HomeMy WebLinkAboutC-1991(A) - Right-Turn Lane Improvements from San Joaquin Hills Road to Jamboree RoadOF NEWPORT BEACH
OFFICE OF THE CITY CLERK
(714) 640 -2251
November 13, 1980
Griffith Company
P. 0. Box B - T
Irvine, CA 92716
Subject: Surety: United Pacific Insurance Company
Bond No.: U 30 41 04
Project: San Joaquin Hills Road and
Jamboree Road Free Right Turn Lane
Contract No.: 1991
The City Council on October 14, 1980 accepted the work of
subject project and authorized the City Clerk to file a
Notice of Completion and to release the bond 35 days after
Notice of Completion has been filed.
Notice of Completion was filed with the Orange County
Recorder on October 27, 1980 in Book 13807, Page 195.
Please notify your surety company that the bond may be
released in 35 days after recording date.
Irene Butler
Acting City Clerk
IB:bf
cc: Public Works Department
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663
RECORDING R-Q,=SIED 40428
BY AND MAIL TO Ab
EXEMPT
NOTICE OF COMPLETI
PUBLIC WORKS
qBK 1 3807P 195
OF ORANGE COUNTY, CALIFORNIA
45 ow ] PM OCT 2 -7190
IX A. MANCK CourdY Relo,4w
1 o All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on September 16, 1980 _
the Public Works project consisting of San Joaquin Hills Road and JamhnYPP Rnarl
Free Right Turn Lane (C -1991)
was the contractor
and United P.
was the surety, was completed.
VERIFICATION
I, the undersigned, say:
CI Y OF NEWPO�T BFAACCH
�,2
Publ c 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
October 15, 1980 at Newport Beach, California.
LI2 �i k'pc I
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 October 14, 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 October 15, 1980 at Newport Beach, California.
City Clerk
�s RECENED �C
C4�V CCERK
�\ I4EWP0 i BCACH,
October 15, 1980
•
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
(714) 640 -2251
Lee A. Branch
County Recorder
P. O. Box 238
Santa Ana, California 92702
Dear Mr. Branch:
Attached for recordation is Notice of Corrpleticn of Public works
project consisting of San Joaquin Hills Road and Jamboree Road
Free Right Turn Lane Contract No. 1991
on which Griffith Company was the Contractor
and United Pacific Insurance Company was the Surety.
Please record and return to us.
wry truly y9ur's ,
Doris George
City Clerk
City of Newport Beach
DG:bf _
encl.
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663
October 14, 1980
T 14 1980 CITY COUNCIL AGENDA
ITEM NO.
By the Clly CouiVCIL
TO: CITY COUNU y OF NfiWPOIIT BEACH
FROM: Public Works Department
SUBJECT: ACCEPTANCE OF SAN JOAQUIN HILLS ROAD AND JAMBOREE ROAD FREE RIGHT -
TURN LANE (C -1991)
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days after
Notice of Completion has been filed.
DISCUSSION:
The contract for the construction of the free right -turn lane at the
intersection of Jamboree Road and San Joaquin Hills Road has been completed to
the satisfaction of the Public Works Department.
The bid price was: $ 162,974.47
Amount of unit price items constructed 169,058.63
Amount of change orders 19,782.00
Total contract cost 188,840.63
The increase in the cost of the unit price items constructed was due
primarily to the need for an additional thickness of asphalt at each end of the
project to protect the existing underground utilities.
One change order was issued, providing for the removal of a right -turn
island and splitting the phases of the traffic signal.
Half the cost of the unit price items constructed was paid by Orange
County under the AHFP Program. The entire cost of the change order was paid by
developers as part of their obligation under the Traffic Phasing Improvement
Program.
The design engineering was performed by Williamson & Schmid Consulting
Engineers of Santa Ana.
The Contractor is Griffith Company of Irvine, California.
The contract date of completion was July 14, 1980. The Contractor was
delayed 25 days due to a strike by the laborers and an additional 10 days by the
need to relocate some of the existing utilities facilities. The road work was
completed on August 13, 1980 and the change order work on the signal on September
1 1980.
BenJ'amin B. Nolan
Public Works Director
rpn„dn
0 a
CITY OF NEWPORT BEACH
Date May 2, 1980
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. 1991 (AHFP No. 1007)
Project Rig�t Tum Lane Tnwrovements San Joaquir,2 Hills Road
—to 7�� -
Attached is signed copy of subject contract for transmittal to the contractor.
Contractor: Griffith Cmpany
Address: P.O. Box B-T, Irvine, CA 92716
Amount: $ $162,974.47
Effective Date: May 2, 1980
Resolution No. 9762
A'�Doris G6606
Att.
cc: Finance Department
Csly (fall $300 Newlwt Boulevard, Newport Beach, California 92663
Workers' Compensation Certificate
"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." AFFITH C MPpIVY
JAMES D. WALTZE
April 23, 1980 VICE PRESIDENT
Date Si nature
CORROON & BLACK /MILLER &•AMES •
3600 Wilshire Blvd., Los Angeles, California 90010
(213) 386.2360 APRIL 21, 1980
Enclosed Certificates of Insurance are being sent at the request of our insured.
Please contact us direct if you require any changes in these Certificates.
3600 Wilshire Blvd.
Los Angeles, Ca. 90010
(21 3) 386 -2360
• CERTIFICATE OF INSURANCE .
1. CONTINENTAL INSURANCE
company
company
company
compar,y
THIS IS TO CERTIFY TO _ CITY OF NEWPORT BEACH CITY HALL
_3300 W. NEWPORT BLVD., NEWPORT BEACH, CA.
THAT ON THE DATE NOTED BELOW, THE FOLLOWING DESCRIBED INSURANCE POLICIES, ISSUED BY THIS COMPANY
(OR COMPANIES) ARE IN FULL FORCE AND EFFECT.
DESCRIPTIVE SCHEDULE
NAME OF INSURED __ GR ITH CCMPANY
ADDRESS OF INSURED
ATTN- TCIRRATNE DAVIS
DESCRIPTION OF LI VEHICLES -:PREMISES (ROPERATIONS COVERED
SCHEDULE OF INSURANCE
DESCRIPTION OF COVERAGE
INSURING CO. NO.
POLICY NUMBER
INCEPTION DATE
EXPIRATION
DATE
LIMITS OF LIABILITY
WORKER'S
Sim
STATUTORY
COMPENSATION
1.
General Liability
SRI,
$ ea. occur.
Bodily Injury
1
$ * aggregate
General Liability
$ ea. occur.
Property Damage
1
„
$ * aggregate
Automobile Liability
SRB
$ ea. person
Bodily Injury
1
3565808
$ * ea. occurr.
Automobile Liability
Property Damage
„
„
„
$ * ea. occurr.
UMBRELLA
SRU
LIABILITY
1
2
**
*$500,000. Ca4BINED
SINGLE LII41T
BODILY I14JURY
AND /OR
PROPERTY DAIIAGE
LIABILITY.
**$1,000,000, EX
SPECIAL OONDITICN
: IT IS UND96TOCD
& Aa=
THAT TH.,
CITY OF NE1qPCRT
BEACH, ITS OFFICER
OF THE NAPS IN
.
SEE 2
=AC
THIS CERTIFICATE OR VERIFICATION OF INSURANCE IS NOT AN INSURANCE POLICY AND DOES NOT AMEND,
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED HEREIN. NOTWITHSTANDING ANY
REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE OR VERIFICATION OF INSURANCE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY
THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.
IT IS UNDERSTOOD AND AGREED THAT, IN THE EVENT OF CANCELLATION, THE INSURING COMPANY (OR
COMPANIES) WILL MAIL ( IDAY WRITT NOTICE THEREOF
TO THE CERTIFICATE HOLDER. THIRTY 30 jJ
EFFECTIVE APRIL 21, 1980 INSURING COMPANY (OR COMPANIES) BY
Auth ed Representative )
CORROON & BLACK- MILLER & AMES
CITY OF NEWPORT BEACH
• Contract No. 1991
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, County of Orange, State of California,
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. 1991, including the obligation to defend the agencies and company named above.
3. Delete all exclusions relating to property damage arising out of explo-
sion, collapse, or underground damage (commonly referred to as "xcu" hazards).
4. Indemnify and save harmless the City of Newport Beach, County of Orange,
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 negligent.
5. Provide limits of liability and coverages as follows:
COVERAGES TO
WHICH THIS
ENDORSEMENT
ATTACHES
1. AUTO LIABILITY
2. GENERAL LIAB.
3. EXCESS UMBRELLA
EFFECTIVE
DATE OF POLICY POLICY
ENDORSEMENT NUMBER PERIOD
4/21/80 SRB3565808 771/79 -80
4/21/80 SRL1566519 7/1/79 -80
4/21/80 SRU2155605 7/1/79 -80
LIMITS OF
LIABILITY
$500,000 CSL
500,000 CSL
INSURANCE
COMPANY
CMTINFIV'TAL INS. CO.
This endorsement is effective APRIL 21, , 19 80 , when signed by
an Authorized Representative of the companies 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 AGENT OR BROKER
••. •w �• ia.
Address 3600 WILSHTRE BLVD.
LOS ANGELS; CA. 90010
n A
91
(AUthoriz
C.
@d Kepresentativ�
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
• 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT NO. 1991
AHFP NO. 1007
CONTRACT DOCUMENTS
FOR
RIGHT -TURN LANE IMPROVEMENTS
FROM
SAN JOAQUIN HILLS ROAD
TO
JAMBOREE ROAD
Approved by the City Council
this 10th day of March.
/y J;
SUBMITTED BY:
GRIFFITH COMPANY
CITY CLERK
Contractor
P. 0. BOX B -T
Address
IRVINE, CALIFORNIA 92716
City Zip
(714) 549 -2291
Phone
$162,974.47
of ELI George, City otlerk Total Bid Price
• • Page 1
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach,
California, until 2:30 P.M. (as determined by telephone time signal) on the
2nd day of�il 1980, at which time they will be opened and read, for
performing work as follows:
SAN JOAQUIN HILLS ROAD AND JAMBOREE ROAD FREE RIGHT -TURN LANE
CONTRACT NO. 1991
Bids must be submitted on the proposal form attached with the contract documents
furnished by the Public Works Department. The additional copy of the proposal form
is to be retained by the bidder for his records.
Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable
to the City of Newport Beach, for an amount equal to at least 10 percent of the
amount bid.
The title of the project and the words "SEALED BID" shall be clearly marked on the
outside of the envelope containing the bid.
The contract documents that must be completed, executed, and returned in the sealed
bid are:
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non - collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability and Experience References
These documents shall be affixed with the signature and titles of the persons signing
on behalf of the bidder. For corporations, the signatures of the President or
Vice President and Secretary or Assistant Secretary are required an t e C_o__r orate Seal
shall ae affixed to all documents requiring signatures. In the case of a arP tnership,
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
Edition) as prepared by the Southern California Chapters of the American FuMc 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 -32
Accompanying this proposal is 10% Bidder's Bond
(Cash, Certified Check, Cas ier s Check or on
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for 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.
April 2, 1980
ae
—2IEEITH COMPANY
Bidder's Name
(SEAL)
S /JAMES D. WALTZE, Vice President
ut or zed Signature
Authorized Signature
Corporation
Type of Organization
(Individual, Corporation, or Co- Partnership)
List below names of President, Secretary, Treasurer and Manager if a corporation,
and names of all co- partners if a co- partnership:
George P. Griffith, President
Donald L. McGrew. Exec. Vice Pres.
_Robert D Lytle Vice Pres., Sec./Treas.
—Johns Tiger. Vice Pres.
James A. Hearn, Vice Pres. /Dist. Mgr.
James B. Hayden, Vice Pres. /Dist. Mgr.
James D. Waltze, Vice Pres. /Dist. Mgr.
Vincent Diaz, Vice Pres. /Dist. 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. Concrete Jezowski & Markel
2. Wall J & R Ma
Anaheim
3. Engineering Shaller & Lohr Costa Mesa
4, Storm Drain Irvine Pipeline Santa Ana
5, Electrical Baxter Griffin Stanton
6.
7.
8.
9.
10.
11,
12,
GRIFFITH COMPANY
Bidder's Name
S /James D. Waltze Vice President
— u_tFiorizea gnature
Corporation
Type of Organization
(Individual, Co- partnership or Corp.)
Irvine, California 92716
Address
F0ORIGINAL SEE CITY CLERK'S FILE 0PY
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, GRIFFITH COMPANY , as Principal,
and UNITED PACIFIC INSURANCE COMPANY , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT (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
RIGHT TURN LANE IMPROVEMENTS FROM SAN JOAQUIN HILLS ROAD TO JAMBOREE ROAD
CONTRACT NO. 1991 AHFP NO 1007
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
became 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 27th day of
March , 19 80
Corporate Seal (If Corporation)
GRIFFITH COMPANY
Principal
S /James D. Waltze, Vice President
(Attach acknowledgement of
Attorney -in -Fact
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
0 0
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 2nd day of April ,
19 90 .
My commission expires:
May 24, 1982
GRIFFITH COMPANY
S /John E. Snider, Assistant Secretary
S /George N. Pittman
Notary Public
• • Page 6
FOR ORIGINAL SEE CITY CLERK'S FILE COPY
SIAILMENT OF FINANCIAL RESPONSIBILITY
Tne undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 24 hours after the bid opening if he
is the apparent low bidder.
On file with City Clerk.
S /James D. Waltze, Vice President
Signed
0 0
Page 7
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character to
that proposed herein which he has performed and successfully completed.
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No.
See attached list.
..S /James D. Waltze. Vice President
S gne
E
GRIFFITH COMPANTY
CONSTRUCTION EXPERIENCE REFERENCES
Year
Completed For Whom Performed Person to Contact Telephone
1977 Orange County Environmental H. G. Osborn (714) 834 -2300
Management Agency Director
Marguerite Parkway from N /of
Avery Pkwy to Estanciero Dr
($560,000.00)
1977 State of California K. E. McKean (213) 620 -3920
Dept of Transportation Chief
State College Blvd Overpass
@ Route 5
Contract No. 07- 184524
($3,325,000.00)
1977 City of Newport Beach Don Webb (714) 640 -2281
Jamboree Road between Project Manager
Ford Rd & MacArthur Blvd
($387,000.00)
1979 City of Huntington Beach H. E. Hartge (714) 536 -5431
Springdale St S /of Bolsa Ave Director of Public
to N /of Glenwood Works
($162,500.00)
1979 County of Orange - General T. R. Fgan (714) 834 -3212
Services Agency Director
Orange County Airport
Perimeter Road
($213,880.00)
1979 County of Orange - Environmental H. G. Osborn (714) 834 -5678
Management Agency Director
Crown Valley Parkway from Puerta
Real to Marguerite Parkway
($673,340.00)
The 4remi: ^, c "� °za icr ti. • • Page 8
Bord is ` ' ;n t5zt showq Bond No. U 30 41 04
on t2 ai`• "'n "' Bflnd: LABOR AND MATERIAL BOND Executed in Triplicate
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted April 14, 1980
has awarded to GRIFFITH COMPANY
hereinafter designated as the "Principal ", a contract for RIGHT -TURN LANE IMPROVEMENTS
FROM SAN JOAQUIN HILLS ROAD TO JAMBOREE ROAD, CONTRACT NO. 1991, AHFP No. 1007
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
as Principal, and United Pacific Insurance Company
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
Eighty One Thousand
_Four Hundred Eighty Seven and 23/100 Dollars ($81,487.23 ),
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
0 0
(Labor and Material Bond - Continued)
Page 9
this bond, as required by the Provisions of Section 4205 of the Government Code of
the State of California.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or the specifications accompanying the same shall in
any wise affect its obligations on this bond, and it does hereby waive notice of any
such change, extension of time, alterations or additions to the terms of the contract
or to the work or to the specifications,
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 21St day of Anril , 19--aa—.
Approved as to form:
City Attorney
Griffith Company (Seal)
Name of Contractor Principal
JAMES D. WALTZE
VICE PRESIDENT
horized Signature anaTitle
Authorized Signature and Title
United Pacific Insurance Company (Seal)
Name of Surety
443 South Shatto Place
Los es 'Ca if
Address, o S�rrr 3r ', ,.Rbbert M. Minot
L
j Attorney -in -Fact
Si'griature and Title of Authorized Agent
Corroon & Black /Miller 8 Ames, 3600 Wilshire
ddress of Agent
(213) 386 -2360
Telephone No. of Agent
�)
.§
[/}
\
j
:ilr
�Z
ID
/$(
.
2&y
;!»
k}
\\
fz /
$) 2
\\
(
( -nI{
$C:
7;lz
C)
a
)( \(
\)}}
!
/((!
.|k§/
■I�/
Page 10
Bond No. U 30 41 04
Executed in Triplicate
PERFORMANCE BOND Premium: $1,222.00
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted aril 14,_ 1980
has awarded to GRIFFITH COMPANY
hereinafter designated as the "Principal ", a contract for RIGHT -TURN LANE IMPROVEMENTS
FROM SAN JOAOUIN HILLS ROAD TO JAMBOREE ROAD. CONTRACT NO. 1991. AHFP NO. 1007
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
as Principal, and United Pacific Insurance Company
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
One Hundred Sixty Two Thousand
Nine Hundred Seventy Four and 47/100 Dollars ($162.974.47 )>
said sum being equal to 100% of the estimated amount of the contract, to be paid to
the said City or its certain attorney, its successors, and assigns; for which payment
well and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal,
his or its heirs, executors, administrators, successors, or assigns, shall in all
things stand to and abide by, and well and truly keep and perform the covenants, con-
ditions, and agreements in the said contract and any alteration thereof made as therein
provided on his or their part, to be kept and performed at the time and in the manner
therein specified, and in all respects according to their true intent and meaning, and
shall indemnify and save harmless the City of Newport Beach, its officers and agents,
as therein stipulated, then this obligation shall become null and void; otherwise it
shall remain in full force and virtue.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or to the specifications accompanying the same shall
in any wise affect its obligations on this bond, and it does hereby waive notice
Page 11
(Performance Bond - Continued)
of any such change, extension of time, alterations or additions to the terms of the
contract or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 21st day of April , 19 80
Approved as to form:
rl
City Attorney
Griffith Com an (Seal)
Name of Contractor ((Principal)
JAMES D. WALTZE
-VICE PP,ESIDENT
ALNhori zed Signature an-& Ti tl e
Authorized Signature and Title
United Pacific Insurance Company (Seal)
Name of Surety
443 South Shatto Place
Los An al 90020
Add s of Surety
Z "71 s,
Signature and Title of Authorized Agent
Robert M. Minot, Attorney -in -Fact
Corroon & Black /Miller & Ames, 3600 Wilshire
Boulevard. Los Angeles. California 90010
Address of Agent
(213) 386 -2360
Telephone No. of Agent
ED
\
\
F
J, ¢
§E
)!
�! ■;�);
$t §j( {k
|)§ §[9k
!`} A
a-
`®«?
�(§
7E2
\/)
\f
EK(
(�(
}
} §
$
�f&\
\0 }
Bz f
(/ Z
/\ \
M
zx Z
�\}\
\( /$
\-
E
m
■ FL
\
0
; �
/ /
Q
0
CONTRACT
0
Page 12
THIS AGREEMENT, made and entered into this.;/Pl� ay of e- 19 ;
by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City,
party of the first part, and GRIFFITH COMPANY
hereinafter designated as the Contractor, party of the second part.
WITNESSETH: That the parties hereto do mutually agree as follows:
1. For and in consideration of the payments and agreements hereinafter mentioned
to be made and performed by the City, the Contractor agrees with the City to furnish all
materials and labor for the construction of
RIGHT -TURN LANE IMPROVEMENTS FROM SAN JOAQUIN HILLS ROAD TO JAMBOREE ROAD
CONTRACT NO. 1991. AHFP NO. 1007
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.
0
Page 13
5. Pursuant to the Labor Code of the State of California, the City Council has
ascertained the general prevailing rates of per diem wages for each craft or type of
workman needed to execute the contract and a schedule containing such information is
included in the Notice Inviting Bids and is incorporated by reference herein.
6. The Contractor shall assume the defense of and indemnify and save harmless
the City, the Director of Public Works, the County of Orange, the Director of the
Environmental Management Agency, and their officers and employees, from all claims,
loss, damage, injury, and liability of ewery kind, nature, and description, directly
or indirectly arising from the performance of the contract or work, regardless of
responsibility for negligence; and from any and all claims, loss, damage, injury,
and liability, howsoever the same may be caused, resulting directly or indirectly
from the nature of the work covered by the contract, regardless of responsibility for
negligence.
IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed
the day and year first above written.
ATTEST:
'
Ci y er
Approved as to form:
'1
ity Attorney
CITY OF NEWPORT BEACH, CALIFORNIA
d.
By: —J��':2 L
C
Mayor
GRiFFITH COMPANY
Contractor
(SEAL)
B�DAMES D. WALTZE
VICE PRESI
Title
3z
(For AHFP Projects Only)
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
• PR 1 OF 6
RIGHT -TURN LANE IMPROVEMENTS
FROM SAN JOAQUIN HILLS ROAD TO JAMBOREE ROAD
CONTRACT NO. 1991
AHFP NO. 1007
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. 1991
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
Eleven thousand Six
@ Hundred Forty -Five Dollars
and
no Cents
$ 11,645
$11,645
Per Lump Sum
2.
2,661
Unclassified excavation
Cubic Yds.
@ Three Dollars
and
eighty -nine Cents
$ 3.89
$10,351.29
Per Cubic Yard
3. 279 Construct AC Pavement,
Tons 0.30' Thick Base Course,
(Type III- B2- AR4000) in-
cluding prime coat & tack
coat
@ Thi rty Dollars
and
sixty -seven Cents $ 30.67 $ 8,556.93
Per Ton
• PR 2 OF 6
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. 142 Construct AC Pavement for
Tons 0.15' Thick Finish Course
& for Variable Thickness
Overlay, (Type III -G1-
AR4000) including tack coat
@ Thirty Dollars
and
sixty-seven Cents
Per Ton
5. 1,009 Construct Aggregate Base,
Tons Complete In Place
$ 30.67 $4y355_1 4
@Eight Dollars
and
fifty -one Cents $-8.51 $8,586.59
Per Ton
6. 883 Construct Type "A" PCC
L.F. Curb & Gutter (8" CF) Per
CNB Dwg. No. STD -182 -L
@ Seven Dollars
and
seventy Cents $ 7.70 % 799.10
Per Linear Foot
7. 567 Construct Type "C" PCC
L.F. Curb & Gutter (8" CF) Per
CNB Dwg. No. STD -183 -L
@ Seven Dollars
and
thirty -two Cents $ 7.32 $4 150.44
Per Linear Foot
8. 1 Construct Curb Inlet, Type
Each OL, (L =14') per CNE Dwg.
No. STD - 306 -L, Complete In
Place
Two Thousand Five Hundred
@ Fifty_Seven Dollars
and
no Cents $ 2,557.00 $2,557.00
Each
0
• PR 3 OF 6
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
9. 1 Construct Curb Inlet, Type
Each OL -A, (L =10') per CNB Dwg.
No. STD- 305 -L, Complete in
Place
Three Thousand
@ Sixty -Seven Dollars
and
no Cents $3,067.00 $3,067.00
Each
10. 1 Construct Curb Inlet, Type
Each OS, (L =3.5') per CNB Dwg.
No. STD - 306 -L, Complete In
Place
One Thousand Four Hundred
@ Fifty -Five Dollars
and
no Cents $1,455.00 $1,455.00
Each
11. 1 Construct Rectangular Re-
Lump Sum inforced PCC Curb Outlet
Drain, Complete In Place
Three Thousand Seven Hundred
Eighty -Eight Dollars
and
Ito Cents $3,788.00 $3,788.00
Per Lump Sum
12. 12 Construct 18" RCP (1250 D)
L.F. or 18" ACP (2000 D), Com-
plete In Place
@ Thirty_Six Dollars
and
thirty -seven Cents $ 36.37 $ 436.44
Fe __r
Linear Foot
13. 110 Construct 15" RCP (1500 D)
L.F. or 15" ACP (2500 D), Com-
plete In Place
@ Thirty -Fnur Dollars
and
sixteen Cents $ 34_16 $3,757.60
Per Linear Foot -
0
• PR 4 OF 6
UNIT QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE,
14. 37 Construct PCC Encasement
L.F. Over 15" Storm Drain Pipe,
Complete In Place
@ Fifteen Dollars
and
fifty Cents
Per Linear Foot
15. 12,611 Construct 4" Thick PCC
S.F. Sidewalk Per CNB Dwg. No.
STD- 180 -L, Complete In
Place
16.
17.
18
@ One Dollars
and
forty -eight Cents
Per Square Foot
2 Construct Type II -H Street
Each Light Per CNB Dwg. Nos.
STD - 200 -L, STD -201 -L & STD -
203-L With Conduits, Con-
ductors & Pull Boxes,
Complete In Place
Three Thousand
@ Eighty -Six Dollars
and
no Cents
Each
1 Remove Existing & Construct
Lump Sum Street Lighting Cabinet
(Econolite No. E -3725) On
PCC Base Pad With 15 Amp
Circuit Breaker, Complete
In Place
One Thousand Six Hundred
@ Fifty -Three Dollars
and
no Cents
Per Lump Sum
$ 15.50 $ 573.50
$ 1.48 $18,664.28
$3,086.00 $ 6,172.00
$1,653.00 $ 1,653.00
127 Construct Concrete Block
L.F. Retaining Wall 4 Feet & Less
In Height, Complete In Place
a Seventy -One Dollars
and
twenty -eight Cents $
Per Linear Foot
71.28 $ 9,052.56
•
• PR 5 OF 6
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
19. 605 Construct Concrete Block Re-
L.F. taining Wall Greater Than
4 Feet In Height, Complete
In Place
@ Eighty -Seven Dollars
and
no Cents
Per Linear Foot
20. 480 Construct 3" Thick PCC
L.F. Drainage Swale Behind Re-
taining Wall, Complete In
Place
@ Seven Dollars
and
eight -two Cents
Per Linear Foot
21, 1
Construct Drainage Device
Lump Sum
Connecting Drainage Swale
to Rectangular Reinforced
PCC Curb Outlet Drain,
Complete In Place
Five Hundred
@ Twenty -Five Dollars
and
Cents
Per Lump Sum
22. 1
Guard Underground Con -
Lump Sum
struction
@ Four Hundred Forty Dollars
and
no Cents
Per Lump Sum
TOTAL PRICE FOR ITEMS 1 THROUGH 22
WRITTEN IN WORDS
One Hundred Sixty_Two Thousand
Nine Hundred Seventy -Four Dollars
and
forty -Sayan Cents
$ 87.00
$ 7.82
$52,635.00
$ 3,753.60
$ 525.00. $ __ 525.00
$ 440.00 $ 440.00
$ 162,974.47
0
• PR 6 of 6
CONTRACTOR'S LICENSE NO. _ 32168 GRIFFITH COMPANY
(BIDDER'S NAME)
DATE April 2, 1980 S /James D WaltZe- Vire President
(AUTHORIZED SIGNATURE)
CONTRACTOR'S ADDRESS P. 0. Box B -T
Irvine, California 92716
TELEPHONE NUMBER ( 714 ) 549 -2291
0
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
RIGHT -TURN LANE IMPROVEMENTS
FROM SAN JOAQUIN HILLS ROAD TO JAMBOREE ROAD
CONTRACT NO. 1991
AHFP NO. 1007
SPECIAL PROVISIONS
INDEX
ECTION
PAGE
1
SPECIFICATIONS
1
2
DRAWINGS
1
3
LOCATION AND SCOPE OF WORK
1
4
TIME OF COMPLETION AND COMMENCEMENT
OF WORK
2
5
PAYMENT
2
6
WATER
2
7
GUARDING UNDERGROUND CONSTRUCTION
2
S
PROTECTION OF EXISTING UTILITIES
3
9
PROTECTION OF EXISTING PROPERTY CORNERS
3
10
GUARANTEE
3
11
CONSTRUCTION SURVEY STAKING
3
12
LIABILITY INSURANCE
4
13
PERMITS
4
14
MATERIALS REPORT
5
15
TRAFFIC CONTROL AND ACCESS
5
16
EROSION CONTROL
6
- i -
0
0
SECTION
17 CONSTRUCTION DETAILS
A Clearing and Grubbing
B Unclassified Excavation and Embankment
C Structure Excavation
D Structure Backfill
E Subgrade Preparation
F Relative Compaction
G Aggregate Base
H Asphalt Paving
I Portland Cement Concrete
J Storm Drains and Drainage Structures
K Street Lighting
L Retaining Wall
APPENDIX
C.N.B. Standard Special Provisions (Liability Insurance)
Sample Insurance Form
- ii -
PAGE
7
7
7
7
8
8
8
8
9
10
11
12
13
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
RIGHT -TURN LANE IMPROVEMENTS
FROM SAN JOAQUIN HILLS ROAD TO JAMBOREE ROAD
CONTRACT NO. 1991
AHFP NO. 1007
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
euDllc worxs construction, 17 /N taition. copies may De 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- 5396 -5, 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
constructing a right -turn lane from westbound San Joaquin
Hills Road to northbound Jamboree Road. The project is
approximately 1,200 feet in length and goes behind an
existing Texaco gasoline station.
The work to be done consists of clearing
removal of existing asphalt and concrete
struction of concrete curb and gutter, a
over aggregate base pavement sections, a
taining wall, storm drainage facilities,
concrete sidewalk, and other appurtenant
to complete all the work as shown on the
in these specifications.
-1-
and grubbing; grading;
improvements; con -
3phaltic concrete
concrete block re-
street lighting,
items as necessary
plans and as included
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 after
the City Council awards 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 proposal, 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 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 in-
dicates hazardous ground movement may be expected.
,he 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 pro-
viding 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-
SECTION 8 - PROTECTION OF EXISTING UTILITIES
All underground utilities as shown on these plans are plotted
Crom 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 telephone, electrical and gas lines.
The Contractor shall protect in place and be responsible
for, at his own expense, any damage to utilities encountered
during construction of the items shown on the plans. The
Contractor's attention is called to Section 5 and Subsection
7 -9 of the Standard Specifications.
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 re-
stored 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.
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.
-3-
0 0
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.
The City has obtained the following approvals and permits
which are available for inspection at the Public Works De-
partment:
1. Project approval: California Regional Water Quality
Control Board - Santa Ana Region.
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.
0 0
SECTION 14 - MATERIALS REPORT
A report entitled "Materials Report for the Proposed Con-
struction of a Free Right -Turn Lane for San Joaquin Hills
Road at Jamboree Road, Length = 0.14 Miles, AHFP No. 1007,"
dated March 27, 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 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.
The Contractor shall maintain vehicular traffic in the Nos.
One and Two westbound lanes of San Joaquin Hills Road and
northbound lanes of Jamboree Road at all times. The No.
Three lane in each street may be closed from 7:00 a.m. to
3:30 p.m.
The permitted lane closures described above shall be limited
to the extent that all four driveways (two along San Joaquin
Hills Road and two along Jamboree Road) to the Texaco gas
station shall he kept open to vehicular traffic. Also, the
existing right -turn lane adjacent to the westerly corner of
the Texaco station shall be kept open to vehicular traffic
at all times.
-5-
• •
The Contractor shall provide access for pedestrians and
bicycles to pass along San Joaquin Hills Road and Jamboree
Road around the construction area. The access provided may
include temporary lanes along the edge of the construction
or rerouting the traffic to the opposite side of the street.
The specific provisions for handling the pedestrian and
bicycle traffic during construction shall be shown on the
drawings comprising the traffic control plan.
All costs for traffic control shall be included in the prices
bid for the various items of work, and no additional compen-
sation shall be allowed therefor. Should any of the provisions
contained herein conflict with requirements of any permit., the
permit shall govern.
SECTION 16 - EROSION CONTROL
It is anticipated that surface and ground or other waters
may be encountered at various times and locations during
the work herein contemplated. The Contractor, by submitting
a bid, acknowledges that he has investigated the risks
arising from water and has prepared his bid accordingly.
The Contractor shall conduct his operations in such a manner
that storm or other waters may proceed uninterrupted along
their existing street and drainage courses. Diversion of
water for short reaches to protect construction in progress
will be permitted if public or private properties are not
damaged or, in the opinion of the Engineer, are not subject
to the probability of damage.
Surface runoff water containing mud, silt, or other dele-
terious material from the project area shall be treated by
filtration or retention in a settling basin or basins,
sufficient to prevent such waters from entering storm drains
or any tidal waters. The Contractor shall submit a plan
for implementing siltation control to the City prior to
commencing construction. Upon approval of the plan by the
City, Contractor shall be responsible for the implementation
and maintenance of the control facilities. The Contractor's
attention is called to Section 7 -8 of the Standard Specifi-
cations as regards project site maintenance.
All costs involved in any dewatering or
shall be included in the price bid for
requiring dewatering or desilting.
desilting operations
the related item
0 0
SECTION 17 - 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 Specifi-
cations.
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.
B. Unclassified Excavation and Embankment
This item of work shall be done in accordance with Section
300 -2 of the Standard Specifications. The estimated
quantities include all material, regardless of classifi-
cation, occurring between the existing paved or ground
surface and the grading planes required to construct the
improvements and the excavation for the retaining wall
footings and a temporary slope from the back of the
footing at a slope ratio of 1.1 to daylight at the sur-
face of the existing slope.
It is estimated that there will be approximately 450
cubic yards of compacted fill to be placed along the
Texaco site and as backfill behind the retaining wall
after it has been constructed and the subdrain installed.
The suitability of the material to be placed as compacted
fill will be determined by the Engineer. Relative com-
paction of all fill shall not be less than 900.
Payment for placing fill within the roadway and within
the ad;acent area as shown on the plan, including all
appurtenant work, shall be included within the contract
unit price for unclassified excavation, and no separate
payment will be made.
C. Structure Excavation
Excavation for the retaining wall construction will be
paid for as unclassified excavation as described in
Paragraph B above. Excavation for drainage structures,
pipes, or other bid items requiring excavation, will not
be paid for as unclassified excavation. The Contractor
shall include all costs of such structure excavation
in the unit or lump -sum price bid for the applicable
structure or pipe.
-7-
0 0
D. Structure Backfill
Backfill at all structures, including trench backfill,
but not including retaining wall Backfill, shall have
a sand equivalent of not less than 30 and shall have a
relative compaction of not less than 90%. 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.
L. Subgrade Preparation
Subgrade preparation shall conforin to the provisions in
Subsection 301 -1 of the Standard Specifications.
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.
0. 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 652,, 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 rest!!r
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.
0
0
Aggregate base shall be spread and compacted in confor-
mance 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
The asphalt concrete base course shall meet the re-
quirements of Section 400 -4 of the Standard Specifi-
cations and these Special Provisions. The asphalt
concrete base course shall be Type III -B2 -AR 4000
with 5.40- asphalt content. Coarse aggregate shall
consist of material of which at least 75% by weight
shall be crushed particles in lieu of the require
ments of Section 400 - 4.2.3.
The open graded asphalt concrete finish course shall
meet the requirements of Section 400 -4 of the Standard
Specifications, except that Subsections 400 - 4.2.3,
400 - 4.2.4, and 400 -4.3 shall be replaced with the
following:
After mixing with asphalt binder, the combined
aggregate film stripping shall not exceed 25 percent,
as determined by Test Method No. Calif. 302. At
least 90 percent by weight of the aggregate shall
consist of crushed particles. The grading of com-
bined aggregates shall conform to one of the gradings
shown in the following table:
Percentage Passing
G1 3/8" r•laximum
Sieve Individual Moving
Sizes Test Result Average
1/2"
100
100
3/8"
88 -100
90 -100
1/4"
- --
- --
No.
4
23 -42
25 -40
No.
8
4 -22
5 -20
No.
16
0 -12
0--10
No.
200
0 -4
0 -3
-9-
0 0
The statistics, the basis of which will be the long-
term record of the plant, will be kept for each batch
plant. Evaluation of gradation test results shall
conform to the provisions of Subsection 400 -1.4.
The open graded asphalt concrete finish course shall
be Type III -GI -AR 4000 with asphalt content between
5% and 7% by weight of the dry mineral aggregate.
The viscosity grade of paving asphalt shall be AR 4000.
2. Placement of Asphalt Concrete on Aggregate Base
Placing of asphalt pavement on aggregate base shall
conform to Subsection 302 -5 of the Standard Spec-
ifications, except that a prime coat will not be
required. The asphaltic concrete within the roadway
shall be placed in two courses, a base course of 0.30
feet thickness of Type III -B2 -AR 4000 asphalt concrete
followed by 0.15 feet thickness of Type III -GI -AR 4000
asphalt concrete finish course.
Open graded asphalt concrete shall be placed only
when the ambient air temperature is above 55 °F, in
lieu of 40 °F as specified in Section 302 -5.4,
"Distribution and Spreading," of the Standard Spec-
ifications. Breakdown rolling of the asphalt con-
crete for the entire width of each pass of the paving
machine shall be completed prior to the mixture
cooling to 175 °F. Paving machine speed and number
of rollers used shall be adjusted to comply with
this requirement. Open graded asphalt concrete shall
only be rolled with a steel -wheel 2 -axle tandem roller
weighing not more than 10 tons.
3. Placement of Asphalt Concrete Join Strip
The join strip approximately one foot in width shall
consist of asphalt concrete with a minimum thickness
of six inches and shall be placed in two or more
lifts. The base course(s) shall be Type ITT -22 -AR 4000
asphalt concrete. The finish course may be either
Type 111 -G1 -7\R 4000 or Type
conc,rut'., .
I. Portland CemenL 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.
-10-
17
0
The Cleanness Value requirement of Section 200 -1.4 shall
be replaced with the following:
Tests Test Method No. Requirements
Sand Equivalent: Calif. 227
Individual Test 70 Min.
Moving Average 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
sidewalk shall be securely barricaded immediately following
placement, and no vehicular traffic shall be allowed
thereon for four (4) days.
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.
Storm Drains and Drainage Structures
1. Pipe
Storm drain pipe shall be reinforced concrete pipe or
asbestos cement pipe of the size and strength shown
on the plans. The pipe and fitt -tngs shall be in
accordance with Sections 207 -2 and 207 -6, respectively,
of the Standard Specifications. Reinforced concrete
pipe shall be either cast or spun.
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.
-11-
2. Drainage Structures
All drainage structures shall be constructed in
accordance 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
contract 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.
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 on the plans for the various locations in-
cluding excavation, backfill and compaction, access
frames and covers, bulb or face angles, protection
bars, reinforcing steel, rounded entrances to inlet
and outlet pipes, local depressions and all appur-
tenances, complete in place. The price paid for the
curb inlet to be constructed over the existing 24"
diameter RCP storm drain shall include the costs of
removing a section of that pipe and joining the
severed pipe ends to the walls of the new curb inlet.
The lump sum price paid for the drainage device at
the northerly end of the retaining wall shall include
the costs of the short length of 12" diameter pipe
between the retaining wall and the rectangular curb
outlet drain, the variable width PCC or air placed
concrete entrance apron, and the galvanized steel
dowels for the trash collector.
K. Street Lighting
Street lighting work shall be in accordance with Section
307 of the Standard Specifications, these Special Pro-
visions, and the details and notes shown on the plans.
The lump sum or unit prices paid for the various items
of work shall include the costs of excavation, backfill
and compaction, and adjustment to finish grades.
The existing cast iron street lighting box to be removed
shall be delivered to the City's Utilities Department
at 949 16th Street, Newport Beach, California.
-12-
L. Retaining Wall
The concrete block retaining wall construction shall be
in accordance with Sections 202 -2 and 303 -4.1 of the
Standard Specifications, the details and notes shown on
the plans, and these Special Provisions.
The blocks shall be laid up horizontally in straight
uniform courses with regular running bond with alternate
header joints in vertical alignment. The top of the
blocks will result in an irregular stepped appearance.
A masonry cap shall be constructed along the top of the
blocks so that the completed top of wall line generally
corresponds to the profile of the street improvement.
The masonry cap shall have a minimum thickness of two
inches and may be accomplished utilizing one of the
following methods:
1. Longitudinal sawing of the top course of blocks
and placement of a uniform cap using two inch thick
cap block units.
2. Forming along the top course of blocks and placing a
PCC cap of varying thickness.
The unit prices paid for the different height retaining
walls shall include the costs of the footing; the re-
inforced- concrete block wall with grouted cells, water-
proofing, and stucco face; the masonry cap; the porous
gravel drain with perforated 4" diameter pipe; and
backfilling and compacting behind the completed wall.
Excavation for the wall and footing was included in the
bid item for unclassified excavation.
-13-
APPENDIX
0
2 -1
7 -3
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
STANDARD SPECIAL PROVISIONS
FOR USE IN CONJUNCTION WITH THE
AGC /APWA STANDARD SPECIFICATIONS 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.
-1-
CITY OF NEWPORT BEACH
Contract No. 1991
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, County of Orange, State of California,
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. 1991, including the obligation to defend the agencies and company named above.
3. Delete all exclusions relating to property damage arising out of explo-
sion, collapse, or underground damage (commonly referred to as "xcu" hazards).
4. Indemnify and save harmless the City of Newport Beach, County of Orange,
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 negligent.
5. Provide limits of liability and coverages as follows:
COVERAGES TO
WHICH THIS EFFECTIVE
ENDORSEMENT DATE OF
ATTACHES ENDORSEMENT
POLICY POLICY LIMITS OF INSURANCE
NUMBER PERIOD LIABILITY COMPANY _
This endorsement is effective , 19 , when signed by
an Authorized Representative of the companies 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, t6&-issuing company shall mail 30 days' prior written notice by
registered ma i
CityAl Newport Beach
i y Clerk
3 wpot` Boulevard
t B , California 92663
AGENT OR BROKER
�' AME P
By
Authorized Rep tive
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
By •kiia t: + it WU,NQL
N 40J -,'AT 96ACki
RESOLUTION NO.
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO THE
GRIFFITH COMPANY IN CONNECTION WITH THE SAN
JOAQUIN HILLS ROAD AND JAMBOREE ROAD FREE
RIGHT -TURN LANE (C -1991)
WHEREAS, pursuant to the notice inviting bids for
work in connection with the San Joaquin Hills Road and Jamboree
Road free right -turn lane, in connection with the plans and
specifications heretofore adopted, bids were received on the
2nd day of April, 1980, 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 $162,974.47 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 14th
ATTEST:
City Clerk
14 )'d'
day of April , 1980.
Mayor
kv
4/7/80
IL
�. 1`,0i}
By the City COUNCIL
:;DIY 944 rww 16W
FROM:
SUBJECT
CITY COUNCIL
Public Works Department
0
April 14, 1980
SAN JOAQUIN HILLS ROAD AND JAMBOREE ROAD
FREE RIGHT -TURN LANE (C -1991)
RECOMMENDATION:
CITY COUNCIL AGENDA
ITEM NO. H -2(d)
Adopt a resolution awarding Contract No. 1991 to the Griffith
Co. for $162,974.47 and authorizing the Mayor and the City
Clerk to execute the contract.
DISCUSSION:
MI
Nine bids for this contract were opened at 2:30 PM on April.2,
Bidder
Griffith Co., Irvine
Sully Miller Contracting Co., Orange
Grandstrom Construction Inc., Gardena
T. J. Crosby Co., Inc., Santa Ana
Ruiz Engineering Co., Inc., Long Beach
Hardy and Harper Inc., Tustin
Porter Construction Co. Inc., Santa Ana
Fleming Engineering Inc., Cerritos
Nobest, Incorporated, Westminister
* T. J. Crosby Co. proposal total shown as -
Bid was corrected due to errors in addition and
discrepancy in unit price as written in words.
Amount
$ 162,974.47
169,681.05
176,824.00
178,218.76
185,513.78
186,868.13
193,465.25
204,917.50
213,012.30
$ 178,618.11.
The low bid was 24.9% more than the Engineer's estimate of
$130,500. The difference between the estimate and the bid is due to
higher concrete block retaining wall prices than anticipated.
Based on the number of bids received and on prices currently
being quoted on other projects, the bid is reasonable, and it is
recommended that the project be awarded. Griffith Co. has satisfactorily
performed similar work for the City in the past.
This project will provide for the construction of a separated
free right -turn lane for westbound San Joaquin Hills Road to northbound
Jamboree Road. The work involves construction of A.C. pavement, curb
and gutter, P.C.C. sidewalk -bike trail, two street lights,.variable
height retaining wall, and storm drain system. Construction of the
improvements will provide for a smoother transition to northbound Jamboree
Road traffic, decrease congestion at the intersection, and will alleviate
the back -up of westbound San Joaquin Hills Road traffic which presently
occurs.
April 14, 1980
Subject: San Joaquin Hills Road and Jamboree Road
Free right -turn lane (C -1991)
Page 2
The construction cost breakdown for the project is as follows:
County AHFP Funds $ 81,487.24
City Gas Tax Funds 81,487.24
Total (Construction) $162,974.48
Sufficient funds for this work are provided in the current
budget.
The estimated date of completion of the project is July 12, 1980.
The plans and specifications were prepared by the civil engineering firm
of Williamson and Schmid of Irvine.
A sketch is attached showing the typical cross section and
project limits.
Benjamin B. Nolan
Public Works Director
JW -: do
Att.
4
�CONS7 NOTES
z C.nbt..
3 Coast.
4
7
RIB II �` •,
e P
1 � 4
I 2
ACIAS P�.�n.,,en'1-
F.C.C. Cur6e6u7r4r
PCX. S nc #. wo 1l%.
B/o<A Rao. 41&11
18" S.D. Ptp�
Curb /n /L7I-
57: [1g4t
5.4Yv a 04 QUINT —�/ /LL S Rat
- -
PLAN
I
I
u'
SECT /ON A -A
N. T. S.
/z'
4' f
.r F j
,n
CITY OF NEWPORT BEACH I DRAWN s"' DATE
PUBLIC WORKS DEPARTMENT APPROVED
SA Al JOA Q UTAI // /I r s RD. � 1/4^4 SORES RA PUBLIC WORKS .DIRECTOR
R.E. N0.
R /GN7 7-0441 LANE DRAWING NO. F_
xN /n/r "A"
a
N
n
h
r
A�
N
J�
QJ
1� M
v)�
h—
N
Z N
< W
�z
Z C7
U Z
U W
i
Z
I�
t�l
i�
j
Z
a.
J
WQ
iI
Vi
r4
4
�l
�_
J
a,
o
s
MW
^r
nJ"rn)-
men
P
.
f
I'a
n
I
ln0`rV
oQ-�
1�
trl�O�hJ'i
r
v
J
-
0
S
o�
W
W
S
n
}
a
X
M
cn
n
N
h'
e�
A `
J�
0.'
�a
�l M
�t
\Q^ t{
v)J
r
F-
T
w
L1
Li
z
z
Ll
v
L,
O
W
W
T
I
I
a
lily
Ol
'r
o
�o
J
w
_
1
4�4z
.
�Oo
;��jd�1
°tnOOnI
a��
y
`
JaJ�J
{`
e
-
0
L,
O
W
W
T
I
I
i
11
a
L
C
h
o
�
�
—
c
m
e
M
Q
i
Q :r
F
EI
5_
.w
0
z U)
\^Q
V)
0 La
U W
I
Q W
1
I
~ Z
U
N ULI
11
X71
H
C
a
�
t{
M
Q
i
EI
I
1
I
�
¢
i
I�
1
8t
z
J
I
4 v
bin
tc
te
i
N
CA
K1
ti
d
11
IA
0
CY
i
h
C
14
r.,
r
J
S
_
te
a
TI
X71
H
C
a
O.'
4
E
f
D
Jn
O
m
P� F
aw��
n
yN
0
Ln
h
e
QI .
h
J
v
0
0
h
•1
a
r
F
J.
w
w
LLJ
z
Z
LJ
T
Irl
It
1
Z
►
ItE
z
z
L
L
a.
I
'
i
r
2
I
$
g6�o,00�
no
<
n
tg
�
I�ooa
�i
� �
=
110T//
a
Vk
h
j
n�p
gym,
O
a4
Qo
,
a
o
y,
1
�
•n
�
-
3
?
,nI
i
-it
'A
V
e
i
ur
Q�
F
IS
0
W
W
n
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT NO. 1991
AHFP NO. 1007
CONTRACT DOCUMENTS
FOR
RIGHT -TURN LANE IMPROVEMENTS
FROM
SAN JOAQUIN HILLS ROAD
TO
JAMBOREE ROAD
Approved by the City Council
this 10th day of March.
oYi3' George, City(
SUBMITTED BY:
Contractor
P. O. Box B-T
Address
Irvine, California 92716
City Zip
(714) 549 -2291
Phone
Total Bid Price
.L Y,
• • Page 1
CITY OF NEWPORT BEACH, CALIFORNIA
Rol Ito=ILI0111Tam. I
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
2nd day of , 1980, at which time they will be opened and read, for
performing work as follows:
SAN JOAQUIN HILLS ROAD AND JAMBOREE ROAD FREE RIGHT -TURN LANE
CONTRACT NO. 1991
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 and the CCorpor_ate Seal
shall be affixed to all documents requiring signatures. In the case of a ark tnership,
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
Edition) as prepared by the Southern California Chapters of the American u is 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
0 0
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 -Sa-12
Accompanying this proposal is 10% Bidder's Bond
(Cash, Certified ec , Cashier's Check or on
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for 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
April 2, 1980
Date
GRIFFITH COMPANY"
Bidder's Na \me` 1 `� -
�A� �Nc► l:� __ (SEAL) -
AUNhori zed Signature -b-
;'AMES D. WALTZE
VICE PRESIDENr
Authorized Signature
Corporation
Type of Organization
(Individual, Corporation, or Co- Partnership)
GRIFFITH COMPANY OFFICERS
GEORGE P. GRIFFITH PRESIDENT 314 ROBINHOOD LANE
DONALD L. MCGREW EXECUTIVE VICE PRESIDENT 505 CALLE DE SOTO
ROBERT D. LYTL£ VICE PRESIDENT,SECRETARY /TREASURER,
CHIEF FINANCIAL OFFICER 1830 OCEAN BLVD.
JOHN E. TIGER VICE PRESIDENT 2360 MOUNTAIN AVENUE
JAMES A. HEARD VICE PRESIDENT /DISTRICT MANAGER 4513 COVE DR. #15
JAMES S. HAYDEN VICE PRESIDENT /DISTRICT MANAGER 5411 WARWICK PLACE
JAMES D. WALTZE VICE PRESIDENT /DISTRICT MANAGER 284 BUCKNELL ROAD
VINCENT DIAZ VICE PRESIDENT /DISTRICT MANAGER 4505 GREENMEADOW RD.
EVAN E. MILLINGTON ASSISTANT DISTRICT MANAGER 915 PALOMA STREET
ROBERT P. MOLKO CONTROLLER 425 N. MAGNOLIA, A -1
JOHN E. SNIDER ASSISTANT SECRETARY 3955 FRANKLIN AVENUE
COSTA MESA 92627
SAN CLEMENTE 92672
LONG BEACH 90802
NORCO 91760
CARLSBAD 92008
BAKERSFIELD 93309
COSTA MESA 92627
LONG BEACH 90608
BAKERSFIELD 93304
ANAHEIM 92801
LOS ANGELES 90027
•poration,
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
L J
2.
5. �c72Frz 61zlF�ii✓ Si:9.y��✓
6.
7.
8.
9.
10.
T1.
12.
GRIFFITH COMPANY
Bidder's ame
:JAMES D. WALTZL
VICE PRESIDENT
ut orize lgnature
Corporation
Type of Organization
(Individual, Co- partnership or Corp.)
P. O. Box B-T
Irvine, California 92716
Address
I
,
i 0
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
Bond No. U 95 33 78
KNOW ALL MEN BY THESE PRESENTS,
That we, GRIFFITH COMPANY , as Principal,
and UNITED PACIFIC. INSURANCE COMPANY , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT (10 %)
OF THE TOTAL AMOUNT BID IN -- -0ollars ($---------- - - - -), 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
Right -Turn Lane Improvements from San Jaquin Hills Road to Jamboree Road
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
became 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 27th day of
March , 19 80
Corporate Seal (If Corporation)
(Attach acknowled ement of
Attorney -in -Fact
GRIFFITH COMPANY
rincipa -
4. 'ES D: 4VAUZE
rnrr DA C'c nt..-
s G. Jarvis,
cy
.
» 0 c
g
2
<.
®2E§
0
\
\�
\ \\
M
0
a
cu
_
'
=i
_
# .«
C7
(
«!G
rm
)
/.
<
» »k k\
>
■C)>,.
-
.
i§ {kc/
7/
\
@§k2®
/$
/22§
;!•E
- --
.
m0
I�
\&
2
.
$)
\
�
\/
(
..
g »I\
.
/ \'}
}�
\ \0
.
f2 }}
'
{kf~
-
.
}\0
:
/0
•
NON- COLLUSION AFFIDAVIT
Page 5
The bidders, by its officers and agents or.representatives present at the time of
filing this bid, being duly sworn on their oaths say, that neither they nor any of
them,, have in any way, directly or indirectly, entered into any arrangement or agree-
ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH
whereby such affiant or affiants or either of them, has paid or is to pay to such
bidder or public officer any sum of money, or has given or is to give to such other
bidder or public officer anything of value whatever, or such affiant or affiants or
either of them has not directly or indirectly, entered into any arrangement or agree-
ment with any other bidder or bidders, which tends to or does lessen or destroy free
competition in the letting of the contract sought for by the attached bids; that no
bid has been accepted from any subcontractor or materialman through any bid depository,
the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from
considering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman from
bidding to any contractor who does not use the facilities of or accept bids from or
through such bid depository; that no inducement or any form or character other than
that which appears upon the face of the bid will be suggested, offered, paid, or
delivered to any person whomsoever to influence the acceptance of the said bid or
awarding of the contract, nor has this bidder any agreement or understanding of any
kind whatsoever, with any person whomsoever to pay, deliver to, or share with any
other person in any way or manner, any of the proceeds of the contracts sought by
this bid.
GRIFFITH COMPANY
Subscribed and sworn to before me
this-Lod day of r I , HN E. SNIDER ASSISTANT SMRETpIRq
19 80
My commission expires:
n -Ir��� 2 <i IXT2
Notary Public
��y,,,M „ OFFICIAL SEAL
GEORGE N, PITTh1A "J
,�G'o •ham NOiF.RV PUBLIC - Cf.LIF02 NIA
-\M�' LOS ANG`.LES COUNTY
P. ^y Comm. expires MAY 24, 1982
rI
L
SlAiLMENi OF FINANCIAL RESPONSIBILITY
. Page 6
The undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 24 hours after the bid opening if he
is the apparent low bidder.
JAMES D. WALTZE
VICE PD WAI�ir
Signed
0
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.
See attached list.
1 "t al IPAI7YJAES D. WALTZE
\)� VICE PR ESJDFiDFpij,
*
igne
11
GRIFFITH COMPANY
0
CONSTRUCTION EXPERMiCE REFERENCES
Year
Completed
For Whom Performed Person to Contact
Telephone
1977
Orange County Environmental H. G. Osborn
(714) 834 -2300
Management Agency Director
Marguerite Parkway from N/of
Avery Pkwy to Estanciero Dr
($560,000.00)
1977
State of California K. E. McKean
(213) 620 -3920
Dept of Transportation Chief
State College Blvd Overpass
@ Route 5
Contract No. 07- 184524
($3,325,000.00)
1977
City of Newport Beach Don Webb
(714) 640 -2281
Jamboree Road between Project Manager
Ford Rd & MacArthur Blvd
($387,000.00)
1979
City of Huntington Beach H. E. Hartge
(714) 536 -5431
Springdale St S /of Bolsa Ave Director of Public
to N /of Glenwood Works
($162,500.00)
1979
County of Orange - General T. R. Egan
(714) 834 -3212
Services Agency Director
Orange County Airport
Perimeter Road
($213,880.00)
1979
County of Orange - Environmental H. G. Osborn
(714) 834 -5678
Management Agency Director
Crown Valley Parkway from Puerta
Real to Marguerite Parkway
($673,340.00)
W
} • PR 1 OF 6
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMEN'
RIGHT -TURN LANE IMPROVEMENTS
FROM SAN JOAQUIN HILLS ROAD TO JAMBOREE ROAD
CONTRACT NO. 1991
AHFP NO. 1007
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. 1991
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 TOTAL
PRICE PRICE
1.
1
Clearing & grubbing
Lump Sum
f
@ �GEv6�/7ZbdsnvaDollars
5ixZ, ,✓d 727y and
� Cents
Per Lump Sum
2.
2,661
Unclassified excavation
Cubic Yds.
@ 771ecE Dollars
/
and
E <6�7 cents
$$13— $ ��
Per Cub Yard
ic
3. 279 Construct AC Pavement,
Tons 0.30' Thick Base Course,
(Type III- B2- AR4000) in-
cluding prime coat & tack
coat
@ / iele Tai Dollars /
and
J�IX%L SA�FY/zf'� Cents $ 30� 7 $ (0 3
Per Ton
GRIFFITH COMPANY
• • PR 2 OF 6
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. 142 Construct AC Pavement for
Tons 0.15' Thick Finish Course
& for Variable Thickness
Overlay, (Type III -G1-
AR4000) including tack coat
@ 72t,-/2 TY Dollars
and
SIX T'/ S6ii�tir Cents
Per T n
5. 1,009 Construct Aggregate Base,
Tons Complete In Place
@ zs,/C Dollars
and
Grim Cents
Per Ton
6. 883 Construct Type "A" PCC
L.F. Curb & Gutter (8" CF) Per
CNB Dwg. No. STD -182 -L
@ Dollars
and
S�v,uTy Cents
Per Linea Foot
7. 567 Construct Type "C" PCC
L.F. Curb & Gutter (8" CF) Per
CNB Dwg. No. STD -183 -L
@ S vEit/ Dollars
and
Cents
Per Li ear Foot
8. 1 Construct Curb Inlet, Type
Each OL, (L =14') per CNB Dwg.
No. STD - 306 -L, Complete In
Place /
@ /WC 7%c !/e- Dollars
FrF sari ti and
Cents
Each
GRIFFITH COMPANY,
i
$ 30 L7 $ iy
i
ICJ
$ R SY $sue
r
r.
$ZsS7 $ Zss 7
s
•
•
PR
3 OF 6
ITEM QUANTITY
ITEM DESCRIPTION
UNIT
TOTAL
NO. AND UNIT
UNIT PRICE WRITTEN IN WORDS
PRICE
PRICE
9. 1
Construct Curb Inlet, Type
Each
OL -A, (L =101) per CNB Dwg.
No. STD - 305 -L, Complete in
Place
@ Six7?r .SOaBsv Dollars
and
/VD Cents
$ 3c'6 —$
3067 oe
Each
10. 1
Construct Curb Inlet, Type
Each
OS, (L =3.51) per CNB Dwg.
No. STD- 306 -L, Complete In
Place
c2A-E %ri v--S;1A -w
/
@_ FiFi/ f « Dollars
and
Cents
Each
11. 1
Construct Rectangular Re-
Lump Sum
inforced PCC Curb Outlet
Drain, Complete In Place
%�f2c� 7afcvsfn.o S�v�n:/
,Z ollars
/
and
!LJ�i Cents
c o
$ 37F
�.
$
Per Lump Sum
12• 12
Construct 18" RCP (1250 D)
L.F.
or 18" ACP (2000 D), Com-
plete In Place
1
j
7`i1y4E Six Dollars
and
Yi SEV�rc� Cents
37
$ 36
Y
$ X36
Per Lin ar Foot
13. 110
Construct 15" RCP (1500 D)
L.F.
or 15" ACP (2500 D), Com-
plete In Place
@_ 7;�'rIe /Ccv2 Dollars
and
5ixi 6 t ' Cents
Per Linear Foot
GRIFFITH COMPANY
• • PR 4 OF 6
UNIT QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
14. 37 Construct PCC Encasement
L.F. Over 15" Storm Drain Pipe,
Complete In Place
@ Dollars
and
Cents $ /S� $ s73SY�
Per Linea Foot
15. 12,611 Construct 4" Thick PCC
S.F. Sidewalk Per CNB Dwg. No.
STD - 180 -L, Complete In
Place
@ 61 rc12E Dollars
and
Cents
Per Squar Foot
16. 2 Construct Type II -H Street
Each Light Per CNB Dwg. Nos.
STD- 200 -L, STD -201 -L & STD -
203-L With Conduits, Con-
ductors & Pull Boxes,
Complete In Place /
l%✓+QEG ??rrcvs�wv
@ /c "v' �y Dollars
and o ��
Cents $ 3dc�6` $ /7Z
Each
17. 1 Remove Existing & Construct
Lump Sum Street Lighting Cabinet
(Econolite No. E -3725) On
PCC Base Pad With 15 Amp
Circuit Breaker, Complete
In Place
LT !J� TiT%GSfJTI'O 5/ X � /
%1rre�Do11ars
and
Cents $��.1'� $ 1653
Per Lump Sum
18. 127 Construct Concrete Block
L.F. Retaining Wall 4 Feet & Less
In Height, Complete In Place
Oe,5 Dollars
and
TGv'Fti,n �f6FfT Cents $ 7/- $ 551 SL °
Per Line r Foot
GRIFFITH COMPANY
• • PR 5 OF 6
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
19. 605 Construct Concrete Block Re-
L.F. taining Wall Greater Than
4 Feet In Height, Complete
In Place
@��yd��/ Dollars
T and
tUu Cents
Per Linear Foot
20. 480
Construct 3" Thick PCC
L.F.
Drainage Swale Behind Re-
taining Wall, Complete In
Place
@ Dollars
and
6„l%Z %iyo Cents
Per Linear Foot
21. 1
Construct Drainage Device
Lump Sum
Connecting Drainage Swale
to Rectangular Reinforced
PCC Curb Outlet Drain,
Complete In Place
F/ vE f7�u iV'D/L�O
@ %?uF� ){ �� ✓� Dollars
and
/t/:✓ Cents
Per Lump Sum
22. 1
Guard Underground Con -
Lump Sum
struction
@ Dollars
and
Cents
Per Lump Sum
TOTAL PRICE FOR ITEMS 1 THROUGH 22
WRITTEN IN WORDS
i
$ F ?cic� $ 5-ZG3S w
$ 7
,F 2- $ 7S`!3 6 0
S SLS
$ S ^L S cG
i J
ONE �vr✓02EO Six 7tii Tu ;�; Td��srtn/o
/1/i vEUn//J2E0 .5���v7v �c >v2 Dollars
and �f 7
Cents $
GRiFFITH COMPANY,
• . PR 6 of 6
CONTRACTOR'S LICENSE NO. 32168
DATE
GRiFFITH COMPANY
(BIDDER'S NAME)
JAMES D. WALTZE
April 2, 1980 I VICE PRESIDENT
AUTHORIZED SI URE)
CONTRACTOR'S ADDRESS P. O. Box B-T
Irvine, California 92716
TELEPHONE NUMBER ( 714 ) 549 -2291
THE NEWI'OKT ENSIGN
PROOF OF PUBLICATION
(2015.5 C.C.P.)
STATE OF CALIFORNIA,
5S.
County of Orange,
I am a citizen of the United States and a resident of the
County aforesaid; I am over the age of eighteen years, and
not a party to or interested in the above-entitled matter. I
am the principal clerk of the printer of the Newport Harbor
Ensign newspaper of general circulation, printed and pub-
lished weekly in the city of Newport Beach, County of Or-
ange, and which newspaper has been adjudged a news-
paper of general circulation by the Superior Court of the
County of Orange, State of California, under the date of
May 14, 1951, CASE NUMBER A -20178 that the notice, of
which the annexed is a printed copy (set in type not smaller
than nonpareil). has been published in each regular and en-
tire issue of said newspaper and not in any supplement
thereof on the following dates to -wit:
Published Mar.12,1980
.......................................... ...............................
I certify (or declare) under penalty of perjury that the
foregoing is true and correct. Dated at Newport Beach,
Califnrni 2 nay of Mar /1/9%80
Signature
THE NEWI'OVF ENSIGN
2721 E. Coast Hwy., Corona del Mar, California 92625.
cirr or NEWPOR AUCCH
CALVOPNV
NoTICE7N"m"` B`oa
f3PALBD BIDS will b I«wved al the
This spaf for the County Clei of Ithe chcity a , city H4
Nrt
ism. (as determimd by NlepLaer(trea ,
WORIE for AO POAD PPEE RIGHT -TURN �,
LANE
CONTPAMN0. 1991
Notice
Proof of Publication of
Bid• most b .ubmibei an the
oropceal Incas alteched..ith the conbd
do rms furnuhed by the Public
Works Departmaet. The addibael copy
d the pmpwai form u to b retained I, +•
the bidder fm hit records.
Each bid must b ecoomPepied by
each, certified check or Bidders Bond:
made Payable to the City of Naas err'
Beach, for an amomt solved to at lean 10
—^ peroanl of th. emomt bid.
The fide of the Project and the word
"SEALED Bas" shall be clearly make,
on the c erode of We ecselope cos
taming the bid.
The oontred documents that men b
romPlated' executed, sad reformed t
the meld bid are:
A. Proponel
B. Designation of Subcontractors
C. Bidders Bond
D. Non-collusion Affidavit I
E. Statement of Financier Aeepon-.
mbility
F. Technical Ability and Eeperienw
'Refer...
Thera documeefe shall be aeud with
the eignalme and till® of the f,mnm
sigaiog on behalf of the bidder. For cm-
Pomiton., the signeturm of the President
m Vice President and Secretary or
Resistant Secretary are requtred and the
CoMenata Saal shall be efh.d to nit
docum.nb regninng sfe .,eve. Iv the
wee of a Partnershl , the tlynatum of al
least one general Pards. Yraquhad.
No bids w01 b accepted from a con -
bector who has sot been licensed m an- I'
cordanw with the Pmvie ms of Chapter
9, Db4sion In of the Bmmem and I,
Plolesinx, Code. The wotractor shall
state his license rrurnfim and
classification or the Wopmal.
One ml of Pleas and wntrad
documents, including apectal Prwisiom,
may be obtained at the Public Works
Department, City Hell, Nawpew Beach,
California, at an curt to Bcensed wn-
tractors, It u minx" ad that the On.
and contract documents b roomed
within 2 weed after the bid opening.
The City bas -dented the Standard
Specifications tar Poblic Word Con.
strudien 0976 Editio.) as Prepared by
the Sondra- California Cb.Ptam of the
American Public Word Association and
the Associated General Contractors d
America. Copies may be .Named 4om
Building Newc, Inc, 3055 Ovarbnd
Ave., tae Angels, Coal 90034, (2131
870 9871,
The City ban edopfd Standard
SPeciel Provisions and Standard
Draatage. Copies of these are as his
at the Public Word Deportment at a cret
d$5 Par W.
A standard "City of Newport Basch
Special Endoreamenl" torn bas been
adopted by the City of Newport Beech,
This bras is the only endorsement ac- ,✓
ceptable__),q,AEP. 'lyry f91_Iiebjllty surance PIMGorse."Tyv euccegiW low
bidder vNl be requited to comploe the
form u,o awmdof contract.
For my required bonds, the compeay
uudng bid bonds, labor and material
bond., and faithful p efmmence bonds .
most be m mamancy comes., or am."
company licensed by &a Slate of
Codornm.
In accordance with the prnvieloas of
Article 2, Chapter 1, Pest 7 of the
California Labor Code (Sections 1770 at.
sent), the Director of Industrial Aelatimer
has ascerlemed the general'evoine
rate of Per diem wages in the locality
which the work is to b performed
each malt, clnuntcehoa or type of wary
man re mechanic needed to e+.acute IW
,contract. A copy of said determination Is
available % the oWca of the City Clar),
An parties m the conbadehaP be grave.
end by all transitions, of the Cd ces,,
Labor Code rsletlnq to oven in, wage
tales Members 17767981 ivchn va..:
Tha oentradm eheB b reepenetNe ba '.
wmpllmo. wah s.dm ]777.5 t +ybe .
iCdi(roda labor Can. ra sV dv+ i
r.db. bier ' .......: _._ :•
• wrllmilg •
The contract.. ebA pmt a copy o the
prevailing Wage Iatm at the job site.
Copies may be oblaind Imes the Public
W.rMslleparnrvot.
Th. City remrv.s lh. right menisci
any . all bids and 10 waive am ,..
m ea
i.rali�y'm ch bids.
Publish: March 12, 198C in Th.
Newport Ensign, NE 179
w
PROOF OF PUBLICATION
By the CI T Y CUUNV ;IL
CITY W N"wPQAlT AWH
TO: CITY COUNCIL
FROM: Public Works Department
0
March 10, 1980
CITY COUNCIL AGENDA
ITEM NO. H -12
SUBJECT: SAN JOAQUIN HILLS ROAD AND JAMBOREE ROAD FREE RIGHT -TURN LANE
(C -1991)
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids for Contract
No. 1991 to be opened at 2:30 P.M. on Wednesday, April 2, 1980.
DISCUSSION:
The proposed project will provide for the construction of a separated
free right -turn lane for westbound San Joaquin Hills Road to northbound Jamboree
Road. The work involves construction of A.C. pavement, curb and gutter, P.C.C.
sidewalk -bike trail, two street lights, variable height retaining wall, and
storm drain system. Construction of the improvements will provide for a smoother
transition to northbound Jamboree Road traffic, decrease congestion at the inter-
section, and will alleviate the back -up of westbound San Joaquin Hills Road
traffic which presently occurs.
The improvements will be constructed within existing right -of -way
provided at the time the Big Canyon development was constructed.
The engineer's estimate for construction of the improvements is
$130,500.
County AHFP Funds $ 65,250
City Gas Tax Funds 65,250
Total (Construction) $130,500
Funds in the amount of $165,500 have been provided in the current
budget.
The plans were prepared by the civil engineering firm of Williamson
and Schmid of Irvine. The estimated date of completion is July 12, 1980.
Attached is a sketch showing the location and limits of the project.
Benjamin B. Nolan
Public Works Director
JW:jd
Att.
f
I Const.
I Con st.
3 Con.!
I t7- 4 ca,rst:
�N Con St.
Z
Con 5t.
oar 3 Cons t.
I � 2
Q � I I `. •.
0 2
•3
�. �• 3
2,
ST. NOTES_
ACIAQ
/.C.C. Cor6e(;u77 -¢r-
PC.C. S.dca+aik
B /ocA 44. LJa11
/8" S.D.
Cv v d /n hj-
sr. L,9,4 -t-
-,
In
SA N ✓ O q Q G/ IV L C S Rat
PLAN ,-
W E
22'
5ECr101V A -A
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
/2'
4� Ef
APPROVED
Roe
DATE
SAA/JOAQV /n/# ILLS RG. f .la,,,�aoREL-Ra PUBLIC WORKS .DIRECTOR
R.E. NO. —
Rl6HT 7-URA1 LAME DRAWING NO. EX Y11'17- "W