Loading...
HomeMy WebLinkAboutC-2943 - Intersection Improvements at 17th Street/Westcliff Drive and Irvine Avenuei 0. CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 January 26, 1996 Griffith Company 2020 S. Yale Street Santa Ana, CA 92704 (714) 644 -3005 Subject: Surety: Reliance Insurance Company Bond No.: B2591793 Contract No.: C -2943 Project: Intersection Improvements at 17th Street /Westcliff Drive and Irvine Avenue The City Council of Newport Beach on December 11, 1995, accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion and release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. The Notice was recorded by the Orange County Recorder on December 28, 1995, Reference No. 19950579680. Sincerely, M . LaVonne M. Harkless, CMC /AAE City Clerk LMH:lm cc: Public Works Department 3300 Newport Boulevard, Newport Beach is 1 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: Recorded in the county of orange, California Gary`` L. Granville, Clerk /Recorder City Clerk ir�. IIIIIIIIIIIIIIIII�IIIIIIIIIIIIIIIIIII�IIIIIIIIIII���IIIIIIII No Fee City of Newport Beach 19950579680 09A W 12/28/95 3300 Newport Boulevard 005 138408 02 19 MB1 Newport Beach, CA 92663 N12 1 7.00 0.00 0.00 0.00 0.00 0.00 "Exempt from recording fees pursuant to Government Code Section 6103" j4 NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as owner, and Griffith Company, 2020 S. Yale Street, Santa Ana, CA 92704 as Contractor, entered into a Contract on December 5, 1994 Said Contract set forth certain improvements, as follows: Intersection Improvements at 17th Street /Westcliff Drive and Irvine Avenue (C -2943) - located in the City of Newport Beach, County of Orange Work on said Contract was completed on October 6, 1995 , and was found to be acceptable on December 11, 1995 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Reliance Insurance Company, P.O. Box 29008, Glendale, CA 91209 � // M euDilc worKS virecLor City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on Beach, California. BY e. City Clerk ad , at Newport 0 • EWPO1 f C..:,.CH December 11, 1995 'ROVED CITY COUNCIL AGENDA ITEM NO. 19 TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT SUBJECT: ACCEPTANCE OF INTERSECTION IMPROVEMENTS AT 17TH STREET/WESTCLIFF DRIVE AND IRVINE AVENUE CONTRACT NO. 2943 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 the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. DISCUSSION: The contract for the construction of intersection improvements at 17th Street/Westcliff Drive and Irvine Avenue has been completed to the satisfaction of the City's Public Works Department and the City of Costa Mesa. The bid price was $234,525.00 The amount of unit items constructed 221,121.27 Amount of change orders 10,333.21 Total contract cost $231,454.48 The decrease in the amount of the unit price items constructed resulted in a decrease of sidewalk constructed and the deletion of several minor items not constructed. A total of five (5) change orders were issued to complete the project. A summary of the change orders are as follows: 1. Change Order No. 1, in the amount of $6,680.00, provided for the construction of 6" concrete pavement at several driveways. SUBJECT: ACCEPTANCE OF INTERSECTION IMPROVEMENTS AT 17TH STREET/WESTCLIFF DRIVE AND IRVINE AVENUE CONTRACT NO. 2943 December 11, 1995 Page 2 2. Change Order No. 2, in the amount of $1,980.00, provided for repair and sod replacement on private property due to the construction project. 3. Change Order No. 3, in the amount of ($1,527.53), provided for the deletion of a traffic signal pole. 4. Change Order No. 4, in the amount of $1,020.88, provided for the installation of a pedestrian push button and red curb. 5. Change Order No. 5, in the amount of $2,179.86 provided for the removal of a catch basin and the construction of three additional pipe collars. Funds for the project were budgeted in the Measure M Fund (Westcliff /17th /Irvine Ave.), Account No. 7281- C5100196. The contractor is the Griffith Company of Santa Ana. The scheduled completion date was June 23, 1995. Due to extra work and inclement weather, the project was not completed until June 29, 1995. However, Public Works staff did not accept the improvements until remedial work was completed by October 6, 1995. Respectfully submitted, 04 PUBLIC WORKS DEPARTMENT Don Webb, Director By l/T'l ` Horst Hlawaty Acting Field Engineer 0 is 0 . CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 �z -6-i To: FINANCE DIRECTOR FROM: CITY CLERK DATE: December 6, 1994 SUBJECT: Contract No. C -2943 Description of Contract Intersection Improvements at 17th Street/ Westcliff Drive and Effective date of Contract December 5, 1994 Authorized by Minute Action, approved on November 14, 1994 Contract with Griffith Company Address 2020 S. Yale Street Santa Ana, CA 92704 Amount of Contract $234,525.00 Gt/GG %j"�G� 6e ' Wanda E. Raggio City Clerk WER :pm Attachment 3300 Newport Boulevard, Newport Beach V M 0 NOTICE INMING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P. O. Box 1768, Newport Beach, Ca 92659 -1768 until 11:00 A.M. on the 2 day of November ,1994. CITY CLERK INTERSECTION IMPROVEMENTS AT 17TH STREET /WESTCLIFF DRIVE AND IRVINE AVENUE Title of Project 2943 Contract No. $250,000.00 Engineer's Estimate F` O` v \! s, TO RN/ Approved by the City Council thiiss, )10 day of October ,1994 Gl/ Wanda E. Rag Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, P. O. Box 1768, Newport Beach, CA 92659 -1768. For further information, call Horst Hlawaty at (714) 644 -3311 Project Manager 9 PR 1.1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL INTERSECTION IMPROVEMENTS 17TH STREETIWESTCLIFF DRIVE AND IRVINE AVENUE CONTRACT NO. 2 9 4 3 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, CA 92659 -1768 Gentlemen: The undersigned declares that he has carefully examined the location of the work, that he has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all work required to complete Contract No. 2943 in accordance with the Plans and Specifications, and that he will take in full payment therefore the following unit price for the completed item of work, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Mobilization Twenty Thousand Five Hundred Fifty Dollars and No Cents $ 20 , 550.00 Per Lump Sum 2. Lump Sum Provide Construction Survey & Staking Three Thousand Dollars and No Cents $ 3,000.00 Per Lump Sum PR 1.2 ITEM QUANTITY ITEM DESCRIPTION AND UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. 1,500 Remove P.C.C. Curb & Gutter L.F. Three Dollars and No Cents $1-00 $ 4 , 500.00 Per Linear Foot 4. 270 Remove P.C.C. Curb L.F. Three Dollars and No Cents $–L-00 $ 810.00 Per Linear Foot 5. Lump Sum Unclassified Excavation Four Thousand Dollars and No Cents $ 4,000.00 Dollars and Cents $ 75 $_1,111.10 Dollars and Cents $ • 50 $ 600.00 Per Lump Sum 6. 1,800 Remove P.C.C. Pavement S.F. No Seventy -Five Per Square Foot 7. 1,200 Remove Stamped Concrete S.F. No Fifty Per Square Foot Dollars and Cents $ 75 $_1,111.10 Dollars and Cents $ • 50 $ 600.00 ITEM QUANTITY ITEM DESCRIPTION AND UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 8. 2,600 Remove PCC Driveway & S.F. Access Ramp One No Per Square Foot 4,650 Remove P.C.C. Sidewalk 9. S.F. One No Per Square Foot 10. 3 Remove Catch Basin Each Seven Hundred No Per Each 11. 3 Adjust Water Valve Cover Each H d d S' Dollars and Cents $1.00 $2_ , 600.00 Dollars and Cents $1.00 $4,650.00 Dollars and Cents $ 700.00 $L1111-00 Two un re ixty Dollars and No Cents $260.00 $780.00 Per Each 12. Lump Sum Signal Modification Per Plan Sixty Thousand Dollars and No Cents Per Lump Sum $60,000.00 i • PR 1.4 ITEM QUANTITY ITEM DESCRIPTION AND UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 13. 1 Relocate Fire Hydrant Each One Thousand Eiqht Hundred Per Each 14. 8 Relocate Pull Box Each Fifty Per Each Dollars and Cents $1,800.00 $1,800.00 Dollars and Cents $ 50.00 $ 400.00 15. 7 Relocate Water Meter Each Three Hundred Dollars and No Cents $_100.00 $2,100.00 Per Each 16. 1 Relocate Mail Box Each One Hundred Dollars and No Cents $100.00 $100.00 Per Each 17. 4 Relocate Sign Each One Hundred Twenty -Five Dollars and No Cents $125.00 $500.00 Per Each PR 1.5 ITEM QUANTITY ITEM DESCRIPTION AND UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 18. 1 Relocate Monitoring Well and No Each Per Lump Sum 22. Lump Sum Paint Traffic Striping & Pavement Markings Three Hundred Dollars Dollars and No and Per Lump Sum No Cents $300.00 $300.00 Per Each 19. 1 Relocate Irrigation Control Each Valve Five Hundred Dollars and No Cents $500.00 $500.00 Per Each 20. 12 Remove Chainlink Fence L.F. Ten Dollars and No Cents $10.00 $120.00 Per Linear Foot 21. Lump Sum Sandblast Paint Traffic Stripe Four Thousand Dollars and No Cents $4.000.00 Per Lump Sum 22. Lump Sum Paint Traffic Striping & Pavement Markings Five Thousand Dollars and No Cents $5,000.00 Per Lump Sum a PR 1.6 rrEM QUANTITY ITEM DESCRIPTION AND UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 23. Lump Sum Provide Traffic Control & Delineation Six Thousand Dollars and No Cents $ 6,000.00 Per Lump Sum 24. 550 Construct Type "C -6" Curb & L.F. Gutter Fourteen Dollars and No Cents $14.00 $7,700.00 Per Linear Foot 25. 750 Construct Type "C-8" Curb & L.F. Gutter Fourteen Dollars and No Cents $_L4.00 $10,500.00 Per Linear Foot 26, 250 Construct Type "C -6" Curb L.F. Thirteen Dollars and No Cents $13.00 $3,250.00 Per Linear Foot 27. 550 Construct 4" P.C.C. Stamped S.F. Colored Concrete Dollars and Cents $2.50 $1, 375.00 Per Square Foot PR 1.7 ITEM QUANTITY ITEM DESCRIPTION AND UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 28. 3,100 Construct 4" PCC Sidewalk S.F. S.F. Pavement Three Dollars and Dollars Fifty Cents $ 3.50 $ 10,850.00 Per Square Foot and 29. 2,400 Construct 6" PCC Driveway S.F. Approach, Type H $ .40 $_L,000. 00 Four Dollars and 31. .550 No Cents $1 00 $ 9,600.00 Per Linear Foot Ton 30. 10,000 Cold Plane Asphalt Concrete S.F. Pavement No Dollars and Forty Cents $ .40 $_L,000. 00 Per Square Foot 31. .550 Construct Asphaltic Concrete Ton Base Course Forty -Five Dollars and No Cents $ 45.00 $ 24.750.00 Per Ton 34. 115 Construct Asphaltic Concrete Ton Surface Course Forty -Five Dollars and No Cents $45.00 $5,175.00 Per Ton PR 1.8 ITEM QUANTITY ITEM DESCRIPTION AND UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 33. 125 Construct Variable Thickness Ton Asphalt Concrete Pavement Forty -Five Dollars No Cent $45.00 $5,625.00 Per Ton 34. 2,100 S.F. 35. 2 Each 36. 1 Each Construct 8" P.C.C. Pavement Five Dollars and Cents $5.00 $10,500.00 Per Square Foot Construct Type OL -A Curb Inlet Three Thnii� and Dollars and No Cents $3,000.00 $6,000.00 Per Each Construct Type OL -A Curb Inlet (Modified) Three Thousand Per Each 37. 3 Construct Local Depression Each Seven Hundred No Per Each Dollars and Cents $3,000-00$ L 000.00 Dollars and Cents $-L00-00 $1,100 .00 PR 1.9 ITEM QUANTITY ITEM DESCRIPTION AND UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 38. 20 Construct 18" Storm Drain L.F. (2000 -D) One Hundred Thirty Dollars and No Cents $-130.00 $2 , 600.00 Per Linear Foot 39. 4 Construct 21" Storm Drain L.F. (2000 -D) One Hundred Sixty Dollars and No Cents $160.00 $ 640.00 Per Linear Foot 40. 1 Construct Concrete Pipe Each Collar Seven Hundred Dollars and No Cents $700.00 $200.00 Per Each 41. 2 Construct Curb Access Ramp Each Two Hundred Dollars and No Cents $_2O0.00 $400.00 Per Each PR 1.10 ITEM QUANTITY ITEM DESCRIPTION AND UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE Two Hundred Thirtv -Four Thousand Five Hundred Twenty -Five Dollars and No Cents TOTAL BID PRICE (WORDS) November 1, 1994 Date (714) 544 -22oi Bidder's Telephone Number #032168 ABC -12. #C -8 HAZ Bidder's Licence Number & Classification Dollars and $234,525.00 Cents TOTAL BID PRICE (FIGURES) Griffith Company Bidder S/ Thomas L. Foss, Vice President & District Mgr. Bidder's Authorized Signature and Title 2020 S. Yale Street, Santa Ana, CA 92704 Bidder's Address 0 0 INSTRUCTIONS TO BIDDERS Page 2 The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS. L 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. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the documents. The City of Newport Beach will not permit a substitute format for the documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. 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 will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 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. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. #032168 ABC -12, #C -8 HAZ Griffith Company Contr's Lic. No. & Classification Bidder November 1, 1994 S/ Thomas L. Foss, Vice President & Date Authorized Signature /Title District Manager i • Page 3 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. Subcontract Work Subcontractor Address .. 2. PCC C.L. Concrete Anaheim Stamped Concrete Sullivan Costa Mesa 5. Surveying Case Survey Signal Hill 7. 8. 9. 10. 11. 12. Griffith Company Bidder S/ Thomas I Fosq, VirP President R (list Mgr, Authorized Signature /Title • ! Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, Griffith Company as bidder, and Reliance Insurance Company as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of the Amount Bid nnllarc ($ 10% ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of Intersection Impvements at 17th Street /Westcliff Drive and Irvine Avenue C -2943 Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver to said City the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) after the date of the mailing of Notice of Award to the above bounded bidder by and from said City, then this obligation shall become null and void; otherwise it shall be forfeited to the said City. In the event that any bidder above named executed this bond as an individual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 31st day of October 19 94 . (Attach acknowledgement of Attorney -in -Fact) Notary Public Commission Expires Griffith Company Bidder S/ Thomas L. Foss, Vice President & Dist. Mgr. Authorized Signature /Title Reliance Insurance Company Surety By: S/ Elke H. Hagen Title: Attorney -In -Fact , State of raT i fnrnia County of Orange On 11 -1 -94 before me, Jenene Ratti Notary Publi (DATE) (NAMERITLE OF OFFICER- i.e.'JANE DOE, NOTARY PUBLIC-) personally appeared Thomas r . Foss (NAMES) OF SIGNERISII 13 personally known to me -OR- ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) )s /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their $ ignaturels) on the instrumentthe person (s), or the entity upon behalf of which the person(sl OFFICIALMAt "ENE acted, executed the RArn 20 instrument. NOTARY PUSUC • CALIFORNIA COMMISSION 1/1024008 C ORANGE COUNTY rn My(• rnlesia,E�L,teea Witness my hand and official seal. (SEAL) (SIGNATURE 01 NOTAWT- ATTENTION NOTARY The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. THIS CERTIFICATE Tale or Type of Document Bid Bond MUST BE ATTACHED TO THE DOCUMENT Number of Pages 3_ Date of Document 10 -31 -94 DESCRIBED AT RIGHT: Signeds) Other Than Named Above WOLCOTTS FORM 03240 Rev. 3.94 (Price class 0-2A) 01994 WOLCOTTS FORMS, INC. ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITYIREPRESENTATION/TWO FINGERPRINTS RIGHT THUMBPRINT (Optioned) 5 m "o °o CAPACITY CLAIMED BY SIGNERIS) DINDIVIDUAL(S) ]CORPORATE OFFICERIS) VP/Dlst Mgr ❑PARTNERIS) ❑LIMITED DGENERAL ❑ATTORNEY IN FACT ❑TRUSTEEIS) O GUARD IAN /CONSERVATOR ❑OTHER:. _. SIGNER IS REPRESENTING: (Name of Persenls) or Entity(iee) RIGHT THUMBPRINT IOptionall S 'o CAPACITY CLAIMED BY SIGNERIS) OINDIVIDUAL(S) OCORPORATE OFFICER(S) (TITLES) [-)PARTNER(S) OLIMITED ❑GENERAL ❑ATTORNEY IN FACT OTRUSTEE(S) D GUARD IA N /CONSERVATOR ❑OTHER: SIGNER IS REPRESENTING: (Name of Person(s) or Enthy(iec) 7 A777"i A124 VIII I IIIIIIII� II R CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of RIVERSIDE GRIFFITH COMPANY No. 5907 XT 31 CANDY M. COONS, NOTARY PUBLIC On before me, , DATE NAME, TITLE OF OFFICER - E.G., 'JANE DOE, NOTARY PUBLIC' personally appeared ELKE R. RAGE14 NAME(S) OF SIGNER(S) It personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(kt) whose name(so isl/arrk subscribed to the within instrument and ac- knowledged to me that 1-k-/she /H di executed the same in MislherlhWik authorized capacity(dM), and that by MiS /her /AYWi,f Candy M. Coons signature(M on the instrument the persons), U _ Con"L#103607Rp6y�� or the entity upon behalf of which the NOT�Eti W-aw (1 person(/ acted, executed the instrument. CW0. EVBe. AL9 7. t9Ye SS my hand and official seal. 'RE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(SI ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR EN ITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION • 8236 Remmel Ave., P.O. Box 7184 • Canoga Park, CA 91309 -7184 REANCE INSURANCE COMPA HEAD OFFICE, PHILADELPHIA, PENNSYLVANIA GRIFFITH COMPANY POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, That the RELIANCE INSURANCE COMPANY, a corporation duly organized under the laws of the State of Pennsylvania, does hereby make, constitute and appoint Elko H. Hagen, individually, of Riverside, California, its true and lawful Attorney(s) -in -fact, to make, execute, seal and deliver for and on its behalf, and as its act and deed any and all bonds and undertakings of suretyship and to bind the RELIANCE INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the RELIANCE INSURANCE COMPANY and sealed and attested by one other of such officers, and hereby ratifies and confirms all that as said Attorney(sl -in -Fact may do in pursuance hereof, This Power of Attorney is granted under and by authority of Article VII of the By -Laws of RELIANCE INSURANCE COMPANY which became effective September 7, 1978, which provisions are now in full force and effect, reading as follows: ARTICLE VII - EXECUTION OF BONDS AND UNDERTAKING 1. The Board of Directors, the President, the Chairman of the Board, any Senior Vice President, any Vice President or Assistant Vice President or other officer designated by the Board of Directors shall have power and authority to (a) appoint Attorneys) -in -Fact and to authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (b) to remove any such Attorney(s) -in -Fact at any time and revoke the power and authority given to them. 2. Attorney(s) -in -Fact shall have power and authority, subject to the terms and limitations of the Power of Attorney issued to them, to execute and deliver on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The corporate seal is not necessary for the validity of any bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the'nature thereof. 3. Attomey(s) -in -Fact shall have power and authority to execute affidavits required to be at"ched to bonds, recognizances, contracts of indemnity or other conditional or obligatory undertakings and they shall also have power and authority to certify the financial statement of the Company and to copies of the By -Laws of the Company or any article or section thereof. This Power of Attorney is signed and sealed by facsimile under and by authority of the following. Resolution adopted by the Board of Directors of RELIANCE INSURANCE COMPANY at a meeting held on the 5th day of June, 1979, at which a quorum was present, and said Resolution has not been amended or repealed: 'Resolved that the signatures of such directors and officers and the seat of the Company may be affixed to any such Power of Attorney or any certificates relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such Power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company, in the future with respect to any bond or undertaking to which it is attached.' IN WITNESS WHEREOF, the RELIANCE INSURANCE COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed, this 11 day of October, 1993 RELIANCE INSURANCE COMPANY 3J 6 ice President STATE OF Washington '1y„A pe COUNTY OF King Iss. On this 11 day df October, 1993 personally appeared rence W. Carlstrom to me known to be the Vice President of the RELIANCE INSURAN A acknowledged that he executed and attested the foregoing instrument and affixed the seal of said corporatio o r/{y rticle VII, Section 1, 2, and 3 of the By -Laws of said Company,and the Resolution, set forth therein, are still in hill -O ITA RYR IC = h� 97 otary Public in and for State of Washington _,��� esidinq at Sumner I, Robyn Layng, Assistant Secretary of the RELIANCE INSURA, hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by said RELIANCE INS OMPANY, which is still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company this 3 1 ST day of OCTOBER 19 94 3+ 4 � 4 Assistant Secretary 8DR4431 Ed. 3/513 • NON - COLLUSION AFFIDAVIT Page 5 The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be suggested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomsoever to pay, deliver to, or share with an other person in any way or manner, any of the proceeds of the contracts sought by this bid. Griffith Company Bidder S/ Thomas L. Foss, Vice President & Dist. Mgr. Authorized Signature /Title Subscribed and sworn to before me this 1st day of November 1994 . My Commission Expires: Jenene Ratti May 1 1998 Notary Public State of California County of orange On-11-1-94 beforeme, Jenene Ratti Notary Publi IDATEI (NAMEITITLE OF OFFICER- i.e.'JANE DOE. NOTARY PUBLIC') personally appeared Thomas L. Foss (NAMEISI OF SIGNERISII E3 personally known to me -OR- ❑ pproved to me on the ►oasis of satisfactory evidence to be the person(s) whose name(s) Is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the Instrumentthe person(s), or the entity upon behalf of which the persons) acted, executed the WMIALsEnt, instrument. NOTARY PUBLIC�CrnJV O�iW CD commissloNltta24m Vaitness my hand and official seal. 01 Carr) ORANGE E . MW t. t,aae + (SEAL) (SIGN TU OF NOTARY) ATTENTION NOTARY The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: TRIeor Typeof Documem Non Collusion Affidavit Number of Pages 1 Date of Document Signers) Other Than Named Above WOLCOTTS FORM 83240 Rev. 3 94 (price class 8 -2A1 01994 WOLCOTTS FORMS. INC. ALL PURPOSE ACKNONAEDGMENT WITH SIGNER CAPACITY /REPRESENTATION / 0 FINGERPRINTS RIGHT THUMBPRBJT (Optional) f 0 °o CAPACITY CLAIMED BY SIGNER(S) �INDIVIDUAL(S) CORPORATE OFFICERIS) VP/D1St Mr mi — a TusI DPARTNER(SI DUMITED 0GENERAL OATTORNEY IN FACT OTRUSTEE(S) ❑GUARD IAN /CONSERVATOR ❑OTHER: SIGNER IS REPRESENTING: (Name of Personls) or Entitylies) RIGHT THUMBPRINT (Optional) 0 0 CAPACITY CLAIMED BY SIGNER(S) O(NDIVIDUAL{SI ❑CORPORATE OFFICER(S) (TRUSI o PARTNER(S) ❑LIMITED ❑GENERAL DATTORNEY IN FACT CITRUSTEE(S) D GUARD IAN /CONSERVATOR ❑OTHER: SIGNER IS REPRESENTING: (Name of Personls) or Entlty(ies) NII►��IIII���11►���I����glil o Page 6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No SEE ATTACHED Griffith Bidder S/ Thomas L. Foss, Vice President & Dist. Mgr. Authorized Signature /Title GRIFFITH COMPANY MAJOR PROJECTS UNDER CONSTRUCTION PACIFIC COAST HIGHWAY WIDENING County of Orange, E.M.A. $8,100,000.00 (714) 567 -7800 WESTPARK II, PHASE II City of Irvine $4,878,000.00 (714) 724 -7513 JOHN WAYNE AIRPORT PROJECT County of Orange, E.M.A. $9,000,000.00 (714) 252 -5270 EUCLID STREET IMPROVEMENTS City of Fullerton $1,000,000.00 (714) 738 -6845 PELICAN HILL TRACT 14065 The Irvine Company $2,000,000.00 (714) 720 -2000 Contractors Corporate Office Bakersfield District License No. P.O. Box 2150 P.O. Box 70157 032168 12200 Bloomfield Ave. 1898 So. Union Ave. Santa Fe Springs, CA 90670.0150 Bakersfield, CA 99987 -0157 (910) 929 -1128 (805) 891 -7951 Fax (310) 929.7116 Fax (805) 831-0113 Los Angeles District P.O. Box 2150 12200 Bloomfield Ave. Santa Fe Springs, CA 90670.0150 (310) 929 -1128 Fax (310) 864 -8970 Orange County Disvict 2020 Yale Street Santa Ana, CA 92704.9974 (714) 549 -2291 Fax (714) .549 -4033 s Sirlr� i ( YEAR GRIFFITH COMPANY CONSTRUCTION EXPERIENCE REFERENCES OWNER i , 1991 The Irvine Company Sand Canyon Ave. $2,800,000.00 OC Borrow Site $1,558,750.00 pi'- 1992 O.C.E.M.A. $2,800,000.00. ` State of California Pelican Hill Road $21,332,710.75 Department of Transporation';:_: 1992 City of Irvine $3;290,900,00. I,. .(805) :x8.41.7331 Yale Avenue $1,500,000.00 The Irvine Company 1992 Mission Viejo Company i' $1,500,000 00 Aliso Creek Road $388,188.22 . 1992 City of Fullerton 1 �I Bastanchury Road $1,434,102.70 1993 O.C.E.M.A. Bakersfield District�' Sand Canyon Ave. $2,800,000.00 P.O. Box 2150 'P O BFx; 70157 pi'- 1994 O.C.E.M.A. Alicia Parkway $2,800,000.00. ,A994 State of California 'r 12200 Bloomfield A�•e,- Santa Department of Transporation';:_: . 'Bakersfield CA:' 935870157, PCH - Beach Blvd. $3;290,900,00. (310) 929 -1128 .(805) :x8.41.7331 1994 The Irvine Company r .: Fax (805),831 - 0113`' Pelican Hills, I & II. $1,500,000 00 i ' 1 �I Contact Jim Lorman VP Construction Dave Marshall Chief of Constr. Russ Thiele Project Engr. Bob Sciotto Sr. Project Mgr. George Lin Civil Engr. Dave Marshall Chief of Const. Telephone (714) 720 -2447 (714) 567 -7838 (714) 724 -7545 (714) 837 -6050 'I (714) 738 -6845 (714) 567 -7838 Mits Okayama (714) 567 -7814 Chief of Subdivision Bill Decker Resident Engr, Jim Lorman . VP Construction i ' Corporate Office.` Bakersfield District�' Los ;Atigele3: District P.O. Box 2150 'P O BFx; 70157 pi'- -P.O.' Boa•2150 ? 3 12200 Bloomfield Ave. 1898 so azioniAv< M 'r 12200 Bloomfield A�•e,- Santa Fe Springs, CA 90670-0150i.'; . 'Bakersfield CA:' 935870157, Santa Fe Springs,' CA 90670AI50 (310) 929 -1128 .(805) :x8.41.7331 -(910) 920148 Fax (310) 929 -7116 Fax (805),831 - 0113`' Y Fax (110) '864.8970 (714) '724 -2277 (714) 720 -2447 Orange County. District 2020 Yale'Striet ' .Santa Ana, CA 92704 -3974 4 (714) 5492291 Fax (714) ,549,4033.' • r Page 7 NOTICE The following contract documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of mailing Notice of Award to the successful bidder: PAYMENT BOND (pages 8 & 9) FAITHFUL PERFORMANCE BOND (pages 10 & 11) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12,13 &14) CONTRACT (pages 15 & 16) 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. Payment and Faithful Performance Bonds shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, Insurance Companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VIII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty except as modified by the Special Provisions. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications -for Public Works Construction, except as modified by the Special Provisions. EXECUTED IN ONE COUNTERPA9 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That 4ND NO. 82591793 EMIUM -NIL- Page 8 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted November 14, 1994 has awarded to Griffith Company hereinafter designated as the "Principal ", a contract for Intersection Improvements at 17th Street/ Westcliff Drive and Irvine Avenue (C -2943) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We GRIFFITH COMPANY as Principal, and RELIANCE INSURANCE COMPANY as,SArWNDi&% Wfi fq_TWJP9 i gSWO4MCity of Newport Beach, in the sum of HUNDRED TWENTY -FIVE AND NO 1100 - -- nnllars(4� 234,525.00 said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the contract; for which payment well and truly made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions, or other supplies, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. The bond shall inure to the benefit of corporations entitled to file claims under Section to give a right.of action to them or their assigns required by the provisions of Section 3247 et California. • Page 9 any and all persons, companies, and 3181 of the California Civil Code so as in any suit brought upon this bond as seq. of the Civil Code of the State of And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duty executed by the Principal and Surety above named, on the 21sT day of NOVEMBER ,19 94 _ GRIFFITH COMP Y ,(Seal) Name of Contra r (Principal) 1 Authorieed Signature and Title THOMAS L: FOSS, Y4gE PRE21DENT /DISTRICT MANAGER J. PERKOVICH, CHIEF ESTIMATOR RELIANCE INSURANCE COMPANY ,(Seal) Name of Surety P.O. BOX 29008 GLENDALE, CALIFORNIA 91209 ELKE H. HAGEN, ATTORNEY -IN -FACT 3435 14TH STREg7 RIVERSIDE, CAL ORN1A 92501 _ Address of Agent (909) 787 -8730 Telephone Number of Agent CALIFORNIA ALL- PURPOSIOCKNOWLEDGMENT State of CALIFORNIA County of _ RIVERSIDE Na. 5907 On NOV 2' 1994 _ before me, ,_- .,- - „LYNN HOLMES, NOTARY PUBLIC DATE NAA9E, TITI E OF OFFICER - E G. -JANE DOE, NOTARY PURI IC” personally appeared ELKE H. HAGEN NAPAL(S) OF SIGNERS) (t_cl personally known to me - OR - ( I proved to me on the basis of satisfactory evidence to be the person(s) whose name() is /alder subscribed to the within instrument and ac- knowledged to me that .fly /she /ffldy executed the same in /IAi/s /her /MhA/ authorized LYNN HOLMES capacity(iW, and that by tfi/s /her /htil 0 Comm. M6708 signature(S) on the instrument the person(i), (5 NOTARYPUBLIC CALIFORNIA) or the entity upon behalf of which the • RIVERSIDE COUNTY ,,0p + Comm Expuesocl TI 1995 person(A) acted, executed the instrument. WITNESS my hand and official seal. r� I SIGNATURE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER I INDIVIOUAI. C_ I CORPORATE OFFICER TITLEI5) I PARTNER(S) C) LIMITED I GENERAL L-] ATTORNEY -IN -FACT 171 TRUSTEE(S) n GUARDIAN /CONSERVATOR I ()TIIFR: SIGNER IS REPRESENTING: I IALtE OF PERSON(SI OR EN1 f TYPES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR I YPE OF DOCUMENT NUMBER OF PAGES DA I E OF UOCUMEN I SIGNERS) OTI IEk TI tAN NAMED ABOVE eeIllBJNAIIONAI No I AIIY A550OIA 1 1 ON - SWAN llcnunW Avu,I'O -tL,x /ttlt•C „Iluya T'mk, (.A 919U971aa ROIANCE INSURANCE CONWNY HEAD OFFICE. PHILADELPHIA, PENNSYLVANIA POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, That the RELIANCE INSURANCE COMPANY, a corporation duly organized under the laws of the State of Pennsylvania, does hereby make, constitute and appoint Elko H. Hagen, individually, of Riverside, California, its true and lawful Attorney(s)-in -Fact, to make, execute, seal and deliver for and on its behalf, and as Its act and deed any and all bonds and undertakings of swetyship and to bind the RELIANCE INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the RELIANCE INSURANCE COMPANY and sealed and attested by one other of such officers, and hereby ratifies and confirms all that its said Attorneyls)-in -Fact may do in pursuance hereof. This Power of Attorney is granted under and by authority of Article VII of the By -Laws of RELIANCE INSURANCE COMPANY which became effective September 7, 1978, which provisions are now in full force and effect, reading as follows: ARTICLE VII - EXECUTION OF BONDS AND UNDERTAKING 1. The Board of Directors, the President, the Chairman of the Board, any Senior Vice President, any Vice President or Assistant Vice President or other officer designated by the Board of Directors shall have power and authority to la) appoint Attorney(s)-in -Fact and to authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and Ib) to remove any such Attorney(s)-in -Fact at any time and revoke the power and authority given to them. 2. Attorneys) -in -Fact shall have power and authority, subject to the terms and limitations of the Power of Attorney issued to them, to execute and deliver on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The corporate seal is not necessary for the validity of any bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. 3. Attorneys) -in -Fact shall have power and authority to execute affidavits required to be attached to bonds, recognizances, contracts of• indemnity or other conditional or obligatory undertakings and they shall also have power and authority to certify the financial statement of the Company and to copies of the By -Laws of the Company or any article or section thereof. This Power of Attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of RELIANCE INSURANCE COMPANY at a meeting held on the 5th day of June, 1979, at which a quorum was present, and said Resolution has not been amended or repealed: 'Resolved that the signatures of such directors and officers and the seal of the Company may be affixed to any such Power of Attorney or any certificates relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such Power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company, in the future with respect to any bond or undertaking to which it is attached.' IN WITNESS WHEREOF, the RELIANCE INSURANCE COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed, this 11 day of October, 1993 o` V i STATE OF Washingtonrwop COUNTY OF King Iss. On this 11 day of October, 1993 personally appeared to me known to be the Vice President of the RELIANCE INS URAN foregoing instrument and affixed the seal of said corporatie o rf(ti1 Company,and the Resolution, set forth therein, are still in full /rte RELIANCE INSURANCE COMPANY President W. Carlstrom acknowledged that he executed and attested the article VII, Section 1, 2, and 3 of the By -Laws of said NOTARY PURL C r ,`o 9 -t &97 otary Public in and for State of Washington s�� "id at Sumner 1, Robyn Layng, Assistant Secretary of the RELIANCE INSURA hereby certify that the above and foregoing is a true and Correct Copy of a Power of Attorney executed by said RELIANCE INS OMPANY, which is still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company this 2 1 STday of NOVEMBER 19 94 ,awrw �® , Assistant Secretary nte v.00f aoR-t 431 Ed. 393 F teof unty Of CALIFORNIA ORANGE On NOV. 29, 1994 before me, JENENE RATTI, NOTARY PUBLIC DATE) (NAMERITLE OF OFFICER.i.e.'JANE DOE, NOTARY PUBLIC') personally appeared THOMAS L. FOSS INAMEISI OF SIONERISII ❑ personally known to me -OR- ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(S) on the instrument the person (s), or the entity upon behalf SEAL of which the persons) JEHE1EfNLrn acted, executed the D NOTAFFYKOM. instrument. COMMOSM 0 toaeooi C itness my hand and official seal. (SEAL) ATTENTION NOTARY The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. PAYMENT BOND THIS CERTIFICATE Title or Type of Document MUST BE ATTACHED TO THE DOCUMENT Number of Pages 4 Dete of Document NOV. 21p 1994 DESCRIBED AT RIGHT: SIDne0s) Other Then Named Above RIGHT THUMBPRINT fOptionall 3 i` 0 Q CAPACITY CLAIMED BY SIGNERIS) OINDIVIDUAL(S) $)CORPORATE V.P. /DIST. OFFICERS) ITIrLE9) ❑PARTNERS) ❑LIMITED ❑GENERAL ❑ATTORNEY IN FACT DTRUSTEE(S) D GUARD IA N /CONSERVATOR OOTHER: SIGNER IS REPRESENTING: (Name of Perianla) or EntRyllaal RIGHT THUMBPRINT (Optional) 0 0 CAPACITY CLAIMED BY SIONERIS) OINDIVIDUALIS) DCORPORATE OFFICERISI (TnIFSI OPARTNERIS) ❑LIMITED ❑GENERAL ❑ATTORNEY IN FACT OTRUSTEE(S) O GUA RDIAN)CON S ERV A TOR ❑OTHER: SIGNER IS REPRESENTING: (Name of Persons) or Entity(iesl WOLCOTTS FORM 60240 Rev. O-BS (Mice clm B @A) 01994 WOLCOTTS FORMS. INC. ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITYIRFPRESENTATIONTNO FINGERPRINTS —J T 11111 I�1�11 11111 R FXF.CUTED IN ONE COUNTFWRT BOND NO. B2591793 PREMIUM -NIL- Page 10 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 November 14, 1994 has awarded to Griffith Company hereinafter designated as the "Principal', a contract for Intersection Improvements at 17th Street /Westcliff Drive and Irvine Avenue (C -2943) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, GRIFFITH COMPANY as Principal RELIANCE INSURANCE as.Surety, are held and firmly found unto the City of Newport Beach, in the sum of 'r140 HUNDRED THIRTY -FOUR THOUSAND FIVE HUNDRED TWENTY -FIVE AND NO /100 - -- -Dollars $ 234 ^525.00 ). said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly 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, conditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. I Page 11 And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions 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 21 ST day of NOVEMBER 1994 GRIFFITH COMPANY 17 .(Seal) Name of Co cttorr (Principal) /9,d Auth razed Signature an Title THOMAS L. FOSS, VWE.PRES ENT /DISTRICT MANAGER ALAN J. PERKOVICH, CHIEF ESTIMATOR RELIANCE INSURANCE COMPANY ,(Seal) Name of Surety P.O. BOX 29DOB GLENDALE, CALIFORNIA 91209 _ Address of Surety ELKE H. HAGEN, ATTORNEY- iN -FACT Signature a Title of Authorized Agent FRIES & COMPA INC. 3435 14TH STRE.T, RIVERSIDE, CALIFORNIA 92501 Address of Agent (909) 787 -8730 Telephone Number of Agent 0 • i CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of _ County of CALIFORNIA RIVERSIDE On NOV 2 f 1994 DATE before me, LYNN HOLMES, NOTARY PUBLIC NAME, TITLE OF OFFICER F.G, 'JANE DOE, NOTARY PURI IC' personally appeared ELKE H. HAGEN ) NAME(S) OF SIGNER(S) rin San) ® personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(d) whose name( /s) is /40'Gf subscribed to the within instrument and ac- knowledged to me that hb /she /Wdd executed the same in Mik./her /fVNI authorized capacity�iW, and that by M/her /41MV1 f YNN HOLMES signature(A) on the instrument the person(), U 9A* cotH1946708 n or the entity upon behalf of which the 0 NOTARY PU8 IC Y7 l' L OUNfYgNIA person(A) acted, executed the instrument. G RIVEq$IpE COIIN IV (`.O /ltm he YpVFi (,)Ct 'il 1995 WITNESS my hand and official seal. SIGNATURE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLES) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITV(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE State of _ County of CALIFORNIA ORANGE On NOV. 29. 1994 before me, JENENE RATTI, NOTARY PUBLIC IDATEI INAMERITLE OF OFFICER i.e.'JANE DOE, NOTARY PUBLIC-1 personally appeared THOMAS L. FOSS INAMEISI OF SIGNERISII ❑ personally known to me -OR- ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature (s on the instrument the person's), or the entity upon behalf of which the persons) acted, executed the instrument. OFFlCIAL seAl NcrTARypuaW.CAUF0PM WVitness my hand and official seal. N 00111me"0loam C 1 n.— ORA mc—MTy --- i � (SEAL) ATTENTION NOTARY The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any unauthorized document. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Title or Type of Document FAITHFUL PERFORMANCE BOND Number of Pages 3 Date of Document NOV. 21, 1994 Signerlsl Other Than Named Above WOLCOTTS FORM 43240 Rev. 3 94 Iprice close 8 2A) 01440 WOLCOTTS FORMS, INC. ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITY/REPRESENTATIONTNO FINGERPRINTS RIGHT THUMBPRINT (Oplionsll 3 0 Q CAPACITY CLAIMED BY SIGNERIS) OINDIVIDUAL(S) )MORPORATE V.P. /DIST. OFFICER(SI _ ITITIFN OPARTNERISI ❑LIMITED DGENERAL OATTORNEY IN FACT OTRUSTEE(S) CGUARDIAN /CONSERVATOR OOTHER: SIGNER IS REPRESENTING: (Name of Persons) or Entitylies) RIGHT THUMBPRINT (Optional) LV 0 A CAPACITY CLAIMED SY SIGNEAISI OINDIVIDUAL(S) OCORPORATE _ OFFICER(S) nITMSI OPARTNERIS) OLIMITED DGENERAL DATTORNEY IN FACT DTRUSTEE(SI O GUA RD IAN /CONSERVATOR OOTHER: SIGNER IS REPRESENTING: IName of Person1s) or Entity(iesl Illli67i77 Hti6324 ��111 8 • 0 Cffi- 1 21 94 EVER PRODUCER COMPANIES AFFORDING COVERAGE FRIIS & COMPANY, INC. COMPANY 3435 14TH.STREET LETTER RELIANCE NATIONAL INSURANCE CO. CE�B UNICARE INSURANCE COMPANY RIVERSIDE, CA 92502 INSURED COMPANY C Griffith Company LETTER CO�MMPANYD 2020 South Yale Street Santa Ana, CA 92704 COMPANY E LETTER THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TOTHE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS. AND CONDITIONS OF SUCH POLICIES AND IS NOT AMENDED. EXTENDED ON ALTERED BY THIS CERTIFICATE. CO TYPE OF INSURANCE POLICY NUMBER EFFECTIVE DATE EXPIRATION DATE ALL LIMITS IN THOUSANDS A GENERAL LIABILITY IOCCURENCE BASIS ONLY) NGBO107896 04/01/94 04/01/95 GENERAL AGGREGATE S2,000 COMMERCAL COMPREHENSIVE PRODUCTS(COMPLETED $2,000 OPERATIONS AGGREGATE OWNERS & CONTRACTORS PROTECTIVE CONTRACTUAL FOR SPECIFIC PERSONAL INJURY $1,000 CONTRACT PRODUCTSTCOMPLETED OPERATION EACH OCCURENCE S 1 , O00 XCU HAZARDS BROAD FORM PROPERTY DAMAGE SEVERABILITY OF INTEREST CLAUSE FIRE DAMAGE (ANYONE FIRE) S 50 P. 1. WITH EMPLOYEE EXCLUSION MEDICAL EXPENSES S S REMOVED MARINE (ANY ONE PERSON) A AUTOMOBILE LIABILITY NKA0102633 04/01/94 04/01/95 COMBINED SINGLE LIMIT S1,000 6 ANY AUTO BODILY INJURY 5 ALL OWNED AUTOS (PER PERSON) V SCHEDULED AUTOS BODILY INJURY i HIRED AUTOS (PER ACCIDENT) NON -OWNED AUTOS GARAGELIABILITY PROPERTY DAMAGE S EXCESS LIABILITY EACH AGGREGATE OCCUSENICE UMBRELLA FORM OTHER THAN UMBRELLA FORM S S B WORKERS' COMPENSATION UFO10494- 04/01/94 04/01/95 STATUTORY & S1,000 EACH ACCIDENT $ DISEASE -POLICY LIMIT EMPLOYERS'LIABILITY 01607 S DISEASE -EACH EMPLOYEE OTHER S DESCRIPTION OF OPERATIONS!. OCATIONSNEHICLESI RESTRICTIONSISPECLLL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH, I3 ffW THE FOLLOWING CONTRACT: InterSertinn Tmnrnvamentc at 17th StroatIWactrliff Drives and Trvina QVPnue (C -2943) PBOIECTTTILE AND CONTRACT NUMBER ,CERTILT OLDER- ON' +v�7�{{�(.� y CITY OF NEWPORT BEACH SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE NON-RENEWED. CANCELLED OR P.O. BOX 1768 COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE COMPANY AFFORDING ;3(X)NEWPORTBOULEVARD COVERAGE SHALL PROVIDE 90 DAYS MINIMUM ADVANCE NOTICE TO THE CITY OF NEWPORT BEACH BY FIRST CLASS MAIL ) NEWPORT BEACH. CALIFORNIA 92658 -8915 �� �(�i C[i ✓� -• �i ( / 11/21/94 ATTENTION: U� AUIHOIU7 REPRESENTATIVE ISSUE DATE NAMED INSURED: GRIFFITH4MPANT • CITY OF NEWPORT BEACH Page 13 AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Automobile Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of liability of the company affording coverage." 3. The limits of liability under this endorsement for the additional insureds named in Paragraph 1. of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit: [ ] Multiple Limits Bodily Injury Liability $ per person Bodily Injury Liability $ per accident Property Damage Liability $ [g ] Combined Single Limit Bodily Injury Liability $ 1,000,000 and Property Damage Liability The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one accident or occurrence in excess of the limits of liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be non- renewed, cancelled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. Intersection Improvements at 17th Street /Westcliff Drive and 5. Designated Contract: Irvine Avenue (C. -2943) (Project Title and Contract No.) This endorsement is effective 11 /14/94 at 12:01 A.M. and forms part of Policy No. NKA0102633 of RELIANCE NATIONAL INSURANCE COMPANY (Company Affording Coverage) Insured GRIFFITH COMPANY Endorsement No. CE U N NA RELIANCE NATIONAL INSURANCE ) Issuing Company B�'�(ji (Authorized Representative) WILLIAM R. FRIIS NAMED INSURED: GRIFFITH ANY . Page 14 It is agreed that: 1. With respect to such insurance as is afforded by the policy for General Liability, the City of Newport Beach, 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 insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection with its general supervision of such operations. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall 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 se arately to each insured against whom claim is made or suit is brought, except with respect to the limits of the liability of the company affording coverage." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision contained in the written contract, designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU" hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured(s) named in paragraph I of this endorsement shall be the limits indicated below written on an "Occurrence" basis: [ g] Commercial [ J Comprehensive General Liability $ 1,000,000 each occurrence occurrence The applicable limit of the Contractual Liability for the company affording coverage shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insured(s). The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to General Liability Insurance. 6. Should the policy be non - renewed, cancelled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department Intersection Improvements at 17th Street /Westcliff Drive 7. Designated Contract: and Irvine Avenue (.f -2941) (Project Tide and Contra No.) This endorsement is effective 11/14/94 at 12:01 A.M. and forms a part of Policy NO.NGB0107896 of RELIANCE NATIONAL INSURANCE COMPANY (Company Affording Coverage) GRIFFITH COMPANY I K ,I "lam f f.J (Authorized Representative) WILLIAM R. FRIIS 0 Page 15 THIS AGREEMENT, entered into this J�t day of 4010 ! .9-51, 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: Intersection Improvements at 17th Street/ Westcliff nrive and Trvine Avenue C -2943 Title of Project Contract No. (b) Contractor has been determined by City to be the lowest responsible bidder on said public work, and Contractor's bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction of the following described ublic work: Intersection Improvements at 17th Street/ Westcliff Drive and Irvine Avenue C -2943 Title of Project Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of Two Hundred Thirty -Four Thousand Five Hundred Twenty -Five Dollars and No /Cent$ 234,525.00 ) This compensation includes (1) any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work; (3) any expense incurred as a result of any suspension or discontinuance of the work; but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instruction to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and Endorsements(s) 6 0 Page 16 (f) Plans and Special Provisions for Intersection Improvements at 17th Street/ Westcliff Drive and Irvine Avemre C- 2943 Title of Project Contract No. (g) This Contract. 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. AMST: mvm- APPROVED AS TO FORM: City Attorney CITY OF NEWPORT BEACH a municipal corporation By: � J Mayor CONTRACTOR: GRIFFITH dame of G THOMAS L. Authorized ALAN J. F and Title PRES.6PST. MGR. and Title ' , CHIEF ESTIMATOR 0 0 PUBLIC WORKS DEPARTMENT CITY OF NEWPORT BEACH SPECIAL PROVISIONS INTERSECTION IMPROVEMENTS AT 17TH STREET /WESTCLIFF DRIVE AND IRVINE AVENUE CONTRACT NO. 2 9 4 3 I. SCOPE OF WORK .................... ............................... 1 II. CONTRACTOR'S LICENSE ............. ..............................1 III. TIME OF COMPLETION ............... ..............................1 IV. PAYMENT .......................... ............................... 2 V. TRAFFIC CONTROL PLAN ............ ............................... 2 VI. "NO PARKING, TOW- AWAY" SIGNS .. ............................... 3 VII. NOTICE TO MERCHANTS ........... ............................... 3 VIII. WATER .............................. ..............................4 IX. CONSTRUCTION SURVEY & STAKING .............................. 4 X. PROTECTION OF PRIVATE PROPERTY ............................... 4 XI. CONSTRUCTION DETAILS .......... ............................... 4 A. Mobilization ................ ..............................4 B. Unclassified Excavation ........ ..............................5 C. Removals .................... ..............................5 D. Asphalt Concrete Pavement and Overlay Preparation .............5 E. Portland Cement Concrete ..... ............................... 7 F. Ut ilities ...................... ..............................6 G. Guard Underground Construction .............................7 H. Traffic Signal and Safety Lighting Facilities .................... 7 I. Maintaining Existing and Temporary Signal Service ............11 J. Removing, Reinstalling or Salvaging Signal Equipment .........11 K. Traffic Striping and Pavement Markings ...................... 11 XII. SOLID WASTE DIVERSION ........... .............................13 XIII. CROSS SECTION SHEETS ............. .............................13 • 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS INTERSECTION IMPROVEMENTS 17TH STREET(WESTCLIFF DRIVE AND IRVINE AVENUE CONTRACT NO.2 9 4 3 I. SCOPE OF WORK SP1of13 The work to be done under this contract consists of 1) reconstructing P.C.C. curb and gutter, driveways, sidewalks, asphalt concrete pavement, catch basins; 2) relocating traffic signals, street lights and appurenances: 3) modify traffic striping and markings; 4) adjusting utility frames and covers to finished grade; 5) maintaining traffic control during all phases of construction; and 6) performing incidental items of work. All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans [Drawing Nos. R- 5674 -5); (3) the City of Costa Mesa Standard Drawings; (4) the City of Newport Beach Standard Special Provisions and Standard Drawings for Public Works Construction, (1991 Edition); (5) the Standard Specifications for Public Works Construction, 1991 Edition, including Supplements; and (6), where applicable, the California Standard Specicification, July 1992; and California Standard Plans, July 1992. Copies of the Standard Special Provisions and Standard Drawings may be purchased from the City's Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, CA 90034; telephone (213)202 -7775. II. CONTRACTOR'S LICENSES At the time of bid opening and until completion of work, the Contractor shall possess a General Engineering Contractor "A" license. At the start of work and until completion, the Contractor shall possess a Business License issued by the City of Newport Beach and the City of Costa Mesa. In addition, the Contractor shall obtain, at no cost, a R/W and Construction Permit from the City of Costa Mesa's Public Services Department. • • SP2of13 III. TIME OF COMPLETION The contractor shall complete all work, including cleanup, before the expiration of 90 Working Days. IV. PAYMENT The unit or lump sum price bid for each item of work shown on the proposal shall be considered as full compensation for labor, equipment, materials and all other things necessary to complete the work in place, and no additional allowance will be made therefor. Payment for incidental items of work not separately provided for in the proposal shall be included in the unit prices bid for items of work. Partial payments for mobilization shall be made in accordance with Section 10264 of the California Public Contract Code. V. TRAFFIC CONTROL PLAN The Contractor shall submit traffic control plans to the Engineer which conform with provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (WATCH), 1990 Edition. Traffic control plans shall be prepared following the same sequence as the actual construction and shall include the following: 1. The location and wording of all barricades, signs, delineators, lights, warning devices, parking restrictions, lane closures, and any other details required to assure that all pedestrian and vehicular traffic will be handled in a safe and efficient manner with a minimum of inconvenience to the public. 2. Lane closures shall only be allowed between the hours of 9:00 AM to 3:00 PM. 3. All advanced warning sign installations shall be reflectorized. 4. A complete and separate plan for each stage of construction proposed by the Contractor showing all items listed above. Traffic control plans shall be submitted to the Engineer for review and approval a minimum of five (5) working days prior to commencing work. SP3of13 VI. "NO PARKING, TOW- AWAY" SIGNS If the work necessitates temporary prohibition of on- street parking or access during construction, the Contractor shall furnish, install, and maintain in place "NO PARKING, TOW- AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least 40 hours in advance of the need for enforcement. In addition, the Contractor shall notify the City of Costa Mesa Police Department, Traffic Division, at (714) 754 -5265 for verification of posting at least 40 hours in advance of the need of enforcement. Failure to properly notify the Traffic Division will result in the delay of prohibition of on- street parking or access. "NO PARKING, TOW AWAY" signs shall (1) be made of white card stock; (2) have minimum dimensions of 12 inches width by 18 inches height; and (3) be similar in design and color to Sign No. R -38 of the Caltrans Uniform Sign Chart. The Contractor shall print the hours, days and date of closure in 2 -inch- high letters and numbers. A sample of the completed sign shall be approved by the Engineer prior to posting. Errors in posting "NO PARKING, TOW- AWAY" signs, false starts, acts of God, strikes, or other alterations of the schedule will require that the Contractor re -post the "NO PARKING, TOW- AWAY" signs and re -notify Traffic Division. All costs for provided traffic control, including all requirements as detailed in this Section and as required for this construction project, shall be included in the lump sum price bid for "Provide Traffic Control and Delineation." VII. NOTICE TO MERCHANTS Fourty -eight (48) hours before restricting vehicular access to businesses, the Contractor shall distribute to each affected business a written notice stating when construction operations will start and approximately when vehicular accessibility will be restored. The written notices will be prepared by the Engineer. The Contractor shall insert the applicable dates and times at the time he distributes the notices. Errors in distribution of notices, false starts, acts of God, strikes or other alternations of the schedule will require that the Contractor redistribute notices to businesses. 11 VIII. WATER • SP4of13 If the Contractor elects to use the Mesa Consolidated Water District "s water, he shall arrange for a water meter and tender a $700 deposit with the District. Upon return of the meter in good condition to the District, the deposit will be returned to the Contractor, less the quantity charge for water usage. IX. CONSTRUCTION SURVEY & STAKING Field survey for control of construction shall be provided by the Contractor. Staking shall be performed on all items ordinarily requiring grade and alignment at intervals normally required for such construction. The Contractor shall make every effort not to disturb property corners, benchmarks, monuments, or any other survey markers; however, if any monumentation is inadvertently disturbed or must be removed in order to accomplish the work, the Contractor shall tie out and replace said marker(s) at his sole expense; and shall provide field notes to the Engineer. X. PROTECTION OF PRIVATE PROPERTY Property lines abutting the proposed improvements are indicated on the plans. Prior to construction, the Contractor shall verify the location of existing street trees, structures, planters, plant materials, irrigation systems, walkways, lighting, etc. and shall protect them in place and be responsible for, at his sole expense, any damage to them resulting from construction of the improvements. In, addition, the Contractor at his expense, shall redo existing irrigation faclities within planters, as necessary. XI. CONSTRUCTION DETAILS A. MOBILIZATION 1. Mobilization shall include the general site maintenance required to keep the project site in a neat and orderly condition throughout the construction period. 2. Mobilization shall also include all efforts to comply with the County of Orange NPDES Drainage Area Management Plan. This plan requires the Contractor to maintain the construction site in accordance with construction practices as provided in Section 7 -8, "Project Site Maintenance" and Section 7 -10, "Public Convenience and Safety" of the SP5of13 Standard Specifications. Compliance of the aforementioned sections shall constitute meeting the NPDES Drainage Area Drainage Plan requirements for this project. B. UNCLASSIFIED EXCAVATION Unclassified Excavation shall include the removal of the interfering existing pavement sections and native materials as needed to place the new pavement sections and roadway improvements, and the disposal or recycling of the generated material, including unclassified fill. C. REMOVALS 1. Existing P.C.C. and A.C. improvements shall be sawcut a minimum of two (2) inches deep prior to removal. Final removal at the sawcut lines using equipment such as hard - blow pavement breakers and /or stompers shall be approved by the Engineer. Should the Contractor damage the sawcut edge during or after removal, the damaged edge shall be removed by additional sawcutting and replaced at the Contractor's sole expense. Pavement and unsalvageable materials that are removed shall become the property of the Contractor and shall be disposed of at the Contractor's expense in a manner and at a location acceptable to cognizant agencies. All costs for providing removal and disposal shall be included in the unit price bid for that item of work. 2. Adjacent Improvements - The Contractor shall be responsible for the protection of public and private improvements adjacent to the work. Additionally, the Contractor shall use appropriate construction methods and equipment to assure the protection of existing landscape, driveways and parkway treatments immediately adjacent to the existing curb. If, during construction, damage occurs to said landscape, driveways or parkways, the Contractor shall be responsible for restoring same to its condition prior to construction. D. ASPHALTIC CONCRETE PAVEMENT AND OVERLAY PREPARATION Asphaltic concrete pavement includes surface course and base course. Surface course asphalt concrete shall be Type III- SP6of13 C3- AR4000. Base course asphalt concrete shall be Type III - B2- AR8000. Asphalt concrete base course is defined as (1) the asphalt required in pavement reconstruction areas to bring the area flush with the adjacent existing pavement, and (2) the asphalt required to bring thick A.C. overlays to within 2" of the proposed finished grade. Asphalt concrete surface course is defined as (1) asphalt overlay placed on existing pavement where the overlay required is 2" or less, (2) the asphalt overlay placed on A.C. base course at pavement reconstruction areas (the surface course overlay depth should match the adjacent proposed overlays); and (3) the 2" asphalt overlay placed on A.C. base course in thick overlay areas. Surface preparation of existing pavement for AC overlay will be required in some areas before the proposed overlays can be placed. This surface preparation shall include, but not be limited to, crack routing, bump grinding, crack cleaning, and crack sealing with rubberized sealant approved in advance by the Engineer. All cracks 1 /4" or larger shall be sealed. Surfaces to be overlaid shall be cleaned by the use of airblowers, water or hand brooms. The overlaid surface shall be free of water, dust or foreign material before tack coat is applied. Thermoplastic - marked crosswalks and traffic legends, and raised pavement markers shall be removed by grinding or by some other method approved in advance by the Engineer prior to placing asphalt concrete overlay. At locations where new asphaltic concrete pavement is joining existing asphaltic pavement, the Contractor shall sawcut to provide straight, neat lines and place the new asphaltic concrete to form a smooth transition. Payment for sawcutting pavement shall be included in the pay item for Unclassified Excavation. Where depressions exist in pavement to be overlaid such that the overlay thickness will exceed 2 ", a leveling base course shall first be placed so that the final overlay will be of approximately uniform thickness. Where extra milling (cold planing) of AC pavement is required due to previous overlays, or any other reason where the existing surface is abnormally high relative to the edge of gutter, payment for said milling shall be included in the unit price thereof, and no additional compensation will be allowed. 0 E SP7of13 Surface course seams shall align with proposed lane lines or as approved by the Engineer. E. PORTLAND CEMENT CONCRETE All exposed concrete surfaces shall conform in grade, color and finish to all adjoining curbs, walks, and other improvements. Stamped concrete shall be done in accordance with Section 303 -6 of the Standard Specifications. Coloring shall be terra cotta and shall match the pattern and finish of the stamped concrete located at Coast Highway and Dover Drive. F. UTILITIES Existing underground utilities are shown per available records only. The Contractor shall be responsible for field verifying the actual locations and elevations of existing utilities prior to beginning construction of the new facilities. Adjustment to grade of gas meters, electrical and telephone vaults, cable T.V. pullboxes, and any other utility -owned facilities will be done by the utility companies. The Contractor shall allow a 20 working day window for the relocation of SCE and Mesa Consolidated Water District facilities. Adjustment to grade of City -owned and County Sanitation District facilities will be done by the Contractor as called for in the construction notes and provided for in the Standard Specifications. G. GUARD UNDERGROUND CONSTRUCTION The Contractor shall obtain a permit to perform excavation or trench work from the State of California, Department of Industrial Relations (Cal- OSHA), prior to excavating any trench 5 feet or more in depth. The Contractor shall also submit drawings to the Engineer in accordance with Sections 7 -10.4 and 2 -5.3 of the Standard S2ecifications. All costs incurred to obtain the permit, to comply with the provisions of such permit, and to obtain the Engineer's approval shall be included in the various related items of work, and no additional compensation will be allowed. H. TRAFFIC SIGNAL AND SAFETY LIGHTING FACILITIES 1. The contractor shall furnish all tools, materials, supplies and manufactured articles and shall perform all operations necessary to modify existing and construct additional traffic SP8of13 signal and street lighting facilities as shown on the drawings. 2. Modification of traffic signals and highway lighting systems and payment therefor shall conform to the provisions in Section 86, "Signals and Lighting," of the Standard Specifications and the Standard Plans of the State of California, Department of Transportation, dated July 1992, and these special provisions. 3. Equipment List and Drawings -- The Contractor shall furnish a schematic wiring diagram indicating the operation as modified. 4. Scheduling of Work -- The Contractor may perform sub - surfase work consisting of the installation of conduit, foundations, and detectors, prior to receipt of all electrical materials and equipment. Above - ground signal work shall not commence until such time that the Contractor notifies the Engineer, in writing, of the date that all electrical materials and equipment are received, and said work shall start within 15 days after said date. Existing street lighting shall remain in operation until new lighting is operational. 5. Standards, Steel Pedestals and Posts -- Where the plans refer to the side tenon detail at the end of the signal mast arm, the applicable tip tenon detail may be substituted. 6. Conduit -- Non - metallic type conduit shall not be used. After conductors have been installed, the ends of conduits terminated in pull boxes and controller cabinets shall be sealed with arm approved type of sealing compound. Rigid metal conduit, to be used as a drilling or jacking rod, shall be fitted with suitable drill bits for size hole required, 7. Pull Boxes -- Grout in bottom of pull boxes will not be required. SP9of13 Pull boxes, pull box covers and pull box extensions shall be concrete. Standard Plan Drawing ES -8, "Pull Box Details," Note 4 -a.5 and b.9, shall not apply to this project. 8. Conductors and Wiring — Conductors shall be spliced by the use of "C "- shapped compression connectors. Splices shall be insulated by "Method B." Subparagraph 5, of the first paragraph of Section 86- 2.09D, "Splicing," of the Standard Specifications is deleted. Insulation for conductors installed for internally illuminated street name signs shall be color -coded orange with no stripe. Dectector cable for EVP installations must be 3M Model 138 and be installed where shown on plans and pulled into cabinet and connected to rack - mounted phase selector. 9. Service -- Electrical service shall be existing Type II. 10. Vehicle Signal Faces and Signal Heads -- Signal section housing shall be metal type. All non - programmed lenses shall be glass with aluminum reflectors. Plastic housings, visors and backplates will not be permitted. All lamps for traffic signal units (including programmed visibility type) shall be furnished by the Contractor. 11. Pedestrian Signals -- Pedestrian signal shall be Type C with the Z -crate type screen. The hood described in Section 86- 4.05D, "Visors," of the California Standard Specifications shall be provided. Pedestrian signals shall be Indicator Controls Corporation P/N 4096B, or approved equal, with Clamshell -type mountings. 12. Detectors -- Loop detector sensor units shall be Card Rack mounted Type B (two or four channel). Card rack shall be 14 position, fully wired for detectors 0 0 SP 10 of 13 (capable of system sampling and vehicle counts) and opticom equipment. Loop wire shall be type USE (cross - linked polyethylene insulated, No. 12, stranded copper wire). Lead -in wire cable shall be Type B. Loop installations shall be inspected at the Contractor's sole cost by Signal Maintenance, Inc. of Anaheim, CA (714) 630- 4990. Signal Maintenance, Inc. shall provide the Engineer a written acceptance of their inspection prior to the Engineer's final inspection of the completed work. The Contractor shall test the detectors with a motor - driven cycle, as defined in the California Vehicle Code, that is licensed for the street use by the Department of Motor Vehicles of the State of California. The unladen weight of the vehicle shall not exceed 220 pounds and the engine displacement shall not exceed 100 cubic centimeters. Special features, components or vehicles designated to activate the detector will not be permitted. The Contractor shall provide an operator who shall drive the motor - driven cycle through the response or detection area of the detector at not less than 3 miles per hour, nor more that 7 miles per hour. The number of sensor units and lead -in cables to achieve the specified detection shall be installed. 13. Pedestrian Pushbuttons -- Pedestrian pushbuttons signs, for pushbutton assemblies to be installed on pedestrian pushbutton posts, shall be 5"x71/2 ". All other pedestrian pushbutton signs shall be 9"x12" and shall not exceed beyond the mounting frame work. Installation of pushbutton assemblies for bicycle use shall be in accordance with City of Newport Beach Standard Plan STD -913 -L and shall be 5 inches by 71/2 inches. 14. Opticom Priority Control System -- Detectors shall be Opticom Model M522 as manufactured by 3M Company. Discriminators shall be Opticom Model 262 as manufactured by 3M Company. 0 0 SP 11 of 13 Model 138 Optical Detector Cable as manufactured by 3M Company, shall be furnished and installed by the Contractor. All cables shall be continuous and unspliced between the detector unit and the controller cabinet. I. MAINTAINING EXISTING AND TEMPORARY SIGNAL SERVICE Traffic signal shutdown shall be limited to periods between the hours of 9:00 a.m. and 3:00 p.m. The Contractor shall place "STOP AHEAD and "STOP" signs to direct vehicle and pedestrian traffic through the intersection during traffic signal shutdown. Temporary "STOP AHEAD" and "STOP' signs shall be either covered or removed when the signal is turned on. "STOP AHEAD" and "STOP' signs shall be furnished by the Contractor and shall conform to the provisions in Section 12 -3.06, "Construction Area Signs," of the State of California Standard Specifications, except that the base material for the signs shall not be plywood. Full compensation for furnishing, installing, maintaining and removing temporary "STOP AHEAD" and "STOP' signs and for covering signs not in use shall be considered as included in the contract lump -sum price paid for the signal item involved and no additional compensation will be allowed therefor. All existing signal indications, pedestrian pushbuttons, detectors and control equipment shall be maintained in operation, except during shutdown hours as specified above. Existing luminaries, that are to be removed, shall remain in operation until the replacement luminaries are installed and operating. Cost of minor temporary wiring, which may be required on a day - to -day basis, shall be considered as part of the lump -sum price for signal modification. j. REMOVING, REINSTALLING OR SALVAGING SIGNAL EQUIPMENT Hauling and stockpiling of salvaged material off the right -of -way, as directed by the Engineer, shall be included in the lump -sum SP 12 of 13 price for signal modification. K. TRAFFIC STRIPING AND PAVEMENT MARKINGS This item of work shall be done in accordance with Section 210 -1.6, "Paint for Traffic Striping, Pavement Marking and Curb Marking" and Section 310 -5.6, "Painting Traffic Striping, Pavement Markings, and Curb Markings ", of the Standard Specifications, except as supplemented or modified below. Paint for traffic striping and pavement markings shall be white Formula Number 2466 -A9 and yellow Formula Number 2467 -A9 as manufactured by J. E. Bauer Company. Delete Paragraph 1 of Subsection 310 - 5.6.7, "Layout, Alignment and Spotting" of the Standard Specifications and add the following: "The Contractor shall perform all layout, alignment and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout, alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the Plans. The Contractor shall mark or otherwise delineate new traffic lanes, limit lines, pavement markings, etc., within 24 hours after removing or covering existing striping and markings. No street shall be without the proper striping over a weekend." If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require that the Contractor reinstall "NO PARKING, TOW- AWAY" signs and renotify residents in accordance with Section VIII herein, respectively, at the Contractor's sole expense. If the Contractor removes, covers or damages existing striping or raised pavement markers outside of the work area, he shall re- stripe or replace the striping or pavement markers at his sole expense. New raised pavement buttons and markers shall be provided and installed per Plan by the Contractor in accordance with Section 85, "Pavement Markers ", of the State of California's Standard Specifications, except that raised pavement markers for the location of fire hydrants shall conform to City of Newport Beach Std.-902-L. The Contractor shall clean, protect, or replace within 24 hours L SP 13 of 13 raised pavement buttons and markers that have been damaged, removed, or covered as a result of the Contractor's work. New non - reflective pavement markers (Types A and A1) shall be ceramic. New reflective pavement markers shall have glass - covered reflective faces. Traffic stripes and pavement markings shall be applied in two coats. The first coat of paint shall be dry before application of the second coat. At least one coat of paint shall be applied for striping and markings within 24 hours after placing asphalt concrete overlay. Where striping details shown on the Plans specify raised pavement markers only such as in Details 4, 7, 10, 13, 14, etc., one coat of the appropriate color paint shall be applied within 24 hours after placing asphalt concrete overlay. Raised pavement markers shall then be installed within 15 to 30 days after placing asphalt concrete overlay, and shall be placed directly over the striping. Thermoplastic traffic striping and pavement markings shall be Alkyd type and shall be installed per plan by the Contractor in accordance with Section 84 -2 "Thermoplastic Traffic Stripes and Pavement Markings" of the State of California's Standard Specifications. Thermoplastic shall be warranted by the Contractor against blistering, bleeding, excessive cracking, staining, discoloring, stripping and poor adhesion for at least 1 year. XII. SOLID WASTE DIVERSION Unless specified elsewhere in this contract, all non - reinforced Portland cement concrete and asphalt concrete waste generated from the job sites shall be disposed of at a facility which crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and total solid wastes disposed of at sanitary landfills. The Contractor shall report said tonnage's monthly to the Engineer on a form provided by the Engineer. XIII. DESIGN CROSS SECTION SHEETS The City has 4 design cross - section sheets that will be helpful in estimating excavation, fill and disposal quantities. Upon request, the Engineer will provide prospective bidders a copy of these sheets free of charge at the City's Public Works Department office. • • oj) November 14, 1994 CITY COUNCIL AGENDA APPROVED ITEM NO. 13 TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT SUBJECT: IRVINE AVENUE AND 17TH STREET/WESTCLIFF DRIVE STREET IMPROVEMENTS (C -2943) RECOMMENDATION: Award Contract No. 2943 to Griffith Company for the total bid price of $234,525.00, and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: isAt 11:00 a.m, on November 2, 1994, the City Clerk opened and read the following bids for this project: BIDDER TOTAL BID PRICE Low Griffith Co, Santa Ana. $ 234,525.00 2. Excel Paving Co., Long Beach 272,779.50 3. Damon Construction Co., Carson 281,535.00 4. Hillside Contractors, Stanton 304,640.00 5. Shawnan Corporation, Downey 318,285.00 The low bid is 6.2% below the Engineer's Estimate of $250,000.00. Funds to award this contract are available in the current Measure "M" Account No. 7281 P 301 196 A. • The Griffith Company of Santa Ana is a well - qualified general engineering contractor who has successfully performed similar work in the past for many public agencies in Southern California and the City of Newport Beach. There are no pending actions regarding their past work. • i SUBJECT: IRVINE AVENUE AND 17TH STREEf/WESTCLIFF DRIVE STREET IMPROVEMENTS (C -2943) November 14, 1994 Page 2 The 1993/94 Capital Improvement Program Measure M Fund includes an appropriation for and construction of intersection improvements at Irvine Avenue and 17th Street/Westcliff Drive. The project is within both the City of Costa Mesa and Newport Beach and was recommended as part of the Growth Management Area 8 transportation project priority list which was approved by the Orange County Transportation Authority (OCTA) in July 1992. Under terms of the OCTA Growth Management Program, the Measure M funds approved for this project must be encumbered by January 1, 1995. Newport Beach has been the lead agency in preparing the plans and specifications for the project and, under the terms of a Cooperative Agreement with the City of Costa Mesa, will continue to be the lead agency in administering the construction project. The project will widen 17th Street/Westcliff Drive in order to provide a second eastbound left -turn lane to northbound Irvine Avenue; and will construct dual left -turn lanes on Irvine Avenue in both directions. The • work includes construction of street pavement; the removal and replacement of concrete curb, gutter, sidewalk, and medians; modifications of existing storm drains and curb inlets; modification of existing signals; and construction of curb access ramps in accordance with A.D.A. requirements. The plans and specifications have been prepared by K.W. Lawler and Associates. The contract specifies that all work will be completed within 90 working days from award of contract with a completion date estimated as May 12, 1995. (ov VC/ Don Webb Public Works Director JW:so • October 10, 1994 CITY COUNCIL AGENDA OCT ; r ITEM NO. - - -13 - -- TO: CITY COUNCIL • 1 ... FROM: PUBLIC WORKS DEPARTMENT SUBJECT: IRVINE AVENUE AND 17TH STREET/WESTCLIFF DRIVE STREET IMPROVEMENT C -2943 RECOMMENDATIONS: Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 11:00 a.m. November 2, 1994. DISCUSSION: The 1993/94 Capital Improvement Program Measure M Fund includes an appropriation for the right -of -way and construction of intersection improvements at Irvine Avenue and 17th Street/Westcliff Drive. The project is within both the City of Costa Mesa and Newport Beach and was recommended as part of the Growth Management Area 8 transportation project priority list which was approved by the Orange County Transportation Authority (OCTA) in July 1992. Under terms of the OCTA Growth Management Program, the Measure M funds approved for this project must be encumbered by January 1, 1995. Newport Beach has been the lead agency in preparing the plans and specifications for the project and, under the terms of a Cooperative Agreement with the City of Costa Mesa, will continue to be the lead agency in advertising for bids and administering the construction project. The project proposes to widen 17th Street/Westcliff Drive in order to provide a second eastbound left -turn lane to northbound Irvine Avenue; and to construct dual left -turn lanes on Irvine Avenue in both directions. The work will include construction of street pavement; the removal and replacement of concrete curb, gutter, sidewalk, and medians; modifications of existing storm drains and curb inlets; modification of existing signals; and construction of curb access ramps in accordance with A.D.A. requirements. The plans and specifications have been prepared by K.W. Lawler and Associates. The Engineers cost estimate for construction of the improvement is $250,000. Funds in the amount of $260,000 are available in the current Measure "M" Account No. 7283 - 98302015. • A Categorical Exemption for the project has been certified and was filed with the County Clerk on March 26, 1993. All work should be completed by May 1995. 2 4�)Y' _ Don Webb Public Works Director Authorized to Publish Advertisements of all kindsftding public notices by I Dccree of the Superior Court of Orange County, rnia, Number A -6214, September 29, 1961, and A -24831 June 11, 1963. PROOF OF PUBLICATION STATE OF CALIFORNIA) ) SS. County of Orange ) I am a Citizen of the United States and a PUBLIC NOTICE resident of the County aforesaid; • I am over NOTICE INVITING BIDS the age of eighteen years, and not a party to Sealed bids may be re. Icelved at the office of the or interested in the below entitled matter. I fCity Clerk, 3300 Newport , P. am a principal clerk of the NEWPORT Newport each. Cak92668 +769 until 11:00 AM, on PILOT, BEACH -COSTA MESA DAILY PILOT a the 2 day of November, 1994• INTERSECTION r newspaper oI general circulation, printed and IM. PROVEMENTS AT 17TH STREETIWESTCLIFF published in the City.of Costa Mesa, County DRIVE AND IRVINE AV. ENUE, Contract No. 2943, of Orange, State of California, and that Engineer's Estimate S250,0W.tl0 attached Notice is a true and complete copy by the city Council this 10 day of Oc. tober, as was printed and published on the 1994 Wanda E. Ra9glo Prospective following dates: bidders may °obtain one set of bid docu. ments at no cost at the of. .18ee of the Public Works boulevard, P.O. Box 1768, Newport Beach, CA 92659- 1768 For further information, Call Horst Hiswaty at (714) 644.3311 Published Newport Beach -Costa Mesa Daily Pilot October 18, 25, 1994. October 18, 25, 1994 T250 I declare, under penalty of perjury, that the foregoing is true and correct. Executed on October 25 , 199 a at Costa Mesa, California. ature