asphalt paving, miscellaneous concrete work, lighting 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- 5186 -S), the City's Standard Special Provisions and Standard Drawings, and the City's Standard Specifications (Standard Specifications for Public Works Construction Ne nc., 1976 Edition with supple- ment), copies of which are avai able at Building ws, I, 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, sahll be included in the price bid for other related items of work. SP2of4 • • IV. PERMITS The contractor shall obtain the following permits prior to any construction: Permit to perform excavation or trench work from the Division of Industrial Safety, State of California. 2. Permit to dispose of demolition at any sanitary landfill site in Orange County, from the City Public Works Department at no charge. 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 existthg 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. Jim Frost, 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. .4., 1. 0 X. FLOW AND ACCEPTANCE OF WATER 11 s SP3of4 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. XI. CONSTRUCTION DETAILS A. Fine Grading The project site parking and storage areas have been rough graded under a previous contract to apprdximate subgrade elevations. Fine grading to precise subgrade elevations will be required prior to placement of base material and asphalt concrete pavement. B. Asphalt Concrete Pavement and Aggregate Base The asphalt concrete to be furnished and placed for parking and storage area pavement shall be Type III- C3- AR4000 in conformance with Section 400 of the Standard Specification. Aggregate Base shall be placed to the limits and grades as shown on the plans and shall conform to the requirements for processed miscellaneous base material in conformance with Section 400 of the Standard Specifications. C. Masonry Retaining Wall and Concrete Block Wall 1. General Masonry construction shall be in accordance with Section 303 -4 of the Standard Specifications. 2. Masonry Units 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. SP4of4 5. Footing U 7 • • .l t' 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. Fill Fill material will be required behind the retaining wall to bring the area immediately adjacent to the wall up to subgrade. Placement of the fill shall be in accordance with Subsection 300 -3.5 of the Standard Specifications. Sufficient fill material is available in a stockpile on -site. The unit price bid for placing compacted fill shall include loading, transportation from stockpile, placement and compaction of fill material. Payment The unit price bid per foot of wall shall include structural excavation 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. 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. E. Gate Installation All gate parts and hardware shall be galvanized. The contractor shall submit shop drawings for review by Engineer in accordance with subsection 2 -5.3 of the Standard Specifications. F. Lighting Luminaires for yard lighting shall be Sentinel (35 -55 watt) as manufactured by Quality Lighting Incorporated or an approved equal as designated on the plans. • CITY OF NEWPORT BEACH CERTIFICATE OF INSURANCE FOR CONTRACT WORK CONTRACT NO. 4 -930 This is to certify that the Company named below has issued to the Named Insured the policy of comprehensive liability insurance identified herein, hereinafter referred to as "Policy ", and endorsed said Policy as follows to assure compliance by the Named Insured with the insurance requirements of the Contract executed by the Named Insured and the City of Newport Beach, (hereinafter, "City "). 1. The combined single limit for Comprehensive Liability (bodily injury or death, or property damage) is not less than $500,000 each occurrence, $500,000 aggregate protective and contractual, )9UC:MV0CT9W aggregate products. $500,000 2. Neither the Policy nor this Endorsement shall be cancelled or materially changed until thirty (30) days after receipt by City of written notice of such cancellation or change by registered mail, addressed as follows: City of Newport Beach c/o City Clerk, 3300 Newport Boulevard, Newport Beach, California 92663._ 3. The City of Newport Beach, its officers and employees are hereby declared to be additional iummob insureds in the policy described insofar as they may be held liable for injuries, death or damage to property arising out of or in connection with the contract executed by the named insured and the City. It is further agreed that this policy shall be primary and non - contributing with any other insurance available to the City of Newport Beach, and includes a severability of interest clause. 4. Contractual liability coverage applicable to the contract referred to above, including the obligation to defend City is included. 5. Exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards) are deleted, where applicable. 6. The Policy provides coverage for, but is not limited to: Owned, Non -Owned and Hired Automobile; Products Liability - Completed Operations; Premises - Operations; Contractors Protective Liability; Marine or Aviation (when applicable); and Property Damage. This Endorsement is effective FEB. 6, 1978 when signed by an Authorized Representative of LIBERTY MUTUAL INSURANCE COMPANY Name of Insurance Company) and when issued to City shall be valid and form part of Policy No. LG1- 162 - 018986 -027 insuring GRIFFITH COMPANY, ETAL Named Insured) expiring 7 -1 -78 NAME OF AGENT OR BROKER LAURA M. AAUILA LIBERTY MUTUAL INSURANCE CO. ADDRESS - AGENT /BROKER 2333 N. B'WAY, SANTA ANA, CA. 92706 IMPORTANT: This is the only evidence the City. The person executing this make certain that he has authority to on behalf of the Insurance Company 2- 6 -78/la I/o. ve of insurance acceptable to Certificate is cautioned to execute this Certificate y CITY OF NEWPORT BEACH CERTIFICATE OF INSURANCE FOR CONTRACT WORK CONTRACT NO. 1942 This is to certify that the Company named below has issued to the Named Insured the policy of comprehensive liability insurance identified herein, hereinafter referred to as "Policy ", and endorsed said Policy as follows to assure compliance by the Named Insured with the insurance requirements of the Contract executed by the Named Insured and the City of Newport Beach, (hereinafter, "City "). 1. The combined single limit for Comprehensive Liability (bodily injury or death, or property damage) is not less than $500,000 each occurrence, $500,000 aggregate protective and contractual, $1,000,000 aggregate products. 2. Neither the Policy nor this Endorsement shall be cancelled or materially changed until thirty (30) days after receipt by City of written notice of such cancellation or change by registered mail, addressed as follows: City of Newport Beach c/o City Clerk, 3300 Newport Boulevard, Newport Beach, California 92663. 3. The City of Newport Beach, its officers and employees are hereby declared to be additional named insureds in the policy described insofar as they may be held liable for injuries, death or damage to property arising out of or in connection with the contract executed by the named insured and the City. It'$9cx*01tb= d�# H�. edcxtriaR�c�clvt: �c�R6tcx933c��dcxk�4a�Fxcx�Rid�rdc�ikl3�c3t�k�ic acalcxB�csd�Rht�o�ax�b7dcic��3kk�ex�@ cxGc�x�c�citx :�c�ffx�Ic #xf��cx�3?S�c includes a severability of interest clause. 4. Contractual liability coverage applicable to the contract referred to above, including the obligation to defend City is included. 5. Exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards) are deleted, where applicable. 6. The Policy provides coverage for, but is not limited to: Owned, Non -Owned and Hired Automobile; Products Liability - Completed Operations; Premises - Operations; Contractors Protective Liability; Marine or Aviation (when applicable); and Property Damage. This Endorsement is effective 1/11/78 when signed by an Authorized Representative of SAYRE & TOSO, INC. Name of Insurance Company and when issued to City shall be valid and form part of Policy NO. M837046 insuring GRIFFITH COMPANY (Named Insured) expiring JULY 1, 1978 . NAME OF AGENT OR BROKER CORROON & BLACK/MILLER & AMES ADDRESS - AGENT /BROKER 3600 WILSHIRE BOULEVARD LOS ANGELES, CALIFORNIA 90010 IMPORTANT: This is the only evidence of insurance acceptable to the City. The person executing this Certificate is cautioned to make certain that he has authority to execute this Certificate on behalf of the Insurance Company CERTIFICATE 'OF- INSURANCE LIBERTY C MUTUAL This C is to Certify that L I BERTY MUTUAL INSURANCE COMPANY. I I BERTY MUTUAL EIRE INSURANCE COMPANY. BOST" Griffith Co., etal Name and 3650 Cherry Ave. N address of P.O. Box 980 Insured. L Long Beach, Ca. 90801 J is, at the date of this certificate, insured by the Company for the types of insurance and in accordance with the limits of liability, exclusions, conditions, and other terms of the policies hereinafter described. This certificate of insurance neither affirmatively or neg- atively amends, extends or alters the coverage afforded by the policies listed below. LG1 Policy: The City of Newport Beach, is officers and employees are a T Tona name insureds in connection with the contract executed by the named insured and the City. It is further agreed that this policy shall be primary and non - contributing with any other insurance available to the City of Newport Beach, and includes a severability of interest clause. NOTICE OF CANCELLATION: (NOT APPLICABLE UNLESS A NUMBER OF DAYS IS ENTERED BELOW). BEFORE THE STATED EXPIRATION DATE THE COMPANY WILL NOT CANCEL OR REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES PRIOR TO_,3Q_DAYS AFTER NOTICE OF SUCH CANCELLATION OR REDUCTION HAS BEEN MAILED TO: r City of Newport Beach 1 3300 Newport Blvd. « _ Newport Beach, Ca. 92663 yy 7HORIZED REPRESENTATIVE Attn: City Clerk 1 -78 Lorfg Beach, Ca. L J DATED OFFICE This certificate Is execubd by LIBERTY MUTUAL INSURANCE COMPANY m respeds such Ins. anw as Is afforded by That Company, it is executed by LIBERTY MUTUAL FIRE INSURANCE COMPANY as respects such Inwriml as is afforded by Th., Compony. BS 23dA R7 EXPIRATION TYPE OF POLICY DATE POLICY NUMBER LIMITS OF LIABILITY COVERAGE AFFORDED UNDER W.C. LIMIT OF LIABILITY -COV. B LAW OF FOLLOWING STATE(S): WORKERS' COMPENSATION 7 -1 -78 WC2- 162 - 018986 -017 California $500,000 (INDICATE LIMIT FOR EACH STATE) G—I COMPREHENSIVE BODILY INJURY PROPERTY DAMAGE EACH CC $ OCCURRENCE S EACH $ OCCURRENCE CJ FORM ❑ SCHEDULE FORM A F ©PRODUCTS COM- PLETED OPERATIONS $ AGGREGATE $ AGGREGATE ❑ Z On 7 -1 -78 LG1 -162- 018986 -027 $500,000 Combined Singe Limit Ur J INDEPENDENT CON, ❑ TRACTORS /CONTRAG TORS PROTECTIVE ®CONTRACTUAL LIABILITY O r g] OWNED $ EACH PERSON 5 m ©NON-OWNED 7 -1 -78 AEl -162- 018986 -037 $500,000 Combined Sin�gl Limit Q Q HIRED EACH ACCID NT $ OR OCCURRENCE EACH ACCIDENT $ OR OCCURRENCE K w 2 H O LOCATION(S) OF OPERATIONS B JOB # (II Applicable) DESCRIPTION OF OPERATIONS: Job #4 -930 Site Improvements, 16th Street Utility Storage Yard, Phase II (Contract #1942) LG1 Policy: The City of Newport Beach, is officers and employees are a T Tona name insureds in connection with the contract executed by the named insured and the City. It is further agreed that this policy shall be primary and non - contributing with any other insurance available to the City of Newport Beach, and includes a severability of interest clause. NOTICE OF CANCELLATION: (NOT APPLICABLE UNLESS A NUMBER OF DAYS IS ENTERED BELOW). BEFORE THE STATED EXPIRATION DATE THE COMPANY WILL NOT CANCEL OR REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES PRIOR TO_,3Q_DAYS AFTER NOTICE OF SUCH CANCELLATION OR REDUCTION HAS BEEN MAILED TO: r City of Newport Beach 1 3300 Newport Blvd. « _ Newport Beach, Ca. 92663 yy 7HORIZED REPRESENTATIVE Attn: City Clerk 1 -78 Lorfg Beach, Ca. L J DATED OFFICE This certificate Is execubd by LIBERTY MUTUAL INSURANCE COMPANY m respeds such Ins. anw as Is afforded by That Company, it is executed by LIBERTY MUTUAL FIRE INSURANCE COMPANY as respects such Inwriml as is afforded by Th., Compony. BS 23dA R7 R cr 1 - ' CERTIFICATE 'OF • INSURANCE This is to Certify that Griffith Co., eta] 3650 Cherry Ave. P.O. Box 980 L Long Beach, Ca. 90801 L LIBERTY MUTUAL I INR" MUTUAL INS U"WE COMPANY. II BCNtt MUTUAL PNf INSURANCE COMPANY. BOSTON Name and <—IIE address of Insured. is, at the date of this certificate, insured by the Company for the types of insurance and in accordance with the limits of liability, exclusions, conditions, and other terms of the policies hereinafter described. This certificate of insurance neither affirmatively or neg- atively amends, extends or alters the coverage afforded by the policies listed below. LG1 Policy: The City of Newport Beach, its officers and employees are aaalcionaf named insureds in connection with the contract executed by the named insured and the City. It is further agreed that this policy shall be primary and non - contributing with any other insurance available to the City of Newport Beach, and includes a severability of interest clause. NOTICE OF CANCELLATION: (NOT APPLICABLE UNLESS A NUMBER OF DAYS IS ENTERED BELOW). BEFORE THE STATED EXPIRATION DATE THE COMPANY WILL NOT CANCEL OR REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES PRIOR TO_R,XDAYS AFTER NOTICE OF SUCH CANCELLATION OR REDUCTION HAS BEEN MAILED TO: F City of Newport Beach J /� 3300 Newport Blvd. Newport Beach , Ca. 92663 AUTH RIZED REPRESENTATIVE Attn: City Clerk i- -78 on ach Ca. L J DATED OFFICE This certiNcate is executed by LIBERTY MUTUAL INSURANCE COMPANY as respects such insurance as is afforded by That Company, it is executed by LIBERTY MUTUAL FIRE INSURANCE COMPANY as respecis each insuraaae as is Warded by That Company. BS 234A R7 EXPIRATION TYPE OF POLICY DATE POLICY NUMBER LIMITS OF LIABILITY COVERAGE AFFORDED UNDER W.C. LIMIT OF LIABILITY-COV. B LAW OF FOLLOWING STATE(S): WORKERS' COMPENSATION 7 -1 -78 WC2 -162- 01$986 -017 California $500,000 (INDICATE LIMIT FOR EACH STATE) BODILY INJURY PROPERTY DAMAGE ®COMPREHENSIVE EACH $ OCCURRENCE EACH $ OCCURRENCE FORM ❑ SCHEDULE FORM Q H 7 PRODUCTS COM- PLETED OPERATIONS $ AGGREGATE $ AGGREGATE W J F_1 7 -1 -78 LG1 -162- 018986 -027 $500,000 Combined Singe Limit w Do J INDEPENDENT CON - ❑TRACTORS /CONTRAC- TORS PROTECTIVE ®CONTRACTUAL LIABILITY O r ®OWNED $ EACH PERSON 5 m ®NON OWNED 7 -1 -78 AE1 -162- 018986 -037 $500,000 Combined Sin cl Limit Q Q [X MIRED EACH ACCIDE T $ OR OCCURRENCE EACH ACCIDENT $ OR OCCURRENCE C w 2 F- O LOCATION(S) OF OPERATIONS 8 JOB 1I (If Applicable) DESCRIPTION OF OPERATIONS: Jab #4 -930 Site Improvements, 16th Street Utility Storage Yard, Phase II (Contract #1942) LG1 Policy: The City of Newport Beach, its officers and employees are aaalcionaf named insureds in connection with the contract executed by the named insured and the City. It is further agreed that this policy shall be primary and non - contributing with any other insurance available to the City of Newport Beach, and includes a severability of interest clause. NOTICE OF CANCELLATION: (NOT APPLICABLE UNLESS A NUMBER OF DAYS IS ENTERED BELOW). BEFORE THE STATED EXPIRATION DATE THE COMPANY WILL NOT CANCEL OR REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES PRIOR TO_R,XDAYS AFTER NOTICE OF SUCH CANCELLATION OR REDUCTION HAS BEEN MAILED TO: F City of Newport Beach J /� 3300 Newport Blvd. Newport Beach , Ca. 92663 AUTH RIZED REPRESENTATIVE Attn: City Clerk i- -78 on ach Ca. L J DATED OFFICE This certiNcate is executed by LIBERTY MUTUAL INSURANCE COMPANY as respects such insurance as is afforded by That Company, it is executed by LIBERTY MUTUAL FIRE INSURANCE COMPANY as respecis each insuraaae as is Warded by That Company. BS 234A R7 I CERTIFICATE OF INSURANCE LIBERTY ;, MUTUAL This is to Certify that JJEERJY MWUU ASURANCI CUMPAM. i1BFP1Y MUlU.I{IRE INSUPANLE COMPNNY. bCMZVK I Griffith Co., Etal Name and P. 0. Box 980 F ME address of L Long Beach, CA 90801 J Insured. is, at the date of this certificate, insured by the Company for the types of insurance and in accordance with the limits of liability, exclusions, conditions, and other terms of the policies hereinafter described. This certificate of insurance neither affirmatively or neg- atively amends, extends or alters the coverage afforded by the policies listed below. With regards to General Liability: The City of Newport Beach is named as Additional Insured. NOTICE OF CANCELLATION: (NOT APPLICABLE UNLESS A NUMBER OF DAYS IS ENTERED BELOW). BEFORE THE STATED EXPIRATION DATE THE COMPANY WILL NOT CANCEL OR REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES PRIOR TO 30 DAYS AFTER NOTICE OF SUCH CANCELLATION OR REDUCTION HAS BEEN MAILED TO: I City of Newport Beach 3300 Newport Blvd, Newport Beach, CA L AUTHORIZED EPRESENTATIVE 2 -6 -78 nta Ana, CA J DATED /la OFFICE This certificate is executed by LIBERTY MUTUAL INSURANCE COMPANY as respects such insurance as is afforded by That Company, it is executed by LIBERTY MUTUAL FIRE INSURANCE COMPANY as respects such Insurance as is afforded by Thal Company. as 234A R] EXPIRATION TYPE OF POLICY DATE POLICY NUMBER LIMITS OF LIABILITY COVERAGE AFFORDED UNDER W.C. LIMIT OF LIABILITYCOV. B LAW OF FOLLOWING STATE(S): WORKERS' COMPENSATION 7 -1 -78 WC2- 162- o18986 -ol7 California $500,000 (INDICATE LIMIT FOR EACH STATE) ®COMPREHEN51VE BODILY INJURY PROPERTY DAMAGE EACH $ OCCURRENCE EACH $ OCCURRENCE FORM ❑ SCHEDULE FORM A F ®PRODUCTS COM- PLETED OPERATIONS $ AGGREGATE $ AGGREGATE w = 7 -1 -78 LG1- 162 - 018986 -027 $500,000 Combined Sirigle Limits m Z Q Ur J INDEPENDENT CON ❑ TRACTORS4CONTRACG TORS PROTECTIVE ®CONTRACTUAL LIABILITY > O� JROWNED $ EACH PERSON j m rNON -OWNED 7 -1 -78 AEI- 162- o18986 -037 $500,000 Combi(Dned Single Limits RE Q HIflED EACH AC ENT $ OR OCCURRENCE EACH ACCIDENT $ OR OCCURRENCE W 2 H O LOCATIONS) OF OPERATIONS B JOB # (If Applicable) DESCRIPTION OF OPERATIONS: Contract N 4 -930 With regards to General Liability: The City of Newport Beach is named as Additional Insured. NOTICE OF CANCELLATION: (NOT APPLICABLE UNLESS A NUMBER OF DAYS IS ENTERED BELOW). BEFORE THE STATED EXPIRATION DATE THE COMPANY WILL NOT CANCEL OR REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES PRIOR TO 30 DAYS AFTER NOTICE OF SUCH CANCELLATION OR REDUCTION HAS BEEN MAILED TO: I City of Newport Beach 3300 Newport Blvd, Newport Beach, CA L AUTHORIZED EPRESENTATIVE 2 -6 -78 nta Ana, CA J DATED /la OFFICE This certificate is executed by LIBERTY MUTUAL INSURANCE COMPANY as respects such insurance as is afforded by That Company, it is executed by LIBERTY MUTUAL FIRE INSURANCE COMPANY as respects such Insurance as is afforded by Thal Company. as 234A R] 0 CERTIFICATE . OF � MURANCE L %ERTY MUTUAL This to Certify that LIBERTY MUTUv I NSUR.BNCF E MPANY- LIBERTY MUTUAL FIRE INSURANCE CBMP1N1 r BOSTON Griffith Co., ECal Name and P. 0. Box 980 4-* address of L_ Long Beach, CA 90801 Insured. is, at the date of this certificate, insured by the Company for the types of insurance and in accordance with the limits of liability, exclusions, conditions, and other terms of the policies hereinafter described. This certificate of insurance neither affirmatively or neg- atively amends, extends or alters the coverage afforded by the policies listed below. With regards to General Liability: The City of Newport Beach is named as Additional Insared. NOTICE OF CANCELLATION: (NOT APPLICABLE UNLESS A NUMBER OF DAYS IS ENTERED BELOW). BEFORE THE STATED EXPIRATION DATE THE COMPANY WILL NOT CANCEL OR REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES PRIOR TO An DAYS AFTER NOTICE OF SUCH CANCELLATION OR REDUCTION HAS BEEN MAILED TO: r I City of Newport Beach 3300 Newport Blvd. Newport Beach, CA L AUTHORIZ�F REPRESENTATIVE 2-6 -78 Santa Anna CA DATED OFFICE This certaicaM is executed by LIBERTY MUTUAL INSURANCE COMPANY as respects such insurance as Is afforded by That Company, it Is executed by LIBERTY MUTUAL FIRE INSURANCE COMPANY as respscN such Insurance as Is afforded by That Company. BS 234A R7 EXPIRATION TYPE OF POLICY DATE POLICY NUMBER LIMITS OF LIABILITY COVERAGE AFFORDED UNDER W.C. LIMIT OF LIABILITY -COV. B LAW OF FOLLOWING STATE(S): WORKERS' COMPENSATION T -1 -T8 WC2- 162 - 018986 -o1T California $500,000 11f1gCAiF 11.1 FOR EACH $iliE) BODILY INJURY PROPERTY DAMAGE ©COMPREHENSIVE EACH $ OCCURRENCE EACH $ OCCURRENCE FORM ❑ SCHEDULE FORM A lI��II PRODUCTS COM- Ijl PL ETED OPERATIONS $ AGGREGATE $ AGGREGATE w J ❑ T -1-78 LG1- 162 - 0].8986 -o27 $500,000 Combined Single Limits Z m Q Vr J INDEPENDENT CON - ❑ TRACTORS4CONTRAC- TORS PROTECTIVE rj CONTRACTUAL �L LIABILITY El OWNED $ EACH PERSON j m a NON-OWNED T -1 -T8 Ae- i62- 018986 -037 - $Soo,000 F} single Limit, a HIRED E $ OR OCCURRENCE ER H ACCIDENT $ OR OCCURRENCE K W 2 F O LOCATION(S) OF OPERATIONS a JOB # (If Applicable) DESCRIPTION OF OPERATIONS: Contract d 4 -930 With regards to General Liability: The City of Newport Beach is named as Additional Insared. NOTICE OF CANCELLATION: (NOT APPLICABLE UNLESS A NUMBER OF DAYS IS ENTERED BELOW). BEFORE THE STATED EXPIRATION DATE THE COMPANY WILL NOT CANCEL OR REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES PRIOR TO An DAYS AFTER NOTICE OF SUCH CANCELLATION OR REDUCTION HAS BEEN MAILED TO: r I City of Newport Beach 3300 Newport Blvd. Newport Beach, CA L AUTHORIZ�F REPRESENTATIVE 2-6 -78 Santa Anna CA DATED OFFICE This certaicaM is executed by LIBERTY MUTUAL INSURANCE COMPANY as respects such insurance as Is afforded by That Company, it Is executed by LIBERTY MUTUAL FIRE INSURANCE COMPANY as respscN such Insurance as Is afforded by That Company. BS 234A R7 DEC 19 1977 qr #. CITY COUNCIL, CITY OM mom NA Q4 0 RESOLUTION No. 9247 0 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO GRIFFITH COMPANY IN CONNECTION WITH SITE IMPROVEMENTS FOR 16TH STREET UTILITY STORAGE YARD - PHASE II, CONTRACT NO. 1942 WHEREAS, pursuant to the notice inviting bids for work in connection with site improvements for 16th Street Utility Storage Yard - Phase II, in accordance with the plans and specifications heretofore adopted, bids were received on the 8th day of December, 1977, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor 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 $86,714.88 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 19th day of December , 1977. ATTEST: City Clerk DDO /bc 12/16/77 I m Co t WI Z U) La cc z Z 0 0 z ly I CY 1. Li 1,� A I Approved by the City Council this 14th day of November, 1977 oris George, City Cleyk CONTRACT NO. 1942 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR SITE IMPROVEMENTS 16TH STREET UTILITY STORAGE YARD PHASE II 1977 -78 SUBMITTED BY: GRIFFITH COMPANX Contractor P. O, sox s -T Address Irvine, California 92716 City Zip (714) 549 -2291 Phone n [7 6-71-E 98 Total Bid Price F yS•`yfi�-1 �i .y 'r •L{ �J f G 02G� 't -lim be- ew Io .- `execuie ,aid es. #n i ii -seal # Sre eru #rte �l' tt� to it a er8 _ 5 rCqu #red. ait i s` not L ... O sod -a= *ace w.3tfi OW "sFsns_�ston �F !# Bus4nes, �ns' Cede. .ifie con MOW ho- sta # TI nub a sd "t[s sif cation,; ".fiat :jrap�lsaT = - "E�¢£�rSaii ixsr�iaeeaa #ifians -.8rn: c0:ir -ar.� ts�ise �'�I�ned ,��tes�,.#�a�`�te s - ''- `-- eb E z= ✓ I 4 iw Iz eb ✓ I 4 iw Iz x2..r R. D. Lytle Vice President /Sec- Treasurer /Chief 1830 Ocean Blvd. Long Beacn uunul F.vnancial Officer J. A. Beam Vice President /Dist. Mgr. 195 21st. Street Del Mar 92019 Jack I.1 Vice President /Diet. Mgr. 800 Season Bakersfield 93309 D. L. McGrew Vice President /Diet. Mgr. 209 Avenida Monterey San Clemente 92672 D. R. Dewhurst Assistant Dist. Mg, 3925 Seacrest Drive Carlsbad 92008 R. R. McMaster Assistant Dist. Mg, 18927 Studebaker Rd. Cerritos 90701 J. D. Maltze Assistant Dist. Mg, 289 Bucknell Read Costa Mesa 92627 J. M. Snider Assistant Secretary 3958 Franklin Ave. Los Angeles 90027 �_ r A aw y. Ype °ot;: anization (inat:vtdual Go- partners ip or Corp.) s Page 3 .� y _ _ u�t3L #ftthat hi has used the s�tb hidS-bf the fo2lowirg : i st i1 3rr�a uP h #s b#tl at►dthat'. e - bcoutradion listed be r em i rx #oC which i iey bid, smbiati o-the approval of the :. Cftt�gie�Ft "€e ,�►ce:vth the applicable prSioRS,;of the : - 3f3cafKions lftt may b a iw tWse; subcontractors -except upon prtar.approva�� - Engineer ;.,.. ; ., i dress ,7m- 44" i Ype °ot;: anization (inat:vtdual Go- partners ip or Corp.) 1] i i tt 10 V L fF 0 d4 r- -I 1 . r _ !S Y x EVa 16 15, Year Completed For Whom Performed (Detail) Person to Contact Telephone No. (714) 834 -230; 1977 Orange County Environmental gency Director Marguerite Parkway from -- SLUI1t� �I11 L7Y — Mission vi.e3o ($560,000.00) _ — 1977 City of Santa Ana John J. Pxendrrnast (714) 034 -4-j gns i ri e -- Sevepte ,Qnth St - Olive 1976 City of Orange Warren W. Ropke (714) 532 -044 sst City L:ngineer. Glassell St - Fletcher Ave yer $170,000.00) 1r)77 State of California K. S. Dept of Transportation ie State Colle e Blvd Over assConstruction r3ranch u e Contract No. 07- 184524 ($3,325,000.00) 1976 City of Anaheim James P. Maddox 2 -1) 6..21 -- 311.11 — I 714) 533 -53r Lincoln Ave @ Sunkist ulLy rflyl„rr.i. ($25,800,00) t ;: 3 rt � r^ i � � � _� V. S, PR2of4 i1XV � 3 j land cement conef�t tcn type rI IME c Gonsirin toacrete block retaining wall �riw7 Dollars Irz and tents $ 513 GonstNUCt concrete block screen wall.. - Linear Feet @ �31/T' /�5 DAl1s_ Ci$ii.4A Per .L ,mar oot."T 8.. '1 each. Instill-0,100t: -x 32 :foot s'lidi'ng chain link fate, glTrs G . Cents Ai lQ leach Inst jT 6 font x..24 foot double swinging chain link gate: _`.. `t:�,07y TZJa bO taars ter.L an �o � Cents $_ $` er E a ll:' 1 cacti -1 fi foot x 4''foot ftOi swi:ngtng chain;: # #nk3te @�.cl D oi tar s and Cents er FA ConstNet, a t`wide porn :aqd cement concrete Linear €eet stid#ws lam' -pC = Std -180 @ - Dollars ,I and uiY 5�x Cents $ 2-.4 34 �`— Per Linear Foot s n w N40 UIR r, a . . k. 7 PR3of4 LIEN IN WORDS t ar storm drain Class x' .1500 Wt Dollars . er near " oot atd c �f . J[r 40" Linear Feet Construct modified YPe ` P C.C. a { curb .9NGter:.t2" " gutter). Dollars. tr near oot an Cents r I. X58 Linear-Feet Construct ii -t . e. "A" P C.C: curb YP. : - and.. Batter .. Dol3ar; Ner and Einear.Feet Construct $`` type "A "'P.C:C: curb and gutter. 01, and Cents S` $ 41 : $� : 13.. 23 Linear Feet ; Construct b" � sYPe t E A. C.. curb. Dollars 5� --� rLs'f er L near t , and Cents 6 g "� $ i p Each Coltstr -wj t f C,C. downdrain.• -- Do and ✓ ' er 8C -' ao =1trar Feet. Construci.3 "foot wide i'.C.C. gutter.. : . Dollars:: .c61�� L er neari oot and Cents $ c.?9" Y P. F T - w; MAP f will 4 VO it��ll4li�v 50 07 f P. �e`F7 ,w IN WORDS �. �. - redwaoat4mader.. r Linear Feet.; 6llan �7 mar -Fdot. . .. - 21. 4 Each Install sewer.cleanout box and cover . ci%rJ2� Dollars and Cents , Per a , 22. '2 Each Install yard lights. ' @ Ave &wJA14& sX egl'tl le" Dollars and Cents $ LGo 8 �-zcr� ., er- "cli ; TOTAL BID PRICE WRITTEN':IN WORDS: - _ and g ✓ io- 6ic Cents TOTAL SID $ December. 8,. 1977. ` GR1FfITH COMP ANY :: to (Bidder s ame -. s CONTRACTOR'S LICENSE NO. 32188;.. �:.' )j James D. 1laltze .:- t o 8 nt � a ict Yana 3 ,. C TRACT 'OR'S AEIDRESS Pl; f3..8e� B--T, Irvine Ca 92716 7 TELEPHONE NO (114). 549-224i...... r,- a Cu i i CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PLANS AND CONTRACT DOCUMENTS FOR SITE IMPROVEMENTS - 16TH STREET UTILITIES SERVICE YARD PHASE II CONTRACT NO. 1942 ADDENDUM NO. 1 NOTICE TO BIDDER: Please be advised that the wording in the Plans and Special Provisions has been revised to read as follows: PLANS: (M- 5186 -S) 1. Sheet 1 of 5 under CONSTRUCTION NOTES: Note No. 35 "Install yard light. Lamps shall be GE M -250 A with 100 watt Lucalox (sealed and filtered) lamps, mounted on Type I -B poles per CNB Std -201 -L modified." SPECIAL PROVISIONS: 1. Revise Paragraph 1 of Section XI -F (SP 4 of 4) to read as follows: "Luminaires for yard lighting shall be GE (100 watt) Lucalox (sealed and filtered) as manufactured by General Electric or an approved equal. Ballast shall be high pressure sodium type; no mercury vapor ballast substitution will be allowed." PLEASE SHOW DATE OF RECEIPT OF THIS ADDENDUM ON THE PROPOSAL OR INSERT A COPY WITH YOUR PROPOSAL. Thank you. Steve Buc knam Jr. Project Engineer f�1�� ��c�� �J- �� Date Received Au ized Signature .. mac. _a✓.. z^s.. :, yZa :.. d s ... au a.r w+f.a yp GVf ,l1� \ - '' ud, �r4fd� at r t- and emain in full €prce end iffect� and the amu�nt y-, --!All sie Ft�d to'_tli� Said City... I8 -€hg event t -40 allover naEd executed ttlis bond' 0,: individual; rid xs reed that iye� suefr pTinci'�yat sbel l not exonerate. the surety ftow um r :iNTSS RE; f�ereurrto' sei de#'= :�tAttds and seaTs'Eltis 6f, POP 77 x �. sk :corpora to &tai , °(I f r.— GRrFFITN tOMPANY P inc pa �R ti� ammeB A.:iPdl Ada ;afi�ii ,0[ii y 1 f L s � UNITED PACIFIC INSURANCE COPgkW c 77 J r AZ 4 tttr r Pipr 0 r yak. la_ _ •4'c_ i� +�-7 k �m 4 (l4.' _ �'X^�d'y4l- '�'� � Pi i � a E 0 U O Y UJ m c N S- C) 0 Y C I C N N U c 3 c v y °c c L U O 3 `0 c m a z U_ � O v J O U J a « W N > m U E Z Z ir Z 3 D a O Z g0 c c x U U m a U a Z c Q UJ L UJ � Y z Z d Z E m u_ y 0 LL O « U • U c W N T F C Z mS- `p7 0 m E c c n E m E $ J c � � ro c t S- 00 Y a y � d t E °� « a U ry 0 0 > w c' O a H Qz - -�,zN )m o _, u sx 'c n O \ C r< 1 U