Loading...
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