HomeMy WebLinkAboutC-1990(A) - Pacific Coast Highway improvements between Jamboree Road and Avocado AvenueMarch 5, 1980
Griffith Canpany
P. O. Box B-T
Irvine, CA 92716
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
(714) 640 -2251
Subject: Surety: Union Pacific Insurance Ocapany
Bonds No: U08 36 07
Project: Street Improvements, South Side East Coast
Highway between Jamboree Road and Avocado Ave.
Contract No.: 1990
The City Council on February 11, 1980, accepted the work of subject
Project and authorized the City Clerk to file a Notice of Capletion
and to release the bonds 35 days after Notice of Cmpletion has been
filed.
Notice of Completion was filed with the Orange County Recorder on
February 25, 1980 in Book No. 13512 Page 3.. Please notify your surety
cmPany that bonds may be released 35 days after recording date.
l .1
MKS GEORGE
City Cleric
DG:bf
cc: Public works Department
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663.
RECORDING REQUESTED
BY AND MAIL TO •
G rT vF /Vc -Zi,v oRI l3EJ� cif
ll/ =w�of�� r� Cq. 9266
2' 7769 EXEMPT
C1
NOTICE, OF COMPLETION
PUBLIC WORKS
BK 1 35 1 2PB 3
RECORDED IN OFFICIAL RECORDS
OF ORANGE COUNTY, CALIFORNIA
9:05 A.M• FES 25 1880
LEE A. BRANCH, County Recorder
'I 'o All Laborers and Material Men and to Every Other Person Interested; -- -
YOU WII..L PLEASE TAKE NOTICE that on Novemher ?7, IQ79
the Public Works project Consisting Of Street Tmproyement5, Side of East Coast
Highway between Jamboree Road and Avocado Avenue
on which Griffith Company
was the contractor, and Union Pacific Insurance Company
was the surety, was completed.
VERIFICATION
I, the undersigned, say:
CIT OF NEWPORT BEACH
Public Works 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 February 14, 1980 at Newport Beach, California.
Public Works Director
VERIFICATION OF CITY CLERK
1, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on >ebruany ]1, "" accepted the above described work as
completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on February 14. 1980 at Newport Beach, California.
DeputN/ City Clerk .
0 0
NOTICE. OF COMPLETION
PUBLIC WORKS \
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on Nnvamhor 47. I97Q
the Public Works project consisting of Street Im_nronemente Side of Sant Coast
Righ_.gy. between Jamboree Road and Avocado Avenue
on which Griffith Ca my
was the contractor, and Union Pacific Insurance Company
was the surety, was completed.
VERIFICATION
I, the undersigned, say:
CITY OF NEWPORT BEACH
Public Works 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 February 14, 1980 at Newport Beach, California.
Public Works Director
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on February 11. 1980 accepted the above described work as
completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on February 14, 1980 at Newport Beach, California.
Deputy City Clerk
FEB 111980
TO: CITY COUNCIL 8Y. *A CITY COUNOL
CITY 00 #OPPOIq WACH
FROM: Public Works Department
E
February 11, 1980
CITY COUNCIL AGENDA
ITEM NO. H -10
SUBJECT: ACCEPTANCE OF STREET IMPROVEMENTS, SOUTHERLY SIDE OF EAST COAST
HIGHWAY BETWEEN JAMBOREE ROAD AND AVOCADO AVENUE (C -1990)
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 improvement of the southerly side of East
Coast Highway from Jamboree Road to Avocado Avenue has been completed to the
satisfaction of the Public Works Department.
The bid price was $196,196.00
Amount of unit price items constructed 179,162.92
Amount of change orders 4,087.45
Total contract cost $183,250.37
Funds were budgeted in the Gas Tax and AHFP Funds.
Two change orders were issued. The first, in the amount of
$3,535.45 provided for the replacement of traffic signal detectors and the
relocation of three street light standards at the intersection with Newport
Center Drive, both items being required by CalTrans. The second, in the
amount of $552.00 provided for sealcoating the edge of the new pavement to help
prevent raveling.
One half the total cost of this project was paid by the County under
the Arterial Highway Financing Program.
The design engineering was performed by Williamson and Schmid of
Irvine, California.
The contractor is Griffith Company of Irvine, California.
The original contract date of completion was October 23, 1979.
Rather than beginning in mid -July, the contractor agreed to delay the start of
work until after Labor Day. The work was completed by November 27, 1979.
64w—� )44
Benjamin B. Nolan
Public Works Director
GPD:jd
& •
CITY OF NEWPORT BEACH
Date 'July 10, 1979
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. 1990
Project Pacific Coast Highway 1=ouemani-c hebaFpn .Ta hnraa And Avoca
4
Attached is signed copy of subject contract for transmittal to the contractor.
Contractor: Griffith Company
Address: P. O. Box B -T Irvine, Calif
Amount: $ 196,196.00
Effective Date: July 10, 1979
Resolution No. 9567
Doris Geo e
Att.
cc: Finance Departm entEl
City Ilall 3300 Newport BOUleNard, Newport Beach, California 92663
CITY CLERK
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT NO. 1990
AHFP NO. 944
CONTRACT DOCUMENTS
FOR
PACIFIC COAST HIGHWAY IMPROVEMENTS
BETWEEN
JAMBOREE ROAD
AND
AVOCADO AVENUE
SUBMITTED BY:
GRIFFITH COMPANY
Contractor
P. 0. Box B -T
Address
Trvi�, Califnrnia 9271fi
Approved by the City Council City Zip
this 14th day of May.
(714) 549 -2291
J` Phone
D ris George; City., lerk
$196,196.00
Total Bid Price
0 Page 1
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach,
California, until 2:30 P.M. (as determined by telephone time signal) on the
31_ day of _ May 1979, at which time they will be opened and read, for
performing work as follows:
PACIFIC COAST HIGHWAY IMPROVEMENTS
BETWEEN JAMBOREE ROAD AND AVOCADO AVENUE
CONTRACT NO. 1990
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 t3'he Cor orate Seal
shall be affixed to all documents requiring signatures. In the case of a Partners hip,
the signature of at least one general partner is required.
No bids will be accepted from a contractor who has not been licensed in accordance with
the provisions of Chapter 9, Division III of the Business and Professions' Code. The
contractor shall state his license number and classification in the proposal.
One set of plans and contract documents, including special provisions, may be obtained
at the Public Works Department, City Hall, Newport Beach, California, at no cost to
licensed contractors. It is requested that the plans and contract documents be returned
within 2 weeks after the bid opening.
(cont.)
Page la
The City has adopted the Standard Specifications for Public Works Construction (1976
Idition) 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 per set.
A standard "City of Newport Beach Special Endorsement" form has been adopted by the
City of Newport Beach. This form is the only endorsement acceptable to the City for
liability insurance purposes. The successful low bidder will be required to complete
the form upon award of contract. (A sample form is attached for reference.)
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.
In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California
Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascer-
tained 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. A copy of said determination 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 -7981 in-
clusive). The contractor shall be responsible for compliance with Section 1777.5 of
the California Labor Code for all apprenticeable occupations.
The contractor shall post a copy of the prevailing wage rates at the job site. Copies
may be obtained from the Public Works Department.
The City reserves the right to reject any or all bids and to waive any informality in
such bids.
Revised 3 -13 -79
Page 2
All bids are to be computed on the basis of the given estimated quantities of work,
as indicated in this Proposal, times the unit price as submitted by the bidder. In case
of a discrepancy between words and figures, the words shall prevail. In case of an error
in the extension of a unit price, the corrected extension shall be calculated and the bids
will be computed as indicated above and compared on the basis of the corrected totals.
The estimated quantities of work indicated in this Proposal are approximate only,
being given solely as a basis for comparison of bids.
The undersigned has checked carefully all of the above figures and understands that
the City will not be responsible for any errors or omissions on the part of the under-
signed in making up this bid.
The undersigned agrees that in case of default in executing the required contract
with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal
Holidays, after having received notice that the contract is ready for signature, the
proceeds of check or bond accompanying this bid shall become the property of the City
of Newport Beach.
Licensed in accordance with the Statutes of the State of California providing for
the registration of Contractors, License No. 32168 Classification A- SB- I -SC.12
Accompanying this proposal is 10% Bidder's Bond
(Cash, Certified Check, Cas ier s Check or Bon
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workers' compensation or to
undertake self- insurance in accordance with the provisions of that code, and agrees to
comply with such provisions before commencing the performance of the work of this contract.
(714) 549 -2291
P one u er
May 31, 1979
ate
GRIFFITH COMPANY
Bid er s Name
(SEAL)
ut orize Signature
S /James D. Waltze. Vice President
Aut orized Signature
Corporation
Type of Organization
(Individual, Corporation, or Co- Partnership)
List below names of President, Secretary, Treasurer and Manager if a corporation,
and names of all co- partners if a co- partnership:
George P. Griffith President
Rnhprt n lytlP V p _SPr - TrPaaurpr
James A. Hearn, V.P., District Mgr.
James. D. Waltze, V.P., District Mgr.
Donald L. McGrew. Executive Vice Pr sident
John F_ Tiger Vice President
James B. Hayden, V.P. /District Mgr.
Vincent Diaz, Asst. District Mgr.
• •
Page 3
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies that he has used the sub -bids of the following
listed contractors in making up his bid and that the subcontractors listed
will be used for the work for which they bid, subject to the approval of the
City Engineer, and in accordance with the applicable provisions of the
specifications. No change may be made in these subcontractors except upon
the prior approval of the Engineer.
Item of Work
Subcontractor
Address
1. P.C.C. Jezowski & Markel Orange
2. Col
Blair
Yorba Linda
3. Underground Irvine Pipeline Santa Ana
4.
5.
6.
7.
8.
9.
10.
11.
12.
IMER
,Cia'1i , . u
SI.lampq D. ut orize ignature
Corporatiol--
Type of Organization
(Individual, Co- partnership or Corp.)
Irvine. California 92716
Address
FOR & GINAL SEE CITY CLERK'S FILE C•
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
iJOW AtA, MLN BY THESE PRESENTS,
That we, GRIFFITH COMPANY , as Principal,
and UNITED PACIFIC INSURANCE COMPANY , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT (10 %)
OF THE TOTAL AMOUNT BID IN---- Dollars ($ ---- - - - - -- ), lawful money of the United
States for the payment of which sum well and truly to be made, we bind ourselves,
jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden principal for the construction of
PACIFIC COAST HIGHWAY IMPROVEMENTS
BETWEEN JAMBOREE ROAD AND AVOCADO AVENUE (C -1990) AHFP No. 944
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 22nd day of
May , 19 79
Corporate Seal (If Corporation)
GRIFFITH COMPANY
Principal
S /James D. Waltze. Vice President
(Attach acknowledgement of
Attorney -in -Fact)
S /Lorna L. Menendez. Notary Public
UNITED PACIFIC INSURANCE COMPANY
Commission Expires Sept. 17. 1982 Surety
By S /Francis G. Jarvis, Jr.
Title Attorney -in -Fact
NON- COLLUSION AFFIDAVIT
0
Page 5
The bidders, by its officers and agents or representatives present at the time of
filing this bid, being duly sworn on their oaths say, that neither they nor any of
them, have in any way, directly or indirectly, entered into any arrangement or agree-
ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH
whereby such affiant or affiants or either of them, has paid or is to pay to such
bidder or public officer any sum of money, or has given or is to give to such other
bidder or public officer anything of value whatever, or such affiant or affiants or
either of them has not directly or indirectly, entered into any arrangement or agree-
ment with any other bidder or bidders, which tends to or does lessen or destroy free
competition in the letting of the contract sought for by the attached bids; that no
bid has been accepted from any subcontractor or materialman through any bid depository,
the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from
considering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman from
bidding to any contractor who does not use the facilities of or accept bids from or
through such bid depository; that no inducement or any form or character other than
that which appears upon the face of the bid will be suggested, offered, paid, or
delivered to any person whomsoever to influence the acceptance of the said bid or
awarding of the contract, nor has this bidder any agreement or understanding of any
kind whatsoever, with any person whomsoever to pay, deliver to, or share with any
other person in any way or manner, any of the proceeds of the contracts sought by
this bid.
Subscribed and sworn to before me
this 3lstday of May ,
19 79 .
My commission expires:
May 24, 1982
GRIFFITH COMPANY
S /Donald L. McGrew, Executive Vice Pres.
S/George_N. Pittman
Notary Public
FOR W NAL SEE CITY CLERK'S FILE C010 Page 6
STATEMENT OF FINANCIAL RESPONSIBILI
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 /James D. Waltze, Vice President
Signed
f 1.
I
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
Page 7
The undersigned submits herewith a statement of the work of similar character to
that proposed herein which he has performed and successfully completed.
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No.
1977 Orange County Environmental H. G. Osborn (714)834 -2300
Agency Director
Marguerite Parkway from
N.4Avery Ply to Frtanriero Dr
1977 r.it-V of Santa Ana .1nhn .1_ PrPndPr9act (714)234- 493 9
Seventeenth St. Const, Engineer
1977 State of California K- F McKean (213)620-3920
Dept. of Transportation Chief
State Collegp Blvd Overpass Const. Branch
2 Route 5
1977 City of .. Beach Don Webb (714)640-2
n.. C.,. .• . " 111 Y..1,..
Northeasterly of Althea Ave.
to Coronel Drive
Superior Avenue from Project Manager
Placentia Ave. to Industrial Way
_ S /James D. Waltze, Vice Pres.
lgned
EXECUTED IN 4 COUNTERPARTS
"The Premium charged for this
good is included in that shown
on the Performance good."
•
LABOR AND MATERIAL BOND
KNOW ALL MEN BY THESE PRESENTS, That
• Page 8
BOND NO. U08 36 07
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted June 11 1919,
has awarded to GRIFFITH COMPANY
hereinafter designated as the "Principal ", a contract for pACIFIC CnAST HIRHWAY
IMPROVEMENTS RFTWEEN JAMSnRFE RnAn AND AVnC nn AVENUE (C- 1990), ANFP No 944
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 GRIFFITH COMPANY
as Principal, and UNITED PACIFIC INSURANCE COMPANY
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
NINETY—EIGHT THOUSAND. NINETY—ETrHT Anti N011no ------ ... Dollars ($ qA,nqA no
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 22nd day of Jae 197.
Seal -)
ractor ( Principa
Donald L. McGrew
Executive �7ice President
'Authorized Signature and Title
r JAMES I). =LTZE
VICE PRESIDENT.
uu0lyrized Signature and 'Mtle
UNITED PACIFIC INSURANCE COMPANY (Seal)
Name of Surety
443 S to^ Ce, Joos Ahgeles, Ca. 90020
A ress MSutf
Si a ure a1nd-T1Vre-6f Authorized Agent
Robert N. Minot Atto nrey -in -Fact
3600 Wilshire Blvd., Los Angeles, Ca. 90010
ddress of Agent
(210) 386 -2360
Telephone No. of Agent
im
m
W
N
r
T
zo-
g g o
a' m
d � <
N
D D
N d
S
� f
N
Q S 4
m
g � N
C N
w
Ll
3 H Ll
N
p D
Z �
o�z
mod°-
D Q
n o
=n o m
c 3
_z �
z � .
co
m
ZD Ja
n n m
M T H
n
O J
3 z �
z m Z
D Q
z 3 m
N n m
'n m
a J o
m f
n 0
J JO p a
N = d O
G
N � N
X.
d
J m
� O
O n
OM
7
d
r
O
N
Oq
(D
r
m
m
EXECUTED IN 4 COUNTERPART
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
• Page 10
BOND NO. U08 36 07
PREMIUM: $1,471.00
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted June 11, 1979-
has awarded to GRTFFITH COMPANY
hereinafter designated as the "Principal ", a contract for PACIFIC COAST HIGHWAY
IMPROVEMENTS BETWEEN JAMBOREE ROAD AND AVOCADO AVENUE. (C- 1990)} AHFP No_ 9"
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We, GRIFFITH COMPANY
P. 0. Box B -T, Irvine, Califcn+nia 92716
as Principal, and UNITED PACIFIC INSURANCE COMPANY
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
and NO /100
ONE HUNDRED NINETY -SIX THOUSAND, ONE HUNDRED NINETY -SIX J Dollars ($ 196,196.00 ),
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
t • • Page 11
(Performance Bond - Continued)
of any such change, extension of time, alterations or additions to the terms of the
contract or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 22nd day of June , 19 79
GRIFFITH COMPANY (Seal)
Name of '�Contractor (Principal)
Donald L. h rev
Executive Vice Pres.
Authorized Signature and Title
��\ \ JAMES D. W4LTzr
ViCS p'rte SIDp. j-
Authbrized Signature and -title
UNITED PACIFIC INSURANCE COMPANY (Seal)
Name of Surety
443 Shatto.Pia- e. Los Angeles. Ca. 90020
Addre�'6f rety
SignA-ture and Titlerof Authorized Agent
Robert M. Minot Attorney -in -Fact
3600 Wilshire Blvd., Los Angeles, Ca. 90010
Address of Agent
(213) 386 -2360
Telephone No. of Agent
Go
)
\
F »ac®?
\§
2222
-
j {2;;%
\
{ \\ \
/m(�
amE2l;
»,
Q
)k
\/\
) \
\CT
`
(n
(
2
_i
(
\
(
n (
`
)k2%
> C:
}nm
})0{
\ /2+
&3=�
( /)}
/0
=!,n
)*|®
,tom/
c (
� }
,
. . :
� a »ate
• • Page 12
CONTRACT
THIS AGREEMENT, made and entered into this day of- C'.— 192 ,
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
PACIF
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.
• • 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.
CITY OF NEWPORT BEACH, CALIFORNIA
ATTEST:
Al"
City ClerkT
F ;° t 4 i J L`�B; "I JY
Contractor
(SEAL)
By
'JA *S D. WALTZE
VICE PRESIDENT
Title
By: _,oZ4e,,IeIX d L. McGrew
Executive Vice President
r y • •
' PR 1 OF 3
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PACIFIC COAST HIGHWAY IMPROVEMENTS
BETWEEN JAMBOREE ROAD AND AVOCADO AVENUE
CONTRACT NO. 1990
AHFP NO. 944
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard,
Newport Beach, California 92660
Gentlemen:
The undersigned declares that he has carefully examined the location
of the work, has read the Notice Inviting Bids, has examined the
Plans and Special Provisions, and hereby proposes to furnish all
materials and do all the work required to complete Contract No. 1990
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
NO.
QUANTITY
AND UNIT
ITEM DESCRIPTION
UNIT PRICE WRITTEN IN WORDS
UNIT
PRICE
TOTAL
PRICE
1.
1
Clearing & grubbing
Lump Sum
@ Twenty Thousand Dollars
and
No Cents
$ 20,000.00
X0,000.00
Per Lump Sum
2.
3,370
Unclassified excavation
Cubic Yds.
@ Eleven Dollars
and
No Cents
$ 11.00
$37,070.00
Per Cubic Yard
3.
700
Construct AC Pavement, 4"
Tons
Thick Base Course, (Type
III- B2- AR4000) including
prime coat & tack coat
@ Twenty -eight Dollars
and
No Cents
$ 28.00
$19,600.00
Per Ton
• . PR 2 OF 3
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. 1,050 Construct AC Pavement for
Tons 2" Thick Finish Course, Var-
iable Thickness Overlay, and
2" Thick Bike Trail (Type
III- C3- AR4000) including
prime coat and tack coat
@ Twenty -eight Dollars
and
No Cents $ 28.00 $ 29.400.00
Per Ton
5. 5,100 Construct Aggregate Base,
Tons Complete In Place
@Nine Dollars
and
No Cents $ 9.00 $ 45.900.00
Per Ton
6. 4,528 Construct Type "A" PCC
L.F. Curb & Gutter (8" CF) Per
CNB Std. Dwg. 182 -L
@Seven Dollars
and
No Cents $ 7.00 $ 31,696.00
Per Linear Foot
7. 19 Construct 24" ACP (2000 D),
L.F. Complete In Place
@ One Hundred Twenty Dollars
and
No Cents $_J2M0 $9.780 -00
Per Linear Foot
8. 1 Construct Curb Inlet, Type
Each OL, (L =10') per CNB Std.
Dwg. 306 -L, Complete In
Place
Two Thousand
@ Two Hundred Dollars
and
No Cents $ 2,200.00 $ 2,200.00
Each
�!, . • PR 3 OF 3
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
9. 2 Construct Curb. `t, Type
Each OL, (L =7') p "" Std. Dwg.
306 -L, Comple a In Place
@ Two Thousand Dollars
and
No Cents $ 2,000.00 $ 4.000.00
Each
10. 1,250 Plane Existing AC Pavement
S.Y. for 0.1' Thick Overlay at
Join Line
@ Three Dollars
and
No Cents $ 3.00 $ 3,750.00
Per Square Yard
11. 1 Guard Underground Con -
Lump Sum struction
@ Three Hundred Dollars
and
No Cents $ 300.00 $ 300.00
Per Lump Sum
TOTAL PRICE FOR ITEMS 1 THROUGH 11
WRITTEN IN WORDS
(Me Hundreri and Ninaty_cix Thnucand
Dollars
One Hundred Ninety -six
and
No Cents $ 196,196.00
CONTRACTOR'S LICENSE NO. 32168 GRIFFITH COMPANY
(BIDDER'S NAME)
DATE May 31— 1979 S /James D. Waltze. Vice Pres.
(AUTHORIZED SIGNATURE)
CONTRACTOR'S ADDRESS P. 0. Box B -T
Irvine. CA 92716
TELEPHONE NUMBER (714 ) 549 -2291
r
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PACIFIC COAST HIGHWAY IMPROVEMENTS
BETWEEN JAMBOREE ROAD AND AVOCADO AVENUE
CONTRACT NO. 1990
AHFP NO. 944
SPECIAL PROVISIONS
INDEX
Section
1 SPECIFICATIONS
2 DRAWINGS
3 LOCATION AND SCOPE OF WORK
4 TIME OF COMPLETION AND COMMENCEMENT
OF WORK
PAYMENT
WATER
GUARDING UNDERGROUND CONSTRUCTION
PROTECTION OF EXISTING UTILITIES
PROTECTION OF EXISTING PROPERTY
CORNERS
GUARANTEE
CONSTRUCTION SURVEY STAKING
LIABILITY INSURANCE
PERMITS
MATERIALS REPORT
TRAFFIC CONTROL AND ACCESS
CONSTRUCTION DETAILS
16 -A Clearing and Grubbing
16 -B Unclassified Excavation and
Embankment
5
6
7
8
9
10
11
12
13
14
15
16
i
Page
1
1
1
2
2
2
2
3
3
3
4
4
4
5
5
6
6
n
W.
17
0 0
PACIFIC COAST HIGHWAY IMPROVEMENTS
BETWEEN JAMBOREE ROAD AND AVOCADO AVENUE
SPECIAL PROVISIONS
INDEX (Cont'd)
CONSTRUCTION DETAILS (Cont'd)
16 -C Structure Excavation
16 -D Structure Backfill
16 -E Subgrade Preparation
16 -F Relative Compaction
16 -G Aggregate Base
16 -H Asphalt Paving
16 -I Portland Cement Concrete
16 -J Storm Drains and Drainage Structures
16 -K Planing of Existing AC Pavement
16 -L Final Clean -up
16 -M State Bond and Inspection
Requirements
APPENDIX
11
Page
9
9
9
10
10
10
12
13
14
14
15
16
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
0
PACIFIC COAST HIGHWAY IMPROVEMENTS
BETWEEN JAMBOREE ROAD AND AVOCADO AVENUE
CONTRACT NO. 1990
AHFP NO. 944
SPECIAL PROVISIONS
SECTION 1 - SPECIFICATIONS
All work shall be completed in accordance with these Special
Provisions, the City's Standard Special Provisions, and the
City's Standard Drawings and Specifications. The City's
Standard Specifications are the Standard Specifications for
Public Works Construction, 1976 Edition. Copies may be pur-
chased from Building News, Inc., 3055 Overland Avenue, Los
Angeles, California 90034, telephone (213) 870 -9871.
SECTION 2 - DRAWINGS
The complete set of plans for bidding and construction con-
sists of the following:
Drawing No. R- 5363 -S, Sheets 1 through 7.
City of Newport Beach Standard Drawings which may
be obtained from the Public Works Department by
each bidder.
SECTION 3 - LOCATION AND SCOPE OF WORK
The work to be accomplished under this contract consists of
completing the ultimate curb and gutter and street pavement
improvements along the southerly side of Pacific Coast Highway
between Jamboree Road and Avocado Avenue. The project is
approximately 4800 feet in length.
The work to be done consists of clearing and grubbing, grading,
removal of existing asphalt and concrete improvements, con-
struction of concrete curb and gutter, construction of asphaltic
concrete over aggregate base pavement sections, placing as-
phaltic concrete cap on existing pavement, overlaying and re-
constructing segments of an existing asphaltic concrete bike
trail, construction of storm drainage facilities, and other
appurtenant work as necessary to complete the work as shown
on the plans and as included in these specifications.
-1-
0
SECTION 4 - TIME OF COMPLETION AND COMMENCEMENT OF WORK
All items of work shown on the plans, described in these Special
Provisions and listed as items in the bid proposal shall be
completed in 90 CONSECUTIVE CALENDAR DAYS from the date of the
beginning of the project. Contractor shall begin the project
within 15 calendar days after the City executes the contract.
SECTION 5 - PAYMENT
The unit or lump sum prices bid for the various items of work
shall be considered as full compensation for all labor, materials,
tools, equipment, and incidentals necessary to complete the work
in place, and no additional compensation will be made therefor.
Compensation for work shown on the plans or described in the
specifications, but not separately provided for in the bid pro-
posal, shall be included in the prices bid for the various items
of work listed in the bid proposal.
SECTION 6 - WATER
The Contractor shall make his own provisions for the securing
of water necessary to perform his work. No separate payment
will be made for water. If the Contractor desires to use available
City water, it shall be his responsibility to make arrangements
for water purchases by contacting the City's Utilities Department
at (714) 640 -2221.
SECTION 7 - GUARDING UNDERGROUND CONSTRUCTION
Trench excavation and backfill shall conform to Section 306 -1
of the Standard Specifications and these Special Provisions.
The walls and faces of all excavations over 5 feet in depth
shall be effectively guarded by a shoring system, sloping of
the ground, or other equivalent means. Trenches less than 5
feet in depth shall also be guarded when examination indicates
hazardous ground movement may be expected.
The Contractor shall obtain a permit to perform excavation or
trench work from the Division of Industrial Safety, State of
California, prior to any construction. The cost of providing
all necessary information to obtain the permit and the cost of
complying with the provisions of the permit shall be included
in the lump sum price bid for guarding underground construction.
-2-
0
0
SECTION 8 - PROTECTION OF EXISTING UTILITIES
All underground utilities as shown on these plans are plotted
from existing records and general observation in the field and
are shown for the information of the Contractor only. The Con-
tractor shall verify the position and elevation of these
utilities and shall protect said utilities during the course
of the construction. If the Contractor discovers underground
facilities not indicated on the plans or in the Special Pro-
visions, he shall immediately give the Engineer written noti-
fication of the existence of such facilities. Such facilities
shall be protected from damage as directed by the Engineer.
Delays of the contract caused by utility work and work by other
forces may occur and will be considered an acceptable cause
for time extension, but no idle time compensation will be
allowed.
The construction will cause work to be performed over, under and
very near existing sewer, gas and water lines. The Contractor
shall protect in place and be responsible for, at his own ex-
pense, any damage to utilities encountered during construction
of the items shown on the plans. The Contractor's attention is
called to Section 5 and Subsection 7 -9 of the Standard Speci-
fications.
Special attention is called to the existing 12 -inch diameter
high - pressure gas line which is located approximately 35 feet
southerly of the centerline of Pacific Coast Highway. Top -of-
pipe elevations at various points along the line are shown on
the plans. Such elevations were obtained by "probing" to the
line. The Contractor shall exercise extreme caution when
working in the vicinity of this high - pressure gas line. The
Contractor shall uncover this line prior to excavation at a
sufficient number of points to verify its location and to
enable excavation and subgrade preparation to proceed without
damage to the gas line.
SECTION 9 - PROTECTION OF EXISTING PROPERTY CORNERS
Every effort shall be made by the Contractor to protect any
existing property corners 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.
SECTION 10 - GUARANTEE
The Contractor shall guarantee for a period of one year, after
acceptance of the work by the City Council, all materials and
workmanship against any defects whatsoever. Any such defects
shall be repaired at the Contractor's expense within 15 days
of notice to do so from the City.
-3-
SECTION 11 - CONSTRUCTION SURVEY STAKING
Field surveys for control of construction shall be the respon-
sibility of the Contractor. All such surveys, including con-
struction staking, shall be under the supervision of a California
licensed surveyor or civil engineer. Staking shall be performed
on all items ordinarily requiring grade and alignment at inter-
vals normally accepted by the agencies and trades involved.
Payment for construction survey staking shall be considered as
included in the various items of work, and no additional allowance
will be made therefor.
SECTION 12 - LIABILITY INSURANCE
Section 7 -3 of the Standard Specifications is hereby amended
as follows:
The word "Agency," where used in this section, shall
include the City of Newport Beach, the County of
Orange, the State of California, and Williamson and
Schmid.
A standard "Special Endorsement of Insurance for
Contract Work for City" form has been adopted by
the City. This form is to be attached and made
a part of all policies of insurance acceptable to
the City. The successful low bidder will be required
to complete this form upon award of contract. A copy
of this form is included herein for the Contractor's
review. A copy of the City's Standard Special Pro-
visions is also attached showing the minimum limits
of liability insurance required by the City. (See
Appendix)
SECTION 13 - PERMITS
The Contractor shall obtain the following permits prior to
any construction and shall have a valid City business license:
1. Permit to perform excavation or trench work from
the Division of Industrial Safety, State of Cali-
fornia (See Section 7, Guarding Underground Con-
struction).
2. Permit to dispose of demolition at any sanitary
landfill site in Orange County from the City Public
Works Department at no charge.
Q�
The City has obtained the following approvals and permits
which are available for inspection at the Public Works Depart-
ment:
1. Project approval: California Regional Water Quality
Control Board - Santa Ana Region.
2. Permit: California Coastal Commission, South Coast
Regional Commission.
3. Permit: California Department of Transportation
Encroachment Permit. (See Appendix)
The Contractor shall be responsible for making himself aware
of and conducting his operations in accordance with the re-
quirements of these approvals and permits. All costs involved
in complying with these provisions shall be included in the
price bid for various items of work, and no additional compen-
sation will be made therefor.
SECTION 14 - MATERIALS REPORT
A report entitled "Materials Report for the Proposed Construction
of Coast Highway from Jamboree Road to Avocado Avenue, Length =
0.90 Miles, AHFP No. 944" dated April 11, 1978, submitted to
the Director of Public Works of the City of Newport Beach by
the Development Division of the Orange County Environmental
Agency is on file in the Public Works Department. Copies may
be obtained upon request.
SECTION 15 - TRAFFIC CONTROL AND ACCESS
The Contractor shall provide traffic control and access in
accordance with Section 7 -10 of the Standard Specifications,
except as modified herein, and with the standards contained in
the Work Area Traffic Control Handbook (WATCH), published by
Building News, Inc. The Contractor's work shall also conform
with all traffic control provisions described in General Note
No. 12 on Sheet 1 of the project drawings and contained in the
encroachment permit issued by CALTRANS for work within Pacific
Coast Highway, a copy of which is attached hereto in the
Appendix.
The Contractor shall submit a written traffic control plan to
the Engineer for his approval prior to commencing any work.
The plan shall consist of the following:
A complete and separate drawing for each stage of
construction proposed by the Contractor showing the
location of all signs, barricades, lights, warning
devices, and temporary parking restrictions.
-5-
The Contractor shall maintain at all times the two westbound
lanes of traffic as well as the acceleration, deceleration,
and turning lanes along the northerly side of Pacific Coast
highway. The left -turn lanes provided in the Pacific Coast
Highway medians shall also be maintained at all times.
The Contractor may close one of the two eastbound traffic
lanes on weekdays between the hours of 9:00 a.m. and 3:00 p.m.
in order to facilitate construction operations such as exca-
vation and paving. Both eastbound lanes along the southerly
side of Pacific Coast Highway shall be restored to normal
traffic usage at all other times. Work schedules shall be
arranged so that periods of lane closure are reduced to an
absolute minimum. All work requiring lane closure shall be
conducted in accordance with a written schedule, which shall
be prepared in advance; and is subject to approval of the
Engineer.
One lane of traffic in each direction shall be maintained
through the entrance way connecting Boonie Doone Terrace and
Pacific Coast Highway.Access may be restricted to a single
lane of traffic controlled by flagpersons during certain con-
struction operations approved by the Engineer, such as asphalt
concrete pavement overlaying.
All costs for traffic control shall be included in the prices
bid for the various items of work, and no additional compensation
shall be allowed therefor. Should any of the provisions con-
tained herein conflict with requirements of any permit, the
permit shall govern.
SECTION 16 - CONSTRUCTION DETAILS
A. Clearing and Grubbing
This item of work shall include the clearing and grubbing
of all areas as shown on the plans and shall be done in
accordance with Section 300 -1 of the Standard Specifications.
All material accumulated under this item of work, except
City traffic signs, markers, and reflectors shall become
the property of the Contractor. It shall be the Contractor's
responsibility to dispose of the material away from the job
site in a manner and at a location acceptable to all cog-
nizant agencies. The Contractor shall exercise care in
removing only those materials which are unsuitable for use
as roadway embankment.
Areas to be cleared and grubbed shall include all unimproved
areas where plans indicate work to be performed, and shall
also include the ground surface of areas to be excavated
or filled beyond the right -of -way. In general, the sidelines
of the area to be cleared and grubbed for this project are
the edge of the existing pavement and the southerly edge of
the existing AC bike trail.
-6-
0 0
All traffic signs and markers that interfere with the work
in this contract, whether shown on plans or not, shall be
removed by Contractor, salvaged, and delivered to the City
Corporation Yard located at 592 Superior Avenue, Newport
Beach, California. All Contractor's expense in connection
with these traffic signs and markers shall be included in
the contract lump -sum price bid for clearing and grubbing.
No signs shall be removed without first obtaining permission
from the Engineer.
The removal and disposal of existing concrete curb, concrete
curb and gutter, asphalt concrete berm, asphalt concrete
pavement, and drainage facilities (concrete headwall,
section of reinforced concrete pipe, sections of corrugated
steel pipe with inlets, and other related appurtenances)
as shown or referenced on the plans shall be included as
work to be performed under the clearing and grubbing bid
item. The Contractor's attention is directed to the fact
that the existing concrete headwall at Station 105 +66.5
contains the project bench mark. The City of Newport
Beach will arrange with the County of Orange to have the
bench mark transferred. Before the headwall is removed,
the Contractor shall obtain confirmation from the Engineer
that the bench mark relocation has been satisfactorily
completed.
There are five existing trees which are designated on the
plans for removal. Such removal is considered part of
the clearing and grubbing work. The ground cover located
between the existing street pavement and bike trail shall
also be removed as part of the clearing and grubbing work.
All trees, shrubs, and ground cover not interfering with the
construction shall be protected in place and the Contractor
shall exercise caution to avoid damage to root structure as
a result of his operation.
The Contractor shall preserve some of the ground cover
(ice plant) removed so that he can replant sprigs of it
at 12 inches on center over the finished ground surface
in the strip between the new curb and gutter and the bike
trail. The costs associated with preserving and replanting
sprigs of ice plant shall be included in other bid items of
work, and no separate compensation will be provided therefor.
-7-
Full payment for clearing and grubbing and for conforming
to the provisions of this section shall be on the basis of
the lump sum bid. Payment shall be considered full compen-
sation for all work specified herein including sawcutting,
removal, hauling away and disposal, including cleanup and
backfilling, furnishing all labor, materials, tools, equip-
ment, and incidentals, paying all disposal fees, and doing
all work involved as shown on the plans and as specified
in these specifications, and no additional compensation will
be allowed therefor.
B. Unclassified Excavation and Embankment
It is estimated that 3,370 cubic yards of soil, existing
asphalt concrete, and aggregate base must be excavated to
construct the road improvements as shown on typical sections
and to produce the lines and grades for Pacific Coast
Highway and the bike trail as shown on the plans.
Excavation quantities will include all material, regardless
of classification, occurring between the existing paved
or ground surface, and the grading planes required to
construct the improvements according to plans or as directed.
Included in unclassified excavation are the following items:
Removal of old asphalt concrete and aggregate base.
Quantity will be measured from the top of pavement
to the grading plane times width of structural pave-
ment removed. All PCC and AC removals shall be sawcut
to a minimum depth of 2 inches prior to removal and
shall be removed in such a manner as to leave the
adjacent improvements undisturbed. The Contractor
shall, at his expense, restore all existing paved areas
not within the scope of removal which are damaged
during clearing and grubbing or subsequent construction
operations.
Excavation for pavement widening. Quantity will be
measured from the existing ground surface to the
grading plan times the width of the improvements to
be constructed as shown on plans. The asphalt concrete
pavement and aggregate base removed as excavation
shall become property of the Contractor and shall be
disposed of at the Contractor's expense.
We
0
It is estimated that there will be approximately 1,218 cubic
yards of compacted fill to be placed at the location shown
on the plans. The remaining excess material will become
the property of the Contractor and shall be disposed of
off -site at the Contractor's expense. The suitability of
the material to be placed as compacted fill will be deter-
mined by the Engineer. Relative compaction of all fill
shall not be less than 95 %.
Payment for placing fill within the roadway and within the
adjacent area as shown on the plan, including all appur-
tenant work, shall be included within the contract unit
price for unclassified excavation, and no separate payment
will be made.
Measurement of unclassified excavation for payment will be
based on the volume of soil and other materials in cubic
yards removed by the Contractor to excavate the roadway to
grade as determined by cross sections prepared by the
Engineer with quantities computed by means of average end
areas and distances between these areas.
C. Structure Excavation
Excavation for drainage structures, pipes, or other bid
items requiring excavation, will not be paid for as un-
classified excavation. The Contractor shall include all
costs of structure excavation in the unit or lump -sum
price bid for the applicable structure or pipe.
D. Structure Backfill
Backfill at all structures, including trench backfill, shall
have a sand equivalent of not less than 30 and shall have
a relative compaction of not less than 95 %. No separate
payment will be made for structure backfill. All Con-
tractor's costs for structure backfill shall be included
in the lump -sum or unit price bid for the applicable
structure or pipe.
E. Subgrade Preparation
Subgrade preparation shall conform to the provisions in
Subsection 301 -1 of the Standard Specifications. Within
the roadway area the top 6" of subgrade material below the
grading plane shall be compacted to a relative compaction
of not less than 95 %. Relative compaction of the top six
inches of the subgrade within the asphalt bike trail areas
shall also be not less than 95 %. No separate payment will
be made for subgrade preparation. All Contractor's costs
of subgrade preparation shall be considered to be included
in the contract unit prices for items of work which require
subgrade preparation.
0 0
F. Relative Compaction
Wherever relative compaction is specified to be determined
by Test Method No. Calif. 216, the relative compaction will
be determined by Test Method No. Calif. 216 or 231. The
area, as stated in Test Method No. Calif. 231, may be
represented by one or more individual test sites.
Laboratory Maximum Density tests shall be per Method 2
of Section 211 -2.1. The correction for oversize material
as stated in Test Method No. California 216 shall be re-
placed with Note 2 of ASTM D1557.
G. Aggregate Base
Aggregate base shall conform with untreated base materials,
processed miscellaneous base per Section 400 -2 of the
Standard Specifications, and these Special Provisions.
In lieu of the second sentence of Subsection 200 - 2.4.1,
at least 65 %, by weight, of the material retained on the
No. 4 sieve, shall be crushed particles as determined by
Test Method No. California 205.
Evaluation of gradation and sand equivalent test results
shall conform to the provisions of Subsection 400 -1.4.
The gradation and sand equivalent requirements of Sub-
sections 200 -2.2 through 200 -2.6 shall be the moving
average requirements. Individual test requirements for
gradation and sand equivalent shall be as determined by
the Orange County Environmental Management Agency -
Materials Laboratory.
Aggregate base shall be spread and compacted in conformance
with Subsection 301 -2 of the Standard Specifications.
Quantities of aggregate base to be paid for by the ton
will be determined as provided in Subsection 301 -2.4 of
the Standard Specifications. Payment will be made at
the contract unit price per ton.
H. Asphalt Paving
1. General
Asphalt concrete shall meet the requirements of Section
400 -4 of the Standard Specifications and these Special
Provisions.
Coarse aggregate shall consist of material of which
at least 75% by weight shall be crushed particles in
lieu of the requirements of Section 400 - 4.2.3.
-10-
0 0
The viscosity grade of paving asphalt shall be AR 4000.
The exact proportions of aggregate and the amount of
asphalt binder for each type of mixture shall be as
follows:
Base Course shall be Type III- B2- AR4000 with
5.4% asphalt content.
Finish Course shall be
5.8% asphalt content.
Type III- C3- AR4000 with
2. Placement of Asphalt Concrete on Aggregate Base
Placing of asphalt pavement on aggregate base shall
conform to Subsection 302 -5 of the Standard Specifi-
cations. The asphaltic concrete within the roadway
shall be placed in two courses. Prime coat shall be
applied to aggregate base and shall be Grade SC -250
liquid asphalt, or a grade to be specified by the
Engineer in the field, and shall conform to Subsection
203 -2 of the Standard Specifications. Placement of the
2 -inch thick asphalt concrete for the asphalt bike
trail may be in one course and shall be Type III -C3-
AR4000 finish course material.
Within the roadway areas, pavement over aggregate base
shall consist of a base course of 0.33 feet thickness
of Type III- B2- AR4000 asphalt concrete followed by
0.17 feet thickness of Type III- C3- AR4000 asphalt
concrete finish course. If in the opinion of the
Engineer, the condition of the roadway surface at the
time of applying the finish course is such as to re-
quire an application of "tack coat" the Contractor
shall apply the tack coat to base course as directed
by the Engineer and no additional compensation shall
be allowed therefor.
3. Placement of Asphalt Concrete Overlays
Placing of asphalt pavement overlays on existing pave-
ment shall conform to Subsection 302 -5 of the Standard
Specifications, and shall be Type III- C3- AR4000, finish
course grade. Tack coat shall be applied to existing
pavement and shall be Type SS -lh emulsified asphalt,
or a type to be specified by the Engineer in the field,
and conform to Subsection 203 -3 of the Standard Speci-
fications.
4. Headers
Redwood headers as described in
the Standard Specifications will
this project.
-11-
Subsection 302 -5.4 of
not be required in
MR
0 •
5. Measurement and Payment
Measurement and payment for asphalt concrete shall be
in accordance with Subsection 302 -5.8 of the Standard
Specifications and as specified herein.
All asphalt concrete shall be measured in tons and
payment will be made at the contract unit prices.
Payment for all asphalt work shall include full com-
pensation for furnishing all labor, materials, tools,
equipment, and incidentals and for doing all work
involved in constructing asphalt concrete street
pavement, overlay, or bike trail pavement, complete
in place, and shall include all costs of furnishing
and applying prime coat, tack coat, and paint binder
where required by the plans and these Special Provisions.
Portland Cement Concrete
All Portland Cement Concrete shall be Class 560 -C -3250
unless otherwise specified on the plans. Construction
shall be performed according to the requirements of the
applicable sections of the Standard Specifications, except
as herein modified.
The sodium sulphate loss requirement of Section 400 -1.3.1
may be waived by the Engineer.
The Cleanness Value requirement of Section 200 -1.4 shall
be replaced with the following:
Tests
Sand Equivalent:
Individual Test
Moving Average
Test Method No
Calif. 227
Requirements
70 Min.
75 Min.
The Sand Equivalent requirement of Section 200 -1.5.3 shall
be replaced with the following:
Tests Test Method No. Requirements
Sand Equivalent: Calif. 217
Individual Test 70 Min.
Moving Average 75 Min.
Portland Cement Concrete used for the curb and gutter and
drive approaches shall be securely barricaded immediately
following placement, and no vehicular traffic shall be
allowed thereon for four (4) days.
-12-
11
Payment for constructing PCC curb and gutter shall exclude
curb inlet and local depression lengths. However, the unit
price bid for constructing PCC curb and gutter shall be
applicable where the curb height is less than 8 inches,
such as through access ramp depressions and where joining
existing curb and gutter.
J. Storm Drains and Drainage Structures
1. Pipe
Storm drain pipe shall be asbestos cement pipe of
the size and strength shown on the plans. The pipe
and fittings shall be in accordance with Section 207 -6
of the Standard Specifications.
As an alternate, the Contractor may supply either cast
or spun reinforced concrete pipe having the same dia-
meter and the strength of 1500 D. The pipe and fittings
shall be in accordance with Section 207 -2 of the Standard
Specifications.
Storm drain pipe bedding shall conform to Class "C"
bedding per City of Newport Beach Standard 316 -L.
Backfill material in all pipe trenches above the bedding
material and around associated structures shall be placed
and compacted in accordance with Section 306 -1.3 of the
Standard Specifications.
All costs incurred in the removal and abandonment of
existing storm drain facilities shall be included in
the unit prices bid for clearing and grubbing or the
new storm drain facilities, and no additional compen-
sation shall be allowed therefor. All costs associated
with removal and replacement of fences, irrigation lines,
and ground cover shall be included in the unit price bid
for construction of storm drain pipe.
2. Drainage Structures
All drainage structures shall be constructed in accor-
dance with the pertinent City Standard Drawings and
details shown on the plans. All curb inlets shall have
a protection bar installed per CNB Std.- 300 -L.
3. Measurement and Payment
Payment for storm drain pipe will be made at the con-
tract unit price per linear foot and shall include all
costs of furnishing and installing pipe, trenching,
bedding, pipelaying, backfill and compaction, the
abandonment of existing storm drain pipe and structures,
and all appurtenant work, complete in place.
-13-
0
The contract lump -sum or unit prices for the drainage
structures shall include all compensation for furnishing
all labor and materials to construct all items as shown
in details in the plans for the various locations in-
cluding excavation, back£ill and compaction, grates,
covers, manhole frames and covers, rounded entrances to
outlet pipes, local depressions and all appurtenances,
complete in place.
K. Planing of Existing AC Pavement
The work to be performed under this item shall require all
labor and equipment necessary for the removal of a 0.1 foot
layer of existing asphaltic concrete pavement in order to
provide for an asphaltic concrete overlay with a distinct,
smooth join line. The planing shall be accomplished without
gouging or tearing the underlying surface. The resulting
planed material may be disposed of off -site or used on the
job site. The planed surface should be cleaned by sweeping
and left free of loose material. The exposed planed surface
shall be consistent in texture and smoothness such that a
ten -foot straight edge reveals less than a 3/16 -inch var-
iation.
The planing equipment shall be such that a rotating drum
laced with carbide tipped teeth cuts the material in a
continuous motion. The cutting drum shall be adjustable
to grade and slope by either manual or automatic controls.
Included on the planing machine shall be a dust suppression
system capable of reducing emissions to an acceptable level.
Payment of this item shall include a measurement which
reflects both the square area removed and also the depth
of that area. All clean -up work, traffic control and
material disposal shall be included in the price bid per
square yard.
L. Final Clean -Up
Upon completion and before making application for acceptance
of the work, the Contractor shall clean all work areas, and
all other grounds occupied by him in connection with the
work of all rubbish, excess materials, temporary structures,
and equipment, and all parts of the work and grounds occupied
by him shall be left in a neat and presentable condition.
Full compensation for conforming to the requirements of this
article shall be considered as included in the contract bid
prices paid for the various items of work, and no additional
compensation will be allowed therefore.
-14-
M. State Bond and Inspection Requirements
The Contractor shall furnish the State with a signed
application and a $10,000.00 2 -year bond on the State's
DHM -P -4 Bond Form to cover the work within the State
highway right of way. The Contractor will be issued a
Rider authorizing him to do this work and will be re-
quired to reimburse the State for all inspection costs
incurred for the inspection of the work performed in
the State highway right of way.
The City will reimburse the Contractor for all inspection
costs billed by the State upon submittal of the bills to
the City.
-15-
APPENDIX
0
1. Standard for "Special Endorsement of Insurance."
2. City of Newport Beach Standard Special Provisions
Sec. 7 3 (Liability Insurance).
3. CALTRANS Encroachment Permit No. 778 -E- 764303.
- 16 -
0 0
CITY OF NEWPORT BEACH
Contract No. 1990
Special Endorsement No.
In consideration of the premi um. charged, this endorsement is attached to and made
a part of all policies insuring the liability of any person, firm or corporation
performing services under contract for the City of Newport Beach.
Notwithstanding any inconsistent expression in the policy to which this endorsement
is attached, or in any other endorsement now or hereafter attached thereto, or made a
part thereof, the protection afforded by said policies shall:
1. Include the City of Newport Beach, the County of Orange, the State of Cal-
ifornia, and Williamson and Schmid; their officers and employees as additional
insureds in the policies described below 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 agencies and'company named above and includes
a severability of interest clause.
2. Include contractual liability coverage applicable to the contract No. 1990.
including the obligation to defend the agencies and company named above.
3. Delete all exclusions relating to property damage arising out of explosion,
collapse, or underground damage (commonly referred.to as "xcu" hazards).
4. Indemnify and save harmless the City of Newport Beach, the County of Orange,
the State of California,and Williamson and Schmid, against any and all claims,
excluding sole negligence of the agencies or company mentioned above, resulting from
the undertaking of the contract. This hold harmless assumption on the part of the
underwriters shall include all costs of investigation and defense, until reasonable
determination is made that the agencies or company mentioned above are solely negli-
gent.
5. Provides limits of liability and coverages as follows:
COVERAGES TO
WHICH THIS EFFECTIVE
ENDORSEMENT DATE OF POLICY POLICY LIMITS OF INSURANCE
ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY
This endorsement is effective 19 when signed by
an Authorized Represent ive of the companies affording coverages when issued to
City shall be valid a d part of policies herein described.
Should any of te- describ d policies be cancelled before the expiration
date thereof, the is ompa�s 1 mail 30 days' prior written notice by regis-
tered mail to: V3N
f rt Be � h c/o City Clerk
Bou190)trd
Newoor ea5 Cddll§ornia 92663
M7�/OF 96Fiu� B KER
Address
Nr
By
(Authorized Representative)
IMPORTANT: THis is the only evidence of insurance acceptable to the City. The person
executing this Endorsement is cautioned to make certain that he has author-
ity to do same on behalf.of the Insurance Company or Companies.
C.I.E. - 3/79
2 -1
7 -3
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
STANDARD SPECIAL PROVISIONS
FOR USE IN CONJUNCTION WITH THE
AGC /APWA STANDARD SPECi ICATIONS FOR PUBLIC WORKS CONSTRUCTION
AWARD AND "EXECUTION OF THE CONTRACT
2 -1.1 AWARD OF CONTRACT The award of the contract, if it is awarded,
will be to the lowest responsible bidder whose proposal complies with all
requirements described. The award, if made, will be made within 30 days
after the opening of the bids. All bids will be compared on the basis of
the Engineer's estimate of quantities of work to be done.
2 -1.2 EXECUTION OF CONTRACT - The contract shall be signed.by the success-
ful bidder and returned, together with the contract bonds and the City's
Standard Certificate of Insurance form, within 10 days, not including
Sundays, after the bidder has received notice that the contract has been
awarded. No proposal shall be considered binding upon the City until the
execution of the contract by the City.
The date of the contract shall be the date that the contract is executed
by the City.
For work to be accomplished under a State Improvement Act, the contract
shall be executed by the successful bidder within the time limits set
forth in particular State Improvement Act stipulated in the Resolution of
Intention.
LIABILITY INSURANCE
Substitute the following minimum limits: Comprehensive liability, combined
single limit for bodily injury or property damage.
Each occurrence: $ 500,000
Aggregate protective: $ 500,000
Aggregate products: $1,000,000
Aggregate contractual: $ 500,000
This policy shall include the following coverages:
a. Contractual or Assumed Liability relating to contract(s) between
the named insured and the certificate holder named above.
b. Owned, Hired and Non -owned Automobiles.
c. Contractors Protective Liability (When insured engages subcontractors).
d. Products Liability or Completed Operations.
e. Explosion and Underground Hazards (when applicable).
f. Personal Injury Hazards.
g. Broad Form Property Damage.
MW
3
F
To
L
VnH -V V l -1V .'ta/
FewM DM -M -P -202 (Rev. 1 -740 STATE OF CALIFORNIA •
DEPARTMENT OF TRANSPORTATION No.__ 778 _E- 764303
ENCROACHMENT PERMIT
City of Newport Beach -----L---o --- s ---- An-- geles California
3300 West Newport Blvd.
Newport Beach, Ca. 92663
- -- Marcil- 5- '- .... - ........ 19_79--
Attn: Mr. Don Webb
, Permittee _f
In compliance with your request of____--- - -__ -- _December 14_ _ -_ _1978- --and subject
to all the te-ms, conditions and restrictions written below or printed as general or special
provisions on any part of this form andf or attached hereto.
PERMISSION is HERESY GRANTED TO construct curb and gutter along the south -
side of Coast Highway for approximately 4750 lineal feet between
Jamboree Road and Avocado Avenue, ORA- 001 - 16.43/17.43, also construct
A.C. shoulder pavement (varies 5' to 10' wide) curb and gutter,
grading and A.C. overlay of the existing bike trail as required to
meet the new curb grades, two curb inlets and 18 -inch connector pipe
to join the existing drainage system, as shown on the attached plan
R- 5363 -5, sheet 1 through 8 of 8 sheets, contract No. 1990, A.H.F.P.
No. 944 signed by the City Engineer dated March 1, 1979.
All work within State R%(i shall be in accordance with the Department
of Transportation Standard Specifications dated Jan. 1978.
Prior to the start of any work authorized by this permit, Permittee
shall arrange for a pre -job conference with the Permit Field
Engineers, Mr. A. Medina by calling 213 -834 -8317 and Mr. K. Motoda
by calling, .213- 620 -3964 between 7:30 A.M. and 9:00 A.M. to insure
a complete understanding of the requirements by both parties.
The slope in the parking area shall be regr1aded so as to place the
toe of slope one inch below top of curb grade. The ice plant shall
then be replaced to the satisfaction of the State Representative.
(CONTINUED)
This permit is to be strictly construed and no work other than that specifically
mentioned above is authorized hereby.
This permit shall be void unless the work herein contemplated shall
before---- - - - - -- June - -5' ----------- ------ ------ -- --19 79'-
AS:ne
cc: LONG BEACH HUNTINGTON BCH
MOTODA SIGN SHOP
DEPARTMENT of TRANSP RTA
%I
N1F,H'IlOA/ R. J.,D e1.
Assist'. District Permit Engineer
GENERAL PROVISIONS
1. Definition. This permit is issued under Chapter 3 of Division 1 of the Streets and Highways Code. The term
encroachment is used in this permit as defined in the said Chapter 3 of said code. Except as otherwise provided for
public agencies and franchise holders, this permit is revocable on five days notice.
2. Acceptance of Provisions. It is understood and agreed by the Permittee that the doing of any work under this
permit shall constitute an acceptance of the provisions.
3. No Precedent Established. This permit is granted with the understanding that this action is not to be considered
as cahbL.hiog auy precedent on the question of the expediency of permitting any certain kind of encroachment to be
emoted within right of way of State highways.
4. Notice Prior to Starting Work. Before starting work the Permittee shall notify the District Director of Tram -
portation or other designated employee of the district in which the work is to be done. Such notice shall be given at
least three days in advance of the date work is to begin. Unless otherwise specified, all work shall be performed on
weekday and during normal working hours of the Cantor s inspector.
5. Keep Permit on the Work. This permit shall be kept at the site of the work and must be shown to any repro-
sentative of the Crantor or any law enforcement officer on demand. - .. I .
6. Permits from Other Agencies. The party or parties to whom this permit is issued shall, whenever the same is
required by law, secure the written order or consent to any work hereunder from the Public Utilities Commission of the
State of California, or any other public board having jurisdiction, and this permit shall be suspended in operation unless
and until such ordr or consent is obtained.
7. Protection of Traffic. Adequate provision shall be made for the protection of the traveling public. Barricpdes shall
be placed with amber lights at night, also Bagmen employed, all as may be required by the gmntor for the particular
work in progress.
8. Afinimum Interference With Traffic. All work shall be planned and carried out so that them will be the least
possible inconvenience to the traveling public except for the specific work permitted.
9. Storage of Matenol. No material shall be stored within eight (8) feet from the edge of pavement or traveled
way or within the shoulder line where the shoulders are wider than eight feet. No supplies or equipment shall be stored
on the highway until permittee is ready to start work.
10. Clean Up Right of Way. Upon completion of the work, all brush, timber, scraps and material shall be entirely
removed and the right of way left in as presentable condition as before work started.
11. Standards of Construction. All work shell conform to recognized standards of construction.
- .12. Superriston of Grantor. All the work shall, be donesubject,to the supervision of, and to the satisfaction of, the
Grantor.
13. Future Mooing of Installation. It is understood by the Permittee that whenevmi construction, m6matnic"on or
maintenance work on the highway may require, the installation provided for. herein shall, upon, request, of the Grantor,
be removed or revised at the sole expense of theTermittee within five days of such notice.
ld. Expense of Inspection. On work.which requires the presence of an employee of the Crantor as inspector; the
salary; traveling expense and other incidental expense of such inspection during the work shall be paid by the Permittee
,upon presentation of a bill. thesefor. i ...' ;;.. ..
15. Liability for Damages. The . Permittee is responsible for all liability. for personal injury or property damage
which may arise out of work herein permitted, or'whieh may arise out of failure on the Permittee 's part to perform • his
obligations under the permit in respect to maintenance. In the event any claim of such Babili y fs s
made against -the Stat
of California, or any department, officer, or employee thereof, Permittee shall defend, indemnify and hold them and each
of them harmless'from such claim. This permit shall not be effective for any purpose unless and until the above-named
Permitte,e files with the Grantor, a surety bond in the form and amount required by said Grantor, unless specifically
exempted on the face, hereof. The requirement that a bond be filed does not apply in the event the Permittee is a
governmental board which derives its revenue by taxation.
16. Making Repairs., If the Crantor shall so elect, repairs shill be made by employees of the Crentor and the
expenses thereof shall be home by the Permitter. All payments to laborers, inspectors , etc. employed by said Grantor
for or on account of the work herein contemplated, shall be made by. said Permitter forthwith on receipt of written
orders, payrolls or vouchers approved by Grantor. Or the Grantor may elect to require a deposit before starting repairs,
in an amount sufficient to cover the estimated cost thereof.:' , .
The Grantor will give reasonable notice of. its election to make such repairs. 'If the Grantor does not so elect, the
Pennittee shall make such repairs promptly. In every case the Permittee shall be responsiible for restoring any portion of
th e highway whfckhas been excavated orotherwise disturbed to its former condition as neA a as may be possible except.
where t}ue Grantor elects to make repairs: as, abeve.provided in this paragraph and exceptwhere provision to the mntrary
is made in the typewritten portion of the permit. Existing improvements shall be protected or relocated as required by
work authorized by this permit. If ezfsti ng improvements are damaged or their operation impaired by this work, they
shall be replaced. orressored to the x? .3 c a of the Cantor.:
17. Care of Drainage. IE the work herein contemplated shell interfere with the established drainage, ample provision
sfiall be made by the Permitt er t o p myide for it as maybe directed by the Grantor. '
18. Submit Location Plan. Upon completion of underground or surface work of 'consegnenee, the Permittee shall
himish plan m the Grantor s District Ofce showing kcation and deuiik.
.19. Maintenance.: The Permittee' agrees by the acceptance of this permit to exercise reasonable care to maintain
properly any encroachment placed by it in the highway and to exercise reasonable care in iffi� pecting for and immediately
repairing and making good any injury to any portion of the highway which occurs as a result of the maintenance of the
encroachment in the highway or as n result of the work done under this permit, including any and all injury to the
highway which would not have occurred had such work not been done or such encroachment not placed therein.
PIPES, CONDUITS, GAS PUMPS, ETC.
20. Crossing Roadway. Service and other small diameter a otherwise. Pipes shall be jacked or otheise. forced underneath
pavement without disturbing sane. Pavement or roadway 'shall not be cut unless specifically permitted on the face
hereof. Service pipes will not be permitted inside of metal culvert pipes used as drainage structures.
21. Limit Excavation. No excavation is to he made closer than eight (8) feet from the edge of the pavement except
as may be specified.
22. Tunneling. No tunneling will he permitted except on major work as may be specifically set forthpn the face hereof.
23. Depth of Pipes. There shall he a minimum of 30 inches of cover over all pipes or conduits.
24. Back fling. All baekfilling is to be moistened as necessary and thoroughly compacted to required dry density
per cubic fret. Whenever required by the Grantor, a trench crossing the roadway shell be backfilled with gravel or
crushed rock.
J City of Newport Beach -2- 778 -E- 764303
All trees and tree roots shall be removed from the highway
right of way which are closer than two feet back of curb.
It is understood that the City of Newport Beach will maintain
the bicycle trail at the city's expense.
The city will pay for replacement of obliterated edge line
striping.
Permittee shall remove all existing pavement up to the point
where 8 inches of A.B. is found under pavement.
The Permittea's contractor shall furnish the State with a signed
application and a $10,000.00 bond (2 yrg) on the State's
DHM -P -4 Bond Form to cover the work within the State highway
right of way. The contractor will be issued a Rider authorizing
him to do this work and will be required to reimburse the State
for all inspection costs incurred for the inspection of the
work performed in the State highway right of way.
Upon completion of work, Permittee shall clean the highway and
the work area shall be left in a neat and presentable condition
under the direction and to the satisfaction of the State
Representative in the field.
Traffic shall be maintained in accordance with Sections 7 -1.08
and 7 -1.09 of the Standard Specifications.
No lane closure will be permitted on Pacific Coast Highway
be -ween the hours of 3:00 P.M. to 9:00 A.M. on weekdays.
Provide minimum of one 12' lane southbound on Pacific Coast
Highway during the following hours: 9:00 A.M. and 3:00 P.M.
The Permittee shall be responsible for stripe removal and State
forces will place new striping at the Permittee's expense.
The Highway Superintendent, Sign Maintenance Shop, should be
notified 72,hours in advance so that the necessary striping may
be scheduled.
A minimum lateral clearance of 5 feet shall be provided.between
the edge of excavations and adjacent traffic lanes. where 5
feet of clearance is not provided the excavation shall be
shored and tight sheeted. A minimum lateral clearance of 2
feet shall be provided between the edge of surface obstructions
and the adjacent traffic lane.
No work shall be performed on Saturdays, Sundays, or Holidays.
Relocate all existing ground mounted signs within the limits
of work.
(CONTINUED)
City of Newport4leach -3- 778 -E- 764303
All changes or variations from the permit plans and specifi-
catLons shall be approved by the Permit Engineer prior to
making changes in the work.
Special attention is directed to General Provisions 2, 3, 5
and 6 printed on this form.
The attached SUBSTRUCTURES, ROADSIDE IMPROVEMENTS and SIGNAL
sheets are part of this permit.
.,.A• • MAINTENANCE •
SPECIAL TERMS AND CONDITIONS
SUBSTRUCTURES
TO BE ATTACHED AND MADE A PART OF ENCROACHMENT PERMIT NO. 778 -E- 764303
A. Inspection Requirements
1. It is imperative that the Permittee notify the State Inspector at least
48 hours prior to starting any work under this permit. State Inspector
Mr. A. Medina Phone 213 - 834 -8317 between
7:30 AM - 4:00 AM or if no answer phone - - - --
between 5:00 AM and V:00 PM.
2. All inspection costs incurred incidental to this work shall be borne by
the Permittee unless otherwise specified on the face of the permit.
3. All work shall be performed on weekdays during the normal working hours
(7:30/4:00) of the Dept. of Transportation's inspector unless other times
are specifically authorized.
B. Specifications
Unless otherwise detailed and authorized on the fade of this permit, all work
shall be done in accordance with the Dept. of Transportation Standard Speci-
fications dated January 1973 to the satisfaction of the State representative
and the following special provisions:
a.
1. SAFETY AND TRAFFIC CONTROL:
A minimum of SEE PERMIT lanes shall be provided for traffic in each direction.
In addition, minimum clearance of two feet adjacent to any surface obstruction
and a five -foot clearance between the excavation and the traveled way shall
be maintained.
F*ovision shall be made for barricades, lights, and flagmen to adequately
protect the traveling public during construction operations in accordance
with the "Manual of Warning Signs, Lights and Devices for Use in Performance
of Work upon Highways ". When necessary for public safety, flagmen ghall be
on duty twenty -four hours a day at no expense to the State.
When the permit authorizes installation by the open -cut method, not more than .
one lane of the highway pavement shall be open -cut at any one time. After
the pipe is placed in the open section, the trench is to be backfilled in
accordance with specifications, permanent repairs made to the surfacing and
that portion opened 'to traffic before the pavement is out for the next section.
2. CONSTRUCTION REQUIREMENTS:
Unless otherwise authorized, pipes and conduits shall be installed in a manner
to provide a minimum clearance of 42- inches between the top of pipe and surface.
P.C.C. pavement shall be scored to a depth of 11 inches by means of a concrete
saw to provide a neat and straight pavement break along both sides of trench;
also, provide an unfractured pavement joint and rigid bonding of pavement
replacement patch.
A.C. pavement shall be scored as required above for P.C.C. pavement except
where in the opinion of the State Inspector the pavement has been cut neat
and straight along both sides of trench to provide an unfractured and level
pavement Joint for bonding existing pavement and replacement patch.
7-MP-13
JUL 74 Rev (over)
Repairs to P.C.C. pavement shall be made within 5 working days of completion
of backfill and shall be made of Portland Cement Concrete containing a
minimum of 7 sacks of cement per cubic yard. Replacement of P.C.C. pave,.aent
shall equal existing pavement thickness. The concrete shall be satisfactorily
cured and protected from disturbance for not less than 48 hours. High early
cement may be required at the discretion of the Dept. of Transportation repre-
sentative.
Repairs to A.C. pavements shall be made within 5 working days of completion
of backfill and shall be made with asphaltic concrete meeting State speci-
fications, with every effort made to Datcb the existing pavement -as to color
and surface texture. _Replacement' of A.C. pavement shall equal .existing" r:.
pavement thickness but not less than 3". Rock base shall be required.
Structural backfill within the existing or proposed roadbed area shall be com-
pacted in horizontal layers not exceeding 8" in thickness using approved hand,
pneumatic or mechanical type tampers to.obtain a "relative ^ ompaction" of 95
percent using California Test Method 216F. Structural back�'ill outside of slope
lines and not beneath any roadbed shall be compacted to a relative compaction
of 90%. Backfill material shall have a "Sand Equivalent" value of not less
than 20 as determined by the California Test Method 217F, if the.excavation
falls within the existing or proposed roadbed. Consolidation by ponding and
jetting will permitted.when, as determined by the engineer, the backfill mate-
rial is of such character that it will be self- draining when compacted, and
the foundation materials will not soften or be otherwise damaged by the applied
water and no damage from hydrostatic pressure will result. Pon ding and jetting
of the u er 4' below finished grade is not permitted. When�ing lid
e ng s permitted, ma er or use as s ruc ura ackfill shall be placed
and compacted in layers not exceeding 4' in thickness. Ponding and jetting mh.
methods shall be supplemented by the use of vibratory or other,compaction equip-
ment when necessary to obtain the required compaction.
By accepting this permit, the Permittee agrees to pay all laboratory costs in
correction with the necessary tests which may be required by the.Dept. of Trans-
portation engineer to determine the sand equivalent value of the backfill
material or the trench backfill compaction. It is further understood that
the frequency of such tests shall not exceed one test per 1500' of trench at
elevations of not less than every 2' of backfill depth.
Prior to starting the trench backfill, the Permittee shall make the necessary
arrangements with the Dept, of Transportation or a private materials testing
laboratory to conduct these tests.
Repairs to asphalt shoulders shall be made with asphalt concrete to match the
existing shoulder.
Concrete sidewalks or curbs shall be cut to the nearest score marks and re-
placed equal in dimensions to that removed with score marks matching existing
score marks.
When installation is to be made by boring or jacking under the traveled way,
excavations on either side of the road shall be sufficiently distant from the
edge of pavement to insure pavement stability and minimum obstruction to
traffic as determined by the State's representative.
If considered necessary by the State's representative, the Permittee shall at
his expense, pressure grout from within the casing and /or from the top of
pavement, the area between the pavement and the casing in order to fill any
voids caused by the work as covered under this permit.
Service connections must be installed at an angle of 90 degrees from the
center line of the State highway which the main line traverses.
9ANTENANCE - PERMITS • .
SPECIAL PROVISIONS
(ROADSIDE IMPROVEMENTS)
TO BE ATTACHED TO AND MADE A PART OF PERMIT NO. 778 -E- 764303
I. INSPECTION REQUIREMENTS
It is imperative that the permittee notify, the following State Inspector
at least 48 hours prior to starting any work under this permit. State
Inspector: Mr. A. Medina phone 213 - 834 -8317
between 7 :30 AM - 2:00 AM or if no answer phone
- -- -- between 8:00 a.m. and 4:00 p.m.
All inspection costs incurred incidental to this work shall be borne by
the permittee. All work shall be performed during the working hours
regularly assigned to Department of Transportation employees.
II. CONSTRUCTION REQUIREMENTS
Unless otherwise detailed and authorized on the face of this permit, all
work shall be done in accordance with the Division of Highways Standard
Specifications dated Jan. 1973 and the following special provisions:
(only items pertaining to the applicable construction work will apply.)
A. Sidewalk shall be constructed with Class "A" Portland Cement Concrete
four (4) inches in depth except at commercial.driveways where six (6)
inch depths respectively, will be required.
Back edge of sidewalk shall be placed on the right -of -way line.
The finished grade of sidewalk shall have a cross fall of 1/4 inch
per foot. Concrete shall be scored in accordance with the
Standard Specifications or so that scoring will match adjoining
existing concrete.
B. P. C. C. sidewalk shall be constructed using a minimum of 4" of
Class A P. C. C. over 4" of pea gravel or sand subbase and soil
.sterilant consisting of 25% sodium- clorate per gallon of water ap-
plied at the rate of one fourth gallon per square yard. The 4" of
sand subbase may be waived provided the native soil has a sand
equivalent value of 20% as determined by California Test Method 217F
or as determined by the State Highway Representative.
C. Concrete curbs and gutters shall be constructed to authorized plan
rimes or, in con & nce with existing curb for alignment and grade.
State Standard type curb.and gutter is required.) Grade and align-
ment of portions of curb - returns lying outside the Division of- High-
ways right of way must a— vT vethhe approval of the city or county
involved.
Prior to the construction of new curbs, the permittee shall relocate
surface obstructions (such as utility poles, trees, etc.) to loca-
tions back of the proposed curb, also continuation of curb line
within the following limits: Fifty (50) feet back from beginning of
7 -ME -17 ( OVER)
Sep 74
9 -. of curb construct and one hundred and fifty &50) feet beyond the
jD end of curb construction for safe traffic movement. Removal or re-
location of surface obstructions shall be done without expense to the
State.
D. Sections of existing concrete curbs and sidewalks to be removed shall
be cut on the nearest score marks eyo5— nd the or removal. This
concrete shall , be - removed to full depth and disposed of outside the
State right of way. Unless a neat cut is made without damage to re-
maining concrete, additional concrete shall be removed to the next
score line, using a concrete saw if considered necessary by the State
Inspector.
E. (1) +Concrete= driveways shall be constricted ir► accordance with the
attached Regulations for Standard Driveways. -------
(2) Concrete driveway shall be located to provide not less than 2 feet
of full- height curb between permittee's property line and driveway.
In those cases where the lot line does not intersect the highway right -
of- way line at 900, the extension of the property line within the
State right of way for purposes of determining driveway locations,
shall be on a line at right angles to the curb or edge of traveled
way and passing through permittee's lot corner.
F. Tem orarr drivewa s when authorized shall be constructed with Asphalt
sur ac.ng o a depth of not less than three (3) inches. The edge of
driveway shall be not less than five (5) feet from permittee's side
property line when curbs are not constructed.
Driveways shall be constructed at right angles to and shall ,loin exist-
ing surfacing. Radius of flared sections placed between edges of
pavement and driveway shall not exceed ten (10) feet, unless a larger_
radius is authorized on.face of permit.
Finished grade of surfacing placed between traveled way and curb shall
conform to existing shoulder grade.
This construction shall not interfere with the existing drainage in
any way.
The permittee understands and agrees that asphalt- concrete surface
driveways are temporary; at such time as concrete sidewalks are con-
structed, asphalt- concrete surface, driveways shall be replaced with
standard driveways of Portland Cement Concrete. All driveways shall be
constructed over'6 inches of aggregate base.
G. Roof drains, when authorized, must be restricted in use for the exclu-
s vie purpose of draining rain water from the roof of permittee's
building and /or paved parking lot. Roof drains if used for any other
purpose, such as draining waste water or domestic supply water onto the
highway, will be summarily plugged at curb face outlet by State forces.
Drains shall be installed at right angles to the curb line.
Removal and replacement of concrete curb and sidewalk sections for the
installation of roof drains shall be done in accordance with provisions
of Paragraph "C" above.
H. Roadside landscaping, when authorized, shall conform with requirements
given, on this -face of the permit and /or the State's Landscaping
Regulations.
7 -HP -17 (back)
Sep 74
11
MAINTENANCE - PERMITS
SPECIAL PROVISIONS FOR ENCROACHMENT PERMIT NO. 778-E- 764303
HIGHWAY FACILITIES:
THE PERMITTEE SHALL NOTIFY THE DIVISIO.d OF HIGHWAYS'
620 -2215
SIGNAL LABORATORY AT 213 -723m& W , AT LEAST 72 HOURS IN
ADVANCE OF ANY EXCAVATION WITHIN 500' OF A SIGNALIZED
INTERSECTION OR IN THE VICINITY OF STATE LIGHTING FACILITIES
THE PERMITTER AND /OR HIS CONTRACTOR ASSUME THE RESPONSIBILITY
FOR THE PAYMENT OF ALL COSTS INCURRED BY THE STATE IN
REPAIRING FACILITIES DAMAGED DURING CONSTRUCTION- REQUESTS
FOR RELOCATION OF FACILITIES FOR THE CONTRACTOR'S
CONVENIENCE MUST BE MADE IN WRITINO WITH THE CONTRACTOR
ASSUMING COSTS.
-12 -650
n: r F.ti
n
"The permittee for himself, his personal representatives,
successors in interest and assigns, as part of the con-
sideration hereof, does hereby covenant and agree (1)
that no person on the ground of race, color or national
origin shall be excluded from participation in the use
of said facilities, (2) that in the construction of any
improvements on,.over, or'under such land and the
furnishing of services thereon, no person on the ground
of race, color or national origin shall be txcludgd from
participation in, denied the benefits of, or otherwise
be subjected to discrimination, and (3) that the permittee
shall use the premises in compliance with all other require-
ments imposed by or pursuant to Title 49, Code of Federal
Regulations, Department of Transportation, Subtitle A,
Office of the Secretary, Part 21, Nondiscrimination in
Federally- assisted programs of the Department of Trans-
portation- Effectuation of Title VI of the Civil Rights
Act of 1964, and as said'regulations may be amended."
"That in the breach of any of the above non- discrimination
covenants, the State of California, shall have the right
to terminate the permit and to re -enter and repossess said
land and the facilities thereon, and hold the saute as if
said permit had never been made or issued."
2 V 25. Surfacing. After proper backallmg base and surfacing shall be MP1111,0irtd. and the site restored to its
original condition, all to the satisfaction of & Grantor.
26. Maintain Surface. The Perrnittee shall maintain the surface over structures placed hereunder as long as necessary.
27. Pipes Along Roadway. Pipes and utilities paralleling the pavement shall be located at the distance from traveled
way and at such depth as specifically directed on the face hereof, Cutting of tree roots will not be permitted.
POLES, WIRES, CABLES AND OVERHEAD STRUCTURES
28. Location Pole Liner, etc. Pule lines shall be located "One foot (min the property line unless- otherwise specified
on the face hereof.
29. Public Utilities Commission Orders. All clearaeties and type of construction shall be in accordance with the
applicable orders of the Public Utilities Commission of the State of California.
30. Permission from Property Owners. Whenever necessary to secure permission from abutting pmperty owner,
such authority must be secured by the Permittee prior to starting work
31. Clearance of Trees. Poles must be of such height as to permit clearance over a tree 40 feet in height, where
quick growing trees are in place. At locations where slow growing trees are in place, normal construction standard may
be followed at the option of the pole line company, with provision to ultimately clear a 40 -foot tree.
32. Guy Wires. No guy wires are to be attached to trees except on specific authority and in no event shall they be
so attached as to girdle the tree or interfere with its growth. Guy wires shall be kept at a minimum elevation of six feet
above the,ground whenever so directed.
33. Clearing Around Poles. The Permittee shall remove and keep clear all vegetation from within a radius of at
least five feetof the poles.
34. Painting or Visibility Strips. All poles are to be painted for a distance of six feet above the ground using white
lead and oil or aluminum paint or in lieu thereof, when poles have creosoted butts, wood metal or other approved type
of v sibility strips may be placed. Wood strips are to be Douglas fir IN x 3 "—S' long placed on 8" centers about the
base of pale and painted with white lead and oil or aluminum paint If metal strips are used such strips may be placed
either vertically or horizontally. Paint is to be renewed as often as my be required to maintain a satisfactory covering.
If not painted when installed or renewed as the Grantor may consider necessary, the right is reserved to have this
painting done and the Permittee hereby agrees to bear the cost thereof under the terms of this permit.
Poles that do Trot present a possible traffic hazard will be given consideration for exemption from those provisions upon
written request of Permittee accompanied by pertinent data as to pole location, difference in elevation, etc. The Grantor's
decision will be final in this regard.
35. Remove Old Poles, Guys and Stubs. The entire length of such timber: shall be removed from the ground and
the holes backfilled and thooughly tamped. In paved areas, temporary A.C.surfadng shall be'placed until such time as
permanent repairs are made. l
PLANTING TREES
36. Location and Species. The location'and kind of trees to be planted shall be specified on the face of this permit.
37. Planting and Maintenance Cost. The Permittee must bear the cost of planting the trees. The arrangement as to
maintenance of the trees shall be specifically set forth on the face of the permit In particular cases arrangements may
he made for the Grantor to do this work upon deposit of a certain sum for each tree which is to be planted. The Grunter
reserves the right to assume the maintenance or to decline to do so as conditions justify.
38. Crmrp Planting. The cost of group plantings and similar special work which may be agreed upon with the
Crantor shall be borne by the Permittee. Land for such plantings shall be secured in fee by the Permittee and turned
over to the State. Plantings for parking and picnic grounds will not be considered in this connection.
REMOVAL OR TRIMMING OF ROADSIDE TREES
39. Removal of Trees. When permit is granted for removal of a tree as an independent operation or as a part of
other work the entire stump shall be taken out for a depth of at least two feet below the ground surface or pulverized
with a rotary stump grinder.
40. Clearing the Site. All timber and debris shall be removed from the right of way. The hole-left by the stump
shall be backfilled and thoroughly tamped and the site left in a presentable condition. I ,
41. Trimming of Trees. In general, only light trimming of branches two inches or less in diameter will be permitted
and only when specifically so stated on the face hereof. The shapeliness of the tree must be preserved.
43. Inspection. If the permit requires inspection by the Grantor during progress of the work, the cost of inspection
shall be home by the Permittee. No cbarge.will be made for occasional routine inspection.
Road Approaches, Connecting Pavements and Minor Work
43. Grades and Specifications. Cmdes and types of construction shall be as detailed by plans 6r stated on the face
of this permit s
44. Borrow and Waste. Only such borrow and waste will be permitted and within the limits as set forth on the
face of this permit.
45. Minor Work. Grading down of small banks, small ditches, placing of awnings, and other similar minor work
shall be governed by the general provisions and as detailed on the face hereof.
Signs
46. Clearance of Signs. The minimum clearance from the sidewalk shall be twelve feet unless otherwise provided
as a provision of this permit.. -
Railroad Crossings
97. Safetj and Convenience. The future safety and convenience of the traveling public shall be given every
consideration in the locution and type of construction.
48. Meet Highway Grade. The grade and superelevation of the track most conform to the grade of the highway
At point of crossing.
49. Width of Paving. The crossing, shall be planked or paved as may be specified on the' face of this permit for the
full roadway and shoulder width.
ur. �nr, rieoso n -n rs � wr
0 0
"I am aware of and will comply with Section 3700 of the Labor Code,
requiring every employer to be insured against liability for Workers'
Compensation or to undertake self - insurance before commencing any
of the work."
GR FFITH COMPANY
JAMES D. M ZE
June 22, 1979 _ VICE P ESID'EN7
Date ignature
CITY OF NEWPORT BEACH
Contract No. 1990
Special Endorsement No.
In consideration of the premium charged, this endorsement is attached to and made
a part of all policies insuring the liability of any person, firm or corporation
performing services under contract for the City of Newport Beach.
Notwithstanding any inconsistent expression in the policy to which this endorsement
is attached, or in any other endorsement now or hereafter attached thereto, or made a
part thereof, the protection afforded by said policies shall:
1. Include the City of Newport Beach, its officers and employees as additional
insureds in the policies described below 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.
.2. Include contractual liability coverage applicable to the contract referred to
above, including the obligation to defend the City.
3. Delete all exclusions relating to property damage arising out of explosion,
collapse, or underground damage (commonly referred to as "xcu" hazards).
4. Indemnify and save harmless the City of Newport Beach against any and all claims,
excluding sole negligence of the City, resulting from the undertaking of the contract.
This hold harmless assumption on the part of the underwriters shall include all costs of
investigation and defense, until reasonable determination is made that the City is solely
negligent.
5. Provides limits of liability and coverages as follows:
COVERAGES TO
WHICH THIS EFFECTIVE
ENDORSEMENT DATE OF POLICY POLICY LIMITS OF INSURANCE
ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY
(PLEASE SEE REVERSE SIDE FOR LIMITS AND COVERAGES)
. This endorsement is effective Jury 3. , 19_Z2_, when signed by an
Authorized Representative of the compa m es affording coverages and when issued to City
shall be valid and form a part of policies herein described.
Should any of the above described policies be cancelled before the expiration date
thereof, the issuing company shall mail 30.days' prior written notice by registered mail to:
City of Newport Beach c/o City Clerk
3300 Newport Boulevard
Newport Beach, California 92663.
NAME of INSURED NAME OF AGENT OR BROKER
GRIFFITH COMPANY CORROON & BLACK /MILLER & AMES
Address 3650 CHERRY AVENUE, P.O. BOX 980
LONG BEACH, CALIFORNIA 90801
Address ' 3600 WILSHIRE BOULEVARD, SUITE 1100
By
ve
IMPORTANT: This is the only evidence of insurance acceptable to the City. The person
executing this Endorsement is cautioned to make certain that he has authority
to do same on behalf of the Insurance Company or Companies.
C.I.E. - 3/79
f.
�;.
•�
w
w
w
V
U
U
U
a
N
N
H
M
O
w
cwi
z
0
z
zz
N
z
�Zi
U
U
U
V
I
r
aH
aH
'
�
s
H
Ea
Ea
a
Ia
to
G
}}�
F
O
W O
M
a
W
za
za
w
00
00
o
a
o
0
0
0
0
—
6
onz
rte+
LnZ
Lo
N
a
cn
NH
NH
N
O
O
O
O
O
O
co
O
Q
�-4
ei
It
.4
p
\
\
\
\
rl
rl
W
O
O
O
O
p,
u
u
u
u
o.
rn
rn
rn
n
n
n
n
H
\
\
\
\
rl
em
a
rn
N
O
ri
O
Ln
W
1n
%O
O
Ln
�o
W
0
tn
V1
y�
Ot+1
to
N
U W
H
ri
H
W
VW]
N
to
O%
ON
T
O%
F
n
n
�.
Z
o+
m
C.
�
T
W
r•i
ri
.i
.i
H W
E O to
+
r/
.•1
.-1
.•1
W W O
T
T
T
T
,4
14
.i
wQWi
ti
�
ti
ti
C
O
T
u
41
H E
N
+�
✓
M
M
/
S
d
co
1
+1
0.
M
M,
A
o
W v] d
> H F
a
0
g
E;
v
s
a
D
0
1�
Y
CITY OF NEWPORT BEACH
Contract No. -1990
Special Endorsement No.
•
In consideration of the premium charged, this endorsement is attached to and made
a part of all policies insuring the liability of any person, firm or corporation
performing services under contract for the City of Newport Beach.
Notwithstanding any inconsistent expression in the policy to which this endorsement
is attached, or in any other endorsement now or hereafter attached thereto, or made a
part thereof, the protection afforded by said policies shall:
1. Include the City of Newport Beach, its officers and employees as additional
insureds in the policies described below 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.
.2. Include contractual liability coverage applicable to the contract referred to
above, including the obligation to defend the City.
3. Delete all exclusions relating to property damage arising out of explosion,
collapse, or underground damage (commonly referred to as "xcu" hazards).
4. Indemnify and save harmless the City of Newport Beach against any and all claims,
excluding sole negligence of the City, resulting from the undertaking of the contract.
This hold harmless assumption on the part of the underwriters shall include all costs of
investigation and defense,.until reasonable determination is made that the City is solely
negligent.
5. Provides limits of liability and coverages as follows:
COVERAGES TO
WHICH THIS EFFECTIVE
ENDORSEMENT DATE OF POLICY POLICY LIMITS OF INSURANCE
ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY
(PLEASE SEE REVERSE SIDE FOR LIMITS AND COVERAGES)
. This endorsement is effective , 19_Z2__, when signed by an
Authorized Representative of the compan es affording coverages and when issued to City
shall be valid and form a part of policies herein described.
Should any of the above described policies be cancelled before the expiration date
thereof, the issuing company shall mail 30 days' prior written notice by registered mail to:
City of Newport Beach c/o City Clerk
3300 Newport Boulevard
Newport Beach, California 92663.
NAM of INSURED NAME OF AGENT OR BROKER
GRIFFITH COMPANY CORROON 6 BLACK MILLER & AMES
Address 3650 CHERRY AVENUE, P.O. BOX 980
LONG BEACH, CALIFORNIA 90801
Address 3600 WILSHIRE BOULEVARD, SUITE 1100
X
ve
IMPORTANT: This is the only evidence of insurance acceptable to the City. The person
executing this Endorsement is cautioned to make certain that he has authority
to do same on behalf of the Insurance Company or Companies.
C.I.E. - 3/79
W . W , W
U U p�U1�
p6� Hy N to to
E N N N M
Ck
OU U
p H
.... M U U '
r l °� °S �
Ha Fa a
r O
r i
€a a.
1-4 ' azsa �a o
'1 Qo A. tin
i r H ►�. W H W V -
o 00
P o0
o za oa o v
to _ O i+ O i+ O
HH1
CM O 00
r.7 VHJ �H 4&M 1.4. 1N &
OD co co Go
94 O O O O
P4 s+ u u u
Ch n at r
O 4 r4
a n n n n
A,i
to
ao
a%
to
N
O
rt
O
in
to
h
b
O
h
%0
h
T
%0
%0
N
(az1
r4
tcn
rH
N
p
M
N
to
N
Vl
Ch
m
tT
tT
n
n
n
f�
yFy
at
a%
W (s7
r�i
rte/
9
N W W
w
F O h
rl
r1
rl
rl
v
W W o O
T
T
T
T
W F A
rt
rl
rl
ri
_ W
k
O
T
M
W
y
H F
t9
M
++
M
tZj
t+
p
M
rl
C
a
o
ro
F
0
U
°p
4
�
'3
w to
a
+mot
to
U /.W
A
rt
W
M
H
Lo U
d
A
d
W to
C-3 �cl
Q9
0
:9
A,i
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT NO. 1990
AHFP NO. 944
CONTRACT DOCUMENTS
FOR
PACIFIC COAST HIGHWAY IMPROVEMENTS
BETWEEN
JAMBOREE ROAD
AND
AVOCADO AVENUE
Approved by the City Council
this 14th day of, May.
D(Sris George; City .,glerk
SUBMITTED BY:
ractor
P. O. Box B -T
Address
Irvine, California 92716
City Zip
(714) 549 -2291
phone
\R6,lg6.00
Total Bid Price
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
Accompanying this proposal is 10% Bidder's Bond
(Cash, Certified Check, Cas ier s Check or Bon
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workers' compensation or to
undertake self- insurance in accordance with the provisions of that code, and agrees to
comply with such provisions before commencing the performance of the work of this contract.
(714) 549 -2291
Phone Number
May 31, 1979
Date
r €.1 Cry. +PAN,I
t3:Fi i kiFt JI'i1 1 �tl
Bid er s Name
1 SEAL)
Authorized ignature
�.� UAMES D. WAi TZ-1
Au orized Signature
Corporation
Type of Organization
_ i ::ev: G::ul e•e r;l
.`.b
It is T
-- -1.: ante rc
11- id atace
'S .nsnc 11 I:oaal
a �; 3(;r een eadoe Road
Ial n:,[.. rccx
3 LiZ \[xc�e
!)S8 Pr:.klklot in : \venue
Irn d +cerh
4 1co
ak
.lr
Baker hcl:
ost 'k�a
long P.cu9+
<n in
naker;F:c l%
Lus Pngeles
Las ±ngc lc=
ba
.119
..IS9R
.:Cr2
or Co- Partnership)
i corporation,
1111 ti'.
1* C tJaa
c
t
.acs
L IL.. ;Ic
i 1
:.Iri i
Ic!!•: :,.
ti::;;S:"
ra�.l
r €.1 Cry. +PAN,I
t3:Fi i kiFt JI'i1 1 �tl
Bid er s Name
1 SEAL)
Authorized ignature
�.� UAMES D. WAi TZ-1
Au orized Signature
Corporation
Type of Organization
_ i ::ev: G::ul e•e r;l
.`.b
It is T
-- -1.: ante rc
11- id atace
'S .nsnc 11 I:oaal
a �; 3(;r een eadoe Road
Ial n:,[.. rccx
3 LiZ \[xc�e
!)S8 Pr:.klklot in : \venue
Irn d +cerh
4 1co
ak
.lr
Baker hcl:
ost 'k�a
long P.cu9+
<n in
naker;F:c l%
Lus Pngeles
Las ±ngc lc=
ba
.119
..IS9R
.:Cr2
or Co- Partnership)
i corporation,
Merge P. Griffith
Donald L. McGrew
Robert D. Lytle
John E. Tiger
James A. Hearn
James B. Hayden
James D. Waltze
Vincent Diaz
Teeny R. Fogelberg
Evan E. Millington
Ned G. Michou
John E. Snider
GRIFFITM COMP y OFFICERS
President
Executive Vice President
Vice President- Secretary/Treasurer-
Chief Financial Officer
Vice President
Vice President /District Manager
Vice President /District Manager
Vice President /District Manager
Assistant District Manager
Assistant District Manager
Assistant District Manager
Controller
Assistant Secretary
314 Robinhood Lane
Costa Mesa
92627
304 Avenida Monterey
San Clemente
92672
1830 Ocean Boulevard
Long Beach
90802
2360 Mountain Avenue
Norco
91760
145 - 21st Street
Del Mar
92014
5411 Warwick Place
Bakersfield
93309
284 Bucknell Road
Costa Mesa
92627
4508 Greenmeadow Road
long Beach
90806
19774 Golden Bough Drive
Covina
91722
915 Palma Street
Bakersfield
93304
2213 Linnington Avenue
Los Angeles
90064
3958 Franklin Avenue
Los Angeles
90027
P
DESIGNATION OF SUBCONTRACTORS
0
Page 3
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
• • • c t' r •' : ►.R�
3. p%PeLiNf_ S A .
5.
6.
7.
8.
9.
10.
11.
12.
ANY
Bi er s Name
JAMFS p. VJALTZE
Authorized Signa re
Corporation
Type of Organization
(Individual, Co- partnership or Corp.)
P. O. Box B -T
Irvine, California 92716
Address
I
,
• • U 95 33 78
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we,
GRIFFITH COMPANY
and UNITED PACIFIC INSURANCE COMPANY
Page 4
as Principal,
as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT (10 %)
OF THE TOTAL AMOUNT BID IN - -- Dollars ($ -- ---- --- - - - - , lawful money of the United
States for the payment of which sum well and truly to be made, we bind ourselves,
jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden principal for the construction of
PACIFIC COAST HIGHWAY IMPROVEMENTS BETWEEN JAMBOREE ROAD AND AVOCADO AVENUE
BIDS TO THE OWNER May 'll 1479
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 22nd day of
May
19 79
Corporate Seal (If Corporation)
(Attach acknowledgement of
Attorney -in -Fact
GRIFFITH COMPANY
Principal \
B
JAMES D. WALTZ
E
vine PBESrnan T
UNITED PACIFIC INSURANCE COMPI
Sur /ems/
/ rancis b. darv-i ,
Title Attorney- in -Fac
1/
\
I
r |3
5:
i�
�$}
\!\
I
: {(} off(
® r]r
\3' \
°�`/
°7£§$;[
9
y
\ T.rri
I/ \
\
_ .
{
/\Zp
!\»Z
1/
\
I
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 31 day of May ,
19 79 .
My commission expires:
m� ' ZiF z
,. rI Ii}_, �,n�nPANY
anti* I a t .:�r,,
Donald L. McGrew;
Executive Vice President
N
Wary Public
OFFICIAL SEAL
' GEORGE N. PITTMAN
n NOTARY PUBLIC - CALIFORNIA
' ',� LOS ANGELES COUNTY
My Comm. expires MAY 24, 1982
0
STATEMENT OF FINANCIAL RESPONSIBILITY
. Page 6
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.
Financial statement on file with City Clerk,
; -TL; MVIS'ANY
'm " IT
~ Signed
0
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
LI
Page 7
The undersigned submits herewith a statement of the work of similar character to
that proposed herein which he has performed and successfully completed.
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No.
(7ilf i�ll et1 UJiLei i'11�1
See attached sheet.
VIOL PnESIDEiVT
��tgne
0
GRIFFITH COMPAI\','
CONS"RUCTICN EYPERIEFC- �EFERE ?CES
''ear
.:..-ted-
For T, _or: Per °or - ad on to Contact
1977
Orange County Environmental G. Osborn.
(714)
Agency Director
Marguerite Parkway fro:.
N /Avery Pkwy to Estanciero Dr
(.$560,000.00)
1977
City of Santa Ana John J. Prendergast
Seventeent'.-: St Const Engineer
(714) 834 -493:
Olive to Ross ($143,800.00)
1977
�t =::.e of California ::. E. McKean
(213) 620 -35--'
Dept of Transportation Chief
State College Blvd Overpass Const Branch
@ Route 5
Contract No. 07- 184524
($3,325,000.00)
1977
City of Newport Beach Don Webb
(714) 640 -226_
Jamboree Road between 2roject Manager
Ford Rd & MacArthur Blvd
($387,000.00)
1:77
County of Orange Environmental
Agency H. G. Osborn
(714) 834 -230�-
Alicia Parkway from 750' Director
Northeasterly of Althea Ave
to Coronei Drive ($460,000.00)
: -977
City of Newport Beach john S. Wolter
(714) 640 -226=
Superior Avenue from Project Manager
P'-acentia Ave to Industrial
Way ($294,400.00)
` • • PR 1 OF 3
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PACIFIC COAST HIGHWAY IMPROVEMENTS
BETWEEN JAMBOREE ROAD AND AVOCADO AVENUE
CONTRACT NO. 1990
AHFP NO. 944
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard,
Newport Beach, California 92660
Gentlemen:
The undersigned declares that he has carefully examined the location
of the work, has read the Notice Inviting Bids, has examined the
Plans and Special Provisions, and hereby proposes to furnish all
materials and do all the work required to complete Contract No. 1990
in accordance with the Plans and Specifications, and will take in
full payment therefor the following unit prices for the work, complete
in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. 1 Clearing & grubbing
Lump Sum
@ Slwaitt4'fWoNSA Lrj, Dollars
and
Np Cents
Per Lump Sum
2. 3,370 Unclassified excavation
Cubic Yds.
@ Dollars
and
N o Cents
Per Cubic Yard
3. 700 Construct AC Pavement, 4"
Tons Thick Base Course, (Type
III- B2- AR4000) including
prime coat & tack coat
@-Ty4gr � .iEJ(rU-T Dollars
And
NC3 Cents
Per Ton
GiRTFITH COMPANY,
$ 7-0i oac).
s1L -
$-Z74-070.0(3
$ Z%0-9$
• • PR 2 OF 3
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. 1,050 Construct AC Pavement for
Tons 2" Thick Finish Course, Var-
iable Thickness Overlay, and
2" Thick Bike Trail (Type
III- C3- AR4000) including
prime coat and tack coat
@- fW%r47y- el6r',IT Dollars
and
N D Cents $ 2$ 00
Per Ton
5. 5,100 Construct Aggregate Base,
Tons Complete In Place
@ NINA Dollars
and
�Q Cents $ 9.00 $AS-SLOp.00
Per Ton
6. 4,528 Construct Type "A" PCC
L.F. Curb & Gutter (8" CF) Per
CNB Std. Dwg. 182 -L
@ SEVEN Dollars
and
Na Cents $2.00 $14696.00
Per Linear Foot
7. 19 Construct 24" ACP (2000 D),
L.F. Complete In Place
oNva Iwo
@ Dollars
and
Nb Cents $ 1 O i $ Z'Z40.00
Per Linear Foot
8. 1 Construct Curb Inlet, Type
Each OL, (L =10') per CNB Std.
Dwg. 306 -L, Complete In
Place
Twd{'Q0%Sar4a 3
@ TWO U MM0ffc; n Dollars
and p�
lVn Cents $Umo $ j�jo0.00
Each
U FFITH COMPANY
I
• • PR 3 OF 3
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
9. 2 Construct Curb Inlet, Type
Each OL, (L =7') per CNB Std. Dwg.
306 -L, Complete In Place
@TWO'T1104SAWti, Dollars
and o0
IV o Cents $7, __ — $4o00, oo
Each
10. 1,250 Plane Existing AC Pavement
S.Y. for 0.1' Thick Overlay at
Join Line
@ T1.1Q2E Dollars
and
tV d Cents $3,0o $ 3,7So.00
Per Square Yard
11. 1 Guard Underground Con -
Lump Sum struction
@SAV,S UWNDQ.E Dollars
and Oa
1y (n Cents $3oo' $ 300.00
Per Lump Sum
TOTAL PRICE FOR ITEMS 1 THROUGH 11
WRITTEN IN WORDS
or+E wAtQI2V_N wai'a MITI -SmA -1440Y b
eNQ. 1L%iwQ%%A +►NU Nin�TV -S1Y Dollars
and
Na Cents $ (7)
CONTRACTOR'S LICENSE NO. 32168 CRIFFITH COMPANY
(BIDDE 'S NAME)
DATE May 31, 1979 AFiIE'S D. WALTZE
Y E PRESIDENT
AUTHORIZED SI ATURE)
CONTRACTOR'S ADDRESS P. O, Box B -T
Irvine, California 92716
TELEPHONE NUMBER (714 ) 549 -2291
c
e
� N
F-
Q
0
Q
F
V Z N
ix z
4I 6 W
Z
U
L) La
. F W
=11111120111,11111 In Ism
U
1^
W
U
Z
cn I
■IIIIAl11111111A�A1
INIIIIIIaAIN�I�
neenm�i�ni�imr
���������I�IIIIIIIIIIII�
���I�IIIIIIIIIAIII�I
U
1^
W
U
Z
cn I
� N
� W
� Q
Q
4i V
h
m
•W
VZ
n
U W
Q W
W Ct Z_
O z
f-Z
- Z
U W
4.
V
u
x
���M�081111
II
�I�NIIIIIIIIIIIIIIAIIInIII
'��I�IIIIIIIO
IIINIII
61�l�I�EI�,II�
IIIII�
E��I�EI�IU11A111�1
4.
V
u
x
0
RESOLUTION NO. 9567
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO THE
GRIFFITH COMPANY IN CONNECTION WITH STREET
IMPROVEMENTS, SOUTHERLY SIDE OF EAST COAST
HIGHWAY BETWEEN JAMBOREE ROAD AND AVOCADO
AVENUE (C -1990)
WHEREAS, pursuant to the notice inviting bids for work
in connection with the construction of street improvements on the
southerly side of East Coast Highway between Jamboree Road and
Avocado Avenue, in connection with the plans and specifications
heretofore adopted, bids were received on the 31st day of May,
1979, and publicly opened and declared; and
WHEREAS, it appears that the lowest responsible bidder
therefor is THE GRIFFITH COMPANY,
NOW, THEREFORE, BE IT RESOLVED by the City Council of
the City of Newport Beach that the bid of THE GRIFFITH COMPANY
in the amount of $196,196.00 in connection with the street
improvements on the southerly side of East Coast Highway between
Jamboree Road and Avocado Avenue be accepted, and that the
contract for the described work be awarded to said bidder; and
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 June , 1979.
Mayor
ATTEST:
City Clerk
kb
6/5/79
C