Loading...
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