Loading...
HomeMy WebLinkAboutC-2415 - Street, Alley & Bicycle Trail Resurfacing & Reconstruction Program 1983-84a October 12, 1984 Griffith Co. 2020 Yale Santa Ana, CA 92704 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (7141640-2251 Subject: Surety: United Pacific Insurance Co. Bonds No.: U49 82 58 .Project: Street, Alley & Bike Trail Resurfacing Contract No.: C -2415 The City Council on Seytember 24 1984 accepted the work of subject project and authorized the City Clerk to file'a Notice of Completion and to release the bonds 35 days after the Notice has been recorded. The Notice was recorded with the Orange County Recorder on October 1, 1984, Reference No. 84- 406607. Please notify your surety company that the bonds may be released 35 days after this recording date. Sincerely, Wanda E. Raggio City Clerk WER:lr cc: Public Works City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 RfC�RA PLEASE RETURN TO: 10 q t >rec P� s�nmce City erk o FSr d nmcr.; Co City of Newport Beach ro Fo � 64`406607 3300 Newport Blvd. r�_ r Newport Beach, CA 92663 -3884 NOTICE OF COMPLETTON �Y NO CONSIDERATION PUBLIC WORKS �XC 1 p� 1 o All Laborers and Material Men and to Every Other Person Intere to a�,j i9FC� / --- _���_. Cs 44 i YOU WILL PLEASE TAKE NOTICE that on September 24, 1�95�`r,,.,,� -: the Public Works project consisting of Street, Alley & Bike Trail Re ej� and Reconstruction Program (C -2415) on which Griffith Co., 2020 Yale, Santa Ana, CA 92704 was the contractor, and United Pacific Insurance Co. 443 Shatto P1 L A , CA was the surety, was completed. 90020 VERIFICATION I, the undersigned, say: CI Y OF NEWPORT BEACH i J )WW4 Publ c Works Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct, Executed on September 26, 1984 at Newport Beach, California. blie 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 September 24, 1984 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 September 26, 1984 at Newport Beach, California. L, " X . City Clerk (Deputy) RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY CALIFORNIA -1 2§ PM OCT 1'84 GOUNry �'PiK -�i RECORDER 0(00�% CITY OF NEWPORT BEACH V S OFFICE OF THE CITY CLERK (714( 640 -2251 September 27, 1984 Lee A. Branch O.C. Recorder P.O. Box 238 Santa Ana, CA 92702 Dear Mr. Branch: i Attached for recordation are two Notices of Completion of Public Works projects consisting of: 1. Water Main Replacement Program 1983 -84, Contract No. 2401 on which Thibodo Construction Co. was the Contractor and Industrial Indemnity was the Surety. 2. Street, Alley & Bike Trail Resurfacing and Reconstruction Program, Contract No. 2415 on which Griffith Co. was the Contractor and United Pacific Insurance Co. was the Surety. Please record both these documents and return them to us. Sincerely, Wanda E. Raggio City Clerk WER:lr (2) Attachments cc: Public Works City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 • • aLi is (38') BY THE CITY COUNCIL September 24, 1984 CITY OF NEWPORT BEACH CITY COUNCIL AGENDA ITEM NO. F -14 SEP 24 1984 TO: CITY COUNCIL QJp0,cn� -e FROM: Public Works Department SUBJECT:,,JICCEP CE,OF._STREET ; D..BIKE TRAIL RESURFACING AND RCOF RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for the construction of the subject project has been completed to the satisfaction of the Public Works Department. The bid price was $165,383.05 Amount of unit price items constructed 172,529.03 Amount of change orders 21,727.54 Total contract cost $194,256.57 Funds were budgeted in the General Fund, Account No. 02- 3383 -015. The increase in the amount of unit price items constructed con- structed was due primarily to additional quantities of asphalt required for the resurfacing. After removal of the existing pavement in the alley westerly of the YMCA, it was found that the subgrade was quite wet and unstable. To correct this condition, two change orders for extra work were issued. The first, in the amount of $15,750, provided for construction of perforated pipe sub - drains. The second, in the amount of $5,977.54, provided for the removal of 12 inches of native material and replacement with aggregate base. The design engineering was performed by the Public Works Department. The contractor is Griffith Company of Santa Ana. The contract date of completion was was completed by August 24, 1984. Benjamin B. Nolan Public Works Director GRO: jd September 31, 1984. The work EW Pp CITY OF NEWPORT BEACH t n U = OFFICE OF THE CITY CLERK c9<i FO nN�� J7141640-2251 O'C�t') lkya,,,- gc 1�y TO: FINANCE DIRECTOR PUBLIC WORKS FROM: CITY CLERK DATE: July 16, 1984 SUBJECT: Contract No. C -2415 Description of Contract Street, Alley and Bike Trail Resurfacing and Reconstruction Program Effective date of Contract July 16, 1984 Authorized by Minute Action, approved on Contract with Address Amount of Contract W 1.. Wanda E. Andersen City Clerk WEA:lr attach. Griffith Co. 2020 Yale Santa Ana, CA 92704 $165,383.05 June 25, 1984 City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 0 July 11, 1984 TO: CITY CLERK FROM: Public Works Department SUBJECT: STREET, ALLEY, AND BIKE TRAIL RESURFACING AND RECONSTRUCTION PROGRAM, C -2415 Attached are four copies of the subject contract documents. Please have executed on behalf of the City, retain your copy and the insurance certificates, and return the remaining copies to this department. ` Gilbert Wong Project Engine r GW:em Att: O�AYfA \P 0 (PR,0 DO, 170-u a p L2 a V C O N T R A C T O R S L I C EVSE no. 32 16 8 2020 YALE STREET, SANTA ANA, CALIFORNIA 92704 (714) 549 -22.91 July 2, 1984 City Engineer c/o Public Works Department City of Newport Beach 3300 West Newport Blvd. Newport Beach, CA 92663 Re: Street, Alley and Bike Trail Resurfacing and Reconstruction Program, Contract No. 2415 Gentlemen: Enclosed please find four (4) copies of the Contract agreement, signed and sealed; and copies of the Faithful Performance and Labor & Material Bonds, executed in quadruplicate. Our Certificate of Insurance will be forwarded directly to you by our Insurance Carrier. Please note that on the Performance Bonds where the money amount was filled in an error was made and corrected by our Bonding Company. It has been initialed by both our Bonding Company and Griffith Company. JDW: s Enclosures Very truly yours, GRIFFITH COMPANY \.�CNN�7J \-j Jame D. Waltze Vice President /District Manager C-) N .A i7 Z M yl fi S n 0 a I� T Im n3 m m � N � O m• N� �m m O 0 d O 3 � •m m 33 d j Z I•r O £• � m £ c N S f1 C Z o m ol 3 Z CD =r S m O ti m m ti O m 5'a N m e4 CD 0 a m S �<��� o �• o a N m Z a O m O O O G_ n N O N c? l< O O O m O Z 0 C N cr e"r sanoo roam `r C+ o O aj m N ml7d m Z O � • n C16 m 7 J 0 O m N 'S N C O go m '7 7 a a -gym 3 A d C Mnw I V CD a o O N d -n F c --o =r a N - O �r m rr m M C o m Jm £ O 0 3 . Q, Q, r A- � Q• a J v —0 o n rt z ��•0'<c-) c+ r+ 'S O S S I -p r1 O m N N y C A S i CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newpor_' each, CA 92663 until 11:00 A.M. on the 15th day of June at which time such bids shall be opened and read fr STREET e 2415' Contract No. $170,000 Engineer's Estimate Approved by the City Council this 29th day of May , 1984 Wanda E. Andersen City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663. For further information, call Gilbert Wong at 640 -2281. Project Engineer PPOP 1CAI STREET, ALLEY, AND BIKE TRAIL RESURFACING AND RECONSTRUCTION PROGRAM CONTRACT NO. 2415 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: PR 1.1 The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provision, and hereby pro- poses to furnish all materials and do all the work required to complete this Contract 2415 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1 Lump Sum Clearing and grubbing, including excavation and subgrade compaction. @ Five Thousand Dollars and no Cents $ $5.000.00 $ $5.000.00 Per Lump Sum 2 6300 Remove existing A.C. alley pavement sq. ft. and replace with 3" A.C. /4 "A.B. @ Two Dollars and no Cents $ 2.00 $ 12,600.00 Per Square Foot 3 635 Remove and replace existing P.C.C. sq. ft. driveway @ Two Dollars and SPVPpty_f;vP Cents $ 2.75 $ 1.746.25 Per Square Foot 4 40 Remove and replace existing P.C.0 sidewalk sq.ft. @ Fivp Dollars and Fifty $ 5.50 $ 220.00 Per Square Foot !Cents " • • PR 1.2 ITEM QUANTITY ITEM DESCRIPTION _ UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. 1 Remove and replace existing P.C.C. Each alley approach (also include curb returns, aggregate base, and paveout) @ One ThouS.anSLTw4 Hundred _Dollars and No _Cents $__1Z00__00_ $ 1,2nn .00 Per Each 6. 300 Remove existing A.C. berm and replace Linear Feet with P.C.C. curb and gutter @ Nine _ _ Dollars and Cents $ g_nn $ O.00 2,7O Per inear Foot 7. 266 Remove existing P.C.C. curb and gutter Linear Feet and replace with P.C.C. curb 3 E 10 11 170 Tons 2200 Tons 3 Each 31 Each @ Seven Dollars and Thirty Cents $ 7.30 $_J941.80 Per Linear Foot Remove existing street section and replace with 5" thick asphalt concrete base course @ Forty ive Dollars and Cents $ 45.00 $ 7,650.00 Per on Construct 1" thick asphalt concrete overlay (street, alley, and bike trails) @Thy Five Dollars and Fighty Cents $ 35.80 $78 760.00 Per Ton Adjust existing water meter boxes to finished grade @ nne Hundred Twenty Dollars and Cents Per ach �__ Adjust existing water valve, monument, and sewer cleanout frames and covers to finished grade. @ One Hundred Thirty Dollars and No Cents $ 130.00 $ 4,030.00 Per E ch • 0 PR 1.3 ITEM — QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 12. 45 Adjust manhole frames and covers to Each finished grade. @--One undred S yady Dollars and No Cents $ 170.00 $ Z,650.00 Per Each 13, 250 Construct 2" -thick asphalt concrete Tons overlav with formed shoulder support (Nature Park) @ Seventy Seven Dollars and Fifty Cents $ 77.50 $ 14,375.00 Per Ton 14. 10,000 Remove existing A.C. and P.C.C. trail sq. feet and replace with 4" -thick P.C.C. over 4" aggregate base (Nature Park) Twn Dollars and Fi quare Cents $ �_iF $ 21_Snn_no Per Square foot 15. Lump Sum Traffic striping and pavement markings (includes raised pavement markers for location of fire hydrant) @ Six Hundred Fifty Dollars and No Cents $ 650.00 $ 650.00 Per Lump Sum TOTAL PRICE WRITTEN IN WORDS Eighty Three One Hundred Sixty -Five Thousand Three Hundred/ Dollars and i Five Cents $ 165.393.05 June 15 1984 GRTFFTTH CnMPANY Date Bidder 1121 FIR Contractor's Lic. No. & Classification 6i der s Telephone Number g /James D Waltze Vice President Authorized Signature /Title 0 9 INSTRUCTIONS TO BIDDERS Page 2 The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON - COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL. form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained 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 con- tract. 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. of the California Labor Code for all apprenticeable occupations. �i�,g A B -C12 Contr's Lic. No. & Classification �IRTi •:' GRIFFITH COMPANY Bidder S /James D. Waltze, Vice President Authorized Signature /Title • 0 Page 3 DESIGNATION OF SUBCONTRACTOR(S) The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer.and as provided by State law. Item of Work Subcontractor Address I• Manholes /Water Valves Manhole Adjusters Los Angeles 2•�T ylor's Concrete Co. Concrete Yorba Linda 3. 4. 5. 6. 7. 8. 9. 10. 12. MIL,,, S /James D. Waltze, Vice President Authorized Signature Title FOSRIGINAL SEE CITY CLERK'S FILE •Y BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, Page 4 Bond No. U95 33 78 - 795 That we, GRIFFITH COMPANY, 2020 Yale, Santa Ana, CA 92704 , as bidder, and UNITED PACIFIC INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PFRCFNT (10 %) OF THE TOTAI AMOUNT RTD IN ---- - - - - -- Dollars ($-------- - - - -), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of _ i � X11 • •� • • � 1 X11 • /l • /1 ••i •�11 /1 •/ in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 12th day of June , 1984. (Attach acknowledgement of Attorney -in -Fact) Karen L. Wolf Notary Public Commission expires August 21, 1987 GRIFFITH COMPANY Bidder S /James D. Waitze Vice President Authorized Signature /Title BE I OMMilonfam ILI 11.91 MW IN lu•.21 BY S /Mary A. Jenny Title Attorney -in -Fact 0 0 NON- COLLUSION AFFIDAVIT Page 5 The bidder, 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 arrange- ment or agreement 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 agreement 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 bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever 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 Bidder dames D. Waltze, Vice President Authorized Signature /Title Subscribed and sworn to before me this 15th day of ,tune , 1984. My commission expires: May 74, 1486 S /G. N. Pittman Notary Public F (WRIGINAL SEE CITY CLERK'S COPY • Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. On file with City Clerk. teT:il�i . r iPul7:� $Amo D alSte at tr l e id n • 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 Attached Bi .:- Stdames D. Waltze. Vice President Authorized Signature /Title • � Page 8 NOTICE The following are samples of contract documents which shall be completed and executed by the successful bidder after he receives a letter of award from the City of Newport Beach: PAYMENT BOND (pages 9 & 10) FAITHFUL PERFORMANCE BOND (pages 11 & 12) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13, 14, 15) CONTRACT (pages 16 & 17) Since the City of Newport Beach will not permit a substitute format for these contract documents, bidders are advised to review their content with bonding, insuring and legal agents prior to sub- mission of bid. BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Register Circular 570. INSURANCE COMPANIES shall be assigned Policyholders' Rating B (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Ke Ratin Guide: Property- Casualty. Coverages shall be provided for a YPES OF INSURANCE checked on the CERTIFICATE OF INSURANCE. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction.(latest edi- tion adopted for use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. • Page 9 Bond Nunber U49 82 58 PAYMENT BOND Executed in Quadruplicate 'IM 1-low ~ iV to KNOW ALL MEN BY THESE PRESENTS, That No b b*M b od "M w es 8 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted June 25 1984 has awarded to GRIFFITH COMPANY hereinafter designated as the "Principal ", a contract for • � '11 ,.. is i i 1 :11 i 11 � 11 SCI .:V � 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 GRIFFM COMPANY, 2020 Yale Street, Santa Ana. CA 92704 as Surety, are held firmly bound unto the City of Newport Beach, in the sum of DOLLARS AN) 05 /100 ONE HUNDRED S= FIM THOUSAND TmgEE HLl mrm EI= Tmm/ Dollars ( $ 165.383.05-- --- - - , said sum being equal to 100% 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 3250 of the Civil Code of the State of California. This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon Page 10 Payment Bond (Continued) this bond, as required by the Provisions of Sections 3247 et, seq. of the Civil Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 28th day of June 1984 as to r ,N"�c iyg4r:�ihur :,►'� ncipa Seal) �d ignature Title Waltze, Vice President /District" Mgr.. R(rcnorizea zoignature Dennis H. Teague, Ass Manager mrrTF.D PAc ivi - INSURANCE E CCMPA_(Seal ) Name of Surety 443 Shatto Place. Los Angeles, CA 90020 yrgnature ana iitie or Autnorizea Agent gjo4ert M. Minot Attorney -in -Fact CbARDM & BLACK INSURANCE SERVICES 70 S. Lake.Avenue, Pasadena, CA 91101 818 796 -3888 e!I%hone No. of Agent it rnY� tk P y .ac r ,p p O T e N z % O rt is a� 1 O w P. rt ro tY 0 a w. Oi ° is M �j 'I ti N O rt 7 w w (D O tt 7 n 0 z m w rt rt w N co a c n 0 z rt W z N O O o new c m t3 n o E rt`C mz nty 0 a 0 3 C 'w H. n " (D w tr ::s o rt r 0 W D w O rt 2 � (~I M n z C N ro rt '� 7 y 10 N rr�. fD Z Y 0 w m N D CD C3 a Y y O O t3, Z tr N O N (D ro n a n w n 5 w } rt (D qWq ° x a - rt N rt rt N T (D w w (D N w m �rt is rt N \O (D O (D N . D M w w w N O N N M rt c rt v O \ (D N w w N w rt `G n co co rr O A 5 (D k a � \ 0 C D n n i m () N G N rt N O M rn n 0 co M t o a Y (D (D N § | \ � k ! ! N \} /(]! .a ! 7 "® a { «7 \ \/\ \ /�C4 ( j77� § }i ��( \I \ \�� \ ( \� } ¥21 \ \ \\ @ q \ F Uwirl"MD �CIT+rIC IWE5T_ .AN� COIaQPANY HOME OFFICE, TACOMA. WASHINGTON POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, That the UNITED PACIFIC INSURANCE COMPANY, a corporation duly organized under the laws of the State of Washington, does hereby make, constitute and appoint ROBERT M. MINOT of LOS ANGELES, CALIFORNIA - - - -- its true and lawful Attorney -in -fact, to make execute, seal and deliver for and on its behalf, and as its act and deed ANY AND ALL BONDS AND UNDERTAKINGS OF SURETYSHIP - - - -- and to bind the UNITED PACIFIC INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the UNITED PACIFIC INSURANCE COMPANY and sealed and attested by one other of such officers, and hereby ratifies and confirms all that its said Attorneylsl-in fact may do in pursuance hereof. This Power of Attorney is granted under and by authority of Section 37A of the By Laws of UNITED PACIFIC INSURANCE COMPANY which provisions are now in full force and effect, reading as follows: SECTION 37A — ATTORNEYS IN FACT SECTION 1. The Board of Directors, the President, or any Vice - President or Assistant Vice-President shall have power and authority to: (a) appoint Attorneys -in -fact and to authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory In the nature thereof, and (b) to remove any such Attorney -in -fact at any time and revoke the power and authority given to him. SECTION 2. Attorneys -in -fact shall have power and authority, subject to the terms and limitations of the power of attorney issued to them, to execute and deliver on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory In the nature thereof. The corporate seal is not necessary for the validity of any bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory In the nature thereof. This power of attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of UNITED PACIFIC INSURANCE COMPANY at a meeting held on the 26th day of October, 1971, at which a quorum was present, and said Resolution has not been amended or repealed: "Resolved, that the signatures of such directors and officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company In the future with respect to any bond or undertaking to which it is attached." - IN WITNESS WHEREOF, the UNITED PACIFIC INSURANCE COMPANY has caused these presents to be signed by its Vice - President, and its corporate seal to be hereto affixed, this 26th day of April 1979, UNITED PACIFIC INSURANCE COMPANY STATE OF Washington ( Vice-President COUNTY OF Pi f ss. erce On this 26th day of April , 1979 ,personally appeared WM. J. COTTER to me known to be the Vme-Presdent of the UNITED PACIFIC INSURANCE COMPANY, and acknowledged that he executed and attested the foregoing instrument and .affixed the seal of said c,rnoration thereto, and that Section 37A, Section 1 and 2 of the By-Lam of said Company and the Resolution, set forth therein, are still in lu❑ force. My Commission Expires: 6'5:� 4 . June 12, 9 82 .,`- �`a Washington -puaf. Notary Public In and for State of �ues< e o 0 Residing at Tacoma Gerald C. Lyon Assistant Secretary of the UNITED PACIFIC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by said UNI TED PACI FIC INSURANCE COMPANY, which is still in full force and effect. IN WITNESS WHEREOF, 1 have hereunto set my hand and affixed the seal of said Compan i26th day of June 9 84 s —, As BDU -1431 ED.2.72 psun Secre r m.nr ,.. And Number U49 82 58 Page 11 Executed in Quadruplicate Praaium: $1, 2'90.00 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted hina25. 1984 has awarded to GRIFFITH COMPANY hereinafter designated as the "Principal ", a contract for 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, 2020 Yale Street, Santa Ana, CA 92704 as Principal, and UNITED PACIFIC INSURANCE COMMY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of ONE HUNDRED SIXTY FIVE THOUSAND THREE HUNDRED EIGITY THREE DOLLARS MD 05/100 GNE ig.4949Q r `" °r "^ ;9 " 199 ollars ($165,383.05 - - - -- ), 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 12 Faithful Performance Bond (Continued) 1 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 28th day of June 19 8 COMPANY (Seal) ntracor Principal) naturewa ritie :e, Vice President /District_Mgr_. ,1A Dennis H. Teague, Assistant 6/strict Manager UNITED PACIFIC INSURANCE COMPANY (Seal) Name of Surety 443 Shatto Place, Las Angeles, CA -90020 Address urety. , �dT Signature and Title of Authorized Agent Robert M. Minot Attorney -in -Fact 4 Approved as t form: CORROON & BIACR INSURANCE SERVICES k0 S. Lake Avenue Pasadena CA 91101 ( dress of Agent City Attorney X8:18) M -3Ygff Telephone No. of Agent �i \/ \\ \ ! §( t » }{ ] 0 \t0 \\ \f }m >1 Q] -P § (V \\`) j , (C a] \ \xim { §Go' \2 ° ;)4 ` °» f )} \)! ° 7 �3 * �4/ Id \ m » }/0 ; �7 \/27 / \a[3)§ \ ! -�,i; ) ( . a - / | LU ! § { ■§©lm4, e |§ \)\)} a & ; • §§ { 3 2 � O Z0 v Opn —� 3 C r O m �m- N m D P tD O y ? Q G _LG�Am rnN m Nmcc'> � o O� d N Ao d I A co s z a tz City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED • CERTIFICATE OF INSURANCE • Page 13 AFFORDING COV Company A Letter ANVIL INSURANCE COMPANY 0 U E This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time, including attached endorsement(s). NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the-Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. By: Agency: CORROCN & BLACK INSURANCE SERVICES 07/01/84 Dates Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: STREET, ALLEY AND B= TRAIL PROGRAM C -2415 Project Title and Contract umber NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. LE Policy LIMITS OF LIABILITY IN THOUSANDS D00 COMPANY LETTER TYPES OF INSURANCE COVERAGE REQUIRED Policy No. Exp. Date Each JAg . ro uc s Completed Occurrence Operations GENERAL LIABILITY Comprehensive Form Bodily Injury $ $ Premises - Operations Property Damage $ $ Explosion & Collapse Hazard IX Underground Hazard A Products /Completed Operations GL Bodily Injury Hazard 0072727 7/01/85 and Property x Contractual Insurance Damage Combined $500 $ 500 x Broad Form Property Damage x Independent Contractors x Personal Injury Marine Personal Injury $ 500 Aviation AUTOMOTIVE LIABILITY x[? Comprehensive Form GL Bodily Injury (Each Person $ Q Owned 0072727 7/01/85 $ Bodily Injury Each Occurrence A FxJ Hired Pro ertj Damage ❑x Non -owned Bodily njury and Property Damage Combined $500 EXCESS LIABILITY ® Umbrella Form CNU Bodily Injury B Other than Umbrella Form 001726 7/01/85 and Property Damage Combined $2,000 $ 2,000 WORKERS' COMPENSATION Statuto C and EMPLOYER'S LIABILITY WC 27 -99 -7 7/01/8T/ 100 ac Accident) NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the-Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. By: Agency: CORROCN & BLACK INSURANCE SERVICES 07/01/84 Dates Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: STREET, ALLEY AND B= TRAIL PROGRAM C -2415 Project Title and Contract umber NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. LE 0 CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT Page 14 It is agreed that: 1. With respect to such insurance as is afforded by the policy for Bodily Injury and Property Damage Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded the additional named insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The limits of liability under this endorsement for the additional insureds named in paragraph 1 of this endorsement shall be the limits indicated below for either Multi- ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability $ each occurrence Property Damage Liability $ each occurrence ( X ) Single Limit Bodily Injury Liability $ 500,000 each occurrence and Property Damage Liability Combined The limits of liability as stated in paragraph 3 of this endorsement shall not in- crease the total liability of the Insurance Company for all damages as the result of any one accident or occurrence in excess of the limits of Liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: AND BIKE TRAIL PROGRAM C -2415 Project Tit a and Contract No.). This endorsement is effective July 1, 1984 at 12 :01 A.M. and forms a part of Policy No. CT,o072727 Named Insured GP=TrH COMPANY Endorsement No. Name of Insurance Company ANVIL INSURANCE COMPANY By Authorized Representative * Excess Umbrella Insurance - Central National Insurance CarVany Policy #CNU- 001726 07/01/84 - 07/01/85 Limits - $2,000,000. • CITY OF NEWPORT BEACH • COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: Page 15 1. With respect to such insurance as is afforded by the policy for Comprehensive General Liability, the City of Newport Beach, its officers and employees are additional in- sureds but only with respect to liability arising out of operations performed by or on behalf the named insured in connection with the contract designated below or acts and omissions of the City of Newport Beach in connection with its general supervision of such operations. The insurance afforded said additional insured shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision con- tained in the written contract, designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU "hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured named in paragraph I of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability Property Damage Liability � ) Single Limit $ each occurrence $ each occurrence Bodily Injury Liability $ 500,000, each occurrence and Property Damage Liability Combined The applicable limit of the Insurance Company's liability for the insurance afforded for contractual liability shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insureds. The limits of liability as stated in this endorsement shall not increase the total liability of the Insurance Company for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to Comprehen- sive General Liability Insurance. 6. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department 7. Designated Contract: STREET, ALLEY & BIKE PROGRAM C -2415 Project Title and Contract No. This endorsement is effective July 1, 1984 at 12:01 A.M. and forms a part of Policy No. GLOO72727 Named Insured GRIMITH CCMPANY Endorsement No. Name of Insurance Company ANVIL INSURANCE CQMPANY BY Authorized Representative * Excess Unbrella Insurance - Central National Insurance CaTipany Policy #CNU- 001726 07/01/84 - 07/01/85 Limits - $2,000,000. • Page 16 rj CONTRACT THIS AGREEMENT, entered i`. this /Slay of 19 by and between the CITY OF NEWPORT _, hereinafter "Cit an GRIFFITH COMPANY hereinafter "Con ctor ' —s made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: STREET, ALLEY, AND BIKE TRAIL Title of Proiei RECONSTRUCTION PROGRAM (C -2415) Contract No. (b) Contractor has been determined by City to be the lowest responsi- ble bidder on said public work, and Contractor's bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction of the following described public work: STREET ALLEY, AND BIKE TRAIL RESURFACING AND RECONSTRUCTION PROGRAM (C -2415) Title of Project ontract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of One Hundred Sixty -Five Thousand Three Hundred Eiahty -Three and 5/100 --- - - - -($ 165.383.05 ). This compensation includes (1) any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstruc- tions in the performance of the work; (3) any expense incurred as a result of any suspension or discontinuance of the work; but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instruction to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and endorsement(s) , • • Page 17 (f) Plans and Special Provisions for STREET, ALLEY, AND BIKE TRAiI RFSIIRFIC AND RFCONSTR11QjON PROGRAM 241a Title of Project Contract No. (g) This Contract. 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximiately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. CITY OF NEWPORT BEACH By /Mayor ATTEST: City erk APPROVED AS TO FORM: CITY CONTRACTOR 3: l � s H N n R 0 � po y O y 60 7 N n a m m o3.c+ F c J Cif O O N_O ti C d 3 'Y o m � � aO o v � c � � C- w N 6. o � v n ro N i d o. �Y• +� x m z C4 j Ip1 a IM I N o •, z, r 7 ' Q � I � 1 d o d . a ° m J 6 ' O 1 e� T y +�1 pT 'H n 0 2 J 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX TO SPECIAL PROVISIONS FOR STREET, ALLEY, AND BIKE TRAIL RESURFACING AND RECONSTRUCTION PROGRAM CONTRACT NO. 2415 SECTION PAGE I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . 1 II. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . 2 IV. WATER . . . . . . . . . . . . . . . . . . . . . . . 2 V. TRAFFIC CONTROL AND ACCESS . . . . . . . . . . . . 2 A. Traffic Control Plans . . . . . . . . . . . . . 2 & 3 VI. PUBLIC CONVENIENCE AND TRAFFIC CONTROL . . . . . . 3 VII. NOTIFICATION TO RESIDENTS . . . . . . . . . . . . . 3 CONSTRUCTION DETAILS . . . . . . . . . . . . . . . 4 A. Asphalt Concrete . . . . . . . . . . . . . . . . 4 B. P.C.C. Improvements . . . . . . . . . . . . . . 4 C. Utility Adjustments . . . . . . . . . . . . . . 5 D. Traffic Striping and Pavement Marking . . . . . 5 E. Traffic Signal Detection . . . . . . . . . . . 5 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS • SPIof5 STREET, ALLEY, AND BIKE TRAIL RESURFACING AND RECONSTRUCTION PROGRAM CONTRACT NO. 2415 I. SCOPE OF WORK The work to be done under this contract consists of (1) reconstructing existing A.C. trails, (2) constructing asphalt, concrete overlay, (3) reconstructing A.C. alley and roadway sections, (4) adjusting utility boxes and manholes, and (5) performing other incidental items of work as necessary to complete the work in place. All work necessary for the proper completion of the contemplated improvements shall be done in accordance with (1) these Special Provisions, (2) the Plans (Drawings Nos. A- 5057 -S, R- 5496 -S, and T- 5323 -L (Attached), (3) the City's liyaz tuition), and l4) the Stanaara Specitications for vuolic works Construction (1982 Edition), including supplements to date. Copies of the City's Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department for Five Dollars($5). II. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK The Contractor's construction schedule must be approved by the Engineer prior to start of any work and shall incorporate the following requirements. A. The Contractor shall complete all work within sixty (60) consecutive calendar days following commencement of the specific work, or by September 31, 1984, whichever comes first. B. Work at Irvine Terrace Park and Little Corona Driveway shall be performed so as to minimize inconvenience to other City contract work,to City maintenance crews and lifeguards, and to beach users. C. The Contractor shall complete all work on Alley 138 within sixteen (16) consecutive calendar days after beginning work on the alley. The term "work" shall include all removals and replacements; construction of all P.C.C. improvements and alley pavement; and curing time for the new P.C.C. improvements. In summary, this means that the alley and every garage approach shall return to normal vehicular use within sixteen (16) consecutive calendar days from the day it is first closed. The Contractor shall employ sufficient men and equipment to meet this schedule. If it becomes apparent during the course of the contract that the Contractor will not be able to meet this schedule, he will be prohibited from starting other work. • • SP2of5 Such stoppages of work shall in no way relieve the Contractor from his overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional men and equipment were required on the job. The Contractor will be assessed $200 per day (including Saturdays, Sundays, and holidays) liquidated damages for each day in excess of the sixteen (16) consecutive calendar days allowed for 100% completion of work in Alley 138. Additonal liquidated damages, as covered in Section 6 -9 of the Standard Specifications, shall be assessed for failure to complete the project within the specified time. The intent of this section of the Special Provisions is to emphasize to the Contractor the importance of prosecuting the alley construction in an orderly, pre - planned, continuous fashion, so as to minimize the time Alley 138 is closed to vehicular traffic. III. PAYMENT The unit or lump sum price bid for each item of work shown on the Proposal shall be considered as full compensation for all labor, equipment, materials, and all other things necessary to complete the work in place, and no additional allowance will be made therefor. Payment for incidental items of work not separately provided for in the proposal shall be included in the unit price bid for each item of work. The substitution of securities for any payment withheld in accordance with Section 9 -3.2 of the Standard Specifications is permitted pursuant to Government Code Sections 4590 and 14402 -5. IV. WATER The Contractor shall make provisions for obtaining and applying water necessary to perform his work. If the Contractor elects to use City water free of charge, it shall be his responsibility to make arran ement by contacting the City's Utilities Superintendent, Mr. Gil Gomez, at ?714) 640 -2221. V. TRAFFIC CONTROL AND ACCESS The Contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard S ecifications except as modified herein, and with the standards containe in t e Wore rea Traffic Control Handbook (WATCH), also published by Building News, Inc. A. Traffic Control Plans The Contractor shall submit written traffic control plans to the Engineer and obtain his approval a minimum of five (5) working days prior to commencing any work. The plans shall incorporate the following: 1. The location and wording of all signs, barricades, delineators, lights. • • SP3of5 warning devices, temporary parking restrictions, and any other details required to assure that all traffic will be handled in a safe and effi- cient manner with a minimum of inconvenience to the motorists. 2. A complete and separate plan for each stage and phase of construction proposed by the Contractor showing all items listed under 1. above. Access to and from Cameo Highlands shall be maintained at all times. The Contractor is cautioned that Cameo Highlands Drive is the only access to Cameo Highlands. In addition, traffic obstructions shall not be permitted on Cameo Highland Drive between Courtland Drive and East Coast Highway before 9:00 A.M. and after 3:00 P.M., unless approved by the Engineer. 4. Reopening of all traffic lanes upon completion of each day's work (except Alley 138) VI. PUBLIC CONVENIENCE AND TRAFFIC CONTROL Where any restrictions herein mentioned necessitate temporary prohibition of parking during construction, the Contractor shall furnish, install, and main- tain in place "NO PARKING, TOW- AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least 40 hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Department, Traffic Division, at (714) 644 -3742, for verification of posting at least 40 hours in advance of the need for enforce- ment. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12 inches wide and 18 inches high; and (3) be similar in design and color to sign number R -38 on the CalTrans Uniform Sign Chart, or equally approved signs manufactured by "Signal Flash" of Anaheim, (714) 871 -2224. The Contractor shall print the hours, day and date of closure in 2- inch -high letters and numbers. A sample of the completed sign shall be approved by the Engineer prior to posting. With the exception of Alley 138, vehicular and pedestrian access shall be maintained at all times to residences adjacent to the project area; however, where conditions preclude such access for reasonable periods of time (as determined by the Engineer), notifications shall be required per Section VII herein, and access shall be restored at the end of each work day. VII. NOTIFICATION TO RESIDENTS Between 48 and 55 hours before closing a section of street or alley or restrict- ing vehicular access to garages or parking spaces, the Contractor shall dis- tribute to each affected address a written notice stating when construction operations will start and approximately when vehicular accessibility will be restored. The written notices will be prepared by the Engineer. The Contractor shall insert the applicable dates and time at the time he distributes the notices. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor renotification using an explanatory letter furnished by the Engineer. • . SP 4 of 5 CONSTRUCTION DETAILS A. Asphalt Concrete The work shall be done in accordance with Section 302 -5 and 400 -4 of the Standard Specifications, except as modified and supplemented below: The Contractor shall apply tack coat to all A.C. work. Street Reconstruction - Type III -B2 with 5.4 percent AR 4000 paving asphalt shall be used as 5" thick base course for pavement reconstruction. A.C. base course shall be flush with existing pavement, except along edge of gutter on Cameo Highland Drive. The Contractor shall construct A.C. base course 1" below edge of gutter. Sawcutting, demolition, excavation, subgrade preparation A.C., and tack coat shall be included in the item for "Reconstruct existing street section ." The Contractor shall not be allowed to reconstruct (streets only) an area greater than can be excavated, subgrade compacted, and A.C. base course placed flush with the existing pavement surface within the same work day. 2. Asphalt Concrete Overlay - The finished course and patching shall be Type III -C3 with 5.8 percent AR 4000 paving asphalt for all streets, alleys, and bike trails. The Contractor shall feather a minimum of 10' at all intersections joining existing pavement. 3. Miscellaneous A.C. Construction a. Formed A.C. Bike Trail Shoulder - The Contractor shall construct formed A.C. shoulder with a minimum ± l" tolerance on dimensions shown on plans. The AC shoulder compaction shall be 95 percent. P.C.C. Improvements Concrete improvements shall be constructed with Class 560 -C -3250 concrete. Exposed concrete surface shall be conform in grade, dimension, color, and finish to adjoining improvements. All P.C.C. improvement in Alley 138 shall be constructed prior to A.C. construction. The Contractor is responsible for removal of tree roots which interfere with the work or are located within 6 inches of the work. If the Contractor elects to use the City's services for root pruning free of charge. it shall be his responsibility to make arrangements by contacting the City's Park and Recreation Superintendent, Mr. Jack Brooks, at (714) 640 -2275. 1 SP5of5 Utility Adjustments The Contractor shall adjust to finished grade all sewer cleanouts, water valves, covers, storm drain manholes, water meter boxes. Utility adjustments shall conform t o Beach Standard Drawing Nos. STD.- 511 -L, STD.- 116 -L, and water valve and water meter frames and covers damaged o adjustment operations will be replaced by the City at n o Contractor. The Contractor shall be responsible for an y other existing utilities resulting from his operations. Traffic StriO no and Pavement Markin manholes, sewer monuments, and City of Newport STD.- 511 -L. All r damaged during cost to the damages to all This item of work shall be done in accordance with Section 210 -1.6 "Paint for Traffic Striping, Pavement Marking and Curb Markings, of the Standard Specifications, except as supplemented or modified below: Paint for traffic striping and pavement markings shall be white Formula Number 42A9 and yellow Formula Number 1040A9 as manu- factured by J. E. Bauer Company or approved equal. Delete paragraph 1 of Subsection 310 -5.6.7 "Layout, Alignment, and Spotting" of the Standard Specifications for Public Works Construction and add the following: The Contractor shall establish control points, and perform all layout, alignment and spotting. The Contractor shall be respon- sible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown in the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal /covering of the existing striping and markings. No street shall be without the proper striping over a weekend. Raised pavement markers for location of fire hydrants shall conform to C.N.B. STD - 902 -L. Payment - -All work, materials, labor, etc., relating to traffic stripes, pavement markings, and raised pavement markers for removal, painting, and re- painting as shown on the plans, shall be included in the "Lump Sum" bid. Traffic Signal Detection The Contractor shall notify the Traffic Engineer at 640 -2181 a minimum of two working days prior to any work which may damage detection equipment. Any such damaged equipment shall be replaced within ten working days. All replacement of detection shall be inspected and approved by CalTrans prior to final acceptance by the City. . r I �AY4'F ROgO " skip yellow C\ (qN0 4" double f%71 C N ORCHFSTFR HIGHLANDS DRIVE i i O O ' 4" skip yellow e' 4" double yellow a ORI1'F \yWAY 4,b to 87'2 1P 11VG PL,A/V Cd*M O .44'/GyLQN4046 QUANTITIES 1300 ft. 4" skip yellow 180 ft. 4" double yellow 180 ft.12" solid white 2 stop messages DRAWN aim my DATE 111,401AI _ APPROVED�Wa% 2-9 44 TRAFFIC ENGINEER R.E. NO. z700 DRAWING NO, T- 532 3 - L T T ti m 6) Z m M w --i p� 2 �a g T G 3 3 { i Igl��ul�g�� �eu�unu�ui m 6) Z m M w --i p� 2 �a g T G 3 3 { F PROPOW STREET, ALLEY, AND BIKE TRAIL RESURFACING AND RECONSTRUCTION PROGRAM CONTRACT NO. 2415 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: PR 1.1 The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provision, and hereby pro- poses to furnish all materials and do all the work required to complete this Contract 2415 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: TEM 0. QUANTITY AND UNIT ITEM DESCRIPTION UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 1 Lump Sum Clearing and grubbing, including @ excavation and subgrade compaction. _Dollars and tf // @ t&"'A Dollars Cents $ Per Square oot and Cents $ �000 $ 5000— 4 40 Remove and replace existing Per Lump Sum sq.ft. 2 6300 Remove existing A.C. alley pavement sq. ft. and replace with 3" A.C. /4 "A.B. and Z Z @ 777Z= Dollars Cents $ $ Per Sc(uGYre oot and 0! J I 6� — no Cents $ p� $ oZ , Per Square Foot 3 635 Remove and replace existing P.C.C. sq. ft. driveway @ _Dollars and tf // Cents $ Per Square oot 4 40 Remove and replace existing P.C.0 sidewalk sq.ft. L -- @ Dollars C110 ' and Z Z ` IVA Cents $ $ Per Sc(uGYre oot GRIMIR LUMPAW 0 PR 1.2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 5. 1 Remove and replace existing P.C.C. Each alley approach (also include curb returns, aggregate base, and paveout) @(//►cQloccact�_ kv _Dollars and all __ylC? Cents $ ( zoo $ IJZ'00 Per Each — -- 6. 300 Remove existing A.C. berm and replace Linear Feet with P.C.C. curb and gutter @ _ Dollars 00 nn and Z'_2 00 Cents $ � $ Per Linear Foot 7. 1 266 Remove existing P.C.C. curb and gutter Linear Feet and replace " with P.C.C. curb @�Pi,._. Dollars 3n 8_-) and - 7 _Cents $ / $ 0 i Per Linear FoqX 101 4 10 11 170 Remove existing street section and Tons replace with 5" thick asphalt concrete base course @� Dollars and // o� °" ,, Cents $ `T5 $ . 76 SV Per Ton 2200 Construct 1" thick asphalt concrete overlay Tons (street, alley, and bike trails) @_ / Dollars f an -35 78,76 _Aet_' n Cents $ Per Ton J 3 Adjust existing water meter boxes to Each finished grade $ @ 1 y Dollars and � ° 36� o0 itc, Cent s $ $ Per Each 31 Adjust existing water valve, monument, Each and sewer cleanout frames and covers to finished rade. @ =p Dollars , and Cents $ 1 30 $ 0 30 _ e�r�Ach 0 PR 1.3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 12. 45 Adjust manhole frames and covers to Each fin'shed grade. @Dollars and c� o ,/ycO Cents $ 70 J $ 76� Per Each 13. 250 Construct 2" -thick asphalt concrete Tons overlav with formed shoulder support (Nature Park) @ _4e_,Vfiy.— Dol 1 ars and 5 C."' Cents s77— $ 1937S— Per To 14. 10,000 Remove existing A.C. and P.C.C. trail sq. feet and replace with.4" -thick P.C.C. over 4" aggregate base (Nature Park) 6cc Dollars 15 and Cents $ P $ C;)' Per !Aufre foot 15. Lump Sum Traffic striping and pavement markings (includes raised pavement markers for location of fire hydrant) @ � ILLt vy:(11or%(� Dollars and v✓ o,a — Cents $ $ S� Per Lump Sum TOTAL PRICpF' WRITTEN IN WORDS A)tq _ 4",2.V_ Dol l ars and Cents $ %65383 o 7 _ June 15, 1984 Date 32168 A B -C12 Contractor's Lic. No. & Classification (714) 549 -2291 Bidder's Telephone Number GR►F- R COMPANI Bidder JAMES D. WALTZE VICE PRESIDENT Au orize gnatur itle 2020 Yale, Santa Ana, CA 92704 Bidder's Address Ghl",H WOW • • Page 2 INSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained 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 con- tract. 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. 32166 A B -C12 Contr's Lic. No. & Classification June 15, 1984 JAMES D. WALTZE VICE PRESIDENT gnature /1 ti e Page 3 DESIGNATION OF SUBCONTRACTOR(S) The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications No change of subcontractor may be made except with the prior approval of the Engineer.and as provided by State law. Item of Work p Subcontractor Address 1. - �/rUlQ��n- /Ld�, a /%? d l�aLO-1 �'TG �L CIA- '--,�t� 2. I �X� 4 l9na"" GO. - -- - - �mcvt�.t� 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. JAMES D. WA7.TZE VICE PRESIDENT uthorized Signatur Title �KiPffl��i �� • • Page 5 NON- COLLUSION AFFIDAVIT The bidder, 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 arrange- ment or agreement 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 agreement 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 bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever 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 15th day of Tune 19 84. My commission expires: hurl✓ ,24 /9�� Bidder JAMES D. WALTZE VICE PRESIDEPWf Authorized Signat e /Title Notary PubiLic OFFICIAL SEAL G. N. PITTMAN NOTARY PJSLIC CAUR�RNIA WNCIRAL OFHCE IN ORANGE COUNTY MY Cemmfssicn Exp. May. 24, 1996 GGh jj WIYl6AKI . • Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. i p, -O" Bidder C JAMES D. WALIZE �,,LQ VICE PRESIDENT l�thorize ignat e /Title . • Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. See Attached Bidder JAMES D. WALTZ£ VICE PRESIDENT utho ized Signature/1"Ylle GRIF UH COMPAKY GRIFFITH COMPANY I ODNS7RUCTION EXPERIENCE REFEREN ES Year I Ccnpleted For Whcm Performed Person to Contact Telephone 1980 County of Orange - General Ben M. Colcol (714) j 834 -3212 Services Agency Chief John Wayne Airport Construction Section ($423,548.00) 1981 State of California - Department Kenneth R. Fulk (714) 751 -3247 of Food & Agriculture General Manager Orange County Fair & Exposition Center ($1,580,000.00) 1981 County of Orange - Environmental Carl Nelson (714) 834 -2300 Management Agency Director E1 Toro Road n/o Trabuco Road ($2,078,019.00) 1981 City of San Juan Capistrano W. D. Murphy (714) 493 -1171 Camino Del Avian - Alipaz Director of public e% Descanso Works ($479,088.57) 1981 City of Seal Beach Gary Johnson (213) 431 -2527 Westrninster Avenue - Seal Beach Director of Public Blvd. to Balsa Chica Works & City Engineer ($776,199.75) 1982 City of Fountain Valley Wayne Osborne (714) 963 -8321 Slater Avenue from Euclid St. Director of Public to Santa Ana River Works ($202,349.00) [ ( { �no \ /\00 / / / { ) \ % / // 7 z| £ ƒ e /2g E,* ± \} 0z . GRIFFITH COMPANY RESOLUTIONS RESOLVED, That any one or.more of the following officers of this Corporation: Chairman of the Board and Chief Executive Officer, President, Executive Vice President, Vice President, Secretary, Treasurer and Chief Financial Officer, together with, when required, the Secretary or Assistant Secretary be and they are hereby authorized to execute and deliver in the name of this Corporation any and all bids, authori- zations, contracts, notes, deeds, bonds, stocks, decla- rations, releases and agreements of any nature or sort whatever. FURTHER RESOLVED, That any one or more of the following officers of this Corporation: Vice President /District Manager, District Manager, Assistant District Manager, and Assistant Secretary, be and they are hereby authorized to execute and deliver in the name of and on behalf of this corporation any and all bids, authorizations, contracts, certifications, declarations and releases. FURTHER RESOLVED, That any and all persons, firms, corporations and other entities shall be entitled to rely on the authority of any one or more of the officers above named to bind this Corporation by the execution and delivery of any of the documents or papers set forth hereinabove. FURTHER RESOLVED, That the authority granted hereby shall not be modified or revoked except by a resolution to that effect passed by the Board of Directors of this Corporation. FURTHER RESOLVED, That any and all authorization heretofore granted by this Corporation to any officers other than those above named, to perform acts in the name of and on behalf of this Corporation similar to the acts authorized above, be and they are hereby revoked, rescinded and annulled. The undersigned hereby certifies that he is the Secretary of Griffith Company, a California Corporation, and does hereby certify that the above is a full, true and correct copy of resolutions passed by the Board of Directors of GRIFFITH COMPANY at a meeting thereof held on March 5, 1984, in accordance with the by -laws of said GRIFFITH COMPANY and at said meeting there was at all times a quorum present and acting and that said resolution has not, to the date of this certificate, been in any manner amended, modified, revoked, rescinded, or annulled. IN WITNESS WHEREOF, the undersigned has hereunto set his hand and affixed the seal of GRIFFITH COMPANY this 5th day of March, 1984. k 1 0 Attest: old L. McGrew President Robert P. Molko, Secrets y r j±, 0 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, 0 Page 4 Bond No. U95 33 78 - 795 That we, GRIFFITH COMPANY, 2020 Yale. Santa Ana, CA 92704 , as bidder, and UNITED PACIFIC INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT (10 %) OF THE TOTAL AMOUNT BID IN ---- - - - - -- Dollars ($-------- - - - -), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of STREET, ALLEY, AND BIKE TRAIL RESURFACING AND RECONSTRUCTION PROGRAM CONTRACT U 2415 Title of Project Contract No. Bids to Owner: June 15, 1984 in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 12th day of June , 1984. (Attach acknowledgement of Attorney -in -Fact) Notary Public Commission expires L�l 11 Title GRIFFITH COMPANY Bidder JAPES D. WALTZE VICE PRESIDENT AuWol zed Signature /Titl UNITED PACIFIC INSURANCE COMPANY G Mary A. e y, Attorney- in -Fac BY THE CITY COUNCIL CITY OF NEWPORT $EACH JUN 2 51984 TO: CITY COUNCIL APPROVED FROM: Pudic Works Department i June 25, 1984 CITY COUNCIL AGENDA ITEM NO. F -3(b) SUBJECT: STFEET, ALLEY, AND BIKE TRAIL RESURFACING AND RECONSTRUCTION PROGRAM. (C -2415) RECOMMENDATION: Award Contract No. 2415 to Griffith Company for the total price bid of $165,383.05, and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 A.M. on June 15, 1984, the City Clerk opened and read the following bids for the subject project; Bidder Total Price Bid Low Griffith Co., Santa Ana $165,383.05 2 Sully - Miller Contracting Co., Orange $201,922.00 The low bid is 2.7% below the Engineer's estimate of $170,000. Griffith Co., the low bidder, is a well - qualified contractor who has successfully completed previous contract work for the City. Sufficient funds are available in the current Street, Alley, and Bike Trail Resurfacing and Reconstruction Program, Account No. 02- 3383 -015. This project will provide for pavement resurfacing and reconstruc- tion in Cameo Highlands, in two alleys, and on various bike trails (see attached sketch). The work is a part of a continuing maintenance program to provide a smooth riding surface with an adequate structural section for present and future traffic demands. The plans and specifications were prepared by the Public Works Department. The estimated date of completion is September 31, 1984. Benjamin B. Nolan , Public Works Director GW:jd Att. A UNITEDOkICIFIC INSURANC COMPANY HOME OFFICE, FEDERAL WAY, WASHINGT POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, TNt the UNITED PACIFIC INSURANCE COMPANY, If corporation duty W*nised urdar the lows of Ito Sate of Wathinpon, dose hmbv Mkt. connhute and -poiro MARY A. JENNY of SANTA ANA, CALIFORNIA he True end lawful Attorney4n•Foet, to make, execute, tool and deliver fse and an for behalf, and a its act and dead ANY AND ALL BONDS AND OF SURETYSHIP— and so Writs the UNITED PACIFIC INSURANCE COMPANY thereby at fully and to them" extent as it such bonds and undertakings and other writings obfiytory, in the nature thereof were signed bit on Executive Officer of the UNITED PACIFIC INSURANCE COMPANY and Tested and attested by one other of such blficert, and hereby ratifies and confirms all that its said Attorneylslio-Fact may Go in pursuena hereof. This Power of Attorney is granted under and by authority of Article VII of the By-Law; of UNITED PACIFIC INSURANCE COMPANY which become effectrw September 7. 11916, which provisions we now in full force and effect, reading R fogown: ARTICLE VII - EXECUTION OF BONDS AND UNDERTAKINGS 1. The Board of Directors, the President, the Chairman of the Board, any Senior Vice Resident, any Vim President or Astistont Vice Pr"Warrt ce other officer deognaled by the Board of Directors shall hava power and authority to lal appoint Attornays•in•Fact and to authorize them to execute on behalf of the Company, bonds and undertakings, rampniancet, contracts of indemnity and other writings obligatory in the nature thereof, and III) to remove any such Altorneyin•Faa at any time and revoke the power and authority ghven to him. 2. Atiorneyain•Fact shall have power and authority, subject to the term and limitations of the power of attorney issued to them, to execute and del,", on behalf of the Company, bonds and undertakings, ratognitances, conlr as of indemnity and other writings obligalpY in the Mature thereof. The corporate sal is not Meesury for the validity of any bonds and undertaking.. recognizant, contracts of indemnity and other writings obligatory in the nature thereof. 2. Athorneys- in•Fact shall how power and authority to execute affidavits required to be attached to bonds, raoognianpn, contracts of rndwn- MTV or other conditional w obligatory undertakings and they shaft also lave power and authority to certify the financial statement of the Company and to copse of the 6yLawt of the Company or any article or section thereof. This power of attorney is signed and orated by facsimile under and by authority of the following Resolution adopted by the Board of Directors of UNITED PACIFIC INSURANCE COMPANY at a meeting held on the 5th day of June, 1979. at which a quorum wet present, and aid Resolution has not been amended or repeated: - Resolved, that the signatures of such directors and officers and the Teal of the Company My be affixed to any such power of attorney or any Certificate regaling thereto by facsimile, and any such power of attorney or certiliute beating such aaimile signatures or facsimile seat shell be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile sal shall be valid and binding upon the Company in the future with respect to any bond or underakma to which it is attached. - IN WITNESS WHEREOF,the UNITED PACIFIC INSURANCE COMPANY hat caused them presents to be signed by its Via president, and Its corporate .al to be hereto affixed. this 22nd day of October It 80. UNITED PACIFIC INSU NCE MPANY ..- vice President STATE OF Washington )} COUNTY of King J R' On this 22nd day Of October • 19 So personally appeared Charles B. Schmalz to me known to be the VicaMresident of the UNITED PACIFIC INSURANCE COMPANY, and acknowledged that he execulod and attested the lore. ping hlstrumenl and affixed the sea[ of Rid Corporation thereto, and that Anica VII, Section 1, 2, lend 7 of the By-Lnw of laid Company, and The Resolution, set forth Therein, we still in lull lorca. /j,'^ My Commission Expiraa: �DMN% — » / Qn June 12 .1982 ±�� Noary►Iblic nandtoS ttot Washington Rowdine at Tacoma 1. Charles J. Falskov Assistant Sanatory of the UNITED PACIFIC INSURANCE COMPANY, do hereby certify the' the above and foregoing w a true and cwrm copy of • Power of Attorney satCrrted by Mid UNITED PACIFIC INSURANCE COMPANY, which is gill in full force and effect. IN WITNESS WHEREOF. I haw heraunto ores my fond and affixed the Nal of said Company this 12th day of June 1084 11DIF1431 Ed. dI80 ` Rss ARistarrt SecnR.r1 - ! �"� v� Authorized to Publish Advertisements of ends including public • f notices by Decree of the Superior Court of Orange County, Celitornia, Number A -6214, dated 29 September. 1961, and A- 24831, dated 11 June, 1963. STATE OF CALIFORNIA County of Orange Pum nou a eo ert,a np co +r�A .n.. n i0 In 10 .ma•rn a f, 1M I ppm sKA cowmn wam 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 Notice of Notice Inviting Bids CITY OF NEWPORT BEACH 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, the South Coast communities and Laguna Beach issues of said newspaper for one consecutive weeks to wit the issue(s) of the May 31 198 4 198_ 198 198— , 198_ I declare, under penalty of perjury, that the foregoing is true and correct. Executed on May 31 198 4 at Costa Costa Mesa, California. IIJ (?C • �W�(k� Signature PROOF OF PUBLICATION may oe reoavea a% 9e City Clerk, 3300 tlevard, Newport 163 until 11:00 A.M. W b; Juno, 1994, at t bids ,M. is l be,npen- nal the City nci the Cily Coundl this fers may obtain ments at no cost ie Public Works Newport Blvd, i 92893, million, call Bit- ,:t ,Engineer, at Coast Dally Pilot vAAA -84 � � -�. QALLEys .BOuWOEO 8Y /RV /NE AVe AND UW/VERSlry O P. 2 NATURE PARK TRA IL BOC/WOEO 8y 64.✓IYJ 16UEL OQ. AA10 NEWPO.QT H /GLS 02. 3 SERWCE' ROAD /W "V1., /E TERRACE .44VA' ¢ 0R1 veA1Ay Zewol.v6 TO LITTLE' C'OROWA BEACH CAMEO H /6H[ANOS CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STREET, .4L LEy AND Bl/CE id-ewz ESuRFAL /.t/6 ANO RELO.v5T.PZAC T /OA/ PROGRAM C- 24/5' DRAWN KCs DATE APPROVED PUBLIC WORKS DIRECTOR R.E. N0, DRAWING NO. EX111,617- �/q BY THE CITY COUNCIL CITY OF NEWPORT BEACH MAY 2 91984 TO: CITY COUNCIL l� FROM: Public Works Department • C - a4\� May 29, 1984 C CITY COUNCIL AGENDA ITEM NO. F -11 SUBJECT: $TR $�BIU TRAIL RESURFACING AND RECONSTRUCTION `§ �� -1415) RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 11:00 A.M. on June 15, 1984. DISCUSSION: This project will provide for pavement resurfacing and recon- struction in Cameo Highlands, in two alleys, and on various bike trails (see attached sketch). The work is a part of a continuing maintenance program to provide a smooth riding surface with an adequate structural section for present and future traffic demands. The Engineer's estimate is $170,000. Funding is provided from the Street, Alley, and Bike Trail Resurfacing and Reconstruction Program, Account No. 02- 3383 -015. Reconstruction of bicycle and pedestrian trails in the Harbor View Nature Park is also included in the bid documents. These trails are the sole accesses to the Nature Park for City maintenance vehicles. Since their original design was for pedestrians only, the trails have been rutted and broken by City vehicles. The work will provide the width and structural adequacy for vehicular access, and will remedy trip- and -fall problems along the trails. The plans and specifications were prepared by the Public Works Department. The estimated date of completion is September 31, 1984. Benjamin B. Nolan Public Works Director GW:do Att. .m 1 ALLEYS ,BOUNOEO BY /RV /NE AVE. AND UN /VERS /Ty DP. 2 NATURE PAR/C TRA/G ,BOUn/OEO ay 6.4.1 M /6UEL OR. ANO NEWPORT H /GGS DR. 3 SERV ICE ROAD /N "V /NE TERRACE 44,eA- ¢ OR/VEu1Ay LEAD /N6 TO am E eORON•9 BEACN 44A EO R1611LAN05 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STREET, 4Z LEY A.VO B /iCE TRA /L E'SU.PFAG /it/6 ANO RELON2FT.P[1C T /ON P.Pe6Aveen C_ 2Q /s DATE APPROVED PUBLIC WORKS DIRECTOR R.E. NO. DRAWING NO. EXHIfJ /T ,A