HomeMy WebLinkAboutC-2711(C) - Pacific Coast Highway widening, improvement to Bayside drive trunk sewer•
/' srr t: ±E CCTV ccu�� :.
DEC 1 3 1993
P ' ^3VED
December 13, 1993
CITY COUNCIL AGENDA
ITEM NO. 9
BA -021
TO: Mayor and Members of the City Council
FROM: Public Works Department
SUBJECT: COAST HIGHWAY WIDENING, BAYSIDE DRIVE TO JAMBOREE ROAD
(C- 2711); FEDERAL AID URBAN PROJECT M -5001 (43)
RECOMMENDATION:
1. Authorize staff to execute a change order for the subject
project in the amount of $215,500.00 for settlement in
full of all outstanding claims by the Griffith Company.
2. Approve necessary budget amendments to transfer
unappropriated Water and Federal Aid Urban funds to the
Coast Highway Widening Project.
The City Council, at the July 22, 1991, session accepted
the Coast Highway Widening Project between Bayside Drive and
Jamboree Road with the awareness that the contractor, the Griffith
Company, had filed a claim for extra compensation against the City.
(A copy of the July 22, 1991 memo is attached for reference.)
During the past two years, the City, Caltrans and
Contractor have been in negotiation, and have tentatively settled
a claim filed with the State of California, Office of
Administrative Hearings, by the Contractor. The original claim was
in the amount of $293,535.90, and covered compensation for survey,
water and storm drain delays; and for remedial repaving required by
Caltrans /City.
Following testimony by expert witnesses, Caltrans and
City staff felt that if the claim were to be arbitrated, the City
most likely would lose the claim and also be liable for pre -award
interest, attorney fees, arbitrators fees and other arbitration
costs resulting in a total exceeding $400,000.
The Contractor has agreed to accept the total sum of
• $215,500.00 as compensation and settlement in full for all claims
submitted; and has executed a change order for said amount.
It is recommended that staff be authorized to execute the
change order and that additional unappropriated funds be
appropriated and payment be made as follows:
(J-)
Subject: Coast Highway Widening, Bayside Drive to Jamboree Road
(C- 2711); Federal Aid Urban Project M -5001 (43)
December 13, 1993
Page 2
Claim Attorney &
Fund Settlement Arbitration Fees Total
City Gas Tax $94,461.18 $60,179.40 $154,640.58
City Water Fund 43,862.28 15,378.94 59,241.22
FAU (Contr.) 77,176.54 0.00 77,176.54
TOTAL $215,500.00 $75,558.34 $291,058.34
Budget
Fund Account Budaeted Amendment Total
Gas Tax 7183 - 98313024
Water Fund 7503- 98500XXX
FAU (Contr.) 7253- 98313063
7253 - 98313064
TOTAL
Budget amendments
consideration.
$155,082.00
0.00
1,495.00
7,224.00
$ 0.00
59,241.22
0.00
68.457.54
$163,801.00 $127,698.76
have been prepared
$155,082.00
59,241.22
1,495.00
75,681.54
$291,499.76
for Council
The FAU share of the settlement cost reflects the
remaining funds left out of a $3,675,236.00 allocation to the City
for the construction of the widening project. FAU funds paid for
85.87% of the eligible roadway cost of the project. Another
$121,884.82 would be eligible for FAU funding if the City's
allocation had been larger. Funds still remain in the FAU R/W
allocation for the project, and the staff is pursuing a transfer to
the construction allocation. If this transfer is approved, the gas
tax account will be reimbursed.
Benjamin B. Nolan
Public Works Director
HH:so
Attachment
0
•
• TO: City Council
FROM: Public Works Department
July 22, 1991
CITY COUNCIL AGENDA
ITEM NO. F -14
SUBJECT: ACCEPTANCE OF THE WORK FOR THE WIDENING OF COAST HIGHWAY,
BAYSIDE DRIVE TO MACARTHUR BOULEVARD (C -2703 & C- 2711);
FEDERAL AID URBAN PROJECT M -5001 (43) & (44)
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 recorded
in accordance with applicable sections of the Civil
Code.
DISCUSSION:
The contract for the construction of the subject project
has been completed to the satisfaction of Caltrans and the Public
Works Department.
The bid price was $4,946,633.62
Amount of unit price items constructed 5,067,008.15
Amount of change orders 216.243.27
Total contract cost $5,283,251.42
The increase over the original estimate in the amount of
the unit price items constructed was primarily due to additional
excavation, pavement grinding, overlaying and reconstructing
deteriorated portions of the roadway within the project limit not
shown on the plans.
A total of fifty -nine (59) change orders were issued.
Change orders issued dealt with architectural wall modifications,
lengthening of sound wall at DeAnza Bayside village, addition of
major water facilities, removal of unknown obstructions and
construction modifications required to accommodate unknown field
• conditions. Change orders in excess of $10,000.00 were as follows:
1. A change order in the amount of $10,456.50 provided
for an architectural finish to the mechanically
stabilized embankment wall adjacent to the Dunes.
2. A change order in the amount of $38,549.98 provided
for the installation of a water vault for a 30 -inch
water line.
0
E
Subject: Acceptance of the Work for the Widening of Coast Highway,
Bayside Drive to MacArthur Boulevard (C -2703 & C- •2711);
Federal Aid Urban Project M -5001 (43) & (44)
July 22, 1991
Page 2
3. A change order in the amount of $30,957.08 provided
for a 280 foot extension of sound wall adjacent to
DeAnza Bayside Village.
4. A change order in the amount of $20,076.05 provided
for the installation of a storm drain to accept
water from an existing catch basin in Promontory
Point.
5. A change order in the amount of $15,711.00 provided
for the modification of the optically activated
traffic signal system.
6. A change order in the amount of $46,109.00 provided
for the location and re- monumentation of all survey
monuments as required by State Law.
7. A change order in the amount of $26,355.73 provided
for the reconstruction of a portion of existing
roadway lacking structural integrity.
8. A change order in the amount of $39,750.32 provided
for adjustment of compensation for unit prices to
remove portions of an underlying concrete roadway
in accordance with the specifications.
This project was funded from Federal Aid Urban, City Gas
Tax Fund, City Water Fund and Orange County Sanitation District
funds as follows:
Federal Aid Urban $3,904,002.95
City Gas Tax 772,086.43
City Water Fund 565,558.34
Orange County Sanitation District Funds 41,603.73
The contractor is the Griffith Company.
The "Notice to Proceed" was issued on March 29, 1989, and
the contract called for the work to be completed 250 working (362
calendar) days thereafter. Completion was delayed by 66 authorized
extension working days (96 calendar days) because of inclement
weather and extra work. The roadwork was completed within the
required time on July 3, 1990. Caltrans and Public Works did not
accept the project at that time and required the contractor to do
remedial work in the form of grinding and repaving a portion of the
roadway. The Contractor has completed the remedial work under
protest. Following the remedial work, the project was accepted by
Caltrans and Public Works on March 6,1991. No liquidated damages
have been assessed because the roadway was completed and available
for public use on the July 3, 1990 date.
•
•
•
Subject:
July 22,
• Page 3
Acceptance of the Work for the Widening of Coast Highway,
Bayside Drive to MacArthur Boulevard (C -2703 & C- 2711);
Federal Aid Urban Project M -5001 (43) & (44)
1991
The contractor has filed a claim in the amount of
$293,535.90. The claim covers compensation for survey, water and
storm drain delays; and for the remedial repaving required by
Caltrans /City.
We are currently reviewing the claim with Caltrans and
have requested additional information on a portion. If the claim
cannot be resolved through negotiations it will go to arbitration
for resolution. Alternatively, if arbitration is waived by the
Contractor and City, the claim would be litigated in a court of
competent jurisdiction.
Inasmuch as a claim has been filed Ia semifinal estimate
has been executed by the Contractor and the City binding both
parties to the contract on all questions relating to the amount of
work done and the compensation therefor, except as affected by the
claim.
Benjamin B. Nolan
Public Works Director
HH:so
•
CITY OF NEWPORT B?ACH
August 13, 1991
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
Griffith Company
2020 Yale Avenue
Santa Ana, CA 92704
(714) 644 -3005
Subject: Surety: Reliance Insurance Company
Bonds No.: B1604742
Contract No.: C -2711 & 2703
Project: Pacific Coast Highway Construction (Phase
II) from Bayside Drive to 3501± East of
Jamboree Road; Pacific Coast Highway
southbound Pavement Rehabilitation from
Bayside Drive to MacArthur Boulevard
The City Council of Newport Beach on July 22, 1991, 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 in accordance with applicable portions of
the Civil Code.
The Notice was recorded by the Orange County Recorder on July 29,
1991, Reference No. 91- 398350.
Sincerely,
Zzo " � Wanda E. Raggio
City Clerk
WER:pm
cc: Public Works Department
3300 Newport Boulevard, Newport Beach
RECORDING REQUESTED BY AND I - 390350
WHEN RECORDED RETURN TO: OUEMFr RECORDING REQUEST PER
pp GOVERNMENT CODE 6103 RECORDED IN OFFICIAL RECORDS
City Clerk /. �' OF ORANGE COUNTY, CALIFORNIA
City of Newport Beach 12:00
3300 Newport Boulevard EXEMOPT JUL 29 1991
Newport Beach, CA 92663 C0 P.M.
NOTICE. OF COMPLETION 04t- a- 9Dtaw -/u RECORDER
PUBLIC WORKS
'1 o All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on March 6, 1991
the Public Works project consisting of PACIFIC. COAST HIGHWAY CONSTRUCTION (PHASE II)
FROM BAYSIDE DRIVE TO 350 EAST OF JAMBOREE ROAD; PACIFIC COAST HIGHWAY SOUTHBOUND
PAVERMT RWARTT,ITATION FROM BAYSIDE DRIVE TO MACARTHUR BOULEVARD (C -2/11 & C -Z /U3)
on which uriintn Company, 2
was the contractor, and Reli
was the surety, was completed.
p} gq_y'rrA6
NEWP�ORt BFI
I, the undersigned, say:
'ale Avenue, Santa
Insurance Co., 50
VERIFICATION
W,
Glendale, CA 91203
CIT OF NEWPORT BFACH
t '
Public 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 July 24, 1991 at Newport Beach, California.
/ 1'n!� -)'/
Public' Works Director
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on July 22, 1991 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 July 24, 1991 at Newport Beach, California.
I�
City Clerk Ar
R31 T"T
A,
•
TO: City Council
FROM: Public Works Department
July 22,.1991
COUNCIL AGENDA
No. F -14
SUBJECT: ACCEPTANCE OF THE WORK FOR THE WIDENING OF COAST HIGHWAY,
BAYSIDE DRIVE TO MACARTHUR BOULEVARD (C -2703 & C- 2711);
FEDERAL AID URBAN PROJECT M -5001 (43) 6 (44)
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 recorded
in accordance with applicable sections of the Civil
Code.
DISCUSSION:
• The contract for the construction of the subject project
has been completed to the satisfaction of Caltrans and the Public
Works Department.
The bid price was $4,946,633.62
Amount of unit price items constructed 5,067,008.15
Amount of change orders 216.24342
Total contract cost $5,283,251.42
The increase over the original estimate in the amount of
the unit price items constructed was primarily due to additional
excavation, pavement grinding, overlaying and reconstructing
deteriorated portions of the roadway within the project limit not
shown on the plans.
A total of fifty -nine (59) change orders were issued.
Change orders issued dealt with architectural wall modifications,
lengthening of sound wall at DeAnza Bayside village, addition of
major water facilities, removal of unknown obstructions and
construction modifications required to accommodate unknown field
conditions. Change orders in excess of $10,000.00 were as follows:
• 1. A change order in the amount of $10,456.50 provided
for an architectural finish to the mechanically
stabilized embankment wall adjacent to the Dunes.
2. A change order in the amount of $38,549.98 provided
for the installation of a water vault for a 30 -inch
water line.
Subject: Acceptance of the Work for the Widening of Coast Highway,
Bayside Drive to MacArthur Boulevard (C -2703 i C- 2711);
Federal Aid Urban Project M -5001 (43) i (44)
July 22, 1991
Page 2
• 3. A change order in the amount of $30,957.08 provided
for a 280 foot extension of sound wall adjacent to
DeAnza Bayside Village.
4. A change order in the amount of $20,076.05 provided
for the installation of a storm drain to accept
water from an existing catch basin in Promontory
Point.
5. A change order in the amount of $15,711.00 provided
for the modification of the optically activated
traffic signal system.
6. A change order in the amount of $46,109.00 provided
for the location and re- monumentation of all survey
monuments as required by State Law.
7. A change order in the amount of $26,355.73 provided
for the reconstruction of a portion of existing
• roadway lacking structural integrity.
S. A change order in the amount of $39,750.32 provided
for adjustment of compensation for unit prices to
remove portions of an underlying concrete roadway
in accordance with the specifications.
This project was funded from Federal Aid Urban, City Gas
Tax Fund, City Water Fund and Orange County Sanitation District
funds as follows:
Federal Aid Urban $3,904,002.95
City Gas Tax 772,086.43
City Water Fund 565,558.34
Orange County Sanitation District Funds 41,603.73
The contractor is the Griffith Company.
The "Notice to Proceed" was issued on March 29, 1989, and
the contract called for the work to be completed 250 working (362
calendar) days thereafter. Completion was delayed by 66 authorized
• extension working days (96 calendar days) because of inclement
weather and extra work. The roadwork was completed within the
required time on July 3, 1990. Caltrans and Public Works dad not
accept the project at that time and required the contractor to do
remedial work in the form of grinding and repaving a portion of the
roadway. The Contractor has completed the remedial work under
protest. Following the remedial work, the project was accepted by
Caltrans and Public Works on March 6,1991. No liquidated damages
have been assessed because the roadway was completed and available
for public use on the July 3, 1990 date.
0 0
Subject: Acceptance of the Work for the Widening of Coast Highway,
Bayside Drive to MacArthur Boulevard (C -2703 i C- 2711);
Federal Aid Urban Project M -5001 (43) i (44)
July 22, 1991
Page 3
The contractor has filed a claim in the amount of
$293,535.90. The claim covers compensation for survey, water and
storm drain delays; and for the remedial repaving required by
Caltrans /City.
We are currently reviewing the claim with Caltrans and
have requested additional information on a portion. If the claim
cannot be resolved through negotiations it will go to arbitration
for resolution. Alternatively, if arbitration is waived by the
Contractor and City, the claim would be litigated in a court of
competent jurisdiction.
Inasmuch as a claim has been filed a semifinal estivate
has been executed by the Contractor and the City binding both
parties to the contract on all questions relating to the amount of
work done and the compensation therefor, except as affected by the
claim.
• �62igz
Benjamin B. Nolan
Public Works Director
HH:so
is
P.O. BOX 1768
STOP NOTICE
NOTICE TO WITHHOLD TO HOLDER OF FUNDS
(Name of owner, construr
NEWPORT BEACH,
lender or public officer)
CA 92658 -8915
(Address of owner or construction lender)
YOU ARE HEREBY NOTIFIED THAT the undersigned claimant,
C- z-7ii
RECEIVED
FIB 25 1991
CF1Y ERK
CRY CLOF
k�VPoRI BEPCIi
HOLDER OF FUNDS.
PACIFIC IRRIGATION SUPPLY INC. P.O. BOX 2700 — LAGUNA HILLS. CA 92653
(Name and address)
has furnished or has agreed to furnish IRRIGATION MATERIALS
(labor, services, equipment, materials)
of the following kind PIPE,VALVES,FITTINGS ECT.
(general description of labor, services, equipment or materials)
to or for HACIENDA LANDSCAPE for the work improvement, located at, or known as:
(name of person to or for wham furnished)
PACIFIC COAST HWY PHASE 2 990 EAST P.C.H. NEWPORT BEACH, CA
(address, legal description, description of site or project identification)
The amount in value of the whole agreed to be done or furnished by claimant is $ 14,544.11
The amount in value of that already done or furnished by claimant is $ 14, 544.11
Claimant has been paid the sum of $ 0 , and there remains due and unpaid the sum of $ 14,544.11
v is. interest thereon at the rate of per cent per anmml from 02 -20 19 91_.
YOU ARE HEREBY NOTIFIED TO WITHHOLD SUFFICIENT FUNDS TO SATISFY THIS CLAIM WITH INTEREST.
PACIFIC IRRIGATION SUPPLY, INC.
Dated. 02 -20 -91 23432 SOUTH POINTE DRIVE
PC. BOX 27M Name of claimant
LAGUNA HILLS, CA 92653
STATE OF CALIF IA
Sa.
COUNTY OF (JA fay
Address of claimant
.....
AV
CDC
ac, 235 —YZ Q�__
ra (i n�`� 1 0 0 c]
\l—C."
Ait " [ 1111 &u A 1 � , being duly swom, deposes
and says: That ? he is the persons) who signed the foregoing Stop Notice; thaLf- he has read the same and knows the contents thereof
to be true of hZLeven knowledge, except as to any matters or thin that may thereiq be stated on h& information and belief and
S
as to those matters and thingshe believes them to be true. f
Subscribed and sworn to before me
this e�20 day of 19q) NOTARY PUBLIC
n ;�' ,1•;.,e�. STATE OP GAUF.
����1
Notary ad is sad for sad Stab JJJ L ; SHERRIE L. KNIGHT
EzP Date 70/6/93
-am cbens" spw �w. Uffild cmwtdt 0IR.rt.Matru you 4,A* gM, f2D a..d R ew m an Maws.,
amara reotree 7W doubt a6. fam. am.. tr<aowr 7wwo.w
WOI.cOT715 RiwM ww4—Rwv. 2•741 farRa dtp 7l
Yy
LO
CJ
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
TO: FINANCE DIRECTOR
FROM: CITY CLERK
DATE: March 14, 1989
SUBJECT: Contract No. C -2711 & 2703
Description of Contract PCH Construction (Phase II) from Bayside
Dr, to 350± East of Jamboree Rd. -- PCH Southbound Pavement Rehabilitation
from Bayside Dr. to MacArthur Blvd.
Effective date of Contract March 13, 1989
Authorized by Minute Action, approved on February 27, 1989
Contract with Griffith Company
Address 2020 Yale Avenue
Santa Ana, CA 92704
Amount of Contract $4,946.633.42
"W� e�-q 4
Wanda E. Raggio
City Clerk
WER:pm
Attachment
3300 Newport Boulevard, Newport Beach
• j�)
rol
! February 27, 1989
CITY COUNCIL AGENDA
ITEM NO. F -3(a)
BA - 053
• TO: CITY COUNCIL
FROM: Public Works Department
i,Y iH' '.ITY COUNCIL
SUBJECT: COAST HIGHWAY WIDENING PROJECT (PHASE II) CITY hF°IEWPORT BEACH
FAU M -5001 (43)
FEB 2 T 1989
COAST HIGHWAY REHABILITATION PROJECT APPROVED
WKRAF - X&.: -2704Y FAU M -5001 (44) j — — —" --
RECOMMENDATION:
1. Award Contract No. 2711, FAU Project M -5001 (43) and Contract No.
2703, FAU Project M -5001 (44) to Griffith Company for a total
price bid of $4,946,633.42 and authorize the Mayor and the City
Clerk to execute the contract.
2. Authorize the Mayor and City Clerk to execute a Local Agency /State
Service Agreement to furnish materials testing services and source
• inspection for the construction of Coast Highway.
3. Authorize a budget amendment transferring $85,326.70 from the
Studies /Widen Pacific Coast Highway project (Account No.
18- 3381 -009) to the Widen Pacific Coast Highway project (Account
No. 18- 3381 -005).
4. Authorize a budget amendment transferring $166,136.00 from the
Water Fund Main Replacement Program (Account No. 50- 9288 -001) to
the Relocate Water Line Pacific Coast Highway project (Account No.
50- 9297 -199).
DISCUSSION:
At 2:00 p.m., February 3, 1989, the City Clerk opened and read the
following bids for this project:
Bidder
Total Price Bid
Low
Griffith Company, Santa Ana
$4,946,633.42
2
Powell Constructors, Fontana
$5,004,000.53
3
Vernon Paving, Anaheim
$5,175,533.65*
4
•
Silveri & LeBouef JV, Anaheim
$5,196,720.24
5
Damon Construction Co., Gardena
$5,550,050.98
6
Fleming Engineering, Inc., Buena
Park $5,561,567.14 **
7
Rekortan Corporation, Encino
$6,393,071.69 * **
* Unresponsive bid per Bidder's
Instructions
** Corrected Bid Total is $5,461,567.14
* ** Corrected Bid Total is $6,258,456.59
Subject: Coast Highway Widening Project (Phase II), Contract No. 2711,
FAU M -5001 (43); Coast Highway Rehabilitation Project, Contract No.
2703, FAU M -5001 (44)
February 27, 1989
Page 2
• The unresponsive bid is due to not providing a cost for a major bid
item comprising approximately 10% of the total project. The corrected bid total
reflects numerical additions of quantity items.
The low bid is 2.8% below the Engineer's Estimate of $5,088,037.40.
The low bidder, Griffith Company, is a well qualified general
contractor who has satisfactorily performed previous contracts for the City.
The project provides for three eastbound /four westbound travel lanes
between Jamboree Road and the Upper Newport Bay Bridge, turning lanes, bicycle
lanes, curb and gutter, sidewalk, a landscaped raised median, a storm drain,
street lights, modifications of existing signals, replacement of water main; and
the rehabilitation of the eastbound travel lanes from MacArthur Boulevard to
Bayside Drive.
To accommodate an upcoming Orange County Sanitation District sewer
replacement construction project, the project also includes the construction of
a short sewer segment across Coast Highway at Bayside Drive. Inclusion of the
• sewer will eliminate the need to tear up the newly constructed roadway in the
near future. An agreement to provide funding by Orange County Sanitation
District for the sewer is currently being prepared and will be forwarded for
Council approval at a later date.
It is recommended that the City Council authorize award of the project,
authorize execution of a Local Agency /State Service Agreement and authorize
necessary budget amendments, all as described under Recommendations 1 through 4.
Funding for
the project will be provided
as follows:
1. Widening Project
(Phase
II) (C -2711)
Description
Account No.
Amount
Gas Tax (2107) -
14%
18- 3381 -005
$ 502,497.12
FAU Contribution
- 86%
25- 3381 -005
3,203,233.88
Water Fund
50- 9297 -199
529,080.00
O.C.S.D. Sewer
144,531.74
Total
$4,379,342.74
•
2. Rehabilitation Project
(C -2703)
Gas Tax (2107) -
25%
18- 3381 -005
$ 141,822.67
FAU Contribution
- 75%
25- 3381 -005
425.468.01
Total $ 567,290.68
•
Subject: Coast Highway Widening Project (Phase II), contract No. 2711,
FAU M -5001 (43); Coast Highway Rehabilitation Project, Contract No.
2703, FAU M -5001 (44)
February 27, 1989
Page 3
3. Local Agency /State Service Agreement for testing services and source
inspection
Description Account No. Amount
Gas Tax (2107) 18- 3381 -005 $ 5,332.00
FAU Contribution 25- 3381 -005 4,668.00
Total $10,000.00
The plans and specifications were prepared by ASL Consulting Engineers.
Construction work is scheduled to be completed by February 1990.
Benjamin B. Nolan
• Public Works Director
HH:dw
0
i
�a
• CITY CLERK
NOTICE OF INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, P.O. Box 1768, Newport Beach, Ca. 92658 -8915
until 2:00 P.M. on the 3 rd. day of February, 1989
at which time such bids shall be opened and read for
PACIFIC COAST HIGHWAY CONSTRUCTION (PHASE II)
FROM BAYSIDE DRIVE TO 350'± EAST OF JAMBOREE ROAD
PACIFIC COAST HIGHWAY SOUTHBOUND PAVEMENT
REHABILITATION FROM BAYSIDE DRIVE TO MACARTHUR BOULEVARD
CONTRACT NO'S 2711 & 2703
FEDERAL AID URBAN PROJECT
M -5001 (43) & M -5001 (44)
Approved by the City Council
this 121h day of December, 1988.
—— 'i/anda Raggio, QW0 rk
Prospective bidders may obtain bid documents at the office
of the Public Works Department, 3300 Newport Boulevard,
P.O. Box 1768, Newport Beach, Ca. 92658 -8915.
For further information, call Horst Hlawaty at 644 -3311.
Project Manager
•
•
REVISED PR 1 OF 7
01/05/89
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMEN'
PROPOSAL
PACIFIC COAST HIGHWAY WIDENING /RECONSTRUCTION
FROM BAYSIDE DRIVE TO MACARTHUR BOULEVARD
CONTRACT NOs. 2711 & 2703
FAU PROJECT NO. M -5001 (43) & M -5001 (44)
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
P.O. Box 1768
Newport Beach, CA 92658 -8915
Gentlemen:
The undersigned declares that he has carefully examined the location
of the work, has read the Notice to Contractors, has examined the
Plans and Special Provision, and hereby proposes to furnish all
materials and do all the work required to complete these Contract
Nos. in accordance with the Plans (Drawing Nos. R5579 -S & R5585 -S)
and Special Provisions, and will take in full payment therefore the
following unit price for the work, complete in place:
CONTRACT NO. 2711
ITEM UNIT
NO QUANTITY UNIT DESCRIPTION PRICE TOTAL
1
r.
Clearing, Grubbing &
•
•
REVISED PR 1 OF 7
01/05/89
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMEN'
PROPOSAL
PACIFIC COAST HIGHWAY WIDENING /RECONSTRUCTION
FROM BAYSIDE DRIVE TO MACARTHUR BOULEVARD
CONTRACT NOs. 2711 & 2703
FAU PROJECT NO. M -5001 (43) & M -5001 (44)
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
P.O. Box 1768
Newport Beach, CA 92658 -8915
Gentlemen:
The undersigned declares that he has carefully examined the location
of the work, has read the Notice to Contractors, has examined the
Plans and Special Provision, and hereby proposes to furnish all
materials and do all the work required to complete these Contract
Nos. in accordance with the Plans (Drawing Nos. R5579 -S & R5585 -S)
and Special Provisions, and will take in full payment therefore the
following unit price for the work, complete in place:
CONTRACT NO. 2711
ITEM UNIT
NO QUANTITY UNIT DESCRIPTION PRICE TOTAL
1
L. S.
Clearing, Grubbing &
$350,000.00
Mobilization
2 26,000
C.Y.
Roadway Excavation &
Haul -A -Way Including
A.C. Removal
$5.00
$130,000.00
3 45,000
C.Y.
Roadway Fill
$4.50
$202,500.00
4 540
C.Y.
Structure Excavation
$17.00
$4,180.00
5 390
C.Y.
Structure Backfill
$25.00
$9,750.00
6 5,355
L.F.
Remove P.C.C, Combi-
nation Curb and Gutter,
P.C.C. Curb and Rolled
Curb
$ 1.95
$ 10,442.25
7 13,885
S.F.
Remove Miscellaneous
Concrete
$.30
$4,165.50
REVISED PR 2 OF 7
01/05/89
E
ITEM
UNIT
NO
QUANTITY
UNIT
DESCRIPTION
PRICE
TOTAL
8
5,510
C.Y.
Remove Reinforced Con-
crete Roadway
$20.00
$110,200.00
9
5,346
L.F.
Type A2 -8 Curb and
Gutter
$10.90
$58,271.40
10
7,995
L.F.
Type Al -8 Curb
$10.00
$79,950.00
11
1,100
L.F.
Type A2 -6 Curb & Gutter
$10.50
$11,550.00
12
260
L.F.
Rolled Curb
$14.75
$3,835.00
13
580
L.F.
Type "C" Curb
$10.00
$q,800.00
14
225
L.F.
Curb & Gutter Transi-
$14.75
$3,318.75
tions
15
4,400
L.F.
P.V.C. Pond Lining
$9,00
$8.800.00
16
49,180
S.F.
4" P.C.C. Sidewalk
$2.95
$145,081.00
17
1,586
S.F.
P.C.C. Cross Gutters
$5.70
$9,040.20
18
72
S.F.
P.C.C. Driveways
$3.30
$237.60
19
1,120
S.F.
P.C.C. Access Ramps
$4.90
$5,488.00
20
37,460
TON
Aggregate Base
$9.90
$370,854.00
21
14,345
TON
Asphalt Concrete
Pavement
$ 29.00
$ 416,005.00
22
48,000
S.F.
Grind A.C. Pavement
$.17
$8,160.00
23
27,190
S.F.
Stamped Pattern Concrete
$4.25
$115,557.50
24
5,580
S.F.
Slumpstone Block Sound
Wall
$11.40
$ 63,612.00
25
600
S.F.
Slumpstone Block Retain-
ing Wall
$ 41.00
$ 24 ,600.00
26
43pB10
S.F.
Earth Retaining
11,850
Structure
$ 33.00
$ 391,050.00
27
123
L.F.
Type 26 barrier rail
with tubular hand
railing
$ 290.00
$ 35,670.00
28
238
L.F.
Gravity Wall with Chain
Link Railing
$ 105.00
$ 24,990.00
29
26
L.F.
Masonry Wall
$ 48.00
$ 1,248.00
• •
REVISED PR 3 OF 7
01/05/89
ITEM
UNIT
NO
QUANTITY
UNIT
DESCRIPTION
PRICE
TOTAL
30
35
L.F.
Retaining Wall Type 6B
with Chain Link railing
$325.00
$11,375.00
31
115
L.F.
6' x 1' Dbl. Reinforced
con-
crete box culvert with
20' transition structure
$400.00
$46,000.00
including manhole &
Trash Rack
32
L.S.
Drainage channel through
$110.000.00
mobile home park
33
1,010
L.F.
6' Chain Link
Fence
$7.00
$7,070.00
34
530
L.F.
2" x 4" Redwood Header
$4.00
$2,120.00
35
610
L.F.
18" R.C.P. Storm Drain
$40.00
$24,400.00
36
2,165
L.F.
24" R.C.P. Storm Drain
$46.00
$99,590.00
37
1,266
L.F.
30" R.C.P. Storm Drain
$64.00
$81.024.00
38
16
EACH
Junction Structure No. 1
$2,400.00
$38,400.00
39
2
EACH
Junction Structure No. 2
$950.00
$1,900.00
40
5
EACH
Catch Basin Type O.S.
$2.300.00
$11,500.00
41
10
EACH
Catch Basin Type O.L.
$2.600.00
$26,000.00
42
2
EACH
P.C.C. Collar
$375.00
$750.00
43
490
L.F.
Remove Existing
Storm Drain
$30.00
$14,700.00
44
2,208
L.F.
Construct 30" CML &C
Steel Water Pipe
With Conductors
$135.00
$298,080.00
45
L.S.
Construct 30" Butterfly
Valve in Vault
$ 42,000.00
46
L.S.
Join existing 30" Water
$50,000.00
Line
47
L.S.
Construct new metering
and PRV station and
reconnect Existing 8"
and 6" Water Services
$83.000.00
48
L.S.
Cathodic Protection
$ 19.000.00
49
L.S.
Abandon Existing Water
Pipelines
$ r _n00_f10
a
REVISED PR 4 OF 7
01/05/89
ITEM
UNIT
NO
QUANTITY
UNIT
DESCRIPTION
PRICE
TOTAL
50
12
EACH
Adjust manholes to grade
$400.00
$4,800.00
51
11
EACH
Adjust valves to grade
$200.00
$2,200.00
52
L.S.
Traffic Striping and
Legends and Traffic
Roadway Signs
$24000.00
53
L.S.
Traffic Signal Mod. at
$90.000.00
Jamboree
54
L.S.
Traffic Signal Mod. at
$ 65,000.00
Promontory Point
55
L.S.
Traffic Signal Mod. at
$50,000.00
Bayside
56
L.S.
Optically Activated
Traffic Signal Phase
Selection System
$12,000.00
57
L.S.
Landscaping
$ 100,000.00
58
L.S.
Irrigation
$ 95,000.00
59
L.S.
Traffic Control
$ 40,000.00
60
L.S.
Trench Protection
$ 19,000.00
61
3,750
L.F.
Street Light Conduit
$-q 5n
$ 35,6
62
16
EACH
Electrolier Type II,
Type IV
$ 1,800.00
$ 28,800.00
63
5
EACH
Relocate street light
$ 1,000.00
$ 5,000.00
64
L.S.
Provide Field Office
$ 8,000.00
65
L.S.
Temporary Chain Link
Fence with Weaving
$ 6,000.00
66
63
L.F.
Metal Beam Guard Railing
$ 39.00
$ 2,457.00
67
6,450
S.Y.
Pavement Reinforcing
Fabric
$ 7.15
$ 7.417.50
68
2
EACH
Modify fire hydrant
assembly
$ 3,100.00
$ 6,200.00
a
REVISED PR 5 OF 7
01/05/89
ITEM
UNIT
NO QUANTITY UNIT
DESCRIPTION
PRICE
TOTAL
QUANTITY
UNIT
DESCRIPTION
69 L.S.
8 inch PVC vents
TOTAL
$3.500.00
70 710 L.F.
Concrete landscaping
201
headers
$ 8.00
$5,680.00
71 667 S.F.
6" P.C.C. sidewalk/
driveway
$ 3.90
$2,601.30
72 1450 S.F.
8" P.C.C. Bus Bay
$5.70
$ 8.965.00
SUBTOTAL
Grind Existing
WRITTEN IN WORDS:
(Item 1 - 72 inclusive)
$ .51
$
4,117.74
Four Million Two Hundred
Thirty Four Thousand
Ton
Asphalt Concrete
Eight Hundred Eleven------------------------ - - - - --
-Dollars
and
Pavement
No---------------------------------- -------- - - - - -- Cents
$ 4,234,811.(
SEWER CONSTRUCTION
ITEM
UNIT
NO
QUANTITY
UNIT
DESCRIPTION
PRICE
TOTAL
201
900
S.Y.
Pavement Reinforcing
Fabric
$ 1.15
$
1,035.00
202
8,074
S.F.
Grind Existing
A.C. 0.171
$ .51
$
4,117.74
203
101
Ton
Asphalt Concrete
Pavement
$ 29.00
$
2,929.00
204
L.S.
Abandon Existing
i8" VCP
$
2,650.00
205
L.S.
Traffic Control
$
3.300.00
206
10
L.F.
21" V.C.P.
$ 430.00
$
4,300.0
207
130
L.F.
36" V.C.P.
$ 360.00
$ 46,800.00
208
10
L.F.
42" V.C.P.
$ 990 _DO
$2,900.00
209
3
EA
Sanitary Sewer
Manholes
$ 15,000.00
$
45,000.00
210
L.S.
Dewatering
$
2,200.00
211
L.S.
Trench Protection
$
30,000.00
0 0
REVISED PR 6 OF 7
01/05/89
Total price for Contract 2711
WRITTEN IN WORDS:
(Item 1 -72; 201 -211; inclusive)
Four Million Three Hundred Seventy Nine
Thousand Three Hundred Forty Two-- - - - - -- Dollars
and
Seventy Four---------------------- - - - - -- -Cents
CONTRACT NO. 2703
$1,379,342.
ITEM UNIT
NO QUANTITY UNIT DESCRIPTION PRICE TOTAL
101 14,238
102 114,283
103 9,200
104 8,000
105 100,889
106 71,194
107 19,120
OXON1
109
110 2,000
111
L. F.
S. F.
TON
TON
S. F.
S. F.
S. Y.
L. S.
L. S.
L. F.
L. S.
Sawcut A.C.
Remove existing
A.C. /A.B.
Asphalt concrete
pavement
Aggregate base
Grind existing
pavement 0.17 feet
Grind existing
pavement 0.25 feet
!
Pavement reinforcing
fabric
Replace traffic
signal loop detection
Traffic,control
Temporary railing,
Type K
Restore pavement
markings
TOTAL PRICE FOR CONTRACT 2703
WRITTEN IN WORDS:
(Item 101 - 111 inclusive)
Five Hundred Sixty Seven Thousand
Two Hundred Ninety---------------- - - - - -- Dollars
and
Sixty Eight----------------------- - - - - -- Cents
3F
c 4.983.30
$ .80 $ 91,426.40
$ 29.00 $ 266,800.0
i
$ 11.50 $ 92,000.00
$ .16 $ 16,142.24 1.
$ .21 $ 14.950.74 `
1
$ 3,500.00
c 11.000.00
1;, 95 e 3n_5nn_nr
$ 14,000.00
,r,F7 qon F; ,
0
REVISED PR 7 OF 7
01/05/89
TOTAL PRICE FOR CONTRACTS 2711 & 2703
WRITTEN IN WORDS:
(Item 1 -72; 201 -211; 101 -111; inclusive)
Four Million Nine Hundred Forty Six
Thousand Six Hundred Thirty Three-- - - - - -- Dollars
and
Forty Two------------------------- - - - - -- -Cents
Griffith Company
Bidder
(714) 549 -2291
Bidder's Telephone Number
Janu<
Date
9
31, 1989
$ 4,946.633.4
s /Dennis H. Teague, Vice President
Authorized Signature /Title
2020 Yale Avenue, Santa Ana CA 92704
Bidder's Address
1,
0 0
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. PUBLIC CONTRACT CODE SECTION AND DEBARMENT QUESTIONNAIRE
7. TECHNICAL ABILITY AND EXPERIENCE REFERENCE
8. EEO STATEMENT
except that cash, certified check or cashier's check (in the amount of 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.
The City of Newport Beach will not permit a substitute format for the
contract documents listed above. Bidders are advised to review their content with
bonding and legal agents prior to submission of bid.
The low bidder shall be required to possess a City of Newport Beach business
license prior to execution of contract.
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
discrepancy 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 shall be
compared with correctly multiplied totals. The City shall not be held responsible
for bidder errors and 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
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
inclusive): The Contractor shall be responsible for compliance with Section
1777.5 of the California Labor Code for all apprenticeable occupations.
January 31, 1989
ate
�` 1
Griffith Company
Bidder
s /Dennis H. Teague, Vice President
Authorized Signature Tit e
DESIGNATION OF SUBCONTRACTOR(S)
The undersigned certifies that he has used bid(s) of the following listed
subcontractors) in makino 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
Eno,ineer and in accordance with the applicable provisions of the Specifications.
No chance of subcontractor may be made except with the prior approval of the
Encineer. and as provided by State law.
Subcontract Work Subcontractor Address
1. Fencing Golden West Fence Westminster
z. Guard Rail Modern Alloy Stanton
3 Clearing /Demo Falcon Demo. Rancho Cucamonga
G Curb gutter John Jezowski Orange
s Mech. Stab. Earth Wall Bert Salas La Mesa
6 Structures Giangregorio Baldwin Hills
Underground Irvine Pipeline Santa Ana
8.
Landscape
Hacienda
Walnut
°..
AC Grinding
Payne Whitney
Santa Ana
10.
Engineering
Coast Survey
Santa Ana
11.
Stamped Concrete
Sullivan
Costa Mesa
12.
Electrical
Baxter - Griffin
Stanton
Griffith Company
W
s /Dennis H. Teague, Vice President
Authorized Signature Tit e
z
BIDDER'S BOND
KNO'*v: ALL MEN BY Td-SE PRESENTS,
That we, Griffith
0
BOND NO. U953378 -89 -12
as bidder,
End Reliance Insurance Company , as Surety, are held
and firmly bound unto the City of Newport Beach, Calfornia, in the sum of
Ten Percent (10 %) of the Total Amount Bid in-------------- {Dollars (5--- -- 10 %--- - - - -),
lawful money of t-.e 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 T E FOREGOING 0BLIGATION IS SUCH,
That if the :roposal of the above bounden bidder for the construction of
Pacific Coast Hic
Construction (Phase II
Title of Project
2711 & 2703
Contract Nos.
in the City of Ne.;;�ort Beach, is accepted by the City Council of said City, and
if the above boun =en bidder shall duly enter-into and execute a contract for
such construction and shall execute and deliver to said City the "Payment" and
"Faithful Perfor- .ance" contract bonds described in the Specifications within ten
(10) days (not includino Saturday, Sunday, and Federal holidays) from the date o
the r„ailina of cc- ,tract documents for execution to the above bounden bidder by
and from said Ci.y, then this oblication shall become null and void; otherwise i'
is and shall re- -in in full force and effect, and the amount specified herein
shall be forfeite to the said City.
In the even: that any bidder above named executed this bond as an individua
it is agreed tha: the death of any such bidder shall not exonerate the Surety
from its obligations under this bond.
IN WITNESS '��EP.EOF, we hereunto set our hands and seals this 27th day
of January , 19 89 .
(.Attach acknowle= =ement of
Attorney -in -Fact)
s /J.E. Jernigan
Notary Public
Cortimission Expires: Jan. 31, 1992
Griffith Company
Bidder
s /Dennis H. Teague, Vice President
Authorized Signature /litle
Reliance Insurance Company
Surety
By s /Francis G. Jarvis, Jr.
I
Title Attorney - in -Fact
3
This affidavit shall be executed by the bidder in accordance with instructions
in these special provisions, SECTION 6- FEDERAL REQUIREMENTS FOR FEDERAL -AID
CONSTRUCTION PROJECTS, but bidder may execute the affidavit on this page at the
time of submitting his bid.
NON - COLLUSION AFFIDAVIT
To the City Council of Newport Beach:
The undersigned in submitting a bid for performing the following work by
contract, certifies under penalty of perjury:
That he has not, either directly or indirectly, entered into any agreement,
participated in any collusion, or otherwise taken any action in restraint of
free competitive bidding in connection with such contract.
2020 Yale Avenue
Business Address
Place of Residence
07-LS &R 9 -88
4
Griffith Company
Name of Company
Denni1' . Teague
Print Ne
s /Dennis H. Teague, Vice President
Signature of Bidder
E
PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE
In accordance with Public Contract Code Section 10162, the Bidder shall
complete, under penalty of perjury, the following questionnaire:
Has the bidder, any officer of the bidder, or any employee of the bidder
who has a proprietary interest in the bidder, ever been disqualified, removed,
or otherwise prevented from bidding on, or completing a federal, state, or local
government project because of a violation of law or a safety regulation?
Yes No x
I.f the answer is yes, explain the circumstances in the following space.
9
Note: The above Questionnaire is part of the Proposal. Signing this Proposal
on the signature portion thereof shall also constitute signature of this
Questionnaire.
i
Bidders are cautioned that making a false certification may subject the
certifier to criminal prosecution.
j
5
TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29
DEBARMENT AND SUSPENSION CERTIFICATION
The bidder under penalty of perjury, certifies that except as noted below,
he /she or any person associated therewith in the capacity of owner, partner,
director, officer, manager:
is not currently under suspension, debarment, voluntary exclusion, or
determination of ineligibility by any federal agency;
has not been suspended, debarred, voluntarily excluded, or determined
ineligible by any federal agency within past three years;
does not have a proposed debarment pending; and
has not been indicated, convicted, or had a civil judgment rendered
against it by a court of competent jurisdiction in any matter
involving fraud or official misconduct within the past 3 years
if there are any exceptions to this certification, insert the exceptions in
the following space.
Exceptions will not necessarily result in denial of award, but will be
considered in determining bidders responsibility. For any exception noted
above, indicate below to whom it applies, initialing agency, and dates of
action.
Note: Providing false information may result in criminal prosecution or
administrative sanctions.
The above certification is part of the PROPOSAL. Signing this
PROPOSAL on the signature portion thereof shall also constitute
signature of this CERTIFICATION
07 -LS&RB
Fed. 8 -22 -88
2
N
PUBLIC CONTRACT SECTION 10232 STATEMENT
In accordance with PUBLIC CONTRACT CODE SECTION 10232, and in
addition to the other qualifications and agreements that are a
part of this contract, the Contractor, in so signing, does hereby
state, under penalty of perjury, that no more than one final,
unappealable finding of contempt of court by a federal court has
been issued against the contractor within the immediately
preceding two -year period because of the contractor's failure to
comply with an order of a federal court which orders the
contractor to comply with an order of the National Labor Relations
board. For purposes of this section, a finding of contempt does
not include any finding which has been vacated, dismissed, or
otherwise removed by the court because the contractor has complied
with the order which was the basis for the finding. The City may
rescind any contract in which the contractor falsely swears the
truth of the statement required by this section.
i
NOTE: The above statement is a part of the PROPOSAL. Signing
this PROPOSAL on the signature portion thereof shall also
constitute signature of this statement.
Bidders are cautioned that making a false certification may
subject the signator to criminal prosecution.
7
r
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
Comr,leted
For Whom Performed (Detail)
Person to Contact
Teleohone No.
South Coast Plaza ($349,292)
Orville Myers
1986
C.J. Segerstrom & Sons
Project Manager
(714):546
-0110
Raceway Basin 6,249,995
Bill Hughes
1986
Cit of Vista
Project Manager
619
726 -1340 x
Main Street $6,953,324)
John Brown
1987
City of Irvine
Project Manager
(714)
660 -3600
Irvine Boulevard ($2,539,673)
Carl Nelson
1987
County of Orange
Dir. of Public Works
(714)
567 -7801
Heavy Lift Helicopter Pad
Bob Hall
1987
Irvine Company ($1,495 -026)
Construction VP
(714)
720 -3390
Jamboree Road ($939,531)
Pat Dunigan
1987
City of Newport Beach
Chief Inspector
(714)
644 -3311
1987
On & Off Ramps @ MacArthur Blvd
Koll Co- Dev_ (t684,On0)
Ken Beal
Project Manager
(714)
833 -3030
1989
Marina Hills Drive ($1,515,488)
Taylnr Wnndrnw
Ron Redman
Development Proj Mgr
(714)
643 -2120
Griffith Company
Bidder
s /Dennis H. Teague, Vice President
8
Authorized Signature/Title
THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF
THIS PROPOSAL SHALL ALSO CONSTITUTE AN ENDORSEMENT
AND EXECUTION OF THOSE CERTIFICATIONS WHICH ARE A
PART OF THIS PROPOSAL.
The bidder _X proposed subcontractor _, hereby certifies
that he has X ,. has not _, participated in a previous
contract or subcontract subject to the equal opportunity clause,
as required by Executive Orders 10925, 1114, or 11246, and that
he has X , has not filed with the Joint Reporting
Committee, the Director of the Office of Federal Contract
Compliance, a Federal Government contracting or administering
agency, or the former President's Committee on Equal Employment
Opportunity, all reports due under the applicable filing require-
ment.
Note: The above certification is required by the Equal Employment
Opportunity Regulations of the Secretary of Labor (41 CFR 60- 1.7(b)(1), and
must be submitted by bidders and proposed subcontractors only in connection
with contracts and subcontracts which are subject to the equal opportunity
clause. Contracts and subcontracts which are exemp from the equal oppor-
tunity clause are set forth in 41 CFR 60 -1.5. (Generally only contracts or
subcontracts of 510,000 or under are exempt.)
Currently, Standard Form 100 (EEO -I) is the only report required by the
Executive Orders or their implementing regulations.
Proposed prime contractors and subcontractors who have participated in a
previous contract or subcontract subject to the Executive Orders and have
not filed the required reports should note that 41 CFR 60- 1.7(b)(1) pre-
vents the award of contracts and subcontracts unless such contractor sub-
mits a report covering the deliquent period or such other period specified
by the Federal Highway Administration or by the Director, Office of Federal
Contract Compliance, U.S. Department of Labor.
N O T I C E
0
The following are 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:
PAYh1ENT BOND (paaes 11 &12 )
FAITHFUL PERFORMANCE BOND (pages 13 & 14 )
CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 15,16,& 17)
CONTRACT (pages 18 & 19 )
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 submission of bid.
BONDING COMPANIES shall be acceptable as sureties in accordance
with the latest revision of Federal Reaister Circular 570.
INSURANCE COMPANIES shall be (1) licensed to conduct business in
California, and (2) assigned Policyholders' Rating A (or higher) and
Financial Size Category Elass VIII (or larger) in accordance with the
latest edition of Best's Key Ratino Guide: Property- Casualty.
Coverages shall be provided for all TYPES OF INSURANCE checked on the
CERTIFICATE OF INSURANCE.
All costs associated with the specifications of these contract
documents shall De absorbed in the bid. Such specifications shall
include those contained in (1) each contract document and (2) the
Standard Specifications.
10
he r'.emium charged for this • 10BOND 11$1604742
Land is included in that shown EXECUTED IN QUADRUPLICATE
on the Performance Bored" PAYI•iENT BOND
CNO6: ALL H[P; BY T`;:SE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
notion adopted February 27, 1989
has awarded to Griffith Company
hereinafter designated as the "Principal ", a contract for Contract Nos. 2711 & 2703
Pacific Coast Highway Widening /Reconstruction From Bayside Drive to MacArthur Boulevard
in the City of Nevrport 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
New,Port Beach;
l::HEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond rrith said contract, providing that if
said Principal or any of his or its subcontractors, shall fail to pay for any materials.
;revisions, or other supplies used in, upon, for, or about the performance of -he
work aoreed to be done, or for any work or labor done thereon of env kind, the Surety cn
this bond will pay the same to the extent hereinafter set forth:
It OW, THEREFORE, We GRIFFITH COMPANY
as Principal, and
RELIANCE INSURANCE COMPANY
as Surety, are held firmly-bound unto the City of Nev:port Beach, in the sum of
THIRTY —THREE AND 42/100
FOUR MILLION NINE HUNDRED FORTY —SIX THOUSAND SIX HUNDRED/ Dollars (S 4.946.6'i3.42 ).
said sum being equal to 100.' of the estimated amount payable by the City of Neo-:port
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 COt:DITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, or
his subcontractors, fail to pay for any materials, provisions, or other supplies,
used in, upon, for, or about the performance of the work contracted to be done, or
for any other w:rk or labor thereon of any kind or for amounts due under the UnEM:1 0y-
ment 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 suer 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.
The 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
11
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 chance,
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.
III WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 1st day of MARCH , 1989
Seal)
ame,ef Contractor ( Principa
gnature and /fitIeutryn'cn "^ ""
�� // VICE PRESIDENT
onature ano 11tIe1 THOMAS LFOSS
O#EF ESTIMATOR
tRANCE SURANCE OMPA&NN
ety ran Bou v d,
ure of u ha , A torney-
12
e
ss oy Hgen
(Seal)
e�
zed Agent
70 South Lake Ave., #1100
Pasadena, CA 91101
nt
STATE OF CALIFORNIA
ss.
COUNTY OF ORANCF,
OOCM
OFFICIAL SEAL
G.N. PITTMAN
NOTARY PUBLIGCALIFORNIA
I ORANGE COUNTY
My COmmIGSIOn all May 24,1990
ACKNOWLEDGMENT —Coip.— Pres. 8 Sec.— Nblcous Form 222CA —Bev. 11-83
@1983 WOLCOTTS. INC. (price pass B2)
On this 2ND day of MARCH , in the year 19 89,
before me, the undersigned, a Notary Public in and for said State, personally appeared
DENNIS H. TEAGUE and THOMAS L. FOSS
, personally known to me
(or proved to me on the basis of satisfactory evidence) to be the persons who executed the
within instrument as VICE President andCHF.ESTIMATOR Secretary,
respectively, of the Corporation therein named, and acknowledged to me that the Corporation
executed it pursuant to its by-laws or a resolution of its board directors.
WITNESS my hand and official seal.
Notary Public in and for said State.
,r State of California,
SS.
County of Los Angeles
On this 1st day of March In the year 1989 , before me Notary of Public
personally appeared MARTHA J. CHASE personally known to me (or proved to me
on the basis of satisfactory evidence) to be the person whose name is subscribed to this instrument as the Attorney- In - Fact
of RELIANCE INSURANCE COMPANY and, acknowledged to me that RELIANCE INSURANCE COMPANY executed the
instrument.
IMM01w10nFngryl�An11N1MI1MNMNYFNNinYMnll: nlllnWllWnnnNWxwunlimmnnmunxWmi�
OFFICIAL SEAL
MARGARET BRADT
m NOTARY PUBLIC CAIIFORNtA _
PRINCIPAL OFFICE IN
LOS ANGELES COUNTY
My Commission Expires April 22,1991 --
WlwOnoww1111tlMINWIn4fNNmYwmlwnnlpllpmwgppbniminnMilnnnuxnuumc ..:..:
My Commission expires
BDR -1818 ED.6 /83 (CALIF.)
No Ic In and for said County
RELIACE INSURANCE C*4PANY
HEAD OFFICE. PHILADELPHIA, PENNSYLVANIA
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS. That the RELIANCE INSURANCE COMPANY,* corporation duly orp•nlred under the lawn of the State of
Pennsylvania. does hereby "Acs. constitute and appoint
MARTHA J. CHASE of LOS ANGELES, CALIFORNIA - - - - - --
its true and lawful Anornsymin -Foci, to nuke, execute, w l and deliver for end on its behalt, and at its act and dad
ANY AND ALL BONDS AND UNDERTAKINGS OF SURETYSHIP --
and to bird the RELIANCE INSURANCE COMPANY thereby as fully and to the m" aunt as it such bonds and undertakings and other writing,
Obligatory in the nature thereof were signed by an Eocutivt Officer of the RELIANCE INSURANCE COMPANY and wlod and intoned by on, other
d suds officers, and hereby ratifies and confirm all that its aid Anornoyfsl +n -Fact may do in punuend, 0— f.
This Power of Attorney Is Wonted under and by authority of Amide VII of the By-Laws of RELIANCE INSURANCE COMPANY which tomme
offective September 7, 1978, whkh provisions ors now in full torn and effuot. rwding n follows:
ARTICLE VII — EXECUTION OF BONDS AND UNDERTAKINGS
1. The Board of Directors, the President, the Chairmen of the Board, any Senior Via President, any Vice President or Assistant Vrm Resident
or other Officer designated by the Board of Directors shall he" power and authority to e) appoint Anwneys-in -Fan and to avthovile them to execute
an behalf of the Company, bonds and undertakings, recogniwntes, contracts of indemnity and other writings obligatory in the nature thereof, and Ids)
to remove any such Attornp +n -Fact at any tine end revoke the power end authority given to him.
2. Attornsysyn -Fact shall hove power and authority, subject to the arms and limitations of the power of attorney ieued to them, to execute
and deliver on behalf of the Company, bonds and undertakings, retogniranms, contracts of indemnity and other writing$ obligatory in the nature thereof.
The corporate wl is not necessary for the wlidny of any bonds and undertakings, rempniranon, contracts of indamnay and other writings obligatory
it the nature thereof.
3. Attornays- in-Fact ~ heel power and authority to ennTrte affidavits required to be ntaetoid to bonds. rNSgnianetf, contracts of indtnt
My or other conditional or obligatory undertaking$ and they doll also hew power and aulhaity to certify the Financial Retentions Of the Company and
to copies of the OrLa w of the Company or any snide or wction thereof.
This power of attorney is signed and weld by facaimiN under and by authority of the following Resolution adopted by the Board of Directors of
RELIANCE INSURANCE COMPANY at a mating hold on the 5th day of June, 1979, at which a quorum was present, end sold Resolution has not been
amwued or repealed:
- Resolwed.lfet the signatures of such directors and officers and the net of the Company may be affixed 10 any such power of
anorney or shy herti+imte relating thereto by fooimie, and any such power of attorney or cenificsts boannp such facsimile
signature or facsimile war %hell be valid and binding upon the Company and any such power a exaasted and mrtified by
foaimie siWetures and feoamile not shell be "lid and binding upon the Company in the future with respect to any bond a
undertaking to which it is attached:'
IN WITNESS WHEREOF, the RELIANCE INSURANCE COMPANY has mvmd then prwnts to be signed by its Vice President, and -nseorpo ne awl to
to hereso atli.ad, this 23rd dry o+ June 1987.
RELIANCE INSURANCE COMPANY
OVim President `
STATE OF Washington a,
COUNTY OF King
On this 23rd day of June .10 87parsonallyooprorod Charles B. Schmalz
to not known to be the Vic►Prnidont of the RELIANCE INSURANCE COMPANY, and ncknowtodged that tw executed and attested the foregoing
instsument and attired the Mt of aid corporation ltweto, and that Anise VII, Section 1, 2. and i 0 the By-Lams of wid Company and the Rosetu-
lion, eat forth therein, an still in full lance. -
Mr Camdaion Erosion: t•+l.�l��.t ( rn May 15 fP90 �. NotaryPublicinandforSlateof Washin
Rwidingat Tacoma
I. Lawrence W. Carlstrom , Anistent Secretary of the RELIANCE INSURANCE COM ►ANY, do hereby sanity Ihet the oboe
and foregoing is • true and terrsn copy of a Power of Attorney exerted by sod RELIANCE INSURANCE COMPANY, which is all! in full form and
Mtst.
IN WITNESS WHEREOF. I hoe harassing not my herd and aNixod the owl of aid fomeny MY 1st flay M Ma h 1989.
BDR-1421 Bl Sna � Nesont �
\��� LaM!lACQ il. Carlo trout.
4kOND 01604742
PREMIUM: $30,845.00
EXECUTED IN QUADRUPLICATE
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 February 27, 1989
`t
has awarded to Griffith Company
hereinafter designated as the "Principal ", a contract for Contract Nos. 2711 & 2703
Pacific Coast Highway Widening /Reconstruction From Bayside Drive to MacArthur Boulevard
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, CRTFFTTH COMPANY
as Principal, and RELIANCE INSURANCE COMPANY
i
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
THIRTY —THREE AND 42/100
FOUR MILLION NINE HUNDRED FORTY —SIX THOUSAND SIX HUNDRED/ Dollars (S 4 946 .633-42 ).
said sum being equal to 1000' 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 there'.
Provided on his or their part, to be kept and performed at the time and in the manner
i therein specified, and in all respects according to their true intent and meanino, and
1 shall indemnify and save harmless the City of Newport Beach, and the State of Californi.
its officers and agents, as therein stipulated, then this obligation shall become null a ;
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
1 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
13
Faithful Performance Bond (Continued)
I
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 1st day of MARCH 1989
0
1
GRIFFITH COMPANY
Name of, Contractor
pa
Seal)
ayrnorizeo aionature ano yryle DENNIS H.
VICE PRE51pENJ�
Aut orized Signature -and Title TMO" L.FOSS
CHIEF ESTIMATOR
ANCE INSURANCE COMPANY (Sea))
9f Surety
North Brand oulevard, Suite 770
dale, CA 9 03
•ess of Sjfr et
Sig ri�x'�J? Chfd -, Ace o
Marth J. Cha e, At r
A07re55 of Agent 70 South Lake Ave., #1100
Pasadena, CA 91101
818/796 -3888
Telephone No. of Agent
�
I
14
STATE OF CALIFORNIA Iss.
COUNTY OF ORANGE
OFFICIAL SE,,Ar�L N I
NO R� LIC- CAufomm
OMN9E COUNTY .14190
MY C9mmissl9n exp• —
ACKNOWLEDGMENT— Corp. —Pas. 6 Sec.— Wolcotls Form 222CA —Rev. 11.83
01983 WOLCOM. INC. Wee class B-2)
On this 2ND day of MARCH , in the year 19 -8_9_,
before me, the undersigned, a Notary Public in and for said State, personally appeared
DENNIS H. TEAGUE and THOMAS L. FOSS
, personally known to me
(or proved to me on the basis of satisfactory evidence) to be the persons who executed the
within instrument as VICE President and CHF. ESTIMATOR Secretary,
respectively, of the Corporation therein named, and acknowledged to me that the Corporation
executed it pursuant to its by -laws or a resolution of its boa f directors.
WITNESS my hand and official seal. /) 7
Notary Public in and for said State.
State of California,
M
County of Los Angeles
On this 1st day of March in the year 1989 , before me Notary of Public
personally appeared MARTHA J. CHASE personally known to me (or proved to me
on the basis of satisfactory evidence) to be the person whose name is subscribed to this instrument as the Attorney -In -Fact
of RELIANCE INSURANCE COMPANY and, acknowledged to me that RELIANCE INSURANCE COMPANY executed the
instrument.
UNMWwnremwuWY�MtlYI1MMYdutllm �mnmm�nnlnAY:wnnmwlnmimnim�
OFFICIAL SEAL _
MARGARET BRADT
NOTARY PUBLIC - CALIFORNIA
PRINCIPAL OFFICE IN
LOS ANGELES COUNTY
MyCammissian ExpiresApril22,1991
�NIIwIUU11�00IIMImIp111mIImI11JImXWne +xninNnwmnuen�..w....,,erc
My Commission expires
BDR -1818 ED. 6183 (CALIF.I
79— 1-2 a
No blic In and f r said County
PMIAA*—,E INSURANCE CAPANY
HEAD OFFICE, PHILADELPHIA, PENNSYLVANIA
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, rw the RELIANCE INSURANCE COMPANY,s corporation dual orgenlred under the taws of the State of
Flmnrylwnia, does hereby "ke, corotituto and appoint _
MARTHA J. CHASE of LOS ANGELES, CALIFORNIA - - - - - --
Its true and lawful Attorney- in -Foct. to moke, execute,"and deliver for and "its behalf, and as its an and dead
ANY AND ALL BONDS AND UNDERTAKINGS OF SURETYSHIP --
and to bind the RELIANCE INSURANCE COMPANY thereby as fully sad to the same anent in if such bonds and undertakings and other writings
obligatory in the nature thereof wan signed by an Executive Officer of the RELIANCE INSURANCE COMPANY and tested and atened by ono other
of such officers, and hateby ntitisa and confirms al that in aid Anorneylal -in -Fact troy do in Iwrwance hereof.
This Power of Attorney to panted under and by authority of Article Vfl of the By -lawt of RELIANCE INSURANCE COMPANY which Wmme
dfanive September 7, 1979, which provisions are now in full fora and effect, loading es follows:
ARTICLE VII —EXECUTION OF BONDS AND UNDERTAKINGS
t. The Board of Directors. the President, the Chairman of the Board, any Senior Vim President, any Vim President or Anistent Vim Resident
at other officer designated by the Board of Directors shell hew power and authority to fall appoint Attorneys -in -Fan and to authorize them to execusa
on behalf of the Company, bonds and undertakings, recogninnpsa, contracts of indemnity and other writings obligatory in the nature thereof, and (b)
to remove any such Attorneytin-Fact at any time and revoke the power and authority given to him.
2. Attorneys- in-Fan stall MN power and authority. subject to the terms and limitations of the power of attorney issued to them, to execute
"deliver on behalf of the Company. bonds and undertakings, raoogniances, contracts of indemnity and other writings obligatory in the nature thereof.
The corporate wl is not necessary for the wltdtry, of any bonds and undertakings, r"nisanms, contracts of indemnity and other writings obligatory
it the nature thermal.
3. Attorneys- in•Fect shell have power and authority to execute affidavits required to be attached to bonds, recogniarim. contracts of indem-
nity or other conditional orrobiipetory undertakings and they shall also haw power and authority to ca tify the financial statement of the Company and
to copes of the By-Lows of the Company or any anida or section thereof.
This power of attorney is sipred and assiod by facsimile under and by auttority of the following Resolution adopted by the Board of Diractors of
RELIANCE INSURANCE COMPANY at i msatinp hold on the Sth day of June. 1970. at Much a Quorum cur present, and mid Resolution has not Wen
amended or repeated: -
-Retolved, that the signeturn of such directors and officers and the met of the Company may, W affixed to any such power of
MmroY a any mnitimte ratalirg iretato DY temimie, and any cud+ power o1 ntorneY er mnithtate psannp such fwimilt
signatures or fa timite wt dell W valid and binding upon the Company and env such power so txacutod and minified by
fa simile signatures and facsimile coal $hell W valid and binding upon the Company in the future with respect to any bond or
adersaking to which its a shod.
IN WITNESS WHEREOF, the RELIANCE INSURANCE COMPANY talc muaad these Pnamt to W signals by ice Vim Prnidirm. and ittcorpotate sal to
bahantoaffixea.thia 23rd dye( June to 87
RELIANCE INSURANCE COMPANY
k President
` 'nt .
STATE OF Washington
COUNTY OF King
On this 23rd day of June • to 8 7pereonally appeared Charles B. Schmalz
to me known to W the VioaPrnidem of the RELIANCE INSURANCE COMPANY, and acknowledged that he executed and ptarted the foregoing
Irssumen and staked the seal of said corporation thereto, and that Article VII. Section 1, 2, and 3 of the By -Laws of mid Company and the Resides•
tiara, an forth therein, an rich in futl form.
or Commission Expires: r' «!r_�t
M.2 i
May 15 •10 90 ° Notary Public in and for State liv Washington
Raeidinpat Tacoma
1, Lawrence W. Carlstrom , Assistant Socreury of the RELIANCE INSURANCE COMPANY, do hartby minify that the above
and foregoing is a vua and action copy of a Power of Attorney axearted by said RELIANCE INSURANCE COMPANY, Mich is pill in full form and
affect.
W WITNESS MMEREOF,1 law Irracnto eel stM }end and aHiea6 the wi o1 mid Company thin 1st dy d Ma h '989.
Assister `�� lAvrence. wo carA8trom.
• C{Ll i(li :..l R,,. Din
Ctli of Arwport Beach
•1•l nr.: ;•n ra Boulevard
.. Ge,:;,ort frach. CA 426(3
I' • NA•;; A:.. ^. AD ?F.E55 DI W.UriD
Griffith Company
�j
i1
l
�r
11
COnr.drn !
L rti;, Employers
CD-. Pon
r• tf, r
C or.;, em- C
Letter
M; an, 0
tier
nv
lbit if. to certify that policies of insurance listed bolo: have been issued to the in ured ndaec
above and art• in force at this time, including attached ecdcrserdnL(s).
---
Policy
i N1S Of L r.S,l 1
CO*PAKY
TYPES OF INSURA'CE
Policy
Exp.
I
S.rrcr ts:
LETTCH
COVERAGE REQUIRED
No.
Date
Eac'i (Completed
Oc Crne.n.Ce•Cnenati C-s
Co
ercialGEr ;ERAL LIAEILITY
,
bodily Injury
I S
T. C3ZT0MtMAM2E_gM<
20290
4/1/89
j
A
Premises - Operations
�i
00526
Property Darage
S
I
5
Explosion & Collapse Hazard
11 Underaround Hazard
.I
28
Products /Completed Operations
Bodily Injury
Hazard
and Property
x1000
1000
Cc-.tractual Insurance
Damaoe Cor..bined
Froad Form Property Damage
I
`' Independent Contractors
Personal Injury
!
j
Marine
Personal Injury
I
IS 1000
!!! u Aviation
AUTOYaT1VE LIABILITY
I%
Comprehensive Form
20290
Bodily Injury t
4/1/89
(Each Personl
/
Owned
20526
occ'�tyin,ury i c
A
I
28
{Ed,h Occurrence 1
r ^.•e l: ��ar.a^e I _
`. Yired
VLCiiy in)ury anc�
r Non - owned
y
Property Damage
Combined
-s 1000
EXCESS LIABILITY
j
Ucbrella Fom..
Bodily Iniury
Other than Unbrella Form
1 a ^d Propert)'
Damace Camzined S
5
WDP.GERS' COHPEIiSATIU:+
20190
Staw:ory // '/,
500 ;,,cid
;.ccident)
A
an0
1 E "1pL0YER'S LIABILITY
20526
/1/89
NO-if: The (.nmprehensive General Liability and Automotive Liability policies are endorsed
with the attached City of Newport Beach, Endorsements.
..nxCELLAT:O %: Should any of the above described policies be cancelled or ceveraee reauced
before the expiration date thereof, the -Insurance Company affordinc cover ge
shall provide 30 days_' advance notice to the City of Newport Beach by
„ rg.pistered mail, attention: Public Works Department.
ey: � Agency: Corroon & Black Ins. Sery.
.uthorIzed epresenta ve
Date:_ 2/22/89 Telephone. 818 796 -3888
Descrioti Dn of operations /locations /vehicles: All operations per`.orr.ied for the Citv of t;c +port
feW, by or or, behalf of the named insured in connection with the following ceaicnateo contract:
Pacific Coast Highway Widening /Reconstruction Bayside to Ma_cAr_thu_r C_ -2_711 & 2703_
ZProject it a and LGntract 6ur.beri
!+•''. ICI: This certificate or verification of insurance is not an insurance Policy 2no e&es not
amr.nd, extend or alter the coverage afforded by the policies listed herein. Notwith-
standing any requirement. term, or condition o' any contract or other documm.nt with
respect to which this certificate or verification of insurance mev ba issurn or n.ay
certain, the insurance afforded by the policies described hem-in is suUject to 611
tht• to ms, exclusions and conditions of such p(- licies, including attached endorsenents.
15
! 0
" Ells or N[wr ;rl F ACH
A1J1Dit717CE LIALILilr IN SLICAr:;[ IN,D;1n SEY.E%l
It is aoreed that:
1. With respect to such insurance as is afforded by the policy for bodily Injury and
Property Damaor Liatility, the City of Newport beach, and inc State of California,
Its officers and employees are additional insured but Drily witli 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
desionated below. The insurance extended by this endorsement to said additional
insured does not apply to bodily injury or property damage arising out of auto -
mDti -les (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 Newp =rt Beach
or the State of California will be called upor. to contribute with insurance
provided by this policy.
2. The policy includes the followino provision:
"The insurance afforded by the policy applies separately to each insured
wh: is seeking coverage or against wh3m,a clair. is made or suit is brought,
except with respect to the limits of the Insurance Con;any's liability."
3. The linits of liability under this endorsement for the additional insureds named in
paragraph 1 of this endorsement shall be the linits indicated below for either kati-
pie Lirits or Single Limit, whichever is indicated by the letter X in the aopropriace
DDS.
( ) Y.ultiple Limits
Bodily Injury Liability S each occurrence
Property Darage Liability S each occurrence
( X) Single Limit
Bodily Injury Liability S 1 000 oon each occurrence
and
Property Damage Liability
Com: ined
The linits 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
arm one accident or occurrence in excess of the limits of Liability stated in the
policy as applicable to Automobile Liability Insurance,
4. 5hDUld 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.
S. Designated Contract: Pacific Coast Highway Widening /Reconstruction C -2711 & 2703
toy ect r1: a anc wr tract ho.;.
This endorsement is effective 2/22/89 at 12:01 A.Y.. and forms a part of
Policy N1. 202902052628
Nam+C Insured Griffith Cmmnanv Encorsemer.t No.
Na-•e of Insurance Company
16
1
1
• Clli of N10'167 6CA(H 0
COMPROE16IVE GENERAL LIAR:LITY INSURANCE ENDGRSLMCN•
It is agreed that:
I. Kith respect to such insurance as is afforded by the policy for Ccr,rehfnsive
General Liability, the City of Newport Beach, and the State of California, its
officers and employees are additional insureds but only with respect to liability
arising out of operations performed by or on behalf of 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 insrance afforded said additional insured shall apply as primary insurance
and no other insurance maintained by the City of Newport Beach or the State of
California 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
who,. 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 (sutject
to the to rrs, conditions and exclusions applicable to such insurance) includes
liability assumed by the named insured under the indemnifiCation or hold harness
provision contained in the written contract, designated below, between the City
of Newport Beach and the State of California.
<. 1.'ith respect to such insurance as is afforded by this policy. the exclusions, if any,
pertainin; to the explosion hazard, collapse hazard and underground property hazard
(corr.Lnly referred to as "XCU "hazards) are deleted.
5. The lir..itS of liability under this endorsement for the additional insured named in
paracraph I of this endorsement shall be the limits indicated below for either Multiple
Limit <_ or Single Limit, whichever is indicated by the letter X in,tne appropriate box.
( ) Multiple Limits
Bodily Injury Liability S each occurrence
Property Dar-age Liability S each occurrence
( ) Single Limit
Bodily Injury Liability S 1,000,000 each occurrence
and
Property Damage Liability
Combined
The applicable limit of the Insurance Company's liatility 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 coverace reduced before the expiration date thereof,
the insurance Company shall provide 30 days' aevance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department
7. Designated Contract: Pacific Coast Highway Widening /Reconstruction C -2703 & 2711
(Project Title and Contract No.
This endorsement is effective 2/22/89 at 12:01 A.M. and forms a part of
Policy No.202900052626
Named Insured Griffith Company Endorsement No.
Name of Insurance ComparFymployers Ins. of Wauszety dV
uLhor 2 d epreaendtive
17
CONTRACT
THIS AGREEMENT, entered into this L3 Lday of 19
by and between the CITY OF NEWPORT BEACH, hereinafter "City,' and
Griffith Company , hereinafter "Contractor," is made with
reference to the following facts:
(a) City has heretofore advertised for bids for the following
described public work:
Pacific Coast Highway Widening /Reconstruction
From Bayside Drive to MacArthur Boulevard
Title of Pro.iect
C -2711 & C -2703
Contract Nos.
(b) Contractor has been determined by City to be the to +rest 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,
THEREFORE, the parties hereto agree as follows:
1. Contractor shall furnish all materials and perform all of the wort
for the construction of the following described public work:
Pacific Coast Highway Widening /Reconstruction
From Bayside Drive to MacArthur Boulevard C -2711 & C -2703
Title of Project Contract Nos.
which project is more fully described in the contract documents. Contractor
shall perform and comaplete 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 Four Million N
Hundred _Forty Six Thousand Six Hundred Thirty Three and 42/100---- - -{_c4 946,633.42—
This compensation includes (1) any loss or damage arising from the nature of th
work; (2) any loss or damage arising from any unforeseen difficulties or obstru
tions in the performance of the work; (3) any expense incurred as a result of a
suspension or discontinuance of the work; but excludes any loss resulting from
earthquakes of a magnitude in excess of 3.5 or. the Richter Scale and tidal wave
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 Contract
are set forth in the contract documents. The contract documents are incorporat
herein by reference as though set out in full and include the following:
(a) Notice Inviting Bids
(b) Bid Proposal
(c) Instruction to Bidders and documents referenced therein
(d) Payment Bond
(e) Faithful Performance Bond
(£) Certificate of Insurance and endorsement(s)
18
(g) Plans and Special Provisions for Pacific Coast Highway Widening
Reconstruction From Bayside Drive to MacArthur Boulevard C -2711 & C -2703
Title of Project Contract Nos.
(h) This Contract.
(i) DBE Statement.
4. Contractor shall assume the defense of, and indemnify and hold
harmless, City, and the State of California, its officers, employees and represent,
from all claims, loss or damage, except such loss of damage proximately caused by
sole negligence of City of 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.
ATTEST:
[1C'
CITY OF NEWPORT BEACH
By
Mayor
GRIPFITH 00WANY
iE4tWS H. TEAGUE
VICE PRESIDENT
AUtnorizeo Signature ano mi e
THOMAS L. FOSS
CHIEF ESTIVATOR
z
O
H
w
z
H
w
ro
ca
W
a
0
w
-i
v E
Iz 0
Aj o
U H
v "
m
u
a 0
E
8
38Q
ql-
J
Y_
L-
zC
O
c
C
ti
y
N
I'
1
IN
QGjJII
M
o
o�
o
cy
°a11
0
o
Co
0
o
Ina
M
n)
�
0
1 b4
I
I
i
I
aI
.r-
4-1
R
ow
1�
� 1
4-
4J
'rl
i
�
A
-
�+
0
NI
e
1
N
1+
41
1
L
I
1�E
O
2
Q
3
i
K
t
c
C
41
R
w
I
yJ
N
a
to
1
�.
G
1
11 Y
N
b
Q
E
I
1
`
Mom
O
0.
C�
O
�
ti
Si
1E
5
t 1
111
( I
-i
v E
Iz 0
Aj o
U H
v "
m
u
a 0
E
8
38Q
ql-
J
Y_
L-
zC
O
c
C
ti
y
N
20
PO
a`
L)
L.1
W,
m
a
a
W
V
N
H ~
O
dp
III
n
�f
C))
N
8�
a
Ln
U,
Q Z
` O
� H
d
Ea
0 0
z
H
y
�+ C
I'
1
�
(,oI
n
In
o
o�
o
cy
°a11
0
o
Co
0
o
Ina
M
n)
�
n
1 b4
I
I
i
` 1
N
0
I
1
I
I
3
t
R
w
I
a
to
1
1
11 Y
N
b
Q
E
I
1
`
Mom
0.
(
t 1
111
( I
I
1
I
I'tIlI(I��1(1
I
1 U
f
J
i-1
1
I
i
U
EI
dl
dl
i
I
10
1
1
Im
I
EI
�c
I
V)
I
1
1
20
PO
a`
L)
L.1
W,
m
a
a
W
V
N
H ~
O
dp
III
n
�f
C))
N
8�
a
Ln
U,
Q Z
` O
� H
d
Ea
0 0
z
H
y
�+ C
• CITY OF NEWPORT BEA*
PACIFIC COAST HIGHWAY CONSTRUCTION (PHASE II)
FROM BAYSIDE DRIVE TO 350'± EAST OF JAMBOREE ROAD
PACIFIC COAST HIGHWAY SOUTHBOUND PAVEMENT
REHABILITATION FROM BAYSIDE DRIVE TO MACARTHUR BOULEVARD
CONTRACT NO'S 2711 & 2703
FEDERAL AID URBAN PROJECT
M -5001 (43) & M -5001
ADDENDUM NO. 1
NOTICE TO BIDDERS:
BIDDERS shall propose to complete Contract No.'s 2711 & 2703, FAU
Project No.'s M -5001 (43) & M -5001 (44) in accordance with the
Plans, Proposal, Contract Documents, and Special Provisions as
modified by this ADDENDUM NO. 1:
Bids for this work are to be opened on February 3, 1989.
This addendum is being issued to install a 36" sewer line and
three manholes at Bayside Drive and Pacific Coast Highway.
In the Proposal, the following changes have been made:
Revised proposal pages PR 1 of 7 through PR 7 of 7 are
attached and reflect the addition of a sewer line and man -
holes at Bayside Drive and Pacific Coast Highway and the
Items 201 through 211 are added for this construction.
Proposal page PR 5 of 7 has been amended to add Item 72 - 8"
P.C.C. Bus Bay.
In the Special Provisions, the following changes have been made
to reflect the sewer line construction at Bayside Drive and
Pacific Coast Highway:
Revised page SP9 -1, SP9 -1(A) and SP -2 are revised or added
to reflect phasing of work to include the sewer line con-
struction.
Revised page SP9 -14 and SP9 -14(A) are revised or added to
reflect the addition of County Sanitation District details
for the sewer line construction.
Revised page SP10 -12 is revised to reflect the additional
quantity of asphalt concrete (Item 203) necessary because of
the overlay being placed near the sewer line construction.
PAGE 1 of 5
.. ...,
0 0
profile for construction of the sewer line at Bayside Drive
and Pacific Coast Highway.
Revised sheet 31 of 64 adds the sewer line construction plan
view to the Utility Plan at Bayside Drive.
Revised sheet TC -1 of TC -8 and Revised sheet TC -7 of TC -8
show the modification of traffic control necessary for the
construction of the sewer line at Bayside Drive and Pacific
Coast Highway, and shows the distance between delineators to
be 45' instead of 501, and shows the median striping as
Detail 29 instead of Detail 21.
The following Alan sheets from Contract No. 2703 are attached and
are revised to show:
Revised sheet TC -1 of 10 indicates a change in the traffic
control necessary to construct the sanitary sewer line and
manholes on the south side of Pacific Coast Highway.
The Special Provisions pages that are without an alphabetical
suffix (such as Revised SP10 -129) shall replace the sheets in the
Special Provisions, the others (Revised SP10- 129(A) etc.) are to
be added just following the page number without the suffix. The
plan sheets attached will replace those sheets in the plan set
(alphabetical suffix sheets are added after the same page number
without the suffix.)
Special Provisions Page SP5 -5, fifth paragraph, the third through
the forth line is ammended to read " be encountered and payment
therefore will be the responsibility of the Contractor."
Special Provisions page SP5 -11, subsection 5 -1.21 PROSECUTION &
PROGRESS, is amended by adding the following:
The Contractor shall submit a trenching and shoring plan
which will include the means, material and equipment that
will be used to provide for the proper protection of men and
facilities during all trenching operations for this project.
This will be approved by the Engineer and the Department of
Transportation must acknowledge this approval prior to any
operations being performed that require such protection.
The cost of this work shall be included in the price of
contract items.
Special Provisions page SP5 -12, Subsection 5 -1.23 UTILITIES, is
amended by adding the following:
At least 48 hours prior to excavation in the proximity of
the 12" H.P. gas main, the Southern California Gas &
Electric Company shall be contacted to arrange for their
representative to be present. The representative shall be
PAGE 3 of 5
I' y i•,
• 0
Please execute and date Addendum No. 1 and attach it to your bid
proposal. No bid proposal will be accepted without Addendum No.
1 being executed and attached hereto.
//,, llhL
Horst Hlawaty
Project Manager
I have carefully examined Addendum No. 1 and hereby consent to
its being made a part of our proposal.
Date: January 30, 1989 Griffith Company
(Bidder's Name) .
Telephone No. (714) 549 -2291
s /Qennis H. Teague, Vice President
(Authorized Signature)
Bidder's Address:
2020 Yale Avenue
Santa Ana, CA 92704
PAGE 5 of 5
• CITY OF NEWPORT BEACO
PACIFIC COAST HIGHWAY--CONSTRUCTION (PHASE II)
FROM BAYSIDE DRIVE TO 3501± EAST OF JAMBOREE ROAD
PACIFIC COAST HIGHWAY SOUTHBOUND PAVEMENT
REHABILITATION FROM BAYSIDE DRIVE TO MACARTHUR BOULEVARF
CONTRACT NO'S 2711 & 2703
FEDERAL AID URBAN PROJECT
M -5001 (43) & M -5001 (44)
ADDENDUM NO. 2
NOTICE TO BIDDERS:
BIDDERS shall propose to complete Contract No.'s 2711 & 2703, FAU Project No.'s
M -5001 (43) and .M -5001 (44) in accordance with the Plans, Proposal, Contract
Documents, and Special Provisions as modified by the ADDENDUM No. 2:
Bids for this work are to be opened on February 3, 1989.
In the Proposal, the following changes have been made:
Modify quantity under Item No. 26 (Page PR 2 of 7) as follows:
Delete 13,210 and replace with 11,850
In the Special Provisions, Section 10 -1.24, "Earth Retaining Structure," Page
SP10 -33, delete first paragraph under "Measurement and Payment" and replace
with:
MEASUREMENT AND PAYMENT.- -Earth retaining structures will be
measured and paid for by the square foot. Regardless of the type of
earth retaining structure actually constructed, the square foot area
for payment will be based on the vertical height and length of each
section of mechanically stabilized embankment. The vertical height
of each section will be taken as the difference in elevation on the
outer face from the bottom of the lowermost face element (top of
leveling pad) to the top of the uppermost face element.
In the Special Provisions, Section 1.09, "Joint Harnesses ", Page SP10 -59 the
third sentence is amended to read:
Nuts for buried harnesses shall be Type 316 stainless steel and
conform to ASTM A -194 Grade 2H, and nuts for exposed harnesses shall
be hot -dip galvanized. Lugs shall conform to ASTM A -283, Grade C or
ASTM A -36.
On the Contract Plans, Sheet 48 of 64, add the following conduit sizes to the
"Conductor Schedule ":
Conduit Run No. 1 2 3 4 5 6 7 8
Conduit Size 3" 3" 3" 3" 3" 3" 3" 3 "
ADDENDUM NO. 2
Page 2
On the Contract Plans, Sheet 38 of 64, Detail 1/38 (circled), on the note 30"
STL PIPE (GALV) remove the word (GALV). On the Detail 3/38 (circled), the 90
degree reducer (30" to 2411) may be replaced by a 30" 90 degree ell and a 30" to
24" straight reducer leading to the 24" pipe.
Please execute and date Addendum No. 2 and attach it to your bid proposal. No
bid proposal will be accepted without Addendum No. 2 being executed and attached
hereto.
� -ll�iL
Horst Hlawaty
Project Engineer
I have carefully examined Addendum No. 2 and hereby consent to its being made a
part of our proposal.
Date: January 31, 1989
Telephone No. (714) 549 -2291
Bidder's Address:
2020 Yale Avenue
Santa Ana, CA 92704
Griffith Com an
(Bidder's Name
s /Dennis H. Teague, Vice President
Authorized Signature
THE .�eyisf`e�i�`
625 N. Grand Ave.. Santa Ana, CA 92701
PROOF OF PUBLICATION
(2015.5 C.C.P.)
STATE OF CALIFORNIA,
SS.
County of Orange,
Juanita Folkerts
I am a citizen of the United States and a resident of
the County aforesaid; I am over the age of eighteen
Years, and not a party to or interested in the above
entitled matter. I am the principal clerk of the printer
of The Orange County Register, a newspaper of
general circulation, published in the City of Santa Ana,
County of Orange, and which newspaper has been
adiudged a newspaper of general circulation by the
Superior Court of the County of Orange, State of
California under the date of November 29, 1905, Case
Number A21046 that the notice of which the annexed is
a printed copy, has been published in each regular and
entire issue of said newspaper and not in any
supplement thereof on the following dates, to wit:
I certify (or declare) under Penality of Periury that the
foregoing is true and correct.
Executed at Santa Ana, California.
Date ..............
J a n.•...1 !.......... 1989......... .
uanita
F lkerts
Signature
This space is for the County Clerk's filing Stamps
craws Of
PROOF OF PUBLICA
7
PUBLIC NOTICE
in of
os. 2711 & 2703
No. M -5001 (43) & M5001 (44)
Paste Clipping of
Notice
SECURELY
In This Space
1
• Author¢ed to Publish Advertisements of all k n s Including public
notices by Decree of the Superior Court of Orange County,
California, Number A -6214, dated 29 September, 1961, and
A- 24831, dated 11 June. 1963.
STATE OF CALIFORNIA
County of Orange ouojK Noun An..mwq co. W
by IN. .mown a ..I m ) poml
,win ,e M. column a 111
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 Contga gctors of California, and that a
Notice of
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 2 times
consecutive weeks to wit the issue(s) of
January 10, 11 , 198 9
198—
198_
198-
198—
I declare, under penalty of perjury, that the
foregoing is true and correct.
Executed on January 11 1989
at Costa Mesa, C lifornia.
ignatu e
11 �-
PROOF OF
will
This pro t consists of
had
This project ties s�i: : it pool of
15 - percent disadvantaged
business enterprises part l-
potion.
A pre -bid meeting Is
scheduled forrme project on
Friday. January 20,1989 at
10:00 a.m. in CBY. CouMdl
Chamtiers:-
THIS PROJECT
IS SUBJECT TO -
THE'%UY' ..:'
AMERICA
PROVISIONS
OF THE SURFAbE'
TRANSPORTATION
ASSISTANCE ACT
OF 1982
Bidders era required to
submit bids for #loth -cart-
tracts (2703 6 2711} The
thhe lowest w
t responsible bid',
der based on the combined
total sum of both contrwhi;.
end In compliance with all
requirements described,
Herein.
This project Is subject to
state contract non-
discrimination and com
oliance - requirements
euccesetul
furnish e
_�
0 0
December 12, 1988
BY THE CITY COUNCI ITY COUNCIL AGENDA
CITY OF NEWPORT BEA 1EM NO. F -14
• TO: CITY COUNCIL DEC 1 2 1988
_._ APPIt01F1)-.
FROM: Public Works Department
SUBJECT: COAST HIGHWAY WIDENING PROJECT (PHASE II), CONTRACT NO. 2711;
COAST HIGHWAY REHABILITATION PROJECT, CONTRACT NO. 2703
RECOMMENDATIONS:
Approve the plans and specifications.
Authorize the City Clerk to advertise for, ;;oe to ha nr, npn_
ar.?�sZ�Al1.4rY:�...1981 -.
DISCUSSION:
In September 1978, the City Council directed staff to actively pursue
Federal funding for the widening of Coast Highway between MacArthur Boulevard
and Bayside Drive by requesting that the project be included in the Federal Aid
Urban (FAU) Program.
• Following extensive preliminary engineering and a statutory public
hearing, the Federal Highway Administration (FHWA) approved the environmental
document to widen the roadway on December 8, 1984.
Due to funding limitations and the complexity of the project (i.e. R/W
acquisition), the overall project was staged to be constructed in two phases.
Phase I (MacArthur Boulevard to Jamboree Road) has been completed and
was accepted by the City Council on March 14, 1988.
Phase II (Jamboree Road to Bayside Drive), the proposed project, is
the extension of the widened Coast Highway from easterly of Jamboree Road to the
Upper Newport Bay Bridge. The project provides for three travel lanes eastbound
and four travel lanes westbound to join the existing four travel lanes at the
Upper Newport Bay Bridge, curb and gutter, sidewalk, a landscaped raised median,
sound walls, a storm drain, street lights, and modifications of the existing
signals. In addition, the existing 30" water main will be replaced within a
portion of the construction limits. All of the new roadway will be constructed
along the northerly (inland) side. The necessary right -of -way to construct has
been obtained by dedication, negotiated purchase or condemnation.
• Construction of this project will be administered by the City. A
Caltrans Encroachment Permit and a Coastal Zone Permit to construct the Phase
II project have been obtained.
During early 1988, the Orange County Transportation Commission OCTC
made additional FAU funds available for roadway construction with high priority
given to rehabilitation projects. At that time, it was determined that Coast
Highway's roadway which was not slated for any work (eastbound travel lanes)
between the overall widening project limits (Phase I & II) was rapidly
deteriorating and would be an excellent candidate for the new FAU funds.
Subject: Coast Highway Widening Project (Phase II), (C -2711)
Coast Highway Rehabilitation Project, (C -2703)
December 12, 1988
Page 2
•On April 25, 1988, the City Council authorized the Public Works staff
to pursue additional FAU funding through the OCTC to rehabilitate portions of
Coast Highway. On August 30, 1988, the OCTC approved FAU funding to
rehabilitate the eastbound travel lanes from MacArthur Boulevard to Bayside
Drive.
It is proposed to include the rehabilitation of the eastbound travel
lanes as part of the Phase II widening project. Inclusion of this project would
result in several benefits such as cost reduction and minimizing overall
construction time.
A rider to Caltrans' Encroachment Permit to rehabilitate portions of
Coast Highway was applied for in early November. It is anticipated to receive
Caltrans approval shortly.
It is recommended that the City Council authorize advertisement for
bids for both projects under one blanket project contingent upon Caltrans'
approval and authorization to advertise.
The estimate for construction and funding is as follows:
1. Phase II
• Cit Gas x (14 %) FAU (86 %) Water Fund Total
Roadway Const. Ta S $3,600
Water Main $400,000 400,000
TOTAL T5501000 3,420,000 $400,000 $4,370,000
2. Rehabilitation Project
City Gas Tax (25 %) FAU (75 %) Total
Roadway Const. 78,250 534.750 $ 000
TOTAL 8,25 T5-34-,-T50- 7 3,000
Sufficient gas tax and water funds have been budgeted in the current
fiscal year.
The plans and specifications were prepared by ASL Consulting
Engineers.
• If acceptable bids are received, FHWA, through Caltrans, could
authorize commencement of construction in early March 1988. Completion of the
project is anticipated in the Spring of 1990.
A set of plans for each project is available for review in the Council
conference room.
Benjamin B. Nolan
Public Works Director
HH:so
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
TO: FINANCE DIRECTOR
FROM: CITY CLERK
DATE: May 1, 1989
SUBJECT: Contract No. C- 2711(8)
Description of Contract Service Agreement to furnish materials
testing services and source inspection for the construction of
Coast Highway.
Effective date of Contract March 6, 1989
Authorized by Minute Action, approved on
Contract with CALTRANS
Address
Amount of Contract (See Agreement)
"x� 6e 4e
Wanda E. Reggio
City Clerk
WER:pm
Attachment
February 27, 1989
3300 Newport Boulevard, Newport Beach
a
SERVICE AGREEMENT C 2 7 /1(Q )
Contract No. 12F250
07- ORA- 0 -NptB
M- 5001(43) & M- 5001(44)
City of Newport Beach
THIS AGREEMENT, made and entered into on this &I/ day
of ' 1989, by and between the CITY OF NEWPORT BEACH,
a bo y politic and a municipal corporation of the State of
California, hereinafter referred to as "LOCAL AGENCY ", and the
STATE OF CALIFORNIA, acting by and through the Department of
Transportation, hereinafter referred to as "STATE ".
WITNESSETH:
WHEREAS, LOCAL AGENCY contemplates the improvement of
Pacific Coast Highway by widening from Bayside Drive to MacArthur
Boulevard, hereinafter referred to as "PROJECT "; and
WHEREAS, LOCAL AGENCY has requested and STATE is willing to
furnish traffic signal materials testing services (excluding
controllers) for said PROJECT provided all costs incurred by
STATE on behalf of LOCAL AGENCY are borne at the expense of LOCAL
AGENCY; and
WHEREAS, LOCAL AGENCY and STATE desire to specify herein the
conditions under which STATE services are to be provided for and
financed.
NOW THEREFORE, in consideration of the convenants and
conditions herein contained, the parties hereto agree as follows:
v
SECTION I
STATE AGREES:
1. To perform the following engineering services as
authorized by Section 131 of the Streets and Highways Code;
provide materials testing service, including source inspection
for the construction phase of PROJECT.
2. Prior to commencement of engineering work by STATE
personnel, to establish a special account to accumulate all
related expenses and charges for all work performed on behalf
of LOCAL AGENCY pursuant to this Agreement.
3. The funding for work to be performed under this
Agreement is as follows:
Total Cost
Federal FAU Funds
City
Funds*
$10,000.00
$4,668,00
$
5,332.00
*The FHWA will not participate in the 46% overhead charges.
4. Immediately following execution of this Agreement, to
submit to LOCAL AGENCY, billing in the amount of $5,332.00 which
figure represents LOCAL AGENCY's advance deposit to finance the
total estimated cost less anticipated Federal Reimbursement of
engineering services to be performed by STATE on behalf of LOCAL
AGENCY pursuant to this Agreement.
5. Upon completion of the PROJECT to furnish LOCAL AGENCY
with a final detailed statement of the accumulated costs, identi-
fying actual hours worked and related expenses in connection with
the services provided pursuant to this Agreement.
-2-
SECTION II
LOCAL AGENCY AGREES:
1. To do all work necessary for the successful completion
of the PROJECT except for that work which STATE has agreed to
perform in Section I of this Agreement or by separate Agreement.
2. To deposit with STATE, in advance and within 14 days of
receipt of billing therefor, the amount of $5,332.00 which figure
represents the total estimated cost less anticipated Federal
reimbursement of engineering services to be performed by STATE
on behalf of LOCAL AGENCY pursuant to this Agreement.
3. Upon completion by STATE of all engineering services
performed on behalf of LOCAL AGENCY and upon receipt of a
detailed statement and billing therefor, to reimburse STATE
promptly, any amount over and above funds deposited by LOCAL
AGENCY as defined hereinabove, required to complete LOCAL
AGENCY's cost pursuant to this Agreement. Actual cost to LOCAL
AGENCY for work performed by STATE on behalf of LOCAL AGENCY as
defined hereinabove in Section I, Article (4) will be determined
upon completion of all such work and, final accounting of all
related charges, and shall be a sum of the following:
a. Salary costs computed in accordance with STATE's standard
accounting procedures.
b. Travel and per diem expenses including charges for the
use by such employees of STATE vehicles, if required,
in accordance with rates set up by the State Board of
Control Rules under Title 2, Section 706.
c. Functional indirect and administrative overhead costs
computed in accordance with STATE'S Accounting Manual,
Chapter 11, Table 6 -2.
d. Less any Federal reimbursement paid directly to STATE for
engineering services provided pursuant to this Agreement.
-3-
SECTION III
IT IS MUTUALLY UNDERSTOOD AND AGREED:
1. That, LOCAL AGENCY may, at any time, or for any reason,
terminate STATE'S services immediately and shall notify STATE in
writing of such termination.
2a. That STATE will indemnify and save LOCAL AGENCY, its
officers, agents and employees harmless from any and all liabil-
ity for injuries to persons or damage to property caused or
resulting in any manner from the performance of any services by
STATE personnel within the scope of this Agreement.
2b. That LOCAL AGENCY will indemnify and save STATE, its
officers, agents and employees harmless from any and all liabil-
ity for injuries to persons or damage to property caused or
resulting in any manner from the performance of any services by
LOCAL AGENCY personnel within the scope of this Agreement.
3. That should any portion of the PROJECT be financed with
Federal Funds or Gas Tax Funds, all applicable procedures and
policies relating to the use of such funds shall apply notwith-
standing other provisions of this Agreement.
IN WITNESS WHEREOF, the parties hereto have caused this
Agreement to be executed by their respective officers, duly
authorized, the provisions of which Agreement are effective as of
the day, month and year first hereinabove written.
STATE OF CALIFORNIA APPROVED,AS TO FORM:
Department of Transportation
BY: '
ROBERT K. BEST City A rney
Director of Transportation
ATTEST: 1
W.
B PpRA /
y ..
Dep strict Direct
Project Development �5
City Clerk
Date «^% Y OF NEWPORT BEACH,
cq�/FOa Muni ipal�/C��r o �jidon,.
BY:
J����G'�"r�" '
-4- Mayor
0 !
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O, BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 6443005
TO: FINANCE DIRECTOR
FROM: CITY CLERK
DATE: December 5, 1988
SUBJECT: Contract No. C- 2711(A)
Description of Contract Coast Highway Widening Project -
Jamboree Road to Bayside Drive - Local Agency /State Agreement
Effective date of Contract November 17, 1988
Authorized by Minute Action, approved on November 14, 1988
Contract with CALTRANS
Address
Amount of Contract (See Agreement)
"W� t�-q 64e
Wanda E. Raggio
City Clerk
WER:pm
Attachment
3300 Newport Boulevard, Newport Beach
•
TO: CITY COUNCIL
FROM: Public Works Department
is
November 14, 1988
CITY COUNCIL AGENDA
ITEM NO. F -2(e)
i1LVWVri1 BEACf1 /A)
NOV 14 1988
APPROVED
SUBJECT: COAST HIGHWAY WIDENING PROJECT - JAMBOREE ROAD TO BAYSIDE DRIVE
LOCAL AGENCY /STATE AGREEMENT (PHASE II), CONTRACT NO. 2711
FAU PROJECT NO. M- 5001(43)
RECOMMENDATION:
Adopt a resolution authorizing the Mayor and the City Clerk to execute
Program Supplement No. 006 to the Local Agency /State Agreement No.
12 -5151, covering the construction of Coast Highway from Jamboree Road
to Bayside Drive.
DISCUSSION:
• The Federal Highway Administration (FHWA), through Caltrans, has
recently notified the City that Federal Aid Urban (FAU) monies are now available
for the construction of the Coast Highway widening project between Jamboree Road
to Bayside Drive (Phase II).
To qualify for matching Federal funds (86% Federal /14% City), the City
must execute a Supplement Agreement to the Local Agency - State Master Agreement
previously approved by the City Council on August 8, 1977. Supplement Agreement
No. 006 authorizes the release of $3,399.000 Federal funds to be matched with
$533,300 City funds for a total of $3,939,300. Sufficient gas tax funds to
cover the City's share have been budgeted in the current fiscal year.
A copy of Program Supplement No. 006 is attached for reference.
Approval of plans, specifications and authorization to advertise the
subject project will be submitted to the City Council at a later date.
ate, aez
Benjamin B. Nolan
• Public Works Director
HH:so
Attachment
• • �- Z iii <��
PROGRAM SUPPLEMENT NO. 006 Location: 12- ORA- 0 -NPTB
to Project Number: M- 5001(043)
LOCAL AGENCY -STATE AGREEMENT E.A. Number: 12- 929012
FOR FEDERAL -AID PROJECTS NO. 12 -5151 Date: September 27, 1988
This Program Supplement is hereby incorporated into the Local Agency -State
Agreement for Federal Aid which was entered into between the Local Agency and
the State on 08/11/77 and is subject to all the terms and conditions thereof.
This Program Supplement is adopted in accordance with Paragraph 2 of Article
II of the aforementioned Master Agreement under authority of Resolution No.
approved by the Local Agency on (See copy attached).
The Local Agency further stipulates that as a condition to payment of funds
obligated to this project, it accepts and will comply with the covenants or
remarks setforth on the following pages.
PROJECT TERMINI:
Pacific Coast Highway (SR 1) from Bayside Drive to Jamboree
TYPE OF WORK: Widen, traffic signals, drainage LENGTH: 1.3 (MILES)
PROJECT CLASSIFICATION OR PHASE(S) OF WORK
[ ] Preliminary Engineering [ ] Right -of -Way [ ]
[X] Construction Engineering [X] Construction
Estimated Cost Federal Funds I Matching Funds
Local OTHER OTHER
$ 3,932,300 W36 $ 3,399,000 $ 533,300 $ 0 $ 0
$ 0
STATE OF CALIFORNIA
Departmejlt of TrAnp
I herby Certify upon my personal know
Accounting
Officer
W�- Date
$
3399000.00
Chapter Statutes
I Item
Year Program
JBC1 Fund Source
AMOUNT
313 1988 2660- 101- 890(a) 88-89 20.30.010.200 C 229020 892 -F 3399000.00
a
t'
L
•
12- ORA B
M- 5001(043) (043) DATE:September 27, 1988
PAGE: 2
SPECIAL COVENANTS OR REMARKS
1. All maintenance, involving the physical condition and the
operation of the improvements, referred to in Article VI
MAINTENANCE of the aforementioned Master Agreement will be
performed by the Local Agency at regular intervals or as
required for efficient operation of the completed
improvements.
2. The Local Agency will advertise, award, and administer this
project and will obtain the State's concurrence prior to
either award or rejection of the contract.
3. In awarding, or agreeing to award the contract, the Local
Agency agrees the payment of Federal funds will be limited to
the detail estimate amount approved by the Federal Highway
Administration in the Federal -Aid Project Agreement (PR -2),
or its modification PR -2A, and accepts any increases in Local
Agency funds.
4. In executing this Program Supplemental Agreement, Local
Agency hereby reaffirms the "Nondiscrimination Assurances"
contained in the aforementioned Master Agreement for
Federal -Aid Program.
5. Whenever the local agency uses a consultant on a cost plus basis,
the local agency is required to submit a post audit report cover-
ing the allowability of cost payments for each individual consul-
tant or sub - contractor incurring over $25,000 on the project.
The audit report must state the applicable cost principles utili-
zed by the auditor in determining allowable costs as referenced in
CFR 49, part 18, Subpart C - 22, Allowable Costs.
•
RESOLUTION NO. 88 -112
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT
BEACH AUTHORIZING THE MAYOR AND THE CITY CLERK TO EXECUTE
PROGRAM SUPPLEMENT NO. 006 TO LOCAL AGENCY /STATE AGREEMENT
NO. 12 -5151 COVERING THE FAU FUNDING FOR THE CONSTRUCTION
OF THE COAST HIGHWAY IMPROVEMENT PROJECT FROM JAMBOREE ROAD
TO BAYSIDE DRIVE
WHEREAS, there has been presented to the City Council of the City of
Newport Beach a certain Program Supplement No. 006 to Local Agency /State
Agreement No. 12 -5151 covering the FAU funding for the Coast Highway improvement
project; and
WHEREAS, the City Council has reviewed the terms and conditions of
said Program Supplement No. 006 to Local Agency /State Agreement No. 12 -5151
covering the FAU funding for the construction of Coast Highway improvement
project from Jamboree Road to Bayside Drive, and finds them to be satisfactory
and that it would be in the best interest of the City to authorize the Mayor and
the City Clerk to execute said Program Supplement;
NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of
Newport Beach that said Program Supplement above described is approved, and the
Mayor and the City Clerk are hereby authorized and directed to execute the same
on behalf of the City of Newport Beach.
ATTEST:
City Clerk
ADOPTED this 14th day of November , 1988.
CERTIFIEDI AS A RUE A.01D CORREC? COPY
i
CITY CLERK Of THE CITY OF yv,FT BEACH
DATE: _.. �_. �._ _....�_...._�......_�.__. -__. --
i
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644-3005
TO: FINANCE DIRECTOR
FROM: CITY CLERK
DATE: June 14, 1989
SUBJECT: Contract No. C- 2711(C)
Description of Contract Coast Highway Widening Project (Improvement
to Bayside Drive Trunk Sewer)
Effective date of Contract February 8, 1989
Authorized by Minute Action, approved on June 12, 1989
Contract with County Sanitation District No. 5
Address
Amount of Contract (See Agreement)
" (, ' -""'77/
Wanda E. Raggio p
City Clerk
WER:pm
Attachment
i
3300 Newport Boulevard, Newport Beach /
•
•
Il
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: COAST HIGHWAY WIDENING PROJECT (PHASE II)
CONTRACT NO. 2711, FAU -5001 (43)
COAST HIGHWAY REHABILITATION PROJECT
CONTRACT NO. 2703, FAU -5001 (44)
RECOMMENDATION:
June 12, 1989
CITY COUNCIL AGENDA
ITEM NO. F -3(f)
I— ffy %N"J
CITY "4 C,-.'.'PORT °E tCP
J U N 12 1989
Af PVROVEp__.
C -2- 7// (0
Authorize the Mayor and City Clerk to execute an agreement with the
Orange County Sanitation District (OCSD) to include improvement to the
Bayside Drive Trunk Sewer under the City's widening project on Coast
Highway.
DISCUSSION:
On February 27, 1989, the City Council authorized award of a contract
to widen Coast Highway between Bayside Drive and Jamboree Road. The project
also included the construction of a short sewer segment across Coast Highway at
Bayside Drive with the understanding that it was to be funded totally by OCSD.
Said agreement provides for the deposit of $167,000 by OCSD to cover
the cost of the sewer construction and City staff time to administer the sewer
project.
at;�;" Q ilz
Benjamin B. Nolan
Public Works Director
HH:so
�3J
L
June 20, 1989
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663 -3884
Attention: Horst Hlawaty
Project Engineer
Subject: Agreement with City of Newport Beach for cooperative
project to include District's Improvements to Bayside
Drive Trunk Sewer, Phase I, Contract No. 5 -34 -1, in
the City's road improvement project on Pacific Coast
Highway
We are transmitting herewith one fully- executed copy of subject
agreement for your records.
i
Rita J. Brown
Board Secretary
rj b
Enclosure
CC: Don Webb, City Engineer
Thomas L. Woodruff
Thomas M. Dawes
Bob Jordon
PUM ic.
JUN 2 2 1989 ►
NEWPOIYf BEACH
CALIF-
Subject: Agreement with City of Newport Beach for cooperative
project to include District's Improvements to Bayside
Drive Trunk Sewer, Phase I, Contract No. 5 -34 -1, in
the City's road improvement project on Pacific Coast
Highway
We are transmitting herewith one fully- executed copy of subject
agreement for your records.
i
Rita J. Brown
Board Secretary
rj b
Enclosure
CC: Don Webb, City Engineer
Thomas L. Woodruff
Thomas M. Dawes
Bob Jordon
C- ? 7110
AGREEMENT
THIS AGREEMENT, is made and entered into, to be effective
this 8th day of February , 1989, by and between:
D
COUNTY SANITATION DISTRICT NO. 5,
hereinafter referred to as "District"
CITY OF NEWPORT BEACH, hereinafter
referred to as "City ".
R E C I T A L S•
WHEREAS, District has developed an Updated and Consolidated
Master Plan of Sewer Facilities designed for the collection of
wastewater from the area within District No. 5 of the County
Sanitation Districts of Orange County, California; and
WHEREAS, City is now proposing a construction project within
the intersection of Bayside Drive and Pacific Coast Highway in
the City of Newport Beach ( "City's portion of Project "); and
WHEREAS, District has identified the need to construct a 36
inch and a 42 inch VCP sewer within the intersection of Bayside
Drive and Pacific Coast Highway - Bayside Drive Trunk Sewer,
Phase I, Contract No. 5 -34 -1 ( "District's portion of Project ");
and
WHEREAS, the District and the City have agreed to include
the work required by both in one contract, hereinafter called the
"Project" consisting of the City's portion of the Project and the
District's portion of the Project; and
WHEREAS, District and City desire to set forth their
1
0
respective rights and obligations concerning the Project.
NOW, THEREFORE, THE PARTIES HERETO AGREE AS FOLLOWS:
Section 1: Project Design
District shall design, or cause to have designed, District's
portion of Project.
Section 2: City's Responsibilities
City shall be solely responsible for the preparation and
award of the contract pursuant to public bid requirements for the
construction of Project, including the construction of District's
portion of the Project. Toward this end, City shall be
responsible for the preparation of all legal documents, including
the Notice Inviting Bids, Instructions to Bidders, and the
related construction agreements, surety bonds and insurance
certificates. City shall also be solely responsible for the
administration and performance of the contract awarded to
contractor for the construction of the Project.
Section 3: Rights of Access
District shall have rights of access to the construction
site of the Project for purposes of inspection of the
construction of District's portion of the Project.
Section 4• Costs
A. City Costs
City shall pay all costs associated with the Project except
for the costs of the District's portion of the Project and
District's portion of the administrative and other costs
pertaining to the entire Project.
'A
with the services provided pursuant to this Agreement. City
shall, at the same time, refund any excess that has been
deposited by District or bill District for any additional amount
that is required to cover the actual costs.
Section 8: Waiver of Claims
City and District do hereby waive all claims and demands
against each other for any loss, damage or injury of any kind or
character to any person or property, arising out of the design
and construction of the Project, or arising from any act or
omission of City's or District's respective agents or employees,
except to the extent occasioned by the sole negligence or willful
misconduct of the parties or their agents or employees.
Section 9: Insurance
City shall require the construction contractor for the
Project to maintain a policy of public liability insurance for
personal injury and property damage, including motor vehicle
operators, during all times of the contract in amounts and in
form satisfactory to City's City Attorney and District's General
Counsel. Said policy shall name the City and the District and
their officers, agents and employees as additional insureds
thereon.
IN WITNESS WHEREOF, the parties hereto have executed this
4
Agreement on the day and year first above written.
"DISTRICT" COUNTY SAIRITATION 111SUICT NO.. 5 OF
Paz
y
ByC:_ ��
rtesecretary
APPROVED AS TO FORK:
THOMAS L. WOODRUFF,
DISTRICT COUNSEL
By O
"CITY" CITY OF N ORT BEA60000e-
B y
Mayor
ATTEST:
City Clerk j a
APPROVED AS TO FORM:
CITY ATTORNEY
By Q�AL/L�
(C1225)
5/26/89
ROYKKI a WOQD UFi 5