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