HomeMy WebLinkAboutC-2082 - San Joaquin Hills Road resurfacingRECOMMENDATION:
Adopt a resolution awarding Contract No. 2082 to Griffith Company
for $68,197, and authorizing the Mayor and the City Clerk to exe-
cute the contract.
DISCUSSION:
Five bids were received and opened in the office of the City Clerk
at 10:30 A.M. on June 12, 1979:
Bidder Amount Bid
1. Griffith Company, Irvine $68,197.00
2. Sully - Miller Contracting Co., Orange 69,460.00
3. All American Asphalt, Orange 70,766.00
4. Industrial Asphalt, Van Nuys 71,262.00
5. R. J. Noble Company, Orange 71,410.00
The low bid is 0.5% lower than the revised Engineer's estimate of
$68,536.90.
This project provides for an asphaltic concrete overlay on San Joaquin
Hills Road -- westbound from MacArthur Boulevard to Jamboree Road, eastbound from
Jamboree Road to Private Road (between Santa Cruz Drive and Santa Rosa Drive).
The work is part of the continuing street maintenance program, and will pro-
vide adequate structural sections for present and future traffic demands. The
exhibit on the reverse shows the limits of the project.
Sufficient funds for this project have been provided in the current
budget, Account No. 19- 3377 -012.
Griffith Company is well qualified to perform the work.
The plans and specifications were prepared by the Public Works
Department. The estimated date of completion is August 9, 1979.
�g�
Benjamin B. Nolan
Public Works Director
GW:jd
-= June 25, 1979
CITY COUNCIL AGENDA
ITEM N0. H -2(c)
TO:
CITY COUNCIL
FROM:
Public Works
Department
SUBJECT:
SAN JOAQUIN
HILLS ROAD RESURFACING:
WESTBOUND FROM MacARTHUR
BOULEVARD TO
JAMBOREE ROAD; EASTBOUND
FROM JAMBOREE ROAD TO
PRIVATE ROAD
(C -2082)
RECOMMENDATION:
Adopt a resolution awarding Contract No. 2082 to Griffith Company
for $68,197, and authorizing the Mayor and the City Clerk to exe-
cute the contract.
DISCUSSION:
Five bids were received and opened in the office of the City Clerk
at 10:30 A.M. on June 12, 1979:
Bidder Amount Bid
1. Griffith Company, Irvine $68,197.00
2. Sully - Miller Contracting Co., Orange 69,460.00
3. All American Asphalt, Orange 70,766.00
4. Industrial Asphalt, Van Nuys 71,262.00
5. R. J. Noble Company, Orange 71,410.00
The low bid is 0.5% lower than the revised Engineer's estimate of
$68,536.90.
This project provides for an asphaltic concrete overlay on San Joaquin
Hills Road -- westbound from MacArthur Boulevard to Jamboree Road, eastbound from
Jamboree Road to Private Road (between Santa Cruz Drive and Santa Rosa Drive).
The work is part of the continuing street maintenance program, and will pro-
vide adequate structural sections for present and future traffic demands. The
exhibit on the reverse shows the limits of the project.
Sufficient funds for this project have been provided in the current
budget, Account No. 19- 3377 -012.
Griffith Company is well qualified to perform the work.
The plans and specifications were prepared by the Public Works
Department. The estimated date of completion is August 9, 1979.
�g�
Benjamin B. Nolan
Public Works Director
GW:jd
i 1
I I
� � 1
O
111
p !<
2 v
a
O `v
ti
� v
N ~
1
1
I
I
I
I �
I ,
1 y,
I k
J
1
� 12
f� 1\
O
r_ _Jta
I
V
J
v
d?
U
4
P
t
\` 1i
\ 6
}
_ Yi, no
)J,,✓ 9
1
\ \\ 1 q on
to 1 —�
Zf
1j 0. irl -%! Y 7 1
y' t„may. ✓ /' � yyrr
of
4 biY VI y /
a>
v_ tb •'L \\�_ '_� ice- �
til f •�_a�_.r' iii
V
V
a
r,� 1
I
I 11
1 1)
YAhJV
CRUZ yE <vooR �G
vfA n
c
tr III
O
U
w O
U Z
O
N Ial
Y �
4 O
0 3
U
m
a
0
w
z �
aIx
a
o
r +,
U
F' J
OO >�
aN
W Y
zo
3:�
LL- U
O: _
rm
�a
U �
CQ
11�
V
O
z
U
z
a
a
0
ri
j
to 14
No
1
\ \\ 1 q on
to 1 —�
Zf
1j 0. irl -%! Y 7 1
y' t„may. ✓ /' � yyrr
of
4 biY VI y /
a>
v_ tb •'L \\�_ '_� ice- �
til f •�_a�_.r' iii
V
V
a
r,� 1
I
I 11
1 1)
YAhJV
CRUZ yE <vooR �G
vfA n
c
tr III
O
U
w O
U Z
O
N Ial
Y �
4 O
0 3
U
m
a
0
w
z �
aIx
a
o
r +,
U
F' J
OO >�
aN
W Y
zo
3:�
LL- U
O: _
rm
�a
U �
CQ
11�
V
O
z
U
z
a
a
0
ri
j
eilll,�Z&d
0
RESOLUTION NO.'
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO
GRIFFITH COMPANY IN CONNECTION WITH THE SAN
JOAQUIN HILLS ROAD RESURFACING (C -2082)
WHEREAS, pursuant to the notice inviting bids for work
in connection with the San Joaquin Hills Road resurfacing, westbound
from MacArthur Boulevard to Jamboree Road and eastbound from
Jamboree Road to private road, in connection with the plans and
specificiations heretofore adopted, bids were received on the
12th day of June, 1979, and publicly opened and declared; and
WHEREAS, it appears that the lowest responsible bidder
therefor is the GRIFFITH COMPANY,
NOW, THEREFORE, BE IT RESOLVED by the City Council of
the City of Newport Beach that the bid of the GRIFFITH COMPANY
in the amount of $68,197 in connection with the above referenced
road resurfacing 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 25th day of June
Mayor
ATTEST:
1979.
City Clerk kb
6/19/79
�• 00
Authorized to Publish Advertisements of all kinds, including
public notices by Decree of the Superior Court of Orange
County, California. Number A•6214, dated 29 September,
1961, and A- 24631. dated 11 June. 1963.
STATE OF CALIFORNIA
County of Orange Lip..", c Notice Aevertisinb cov
br tNs aNidevit i% set in s
wiM IO WCA Column rimb
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 below
entitled matter. I am a principal clerk of the Orange
Coast DAILY PILOT, with which is combined the
NEWS - PRESS, a newspaper of general circulation,
printed and published in the City of Costa Mesa,
County of Orange, State of California, and that a
Noticeof Tnvitina Bids
(rity of NPwnnrt Raarhi
of which copy attached hereto is a true and complete
copy, was printed and published in the Costa Mesa,
Newport Beach, Huntington Beach, Fountain Valley,
Irvine. Saddleback Valley, Laguna Beach and the
South Coast communities issues of said newspaper
for 1 consecutive weeks to wit the
issue(s) of
.Tuna 1 , 197_ 1_
,197—
197_
197_
197_
I declare, under penalty of perjury, that the
foregoing is true and correct.
Executedon Tana 1 1973
at Costa Mesa, California.
Signature
This space is for the County Clerk's Filing
Stamp
proof of Publication of
2102 -79
PROOF OF PUBLICATION
r-
MAY 2 9 1979
By the CITY COUNCIL
CITY OF NaWPORT BZAC''
TO: CITY COUNCIL
FROM: Public Works Department
Z
L
May 29, 1979
CITY COUNCIL AGENDA
ITEM NO. H -13
SUBJECT: STREET RESURFACING - -SAN JOAQUIN HILLS ROAD
1978 -79, C -2082
RECOMMENDATIONS:
1. Approve the plans and specifications for the subject
project.
2. Authorize the City Clerk to advertise for bids to be
opened at 10:30 A.M. on June 12, 1979.
DISCUSSION:
This project provides for an asphaltic concrete overlay on
San Joaquin Hills Road (westbound) from MacArthur Boulevard to
Jamboree Road, and on San Joaquin Hills Road (eastbound) from
Jamboree Road to the private road connection between Santa Cruz
Drive and Santa Rosa Drive. The work is part of the continuing
street maintenance program, and will provide adequate structural
sections for present and future traffic demands. Attached is a plan
of the project.
The engineer's estimate for the work is $68,000. Sufficient
funds have been provided in the current budget.
The plans and specifications were prepared by the Public Works
Department. The estimated date of completion is July 27, 1979.
�,/ J/�Z
Benjamin B. Nolan
Public Works Director
GW:jd
Att.
J
N�
L_
PR/m
V
LQU-
.I - -- — - -f SEA "�•,♦ �l
♦ — O.
)41
tit
AjI
.:r4,0
IN
IN �\ / /=
OBI Iy�i./M � -?� a+ `,�`I� ,�,Ya •S4
I \ ♦ C I
h
I 1 ° • 'r
1
t \\
Va
PR/m
V
LQU-
.I - -- — - -f SEA "�•,♦ �l
♦ — O.
)41
tit
AjI
.:r4,0
IN
IN �\ / /=
OBI Iy�i./M � -?� a+ `,�`I� ,�,Ya •S4
I \ ♦ C I
h
I 1 ° • 'r
1
t \\
\ YACNf'•.♦
/ T ' LAM /GLAh
G)
M
� I
4 I
� 'P
� N
Q
n �
y
N� Q
am
n 2
a�
a
~m
O
v
I NI
1 �-
L___J
O
L
V 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
(714) 640 -2251
January 10, 1980
Griffith Om piny
P. O. Box B-T
Irvine, Ca. 92716
Subject: Contract No. 2082
Project - San Joaquin Hills Ibad Resurfacing
Bond No. U08 36 41
Dear Sir,.
The City Council on October 1, 1979, accepted the work of
subject project and authorized the City Clerk to file a
Notice of Ctopletion and to release the bonds 35 days
after the Notice of OcnT)letion has been .filed.
Notice of Ccopletion was filed with the Orange County
Recorder on October 9, 1979, in Book 13343, page 1593.
Please notify your surety company that bonds may be re-
leased 35 days after recording date.
This letter is being sent at this late date due to an
error in filing.
DORIS GEOiGE
City Clerk
Mf-Mr)" 7
cc: Public Works
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663
RECORDING R?.�UES-= A BY AND MAIL TO 12 7 5 t
CITY OF NEWP ORT BEACH
CITY HALL Ei:i.ir'iPT
3300 NEWPORT BLVD C 2
NEWPORT BEACH, CA 92660 NOTICE. OF COMPLETION
PUBLIC WORKS
�6K 1334 PG i5,?
RECORDED IN OFFICIAL RECORDS
OF ORANGE COUgTY, CALIFORNIA
30 ""I^ 12 PANT S 1919
Past
LEE A. BRANCL', Ccwnti Rd. ;rdat
'I 'o All Laborers and Material Men and to Every Other Person Interested:
YOU WII.,L PLEASE TAKE NOTICE that on August 31, 1979
the Public Works project consisting of San. Joaquin Hills Road Resurfacing
on which rriffith Company
was the contractor, and United Pacific Insurance Company
was the surety, was completed.
VERIFICATION
I, the undersigned, say:
C OF NEWPOR B ACH
c
i
ubli 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 on0CtQber 2, t Q79 at Newport Beach, California.
C
Pu tic 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 1, 1979 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 2, 1979 at Newport Beach, California.
Q City Clerk
fi0: CITY COUNCIL
FROM: Public Works Department
0
October 1, 1979
CITY COUNCIL AGENDA
ITEM NO. H -10
SUBJECT: ACCEPTANCE OF STREET RESURFACING, SAN JOAQUIN HILLS ROAD,
MacARTHUR BOULEVARD TO JAMBOREE ROAD (C -2082)
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 resurfacing of San Joaquin Hills Road, westbound
from MacArthur Boulevard to Jamboree Road, eastbound from Private Road to
Jamboree Road, has been completed to the satisfaction of the Public Works
Department.
The bid price was $68,197.00
Amount of unit price items constructed 58,651.80
Amount of change orders None
Total contract cost 58,651.80
Funds were budgeted in the General Fund,
Street and Alley Account.
The design engineering was performed by the Public Works Department.
The contractor is Griffith Company of Irvine, California.
The contract date of completion was August 3.1, 1979. The work was
completed by that date.
BenJamin B. Nolan
Public Works Director
GW:jd
CITY OF NEWPORT BEACH
CALIFORNIA City Hall
3300 W. Newport Blvd
640 -2251
Lee A. Branch
County Recorder
P. 0. Box 238
Santa Ana, California 92702
Dear Mr. Carlyle:
Attached for recordation is Notice of Completion of Public
Works project consisting of San Joaquin Hills Road Resurfacing
Contract No. 2.082
on which Griffith Company was the Contnactor
and United Pacific Insurance Company was the surety.
Please record and return to us.
Very truly yours,
/Ls George
City Clerk
City of Newport Beach
Encl. '<
1
NO,rICF. OF COMPLETION
PUBLIC WORKS
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE. NOTICE, that on August 31, 1979
the Public Works project consisting of San Joaquin Hills Road Resurfacing
on which
was the contractor, and
was the surety, was completed.
VERIFICATION
I, the undersigned, say:
C OF NEWPa B ACH
ubli 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 o, 1979 at Newport Beach. California.
C
Pu lic 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 1. 1979 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 2, 1979 at Newport Beach, California.
if i
City Clerk
0
i
CITY OF NEWPORT BEACH
Date 'July 30. 1979
TO: Public Works Department
FROM: City Clerk
f.
SUBJECT: Contract No. 2082
Project San Joaquin Hills Road Resurfacing
Attached is signed copy of subject contract for transmittal to the contractor.
Contractor: Griffith Cmpany
Address: P.O. Box B -T Irvine, Calif 92716
Amount: $ 68, 197.00
Effective Date: July 27; 1979
Resolution No. 9582
Doris Geo e
Att.
cc: Finance Department [�
City Hall 3300 Ne„port Boulevard. Newport Beach, California 92663
0
Workers' Compensation Certificate
0
"I am aware of and will comply with Section 3700 of the Labor Code,
requiring every employer to be insured against liability for Workers'
Compensation or to undertake self- insurance before commencing any
of the work." AIFFITH C MPANY,
l\ �" JAMES D. WALTZE
` � \ PRESIDENT
Date ,nature
0 0
July 27, 1979
TO: CITY CLERK
FROM: Public Works Department
SUBJECT: SAN JOAQUIN HILLS ROAD RESURFACING (C -2082)
Attached are four copies of the subject contract
documents and insurance certificates. Please
have executed on behalf of the city, retain your
copy and the insurance certificates, and return
the remaining copies to our department.
"d'l bert W n;
Project Engineer
GW:do
Att.
0 0
C O N T R A C T O R S
LICENSE NO. 32166
P.O. BOX B -T, IRVINE, CALIF. 92716
17141 540.2291
July 19, 1979
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92663
Re: Contract No. 2082 - San Joaquin Hills Road
Resurfacing
Gentlemen:
Enclosed are four executed copies of the contract for the above referenced
project with Labor and Material Bond and Performance Bond and Workers'
Compensation Certificate.
Certificates of Insurance will be sent to you directly from our agent
Corroon & Black - Miller & Ames.
Very truly yours,
C GRIFFITH COMPANY
James D. Waltze
Vice President /District Manager
JDW:ld
Encls
,q�
• CITY CLERK
Y
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
4ell
SAN JOAQUIN HILLS ROAD RESURFACING
WESTBOUND FROM MacARTHUR BOULEVARD TO JAMBOREE ROAD
EASTBOUND FROM PRIVATE ROAD TO JAMBOREE ROAD
Approved by the City Council
this 29th day qfi May, 1979.
oris George, City Clork
CONTRACT NO. 2082
1978 -79
SUBMITTED BY:
GRIFFITH COMPANY
Contractor
P. 0. BOX B -T
Address
Irvine, California 92716
City Zip
(714) 549 -2291
Phone
$68.1 97. 00
Pota�7�OPrice
a• PR otz
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SAN JOAQUIN HILLS ROAD RESURFACING 78 -79
WESTBOUND - MacARTHUR BOULEVARD TO JAMBOREE ROAD
EASTBOUND - PRIVATE ROAD TO JAMBOREE ROAD
CONTRACT NO. 2082
PROPOSAL
To the Honorable City Council
City.of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92663
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 here-
by proposes to furnish all materials and do all the work required to complete Contract
No. 2082 in accordance with the Plans and Specifications,and will take in full payment
therefor the following unit prices for the work, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
3200 Construct open grade Type III- GI- AR4000
Tons asphaltic concrete overlay, including
tack coat.
@ Twenty Dollars
and
no Cents $ 20.00 $64,000-00
Per Ton
2. 7 Adjust sewer and storm drain manholes
Each to finished grade.
@ Two Hundred Thirty Five Dollars
and
no Cents $ 35.00 $ 1,645 00
Per Each
3. 22 Adjust water valve and survey monument
Each covers to finished grade.
@ One Hundred Sixteen __Dollars
and
no Cents $116.00 $ 2,552.00
Per Each
PR2of2
TOTAL PRICE FOR ITEMS 1 THROUGH 3
WRITTEN IN WORDS
SIXTY EIGHT THOUSAND ONE HUNDRED
NINETY SEVEN Dollars
and
no Cents $ 68,197.00
CONTRACTOR'S LICENSE NO. 32168
fRTFFTTN f.OMPANY
DATE June 19 ig7g BIDDER'S NAME
S /James D. Waltze, Vice President
AUTHORIZED SIGNATURE
CONTRACTOR'S ADDRESS P_ 0. Box B -T
TELEPHONE NO. .(714) 54g -29g1
.. 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,
Califgrnia, until 10:30 A.M. (as determined by telephone time signal) on the
12th day of June 1979, at which time they will be opened and read, for
performing work as fo 1� ows.
STREET RESURFACING, SAN JOAQUIN HILLS ROAD
1978 -79
CONTRACT NO. 2082
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 tTe_o Orate Seal
shall to all documents requiring signatures. In the case of a ar>s tnershtp
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
Ldition) as prepared by the 3ourn Caii ornia airs of the American Public Works
Association and the Associated General Contractors of America. Copies may be obtained
from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213)
870 -9871.
The City has adopted Standard Special Provisions and Standard Drawings. Copies of
these are available at the Public Works Department at a cost of $5 per set.
A standard "City of Newport Beach Special Endorsement" form has been adopted by the
City of Newport Beach._ This form is the only endorsement acceptable to the City for
liability insurance purposes. The successful low bidder will be required to complete
the.form upon award of contract. (A sample form is attached for reference.)
For any required bonds, the company issuing bid bonds, labor and material bonds, and
faithful performance bonds must be an insurance company or surety company licensed by
the State of California.
In accordance with the provisions of Article 2, Chapter 1, Part 7 of the.California
Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascer-
tained the general prevailing rate of per diem wages in the locality in which the work
is to be performed for each craft, classification, or type of workman or mechanic
needed to execute the contract. A copy of said determination is available in the.office
of the City Clerk. All parties to the contract shall be governed by all provisions of
the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in-
clusive). The contractor shall be responsible for compliance with Section 1777.5 of
the California Labor Code for all apprenticeable occupations.
The contractor shall post a copy of the prevailing wage rates at the job site. Copies
may be obtained from the Public Works Department.
The City reserves the right to reject any or all bids and to waive any informality in
such bids.
Revised 3 -13 -79
Page 2
All bids are to be computed on the basis of the given estimated quantities of work,
as indicated in this Proposal, times the.unit price as submitted by the bidder. In case
of a discrepancy between words and figures, the words shall prevail. In case of an error
in the extension of a unit price, the corrected extension shall be calculated and the bids
will be computed as indicated above and compared on the basis of the corrected totals.
The estimated quantities of work indicated in this Proposal are approximate only,
being given solely as a basis for comparison of bids.
The undersigned has checked carefully all of the above figures and understands that
the City will not be responsible for any errors or omissions on the part of the under-
signed in making up this bid.
The undersigned agrees that in case of default in executing the required contract
with necessary bonds within ten (10) days,.not including Saturday, Sunday and Federal
Holidays, after having received notice that the contract is ready for signature, the
proceeds of check or bond accompanying this bid shall become the property of the City
of Newport Beach.
Licensed in accordance with the Statutes of the State of California providing for
the registration of Contractors, License No. 32168 ClassificationA- SB- I -SC -12
Accompanying this proposal i
, Lasnler -s LneCK or
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
�Fone er
June 12, 1979
i er s ame ANY
(SEAL)
Authorized ignature
S James D. Waltze Vice President
ut orized ignature
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
Robert D. Lytle. Vice. President
James A. Hearn. Vice President
Donald L. McGrew, Executive V.P.
John E. Tiger, Vice President
James B. Hayden, Vice President
.:Vincent Diaz, Assistant.Distric.t Mgr.
r
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.
3.
4.
5.
6.
7.
9.
10.
11.
12.
er s Name
S /James -D. Waltze dice President
ut or ze Signature
Corporation
Type of Organization
(Individual, Co- partnership or Corp.)
P. 0. Box B -T
Irvine. California .92116
Tess
�`" _,__.:.� -» ,::t � � �. yam. ��•_.t -" w : _:_ �- ,.z - -
FOARIGINAL SEE CITY CLERK'S FILE Y
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
i
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. INm- - Dollars ($ ------- -- -- - -a, 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
San Joaquin Hilts Road: Resurfacing Westbound from MacArthur Boulevard to Jamboree Road
Eastbound from Private Road to.Jamboree Road Contract No. 2082
in the City of Newport Beach, is accepted by the City Council of said City, and if the
above bounden principal shall duly enter into and execute a contract for such construc-
tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting
Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from
the date of the mailing of a notice to the above bounden principal by and from said City
of Newport Beach that said contract is ready for execution, then this obligation shall
become null and void; otherwise it be and remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the surety from
its obligations under this.bond.
IN WITNESS WHEREOF; we hereunto set our hands and seals this .8th day of
June 19 79 .
Corporate Seat (If Corporation)
R MPANY
Principa
S /James D. Waltzes Vice President
(Attach acknowledgement of
Attorney -in -Fact)
Lorna L. Menendez,.Notarv.Public
Commission Expires Sept. 17, 1982
By
.S /Francis G. Jarvis. Jr.. -Att
NON - COLLUSION AFFIDAVIT
0
Page 5
f 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
j.. 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
S /Donald L. McGrew. Executive Vice President
Subscribed and sworn to before me
this 12th day of June ,
19 79
My commission expires:
May 24, 1982 S George N. Pittman
Notary Public
_'FOR ORIGINAL SEE CITY CLERK'S FIDE COPY"
STATEMENT OF FINANCIAL RESPONSIBILITY
Tne undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 24 hours after the bid opening if he
is the apparent low bidder.
"On file with City Clerk"
Page 6
S /James D. Waltze, Vice President
Signed
I
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 list attached
Wire Brarielant
Igoe
0
GRIFFITH COMPANY
CONSTRUCTION EXPERIENCE REFERENCES
Year
Co.T,pleted
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
($5160,000.00)
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)
r
r b an C
m tte Ped ernanee Ban&"
LABOR AND MATERIAL BOND
KNOW ALL MEN BY THESE PRESENTS, That
is
Page 8
BOND NO. U08 36 41
EXECUTED IN 4 COUNTERPARTS .
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted June 25, 1479
has awarded to GRIFFITH CO-
hereinafter designated as the "Principal ", a contract for SAN JOAQUIN HILLS ROAD RESURFACING
WESTBOUND FROM MacARTHUR BOULEVARD TO JAMBOREE ROAD - EASTBOUND FROM PRIVATE ROAD TO
JAMBOREE ROAD - CONTRACT NO. 2082
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond with said contract, providing that if
said Principal or any of his or its subcontractors, shall fail to pay for any materials,
provisions, provender, or other supplies or teams used in, upon, for, or about the per-
formance of the work agreed to be done, or for any work or labor done thereon of any
kind, the Surety on this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We GRIFFITH COMPANY
Post Office Box B -T, Irvine, California 92716
as Principal, and UNITED PACIFIC INSURANCE COMPANY
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
THIRTY -FOUR THOUSAND. NINETY -EIGHT and 50/100 Dollars ($34,098.50 -----
- -- ��
said sum being one -half of the estimated amount payable by the City of Newport Beach
under the terms of the contract, for which payment well and truly to be made we bind
ourselves, our heirs, executors and administrators, successors, or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that.if the above bounden Principal or
his subcontractors, fail to pay for any materials, provisions, provender, or other
supplies or teams, used in, upon, for, or about the performance of the work contracted
to be done, or for any other work or labor thereon of any kind or for amounts due
under the Unemployment Insurance Code with respect to such work or labor, that the
Surety or Sureties will pay for the same, in an amount not exceeding the sum specified
in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's
fee, to be fixed by the Court as required by the Provisions of Section 4204 of the
Government Code of the State of California.
This bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 3181 of the California Civil Code
so as to give a right of action to them or their assigns in any suit brought upon
I
State of California 1
1 ss:
County of Los Angeles 1
On July 16 , 19 79 , before me, the undersigned, a Notary Public in and for said County,
personally appeared WIT T,TAM P.. HOWARD known to me to be the person whose name is
subscribed to the within instrument as Attorney -in -Fact of UNITED PACIFIC INSURANCE COMPANY, and acknowledged
to me that he subscribed the name of UNITED PACIFIC INSURANCE COMPANY, as Surety, and his own name as
� 116 �O'!'SOb'OO OOOO C 0 0.00 000.00000
OFFICIAL SEAL O
O .`���'''� MARTHA J. CHASE
•
• ROTARY PUBLIC- G`.LIi OR':IA p
Prl:i:CI "AL OIFICE I:I
• � � LOO ANC =LES COUNTY
My Commission Expires April 3, 1981 e
•••0•.••• 0.0• ♦•�.••.••
My L•ommisslon expires
BDU -1818 ED. 3/72 (CALIF.)
i
Page 10
PERFORMANCE BOND BOND NO. U08 36 41
PREMIUM: $341.00
EXECUTED IN 4 COUNTERPARTS
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted June 25. 1979
has awarded to GRIFFITH COMPANY
hereinafter designated as the "Principal ", a contract for SAN JOAQUIN HILLS ROAD RESURFACING
WESTBOUND FROM MacARTHUR BOULEVARD TO JAMBOREE ROAD - .EASTBOUND FROM PRIVATE ROAD TO
�JAMBOREE ROAD - CONTRACT NO. 2089
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We, GRIFFITH COMPANY
Post Office Box B -T, Irvine, California 92716
as Principal, and UNITED PACIFIC INSURANCE COMPANY
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
SIXTY -EIGHT THOUSAND, ONE HUNDRED NINETY -SEVEN and NO 1100 Dollars ($ 68,197.00 - - - --
,
said sum being equal to 100% of'the estimated amount of the contract, to be paid to
the said City or its certain attorney, its successors, and assigns; for which payment
well and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal,
his or its heirs, executors, administrators, successors, or assigns, shall in all
things stand to and abide by, and well and truly keep and perform the covenants, con-
ditions, and agreements in the said contract and any alteration thereof made as therein
provided on his or their part, to be kept and performed at the time and in the manner
therein specified, and in all respects according to their true intent and meaning, and
shall indemnify and save harmless the City of Newport Beach, its officers and agents,
as therein stipulated, then this obligation shall become null and void; otherwise it
shall remain in full force and virtue.
And said Surety,. for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or to the specifications accompanying the same shall
in any wise affect its obligations on this bond, and it does hereby waive notice
Page 11
(Performance Bond - Continued)
of any such change, extension of time, alterations or additions to the terms of the
contract or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 16th day of July , 19 79
f
r— j
? c . tbrrftj 1/-\
'1
F
GRIFFITH COMPANY _ (Seal-)
Name of Contractor Principal)
Authorized Signature and Title-,.
UNITED PACIFIC INSURANCE COMPANY (Seal)
Name of Surety
MirkShatto Place Los Angeles, 'Ca. 90020
ddress of Surety
Signature and -Title of Authorized Agent
William E. Howard, Attorney -in -Fact
3600 Wilshire Boulevard, Los Angeles, Ca. 90010
Address of Agent
(213) 386 -2360
Telephone No. of Agent
' • • _
� ��`. ,
� ?
,�
-� ,'
- -
_ ;�,
' �
- �:
..
�- ,`-
a
I
i
_:
�� �,:
a:.:
_;� .�
v:.;: � a.� =.=
State of California 1
1 ss:
County of Los Angeles 1
On July 16 1979 , before me, the undersigned, a Notary Public in and for said County,
personally appeared WILLIAM E. HOWARD known to me to be the person whose name is
subscribed to the within instrument as Attorney -in -Fact of UNITED PACIFIC INSURANCE COMPANY, and acknowledged
to me that he subscribed the name of UNITED PACIFIC INSURANCE COMPANY, as Surety, and h is own name as
o'ie6POico000o4 C O••01Ai♦ ♦•ems
OFFICIAL SEAL
MARTHA J. CHASE
�6 n NOV.-,3Y PU3LIC CILI:OW : :A 1
F : r+iL Or FICE IN •
LCO A 10ELES COUNTY
My Commission Expires April 3, 1981
BDU -1818 ED. W2 (CALIF -)
• •
CONTRACT
Page 12
THIS AGREEMENT, made and entered into this,4 i td, day of 19.,
by and between the CITY OF NEWPORT BEACH, California, hereinafter des gnated 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
SAN JOAQUIN HILLS ROAD RESURFACING WESTBOUND FROM MacARTHUR BOULEVARD.TO JAMBOREE ROAD
EASTBOUND FROM PRIVATE ROAD TO JAMBOREE ROAD - CONTRACT NO. 2082
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
t: and Specifications,:,are hereby incorporated in and made part of this Agreement.
Page 13
5. Pursuant to the Labor Code of the State of California, the City Council has
ascertained the general prevailing rates of per diem wages for each craft or type of
workman needed to execute the contract and a schedule containing such information is
included in the Notice Inviting Bids and is incorporated by reference herein.
6. The Contractor shall assume the defense of and indemnify and save harmless the
City, the Director of Public Works, and their officers and employees, from all claims,
loss, damage, injury, and liability of every kind, nature, and description, directly.or
indirectly arising from the performance of the contract or work, regardless of responsi-
bility for negligence; and from any and all claims, loss, damage, injury, and liability,
howsoever the same may be caused,resulting directly or indirectly from the nature of
the work covered by the contract, regardless of responsibility for negligence.
IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed
the day and year first above written..
CITY OF NEWPORT BEACH, CALIFORNIA
ATTEST:_
Citj:_C erk
GRIFFITH COMPANY
Contractor
CAI
By: 04&a 1 4vlz co� 21�
Dcnald L. MaGrew" I - _
Title
By
lWES D. WALT,7E
VICE PRES12EN7
Title
App o7l __J
.e I
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SAN JOAQUIN HILLS ROAD RESURFACING
WESTBOUND - MacARTHUR BOULEVARD TO JAMBOREE ROAD
EASTBOUND - PRIVATE ROAD TO JAMBOREE ROAD
CONTRACT NO. 2082
INDEX TO SPECIAL PROVISIONS
Page
I.
SCOPE OF WORK . . . . . . . . . . . . . . . . . .
. . . . 1
II.
TIME OF COMPLETION . . . . . . . . . . . . . . . .
. . . . 1
III.
PAYMENT . . . . . . . . . . . . . . . . . . . . .
. . . . 1
IV.
GUARANTEE . . . . . . . . . . . . . . . . . . . .
. . . . 1
V.
TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . .
. . . . 2
VI.
NOTICES TO BUSINESSES . . . . . . . . . . . . . .
. . . . 3
VII.
WATER . . . . . . . . . . . . . . . . . . . . . .
. . . . 3
VIII.
CONSTRUCTION DETAILS . . . . . . . . . . . . . . .
. . . . 3
IX.
A. Street Preparation Prior to Overlay . . . . .
. . . . 3
B. Asphaltic Concrete Overlay . . . . . . . . . .
. . . . 3
C. Utility Adjustment to Grade . . . . . . . . .
. . . . 4
II
• • SP 1 of
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
111V
SAN JOAQUIN HILLS ROAD RESURFACING
WESTBOUND - MacARTHUR BOULEVARD TO JAMBOREE ROAD
EASTBOUND - PRIVATE ROAD TO JAMBOREE ROAD
CONTRACT NO. 2082
SCOPE OF WORK
The work to be done under Contract No. 2082 consists of constructing an asphaltic
concrete overlay on the westbound roadway of San Joaquin Hills Road from
MacArthur Boulevard to Jamboree Road and eastbound roadway of San Joaquin Hills
Road from Private Road (STA. 32 +93.25) to Jamboree Road, as shown on the plan,
adjusting to finished grade City -owned utility boxes and manholes within the
limits of the resurfacing, and other incidental items of work.
The contract requires completion of all the work in accordance with these Special
Provisions, the Plans (Drawing No. R- 5380 -S), the City's Standard Special Pro-
visions and Standard Drawings, and the City's Standard Specifications (Standard
Specifications for Public Works Construction, 1976 Edition), including supple-
ments to date, copies of which are available at Building News, Inc., 3055
Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. Copies of the
City's Standard Special Provisions and Drawings may be purchased from the Public
Works Department at a cost of $5.
TIME OF COMPLETION
The contractor shall complete all work on this contract within 45 consecutive
calendar days after award of the contract by the City Council.
III. PAYMENT.
The unit price bid for each item
ered as full compensation for all
necessary to complete the work in
made therefor.
IV. GUARANTEE
of work shown on the proposal shall be consid-
labor, equipment, materials, and incidentals
place, and no additional allowance will be
The contractor shall guarantee for a period of one year, after acceptance of the
work by the City Council, all materials and all workmanship against any defects
whatsoever. Any such defects shall be repaired at the contractor's expense.
0
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), also
published by Building News, Inc.
The contractor is advised that San Joaquin Hills Road is a high -speed major
arterial street, carrying approximately 20,000 vehicles per day through the
project area. The contractor shall submit a written traffic control plan to
the engineer for his approval a minimum of 2 working days prior to commencing
any work. The plan shall incorporate the following requirements:
A complete and separate drawing for each stage of construction
proposed by the contractor or required herein, showing the
locations, directions, and durations of the work.
2. The location and signing of all signs, barricades, delineators,
lights, warning devices, temporary parking restrictions, and
any other details required to assure that all traffic will be
handled in a safe and efficient manner with a minimum of incon-
venience to the motorists.
Two 11 -foot delineated travel lanes in each roadway on
San Joaquin Hills Road shall be maintained at all times, and
all intersections shall remain open.
The following left /right -turn lanes on San Joaquin Hills Road to
side streets shall remain unobstructed before 9:30 a.m. and after
3 p.m. on weekdays.
San Joaquin Hills Road Westbound:
One "free" right -turn lane at Jamboree Road.
One left -turn lane at Jamboree Road.
One left -turn lane at Santa Cruz Drive /Big Canyon.
One left -turn lane at Private Road (STA.32 +93.25).
Two left -turn lanes at Santa Rosa Drive /Big Canyon.
San Joaquin Hills Road Eastbound:
One left -turn lane at Santa Cruz Drive /Big Canyon Drive.
One right -turn lane at Santa Cruz Drive /Big Canyon Drive.
One right -turn lane at Private Road.
Adequate barricades shall be used to insure public safety and to prevent track-
ing of the tack coat or rutting of the asphalt resurfacing prior to its curing
adequately for traffic use. Ingress and egress to all driveways adjoining the
work shall be reasonably maintained except during the resurfacing operations
and application of the tack coat.
SP 2 of
• . SP 3 of 4i
VI. NOTICES TO BUSINESSES
The contractor shall distribute written notices to each affected business,
advising them that access to their property will be temporarily restricted.
The notices will be prepared by the City, and the contractor shall insert the
applicable dates and times of access restriction and restoration. The notices
shall be distributed between 36 and 48 hours in advance of the resurfacing.
Errors in distribution, false starts, acts of God, strikes, or other alterations
of the schedule will require renotification by the contractor using an explana-
tory letter prepared by the City.
VII. WATER
Water will be provided by the City. To make arrangements, contact the City's
Utilities Superintendent, Mr, Gil Gomez, at (714) 640 -2221.
VIII. CONSTRUCTION DETAILS
A. Street Preparation Prior to Overlay
1. City forces will complete asphaltic concrete patching prior to the
overlaying operation.
B. Asphaltic Concrete Overlay
1. Material - The asphaltic concrete to be furnished and placed shall be
open graded Type III- GI- AR4000. Open graded asphalt concrete shall
meet the requirements of Section 400 of the Standard Specifications.
The requirements of 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 combined aggregates shall conform to one of
the gradings shown in the following table:
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.
Percentage
Passing
G 31
Maximum
Sieve
Individual
Moving
Sizes
Test Result
Average
112"
100
100
3/8"
88 -100
90 -100
1/411
- --
---
No. 4
23 -42
25 -40
No. 8
4 -22
5 -20
No. 16
0 -12
0 -10
No. 200
0 -4
0 -3
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.
• • SP 4 of
The amount of asphalt binder to be mixed with the mineral aggregate
shall be between 5% and 7% by weight of the dry mineral aggregate.
Placement - The asphaltic concrete overlay shall be placed to the limits
and compacted thickness as shown on the plan, in conformance with
Section 302 -5 of the Standard Specifications.
Open graded asphalt concrete shall be placed only when the ambient air
temperature is above 700F, in lieu of 40OF as specified in Section
302 -5.4, "Distribution and Spreading," of the Standard Specifications.
Breakdown rolling of the asphalt concrete for the entire width of each
pass of the paving machine shall be completed prior to the mixture
cooling to 1750F. 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 -tire 2 -axle tandem roller
weighing not more than 10 tons.
Feather Joins - At side street intersections without cross - gutters,
and at the ends of the work, the asphaltic concrete shall be feathered
to meet the existing pavement along a straight line defined by the end
of the curb returns as shown on the plans.
Utilitv Adjustment to Grade
The contractor shall adjust all sewer and storm drain manholes, and water
valve and survey monument boxes to the finished grade of the asphaltic
concrete surfacing as described in Section 302 -5.7 of the Standard Specifi-
cations.
The contractor shall pave over a
cable television facilities. Pr
notify the affected utilities in
ties. Although these facilities
monuments) are to be adjusted to
the contractor shall be required
pavement surface.
y existing gas, electric, telephone, and
or to starting work, the contractor shall
order that they can tie out their facili-
(except for water, sewer, and survey
finished grade by the respective utility,
to mark their locations on the finished
Following is a list of the utilities companies' telephone numbers:
Southern California Gas Co.
Southern California Edison
Pacific Telephone Company
County Sanitation District
Teleprompter Corp.
Community Cablevision
Water & Sewer (City
1- 800 - 422 -4133
Co. 835 -3833
1- 800 - 422 -4133
962 -2411, ext. 241
642 -3260
644 -4471
640 -2221
•
CITY OF NEWPORT BEACH
Contract No. 2082
Special Endorsement No.
SAMPLE
In consideration of the premium charged, this endorsement is attached to and made
a part of all policies insuring the liability of any person, firm or corporation
performing services under contract for the City of Newport Beach.
Notwithstanding any inconsistent expression in the policy to which this endorsement
is attached, or in any other endorsement now or hereafter attached thereto, or made a
part thereof, the protection afforded by said policies shall:
1. Include the City of Newport Beach, its officers and employees as additional
insureds in the policies described below for injuries, death or damage to property
arising out of or in connection with the contract executed by the named insured and the
City. It is further agreed that this policy shall be primary and non - contributing with
any other insurance available to the City of Newport Beach, and includes a severability
of interest clause.
2. Include contractual liability coverage applicable to the contract referred to
above, including the obligation to defend the City.
3. Delete all exclusions relating to property damage arising out of explosion,
collapse, or underground damage (commonly referred to as "xcu" hazards).
4. Indemnify and save harmless the City of Newport Beach against any and all claims,
excluding sole negligence of the City, resulting from the undertaking of the contract.
This hold harmless assumption on the part of the underwriters shall include all costs of
investigation and defense, until reasonable determination is made that the City is solely
negligent.
5. Provides limits of liability and coverages as follows
COVERAGES TO
WHICH THIS EFFECTIVE
ENDORSEMENT DATE OF POLICY POLICY LIMITS OF INSURANCE
ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY
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, 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
Address
By
Authorized Representative
IMPORTANT: This is the only evidence of insurance acceptable to the City. The person
executing this Endorsement is cautioned to make certain that he has authority
to do same on behalf of the Insurance Company or Companies.
C.I.E. - 3/79
Notwithstanding any inconsistent expression in the policy to which this endorsement
is attached, or in any other endorsement now or hereafter attached thereto, or made a
part thereof, the protection afforded by said policies shall:
1. Include the City of Newport Beach, its officers and employees as additional
insureds in the policies described below for injuries, death or damage to property
arising out of or in connection with the contract. executed by the named insured and the
City. It is further agreed that this policy shall be primary and non - contributing with
any other insurance available to the City of Newport Beach, and includes a severability
of interest clause.
.2. Include contractual liability coverage applicable to the contract referred to
above, including the obligation to defend the City.
3. Delete all exclusions relating to property damage arising out of explosion,
collapse, or underground damage-(commonly referred to as "xcu" hazards).
4. Indemnify and save harmless the City of Newport Beach against any and all claims,
excluding sole negligence of the City, resulting from the undertaking of the contract.
This hold harmless assumption on the part of the underwriters shall include all costs of
investigation and defense, until reasonable determination is made that the City is solely
negligent.
5. Provides limits of liability and coverages as follows:
COVERAGES TO
WHICH THIS EFFECTIVE
ENDORSEMENT DATE OF POLICY POLICY LIMITS OF INSURANCE
ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY 'COMPANY
(PLEASE SEE REVERSE SIDE FOR LIMITS AND COVERAGES)
. This endorsement is effective JULY 3, 19 79 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
NAME OF INSURED
GRIFFITH COMPANY
City of Newport Beach c/o City Clerk
3300 Newport Boulevard
Newport Beach, California 92663.
NAME OF AGENT OR BROKER
CORROON &
L
Address 3650 CHERRY AVENUE P.O. BOX 980 Address 3600 WILSHIRE BOULEVARD, SUITE 1100
LONG BEACH, CALIFORNIA 90801 LOS ANGELES,'
CALIFORNIA 90010
By
(A4tWri z Representative)
IMPORTANT: This is the only evidence of insurance acceptable to the City. The person
executing this Endorsement is cautioned to make certain that he has authority
to do same on behalf of the Insurance Company or Companies.
C.I.E. - 3/79
0
�.r a
U k
H
a
P4P4 �i
W "
H W
H O
U
W W
W H
W 6
wq
Lr
�r F
oW
H v�
w O
w p fn
�wx
W U
W V1 2
v E+ 6
cn
co
O+
to
N
Y
r7
'. rl
t r
in
%O
aH
H
- .
in
v
L
h
N
ccq
rte-[
N
:14
a
C4
N.C4
N
�
O�
T
ON
m
3
n
as
aq
z
Y
O�
o
o
a
rl
rl
w
w
w
via
ma
O�
r
T
W
w
4
4
7
i
O
7
h
h
Y H
....
H Pa
H py
a
P�
O
o
co
o
o
:M
- oa..o�,
o
0
C3
LM
in
co
W
co
O
\
\
\
O
\
\
\
H
n
n
n
n
Y
Y
N.
Y
W
.. .:.
'
Oh
O%
O%
CA
n
n
n
n
H
\
\
\
o
\
\
\
a
n
l
n
n
0
�.r a
U k
H
a
P4P4 �i
W "
H W
H O
U
W W
W H
W 6
wq
Lr
�r F
oW
H v�
w O
w p fn
�wx
W U
W V1 2
v E+ 6
cn
co
O+
to
N
O
r7
O
Ln
co
in
%O
O
In
%O
in
v
L
h
N
ccq
rte-[
N
:14
a
V)
h
N
N
O�
T
ON
m
n
n
n
n
O%
m
O�
O%
r-1
r1
rl
rl
w
w
w
r
T
4
4
7
i
O
7
h
h
h
C
O
M N
u �.a
ro .a
N `rl
C ro
a
U 0)
,4
N �f
n
m Fp
t+
O" 7
's a
T
Y
M
14
.0 .
p
ro
a
H
ro
w
d
C
a
u
M
M
,n
ro
M
a
ro
H
.a
ro
N
5
.,
a
0.
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
SAN JOAQUIN HILLS ROAD RESURFACING
WESTBOUND FROM MacARTHUR BOULEVARD TO JAMBOREE ROAD
EASTBOUND FROM PRIVATE ROAD TO JAMBOREE ROAD
Approved by the City Council
this 29th day May, 1979.
1
oris George, City Cl ,#rk
CONTRACT NO. 2082
1978 -79
SUBMITTED BY:
'GRIFFITH COMPANY
Contractor
P. 0. Box B-T
Address
Irvine, California 92716
City
(714) 549 -2291
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 10:30 A.M. (as determined by telephone time signal) on the
12th day of June 1979, at which time they will be opened and read, for
performing work as fo low ws:
STREET RESURFACING, SAN JOAQUIN HILLS ROAD
1978 -79
CONTRACT NO. 2082
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 he CCoorpoora�te Seal
shall be affixed to all documents requiring ing signatures. In the case of a arTs 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.)
i
Page la
The City has adopted the Standard Specifications for Public Works Construction (1976
ldition) as prepared by the southern a i ornia Chapters o t e erican 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 arty or all bids and to waive any informality in
such bids.
Revised 3 -13 -79
i.
Page.2
All bids are to be computed on the basis of the given estimated quantities of work,
as indicated in this Proposal, times the unit price as submitted by the bidder. In case
of a discrepancy between words and figures, the words shall prevail. In case of an error
in the extension of a unit price, the corrected extension shall be calculated and the bids
will be computed as indicated above and compared on the basis of the corrected totals.
The estimated quantities of work indicated in this Proposal are approximate only,
being given solely as a basis for comparison of bids.
The undersigned has checked carefully all of the above figures and understands that
the City will not be responsible for any errors or omissions on the part of the under-
signed in making up this bid.
The undersigned agrees that in case of default in executing the required contract
with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal ..
Holidays, after having received notice that the contract is ready for signature, the
proceeds of check or bond .accompanying this bid shall become the property of the City
of Newport Beach.
Licensed in accordance with the Statutes of the State of California providing for
the registration of Contractors, License No. 32168 Classification A- SB- I -SC -12
Accompanying this proposal is 10% Bidder's Bond
(Cash, Certified Check, Cashier's Check or
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 comnencing the performance of the work of this contract.
(714) 549 -2291
Phone Number
June 12, 1979
Da e
GRIFFITH COMPANY .:
Bi er s Name
-. (SEAL)
Autnorizea signa re
MATES a -W�,X
�. =
iori ze i gfia e -
Cost. Mesa 92627
San Clemente 92672
Long Beach
90802
GRIFF'11H COMPANY
OFFICERS
Ccorge
P. Griffith
President
.414 Robinhood Lane
Donald
L. P@Grev
Lxccutive Vice President
304 Avenida Monterey
Robert
D. Lytle
Vice President- Secretary/Treasurer-
93304
Los Angeles
90064
Chief Financial Officer
1830 Ocean Boulevard
John E.
Tiger
Vice President
2360 Meuntain Avenue
.larts A.
Ilearn
Vice President /District Manager
145 - 215t Street
.lames B.
Hayden
Vice President /District Manager
5411 Warwick Place
Janes D.
W.ltte
Vito President /District Manager
284 Bucknell Road
Vincent
Diaz
Assistant District Manager
4508 Greenmeadow Road
Telly R.
Fogelberg
Assistant District Manager
19774 Golden Bough Drive
Evan E.
Millington
Assistant District Manager
915 Palaue Street
Ned G.
Mliohou
Controller
2213 Linnington Avenue
John E.
Snider
Assistant Secretary
3958 Franklin Avenue
Cost. Mesa 92627
San Clemente 92672
Long Beach
90802
Norco
91760
Del Mar
92014
Bakersfield
93309
Costa Mesa
92627
Long Beach
90808
Covina
91722
Bakersfield
93304
Los Angeles
90064
Los Angeles
90027
Co- Partnership)
f a corporation,
•
�A'
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.
2.
3. - --
6.
7.
8.
9.
10.
11.
12.
GRIFFITH COMPANY
er s ame
WE9 d. WA-LTZE
VICE PRFRmrNT
re
Corporation
Type of Organization
(Individual, Co- partnership or Corp.)
P. O. Box B-T
Irvine, California 92716
Address
b
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 off EN PERCENT (10 %)
OF THE TOTAL AMOUNT BID TN - - - -- 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
San Joaquin Hills Road Resurfacing Westbound from MacArthur Boulevard to Jamboree Road
Eastbound from Private Road to .lamhnniaa I?nai rnntrart Nn_ 9f)"
31Ua iu int UWntK June IZ, 1979
in the City of Newport Beach, is accepted by the City Council of said City, and if the
above bounden principal shall duly enter into and execute a contract for such construc-
tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting
Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from
the date of the mailing of a notice to the above bounden principal by and from said City
of Newport Beach that said contract is ready for execution, then this obligation shall
become null and void; otherwise it be and remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any principal above named executed this bond as.an individual,
it is agreed that the death of any such principal shall not exonerate the surety from
its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 8th day of
June 19 79
Corporate Seat (If Corporation)
(Attach acknowledgement of
Attorney -in -Fact
GRIFFI
TED
r.
By
GRIFFI
TED
r.
- -1-1-1
State of California
I ss:
County of Orange )
On June 8 , 1979 , before me, the undersigned, a Notary Public in and for said County,
personally appeared Francis G. Jarvis, Jr. known to me to be the person whose name is
subscribed to the within instrument as Attorney -in -Fact of UNITED PACIFIC INSURANCE COMPANY, and acknowledged
to me that _he subscribed the name of UNITED PACIFIC INSURANCE COMPANY, as Surety, and h i S own name as
Attorney- In -Fac
My Commission
t.
9 OFFICIAL SEAL
LORNA L. MENENDEZ
NOTARY PUBLIC CALIFURNUS
9 PRINCIPAL OFFICE IN
ORANGE COUNTY
My Commission Expires Sept. 17, 1982
expires . 19
8DUARIS ED. 3/72 (CALIF.)
Notary vululiv in antl Tor id County ,,)r—
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 materi.alman 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 12 day of June
19 79
My commission expires:
OFFICIAL SEAL
GEORGE N. PITTMAN
m NOTARY PUBLIC - CALIFORNIA
LOS ANGELES COUNTY
My Comm. expires MAY 24, 1992
r •
"` rt
I�
r STATEMENT OF FINANCIAL RESPONSIBILITY
Page 6
Tne undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 24 hours after the bid opening if he
is the apparent low bidder.
GRIFFITH COMPANY
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 list attached.
GRIFFITH COMPANY
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 /o£
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)
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
•
SAN JOAQUIN HILLS ROAD RESURFACING 78 -79
WESTBOUND - MacARTHUR BOULEVARD TO JAMBOREE ROAD
EASTBOUND - PRIVATE ROAD TO JAMBOREE ROAD
CONTRACT NO. 2082
PROPOSAL
To the Honorable City Council
City.of Newport Beach
3300 West.Newport Boulevard
Newport Beach, California 92663
Gentlemen:
PR oft
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 here-
by proposes to furnish all materials and do all the work required to complete Contract
No. 2082 in accordance with the Plans and Specifications,and will take in full payment
therefor the following unit prices for the work, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
3200 Construct open grade Type III- GI- AR4000
Tons asphaltic concrete overlay, including
tack coat.
7Gv� %,z Dollars
-� and
Cents $ 2C� —" $ 6 1( %C c)
2. 7 Adjust sewer and storm drain manholes (o%2,179
Each to finished grade.
Dollars
and
Cents $ 2-2
Per Each
3. 22 Adjust water valve and survey monument
Each covers to finished grade.
Dollars
and
Cents $ //i-', $
Per Each
TOTAL PRICE FOR ITEMS 1 THROUGH 3
WRITTEN IN WORDS
SIcIY�:tJ7��i' ft"r,'y�a�c °Dollars
and
Cents
CONTRACTOR'S LICENSE NO.
c «,
PR2of2
CHiFFiTH COMPANY-
DATE June 12, 1979 BIDDER'S NAME
RIZED SI NATURE
JAMES D. WALTZE
CONTRACTOR'S ADDRESS P. o. Box B-T VICE PRESIDENT
Irvine, California 92716
14 549 -2291
TELEPHONE N0. )
rt
rn
z
rn
ri
co 0 -A
< >-
r.
T
C:
X
mmonmma
i
iu,niuu�ui
rn
z
rn
ri
co 0 -A
< >-
r.
T
C:
X
n
t�
m
z
c>
z
m
m
N
m
C
1
0
r�
m
kr g
cn
G
s
3
iIIIIIIIIN
uiuiaR�uteutr
�unuiii'mi�M�
m
m
z
c>
z
m
m
N
m
C
1
0
r�
m
kr g
cn
G
s
3
0 0
RESOLUTION NO. 9 5 ii .}
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO
GRIFFITH COMPANY IN CONNECTION WITH THE SAN
JOAQUIN HILLS ROAD RESURFACING (C -2082)
WHEREAS, pursuant to the notice inviting bids for work
in connection with the San Joaquin hills Road resurfacing, westbound
from MacArthur Boulevard to Jamboree Road and eastbound from
Jamboree Road to private road, in connection with the plans and
specificiations heretofore adopted, bids were received on the
12th day of June, 1979, and publicly opened and declared; and
WHEREAS, it appears that the lowest responsible bidder
therefor is the GRIFFITH COMPANY,
NOW, THEREFORE, BE IT RESOLVED by the City Council of
the City of Newport Beach that the bid of the GRIFFITH COMPANY
in the amount of $68,197 in connection with the above referenced
road resurfacing 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 25th day of June , 1979.
ATTEST:
City Clerk kb
6/19/79