Loading...
HomeMy WebLinkAboutC-1189 - Traffic signal, Dover & Westcliff0 E. D. Johnson & Co. P. O. Box 29 Anaheim, California Subject: Surety: Bonds No.: Project: Contract No. October 5, 1970 St. Paul Fire & Marine Insurance Company 404ES 6318 Traffic Signal Installation, Dover Drive at Westcliff Drive 1189 The City Council on September 14, 1970 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after Notice of Completion has been filed. Notice of Completion was filed with the Orange County Recorder on September 23, 1970, in Book No. 9411, Page 797. Please notify your surety company that bonds may be released 35 days after recording date. Laura Lagios City Clerk dg cc: Public Works Department a.. ; .,:. - ate^ -^�� ...r,.. .: _ae•.mse:_"`r'" _ 3. 14594 NOTICE OF COMPLETION „t 9411 Pw 797 RECORDED AT REQUEST OF OTY Of NEWPORT 4EAM IN OFFICIAL RECORDS OF ORANGE COUNTY. CALIF. PUBLIC WORKS 9 :05 AM SEN 23 1970 L.CDFREE J. WTUE CARIYU; County Recorder To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on June 6, 1970 the Public Works project consisting of Traffic Signal Installation, Dover Drive at Westcliff Drive on which E. D. Johnson and was the contractor, and St. Paul I was the surety, was completed. I, the undersigned, say: & Marine Insurance VERIFICATI( CITY OF NEWPORT BEACH r I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on September 21, 1970 at Newport Beach, California. I, the undersigned, E I am the City Clerk of the City of Newport Beach; the City Council of said City on September 14, 1970 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on September 21, 1970 at-Newport Beach, California. n oy Z a 0 CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd Area Code 714 673 -2110 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: Attached for recordation is Notice of Completion of Public Works project consisting of Traffic Signal Installation, Dover Drive at Westcliff Drive Contract No. 1189 on which E. D. Johnson and Company was the Contractor and St. Paul Fire & lolarine insurancz Co. was the surety. Please record and return to us. Very truly yours, Laura Lagios City Clerk City of Newport Beach LL dg Encl. CITY OF NEWPORT BEACH CITY ATTORNEY Department TO: City Clerk DATE: August 6, 1969 FROM: City Attorney SUBJECT: Resolution awarding contract for traffic signal installation, Dover at Westcliff, C -1189 Forwarded are copies of a proposed resolution in connection with the above subject. It is requested that this matter be placed on the Council agenda for the meeting of August 11th. THS:mh Att. cc: City Manager Public Works Director � TULLY H. SEYMOUR City Attorney / / . / AUG 111969 By the CITY COUNCIL CITY OF NEWPORT !EACH ai :::� - ?�ia� TO: CITY COUNCIL FROM: Public Works Department August 11, 1969 SUBJECT: TRAFFIC SIGNAL INSTALLATION - DOVER DRIVE AT WESTCLIFF DRIVE, C -1189 RECOMMENDATIONS: 1. Adopt a resolution awarding the contract to E. D. Johnson and Company for $19,300, and authorizing the Mayor and City Clerk to execute the contract. 2. Waive the irregularity in the bid of not showing the signal controller manufacturer under the list of subcontractors. DISCUSSION: Three bids for the construction contract were received and opened in the office of the City Clerk at 10:00 a.m. on July 31, 1969. Bidder E. D. Johnson and Company, Anaheim Steiny and Mitchel, Inc., Los Angeles Smith Electric Supply, Stanton Alternate Total A 19,300 19,420 24,071 The low bid was 23% below the engineer's estimate of $25,000. Bid Alternate B 19,300 19,420 25,024 This contract provides for the construction of a vehicle actuated traffic signal control at the Dover - Westcliff intersection. Included in the project are pedestrian actuated controls for crossing Dover Drive on the northerly side of the intersection. The alternates, A and B, provided for in the bidding are related to the mode of operation of the signal controller. Since the amount of the low bid was the same for both alternates, the design providing for the most flexible operation will be selected. E. D. Johnson and Company had an irregularity in their bid in that they did not show the name of the signal controller manufacturer as instructed on the proposal sheet. When contacted they supplied the name and indicated that the name had been inadvertently omitted. The signal manufacturer and the other items on the bid are acceptable. The estimated date of completion is November 10, 1969. seph�T.\ Devlin blic o ks Director E July 14, 1969 TO: CITY COUNCIL E FROM: Public Works Department SUBJECT: CONSTRUCTION OF TRAFFIC SIGNALS AT DOVER - WESTCLIFF INTERSECTION (C -1189) RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 10:00 A.M., July 31, 1969. DISCUSSION: This project will provide for the construction of a vehicle actuated traffic signal control at the Dover - Westcliff intersection. Included in the project are pedestrian actuated controls for crossing Dover Drive on the northerly side of the intersection. The estimated contract cost is $25,000. Funds are available in the Gas Tax appropriation for the construction of traffic signals. The plans were prepared by Donald B. Hummel, Consulting Electrical Engineer. The estimated date of completion is November 10, 1969. D, seph T/ Devlin blic W rks Director J /ldg li.i641 , 7.3/ CITY OF NEWPORT BEACH TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. C -118 4k Date September 4, 1969 Project Tr&Mc Signal lastsilation, Dover Drive at Westcliff Drive Attached are 3 executed copies of subject contract for your files and for transmittal to the contractor. Contractor: E. D. Johnson & Co. Address: P. O. Box 29, Anaheim, California Amount: $ $19,300 Effective Date: 9 -4 -69 Resolution No. 7649 adopted on 8 -11 -69 i /Ii., Laura �� LL:dg Att. cc: Finance Department M August 29, 1969 TO: CITY CLERK FROM: Public Works Department SUBJECT: TRAFFIC SIGNAL INSTALLATION, DOVER DRIVE AT WESTCLIFF DRIVE, C -1189 Attached for execution by the Mayor are four sets of the Contract documents for the subject project. The documents have been executed by the contractor and approved by the City Attorney. Please retain your copy and return the remaining three after execution by the Mayor. Don Webb Project Engineer DW /em Atts . L rERT I F I CAT!l HOLDER: CERTIFICATE OF INSURANCE CITY OF NE!,'-/PORT BEACH CITY HALL: ATTN: MIKE ANDERSON ENGINEERING DEPT. NEWPORT BEACH, CALIF. 0 D;•.T�: NAME OF INSURED: AUGUST 14, 1969 E. D. JOHNSON & CO. POST OFFICE BOX 29 ANAHEIM, CALIFORNIA NAMED ADD'L INSURED JOB: C 1189 THIS CERTIFIES THAT THE INSURED NAMED ABOVE IS INSURED FOR: 1.. COMPREHENSIVE GENERAL LIABILITY INSURING ALL OPERATIONS INCLUDING AUTOMOBIL_ tZ:!i,ER THE FOLLOWING POLICIES COVERING THE LIABILITY IMPOSED BY LAW OR ASSUMED U1:0EF. CJN ±TRACT FOR BODILY INJURY TO PERSONS OR DAMAGE TO PROPERTY OF OTHERS. DESCRIPTION OF OPERATIONS: ALL OPERATIONS OF NAMED INSURED. ': -P, ^1 OF INSURANCE. APRIL 1, 1969 TO APRIL 1, 1970 POLICY NUMBER AND LIMITS BODILY INJURY LIABILITY CL A19- 8148 -016 EACH PERSON: $ 250,000. EACH OCCURRENCE: $ 1,000,000. AUTOMOBILE PROPERTY DAMAGE LIABILITY EACH OCCURRENCE: $ 250,000. PROPERTY DAMAGE LIABILITY OTHER THAN AUTOMOBILE EACH ACCIDENT: $ 100,000. AGGREGATE: $ 100,000. "., CL A19- 6148 -011 COMBINED SINGLE LIMIT - $ 2,000,000. UMBRELLA COVERAGE EXCESS OVER AND ABOVE PRIMARY POLICIES 3. STATUTORY WORKMENfS COMPENSATION - STATE OF CALIFORNIA - NUMBER WCP A19- 8148 -015 IF "FHE ABOVE POLICIES ARE CANCELED OR CHANGED DURING THE PERIOD OF COVERAGE AS STATED HEREIN IN SUCH A MANNER AS TO AFFECT THIS CERTIFICATE,*10 DAYS WRITTEN NOTICE WILL BE MAILED TO THE PARTY NAMED ABOVE FOR WHOM THIS CERTIFICATE IS ISSUED. *SPECIAL WORDING AMERICAN EMPLOYERS1 INSURANCE COMPANY APPROVED AS TO FORM Dated: .1 % ,4 h5 , / 16 5 BY �� �irc -.✓ CITY ANEY JPOLICIES ARRANGED THROUGH By - ` °��'^ -- MICHAEL LUBY INSURANCE CORPORATION 01 PACIFIC AVENUE, LONG BEACH, CALIFORNIA 90813 TEL. NO. 437 -2791 CU - 55 This endorsement, forms part of ] Mal issued to E. so JOUNM i coo by the insurance company indicated below by an "X ". ❑THE EMPLOYERS' LIABILITY AMERICAN EMPLOYERS' THE EMPLOYERS' FIRE ASSURANCE CORPORATION, LTD. A INSURANCE COMPANY ❑INSURANCE COMPANY ❑ THE NORTHERN ASSURANCE COMPANY OF AMERICA IT 1t ASR90 T1W .11K CITY OF i 1: i MW, 1 ODA" 11♦�M�R "K "Lla As All ii OTTii#�"..# :.. �'T AS �'f IKWW KAM i � - l This endorsement, eff forms part of Poo issued to to. AWN % in by the insurance company indicated below by an 'W'. ❑THE EMPLOYERS' LIABILITY. AMERICAN EMPLOYERS' ❑ THE EMPLOYERS' FIRE ❑ THE NORTHERN ASSURANCE ASSURANCE CORPORATION, LTD. LMINSURANCECOMPANY INSURANCE COMPANY COMPANY OF AMERICA I IT Is MAW iA @AirA =TMY9INK►ft #Cr #..L WT K f,ANCt ^ ft"R "T tiVA=# THE AMA W Crmw "am i s. I= va ra ny RtlLeft "idiom Off IL IM 0" an "M 1im#" :y vw CITT `M in C#" W NE1lgICt' Mme, OW MiU* NWW WAM U1.~W6 iW A 40#WVM MRW MJI Wrictt W S M Cit ma"irIRI► oR #" in iM WA. `_'� / r • 1- This endorsement W forms part of Po Sim A19 als 1. L C&I issuud to A 6 W the insurance company indicated below by an "X". E]� AS SE EMPLOYERS' LIABILITY JZ AMERICAN INSURANCE EMPLOYERS' F THE EMPLOYERS' FIRE F7 THE NORTHERN ASSURANCE URANCE CORPORATION, LTD. -1 COMPANY ❑ INSURANCE COMPANY 'COMPANY OF AMERICA IT is liR a I man 0TWUNOW va CM Wow~ sum is own WM M M NoMeft 1=W= W"" FAMCF IN oft"= or Im WM "dWM W" vo we two& is KW=M WIM M To C"T of vWW 68010-1 Part 5 r;: y � 3 • .. 3 .. !. -� 1.. �► A19 j This endorsement effec, forma part of polio. $'« fl, b•.S) issued .to . L 1k '. tit . •� "� by the insurance company indicated below by an "X ". ❑�1Ap THE EMPLOYERS' LIABILITY.. ` MERICAN EMPLOYERS' E EMPLOYERS' FIRE THE NORTHERN ASSURANCE ASSURANCE CORPORATION, LTD. RERNSURANCE COMPANY El TH INSURANCE COMPANY ❑ COMPANY OF AMERICA IT !3 WKKW V9W=W A10 AM= TINT TW !' is W" INT AE_ CAIt EA, 11RT' N"V , Aft TW AMMt W C6 "RW RIA coo M THE 16LM AUAND IN LAM VWIL To (10) OA" ARAM CAXW a A $= Alt R+tA WIN 10 MUML 08010.1 Part 6. G S G/iY CL,E2,& CONTRACT NO. 1189 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR TRAFFIC SIGNAL INSTALLATION DOVER DRIVE AT WESTCLIFF DRIVE Approved by the City Council on this 14th day of July, 1969 Laura agros, it erk 4PITY OF NEM ?ORT EEA CA.LIFORNA NOTICE INVITING BIDS SEALED BIDS Will be received at the office of tha City C'. . °k, City Hall, Nev; port Beach, California, until 10:00 A.M. on the 31 day of `as ul�y lj�, at which time they will be opened and read, for performing work follows: Traffic Signal Installation Dover Drive at Westcliff Drive CONTRACT CO. 1189 aids must be submitted on the Proposal fo•ri attached wit:. the contract documents furnished by the Pu;.;ic 1 ?orks Depa•rtr-.ent. The additional copy of the Proposal Form is to be retained by the bidder for his records. each bid must ba acc:- oanied by cash, certified check or Bidder's ,ond, made payable to the City of Nay.port Beach, for an amount equal to at least 10 percent of the amount bid. The title of t.a project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The Contract Documents that must be completed, executed, and returned in the sealed bid are: V. F. Proposal Designation of Subcontractors Sidder's Bond Non - collusion Affidavit Statement of Financial Responsibility Technical Ability and Experience References These documents s ^all be affixed with the si;n_,tures and titles of the persons signing on behalf of the bidder. For Corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required and the Corporate Sear Sha i be affixed to ail documents requiring signatures. in the case of a Partnership, the signature of at least one general partner is required. No bids will be accepted from a Contractor who has noi: been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The Contractor shall state his license number and classification in the Proposal. Plans and Contract Documents, including Special Provisions, may be obtained at the Public orks Department, City Hall, Newport Beach, California, at no cost to licensed contractors. A non - refundable charge of $2.00 will be required for each set of Plans and Contract Docu- ments issued to others. It is requested that the Plans and Conzact Documents be returned w-lthin 2 weeks after the bid opening. T,c City has acopted t! Standar,: Specifications fur Pu lie 4!or: Construction (1967 Edition a-d SupplaMents) as prepared by the Southern California Cnapters of the American °ublic Por:ks Association and the Associated General Contractors of America. Copies may :;e obtained fr.z. 5ui ding News, Inc., 3055 Overland Ave., Los Angeles, Calif. 90037, (213) 870 -9871. City ^ss adopt-ad Standard Special Pr visions and Standard Drawings. Copies of these a ^c C at ti,,. Public Works Dc-partre,. a'. a Cost of w2.0O per Set. T ^e City reserves the right to reject any or all ds and to waive ?:.y informality ir. suc:., '0- S. ity of Newport "each, California Notice inviting Bids in zzcordance with the p'rovis•:ans of Article 2, Chapter i, Part 7 of the California Labor Cota (Sections 1770 et seq.), the City Council of the City cf Newport Beach has ascertained the ge,._rai prevailing rage of per diem uhges in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needad to execute the contract and has set forth these items i•n Resolution No. 6932, adopted May 12, 1959. A copy of said resolution 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 -1781 inclusive). 5 -15 -69 TRAFFIC SIGNAL INSTALLATION DOVER DRIVE AT WESTCLIFF DRIVE CONTRACT 1189 PROPOSAL To the City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92660 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 1189 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for each item complete in place, to wit: PTION ITEM DESCRIPTION TOTAL NO. PRICE WRITTEN IN WORDS PRICE Option "A" Install traffic signal with Option "A" controller TOTAL PRICE WRITTEN IN WORDS Ninpt.ppn thougand Dollars and thrpp hundrPH and 00/100 Cents OR Option "B" Install traffic signal with Option "B" controller TOTAL PRICE WRITTEN IN WORDS Nineteen thousand. Dollars and three hundred and 00 /100 Cents La $ 19,300.00 NOTE: Designate the controller supplier on the "Designation of Subcontractors ". page 3. 0 0 Page 2 ALL BIDS ARE TO BE COMPUTED ON THE BASIS OF THE GIVEN ESTIMATED QUANTITIES OF WORK AS INDICATED IN THIS PROPOSAL, TIMES THE UNIT PRICE AS SUBMITTCO BY THE BIDDER. IN CASE OF A DISCREPANCY BETWEEN WORDS AND FIGURES THE WORDS SHALL PREVAIL. IN CASE OF AN ERROR IN THE EXTENSION OF A UNIT PRICEp THE CORRECTED EXTENSION SHALL BE CALCULATED AND THE BIDS WILL BE COMPUTED AS INDICATED ABOVE AND COMPARED ON THE BASIS OF THE CORRECTED TOTALS. THE ESTIMATED QUANTIT.IES OF WORK INDICATED IN THIS PROPOSAL ARE APPROXIMATE ONLY BEING GIVEN SOLELY AS A BASIS FOR COMPARISON OF BIDS. THE UNDERSIGNED HAS CHECKED CAREFULLY ALL OF THE ABOVE FIGURES AND UNDERSTANDS THAT THE CITY WILL NOT BE RESPONSIBLE FOR ANY ERRORS OR OMISSIONS ON THE PART OF THE UNDERSIGNED IN MAKING UP THIS BID. THE UNDERSIGNED AGREES THAT IN CASE OF DEFAULT IN EXECUTING THE REQUIRED CONTRACT WITH NECESSARY BONDS WITHIN TEN (10) DAYS, NOT INCLUDING SUNDAYO AFTER HAVING RECEIVED NOTICE THAT THE CONTRACT IS READY FOR SIGNATUREO THE PROCEEDS OF CHECK OR BOND ACCOMPANY- ING THIS BID SHALL BECOME THE PROPERTY OF THE CITY OF NEWPORT BEACH. LICENSED IN ACCORDANCE WITH THE STATUTES OF THE STATE OF CALIFORNIA`�PROVIDING FOR "THE REGISTRATION OF CONTRACTORS LICENSE N0._ 137996 CLASSIFICATION C. -1O ACCOMPANYING THIS PROPOSAL IS Rid Rnnd CASH CERTIFIED CHECK.. CASHIERS CHECK OR BOND IN AN AMOUNT NOT LESS THAN IO PERCENT OF THE TOTAL BID PRICE. THE UNDERSIGNED IS AWARE OF THE PROVISIONS OF SECTION 3700 OF THE LABOR CODE WHICH REQUIRE EVERY EMPLOYER TO BE INSURED AGAINST LIABILITY FOR WORKMEN f3 COMPENSATION OR TO „ .UNDERTAKE SELF - INSURANCE IN ACCORDANCE WITH THE PROVISIONS OF THAT CODE] AND AGREES TO COMPLY WITH SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE OF THE WORK OF THIS CONTRACT. 515_7141 E. D. Johnson & Co. PHONE NUMBER BIDDERI3 NAME (SEAL) . 7 -11 -fig DATE (s) .Ry_�. Johnson 'AUTHORIZED SIGNATURE AUTHORIZED SIGNATURE CORP_ TYPE OF ORGANIZATION (INDIVIDUAL, CORPORATIONS COPARTNERSHIP) LIST BELOW NAMES OF PRESIDENTS SECRETARYO TREASURER AND MANAGER IF A CORPORATION AND NAMES OF ALL CO- PARTNERS IF A CO- PARTNERSHIP: E. D. Johnson - Pres. R. P. Johnson - Vice Pres. E. N. Stafford - Sec. E. 0 ®Johnson A CL SLA;xot ant U�laelix�led6 POST OFFICE BOX 29 Mr. Don Webb City of Newport Beach Newport Beach, Calif. Re: Bid- Westcliff & Dover Dr. E. D. Johnson & Co. Gentlemen: C� A N A H E I M, C A L I F O R N I A TELEPNO NE 535.2111 July 319 1969 The traffic signal bid of E. D. Johnson & Co. inadvertently omitted the name of the controller manufacturer as requested on the bid. Please include this information in our bid so that it may be correct. Both Option "A" and Option "B" controllers were Econolite Corporation equipment per your particular specifications. FRB:il Yours truly, E. D. JOHNSON & CO. c� R.F. R. Hax er I, S ATTACHED LETTER FOR SUB- CONTROOR DESIGNATION OF SUB - CONTRACTORS PAGE 3 THE UNDERSIGNED CERTIFIES THAT HE HAS USED THE SUB -BIDS OF THE FOLLOWING LISTED CONTRACTORS IN MAKING UP HIS BID AND THAT THE SUB- CONTRACTORS LISTED WILL BE USED FOR THE WORK FOR WHICH THEY BIDS SUBJECT TO THE APPROVAL OF THE CITY ENGINEER2 AND IN ACCORDANCE-WITH THE APPLICABLE PROVISIONS OF THE SPECIFICATIONS. NO CHANGE MAY BE MADE IN THESE SUB - CONTRACTORS EXCEPT UPON THE PRIOR APPROVAL OF THE ENGINEER. ITEM OF WORK SUB- CONTRACTOR ADDRESS I. none 2 3• 4 5• 6. 7• 8. 9• 10. II. 12. BIDDERS NAME (s) E. D. Johnson AUTHORIZED SIGNATURE _ Corporation TYPE OF ORGANIZATION:: (INDIVIDUALS CO- PARTNERSNIP OR CORP) ' 1 i., ' Anaheim. California ADDRESS • FOR ORIGINAL COPY SEE CITY CLO'S FILE COPY PAGE 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, THAT WE, F_ O_ JOHNSON ANn COMPANY __ _ , AS PRINCIPAL, AND ST_ PAIIL FIRE AND MARINE TNCIIRANC.F CnMPANY , AS SURETY, ARE HELD AND FIRML,YBOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OF 10% .. of amount bid DOLLARS LAWFUL MONEY OF THE UNITED STATES FOR THE PAYMENT OF WHICH SUM WELL AND TRULY TO BE MADE, WE BIND OURSELVES, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, THAT IF THE ,PROPOSAL OF THE ABOVE BOUNDEN PRINCIPAL FOR THE CONSTRUCTION OF Traffic signal installation Dover Drive at Westcliff Drive. IN THE CITY OF NEWPORT BEACH, IS ACCEPTED BY THE CITY COUNCIL OF SAID CITY, AND IF THE ABOVE BOUNDEN PRINCIPAL SHALL DULY ENTER INTO AND EXECUTE.A CONTRACT FOR SUCH CONSTRUC- TION AND SHALL EXECUTE AND DELIVER THE TWO (2) BONDS DESCRIBED IN THE "NOTICE INVITING BIDS" WITHIN TEN (1)) DAYS (NOT INCLUDIL:NGi; SATURDAY AND SUNDAY), FROM -::THE DATE OF THE MAILdNQ; OF A NOTICE TO THE ABOVE BOUNDEN PRINCIPAL,BY AND FROM SAID CITY OF NEWPORT BEACH THAT SAID CONTRACT IS READY FOR EXECUTION, THEN THIS OBLIGATION SHALL BECOME NULL AND VOID; OTHERWISE IT BE AND REMAA:N IN FULL FORCE AND EFFECT, AND THE AMOUNT SPECIFIED HEREIN SHALL BE FORFEITED TO THE SAID CITY. IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL, IT IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM' ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOF, WE HEREUNTO SET OUR HANDS AND SEALS THIS 18th DAY OF July 1969 , CORPORATE SEAL (IF CORPORATION) E. D. JOHNSON AND COMPANY ` PRINCIPAL (ATTACH ACKNOWLEDGEMENT OF (s) R. P. JOHNSON. Vice President ATTORNEY IN FACT) ST. PAUL FIRE & MARINE.INSURANCE COMPANY SURETY BY (s) Philip D. Tripp PHILLIP D. TRIPP TITLE Attorney -.in -fact 0 0 PAGE 5 LABOR AND MATERIAL BOND am No* 404" 6316 PMIUMs ImIu M La KNOW ALL MEN BY THESE PRESENTS, THAT WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH,* STATE OF CALIFORNIAO BY MOTION ADOPTED_ AUgUst.11, 1969 HAS AWARDED TO E. D. Johnson & Co. HEREINAFTER DESIGNATED AS THE "PRINCIPAL"" A CONTRACT FOR TRAFFIC SIGNAL INSTALLATION - DOVER DRIVE AT WESTCLIFF DRIVE IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS.AND SPECIFI- CATIONS AND OTHER CONTRACT DOCUMENTS ON FILE IN THE OFFICE OF THE CITY CLERK. 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 ,*13HALL FAIL TO PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER,* OR OTHER SUPPLIES OR TEAMS USED IN, UPON., FOR,* OR ABOUT THE PERFORMANCE OF THE WORK AGREED TO BE DONEp OR FOR ANY WORK OR LABOR DONE THEREON OF ANY KIND ,*.THE SURETY ON.THIS BOND VILL PAY THE SAME TO THE EXTENT HEREINAFTER SET FORTH: NOW, THEREFORE,* WE S• D. J SOS AND COMPANY AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND ST. PAUL PIF1 d MAXIM IMSBRA= COMPANY AS SURETY,* ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH,* IN THE SUM OF NNIMS THOUSAND SIX M MMn BUTT AND 80/100 ------ DOLLARS 0 9965040 SAID SUM BEING ONE -HALF OF THE ESTIMATED AMOUNT PAYABLE BY THE CITY OF NEWPORT BEACH UNDER THE TERMS OF THE CONTRACT, FOR WHICH PAYMENT WELL AND TRULY TO BE MADE WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND ADMINISTRATORS,* SUCCESSORS OR ASSIGNS,* JOINTLY AND SEVERALLY,* FIRMLY BY THESE PRESENTS. THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE PERSON OR HIS SUBCON- TRACTORS, FAIL TO PAY FOR ANY MATERIALS,* PROVISIONS, PROVENDER,* OR OTHER SUPPLIES,* OR TEAMS,.U5ED 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 SPECI- FIED IN THE BOND, AND ALSO, IN CASE SUIT 15 BROUGHT UPON THE BOND,, A REASONABLE ATTORNEYS FEE, TO BE FIXED BY THE COURT, AS REQUIRED BY THE PROVISIONS OF SECTION 4204 OF THE GOVERNMENT CODE OF THE STATE.OF CALIFORNIA. (LABOR AND MATERIAL BOND - CONTINUED) THIS BOND SHALL INURE TO THE BENEFIT OF ANY ATION ENTITLED TO FILE CLAIMS UNDER SECTION SO AS TO GIVE A RIGHT OF ACTION TO THEM OR THIS BONDS AS REQUIRED BY THE PROVISIONS OF THE STATE OF CALIFORNIA. PAGE 6 AND ALL PERSONS COMPANIES AND CORPOR- 1192.I OF THE CODE OF CIVIL PROCEDURE :HEIR ASSIGNS IN ANY SUIT BROUGHT UPON SECTION 4205 OF THE GOVERNMENT CODE OF AND THE SAID SURETY FOR VALUE RECEIVED1 HEREBY STIPULATES AND AGREES THAT NO CHANGE EXTENSION OF TIMES 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 BONDS AND IT DOES HEREBY WAIVE NOTICE OF ANY SUCH CHANGES EXTENSION OF TIMES ALTERATIONS OR ADDITIONS TO THE TERMS OF THE CONTRACTOR OR TO THE WORK OR TO THE SPECIFICATIONS. IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INOIVIDUAL� IT 15 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 NAMEDO ON THE 13K DAY OF .Anust . 196yr. APPROVED AS TO FORM: CITY ATTORNEY to Do JOHNSM AND COMPANY (SEAL) (SEAL) mt azi //'L _(SEAL) CONT TOR THIS BOND WAS APPROVED BY THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH BY MOTION ON DATE ATTESTS CITY CLERK S4. PAUL FIR& a MARINE INSURANCE COMPANY (SEAL) (SEAL) Illp D rife A L-1- fact (SEAL) SURETY STATE OF CALIFORNIA ACKNOWLEDGMENT BY SURETY COUNTY OF ORANGE vL. On this 15th day of August 969 , before me, Nary S. Ballwey a notary principal County Orange ry public in and for the State of California with rinci a] office in the Coua of YAII residing therein, duly commissioned and sworn, personally appeared Philip D. Tripp known to me to be the attorney -in -Fact of the ST. PAUL FIRE AND MARINE INSURANCE COMPANY, a Minnesota corporation, and acknowledged to me that such corpoi t 1. Witness reof ve hereCdWAkV Aj-}f d of xed my official seal, at my office in the aforesa'd County, the day and year in this certificate first a vn �2Z' -, ,.., MARY S. GALLWEY # , NH'- ti U9LIC OGLIFORNIA J/" 4d - ..AL OFFICE IN [Seal O12A'NGE COJNTY Notary Pub m 15001 AAF Rev. 10- ommission Expires Jan. 27. 1973 PAGE 7 PERFORMANCE BOND 101110 NO. 4045S 6318 PFAM UWI $72.00 KNOW ALL MEN BY THESE PRESENTS, THAT WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH.' STATE OF CALIFORNIA, BY MOTION ADOPTED _ AUQUst 11. 1969 HAS AWARDED TO E. D. Johnson & Co. HEREINAFTER DESIGNATED AS THE "PRINCIPAL% A CONTRACT FOR TRAFFIC SIGNAL INSTALLATION - DOVER DRIVE AT WESTCLIFF DRIVE IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI- CATIONS AND OTHER CONTRACT DOCUMENTS NOW ON FILE IN THE OFFICE OF THE CITY CLERK OF THE CITY OF NEWPORT BEACH. WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND THE TERMS THEREOF REQUIRE THE FURNISHING A BOND FOR THE FAITHFUL PERFORMANCE OF SAID CONTRACT; NOW, THEREFORE, WE, AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE "CONTRACTOR", AND ST. PAUL FIRE t HARINt IMSU"NCE COWA" AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF NINE Tli oUln0 SIX HUNDRED NIBTY AWL N�� /IOJ114A4A#^VDOLLARS ($ 90630.00 ) , SAID SUM BEING EQUAL TO 50% OF THE ESTIMATED AMOUNT OF THE CONTRACT, TO BE PAID TO THE SAID CITY OR ITS CERTAIN ATTORNEY, ITS SUCCESSORS, AND ASSIGNS; FOR WHICH PAY- MENT, WELL AND TRULY TO BE MADE, WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND AD- MINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BE THESE PRE- SENTS. 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 PRO- VIDED 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 SMALL BECOME NULL AND VOID; OTHERWISE IT SHALL REMAIN IN FULL FORCE AND VIRTUE. (PERFORMANCE BOND - CONTINUED) • PAGE 8 AND SAID SURETY FOR VALUE RECEIVED, HEREBY STIPULATES AND AGREES THAT NO CHANGED EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERMS OF THE CONTRACT OR TO THE WORK TO BE PERFORMED THEREUNDER OR THE SPECIFICATIONS ACCOMPANYING THE SAME SMALL IN ANY WISE AFFECT ITS OBLIGATIONS ON THIS BONDS AND IT DOES HEREBY WAIVE NOTICE OF ANY CHANGE, EXTENSION OF TIME, ALTERATION OR ADDITION TO THE TERMS OF THE CON- TRACT 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 ON 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 150 DAY OF AaMt . 196 _. APPROVED AS TO FORM: 1C/ � CITY ATTORNEY E. D. JCWNSOH AND COVANY SEAL) (SEAL) L �t Lel--i•:? -.,/ f/tz S@'AL) CONTpAdTOFt ST, PAUL. FIRE & MAXIM STATE OF CALIFORNIA ACKNOWLEDGMENT BY SURETY COUNTY OF ORANGE On this IYM day of August , 969 ,before me, Miry S. BalLway , a notary public in and for the State of California with principal office in the County of Orono , residing therein, duly commissioned and sworn, personally appeared Philip D. Tripp known to me to be the attorne -in -fa t E AND MARINE INSURANCE COMPANY, a Minnesota corporation, and acknowledged to me that such orporp ' _ exelcsu�at.�x¢gq� pg. SEAL �q In Witn ` s y„ ffI ,hererytonL)W�T d affixed my official seal, at my office in the aforesaid County, the day and year in this certificate - SnrJ.'R't ;':LiC CSLIFORMA UFFICE IN ORANGE COUNTY [Seal] My Commission Expires Jan. 27, 1973 Notary blic 15001 AAF "'- -` PAGE 9 NON- COLLUSION AFFIDAVIT THE BIDDERSO BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRESENT AT THE TIME OF FILING THIS BID) BEING DULY SWORN ON THEIR OATHS SAYS THAT NEITHER THEY NOR ANY OF THEM) HAVE.IN ANY WAYS 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 OR THEME 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 WHATEVERO OR SUCH AFFIANT OR AF- F.IANTS OR EITHER OF THEM HAS NOT DIRECTLY OR INDIRECTLY ENTERED INTO ANY ARRANGE- MENT 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 AT- TACHED BIDS; THAT NO BID HAS BEEN ACCEPTED FROM ANY SUBCONTRACTOR OR MATERIALMAN THROUGH ANY BID DEPOSITORY, THE BYLAWS RULES OR REGULATIONS-OF WHICH PROHIBIT OR PREVENT THE CONTRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCONTRACTOR OR MATERIAL - MAN WHICH IS NOT PROCESSED THROUGH SAID BID DEPOSITORY OR WHICH PREVENT ANY SUB- CONTRACTOR OR MATERIALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES NOT USE THE FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH BID DEPOSITORY; THAT NO INDUCE- MENT OR ANY FORM OR CHARACTER OTHER THAN THAT WHICH APPEARS VPON'THE FACE OF THE BID WILL BE SUGGESTEDO OFFERED, PAID, OR DELIVERED TO ANY PERSON WHOMSOEVER TO INFLUENCE-THE ACCEPTANCE OF THE SAID BID OR AWARDING OF THE CONTRACTO NOR .HAS THIS BIDDER ANY AGREEMENT OR UNDERSTANDING. OF ANY.KIND WHATSOEVER�,•WITH ANY PERSON WHOMSOEVER TO PAYS DELIVER TOE OR SHARE WITH-ANY OTHER PERSON IN ANY WAY OR-MANNERS, ANY OF THE PROCEEDS OF THE CONTRACTS SHOUGHT BY THIS BID. SUBSCRIBED AND SWORN TO BEFORE ME BY THIS DAY OF p 196,. MY COMMISSION.E%PTRES: NOTARY PUBLIC FOR # GINAL COPY SEE CITY CLERK'S Fj$ COPY Page 10 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. Signed Page l0a 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 Person Completed For Whom Performed (Detail) to Contact Telephone No Signed • C O N T R A C T PAGE II THIS AGREEMENT, MADE AND ENTERED INTO THIS DAY OF, �C PTC/y7BL /l� 146, BY AND BETWEEN THE CITY OF NEWPORT BEACH, CALIFORNIA, HEREINAFTER DESIGNATED AS THE CITY, PARTY OF THE FIRST PART, AND F. D_ .Iohngnn R Co- � HEREINAFTER DESIGNATED AS THE CONTRACTOR, PARTY OF THE SECOND PART. WITNESSEITH: THAT THE PARTIES HERETO DO MUTUALLY AGREE AS FOLLOWS; I. FOR AND IN CONSIDERATION OF THE PAYMENTS AND AGREEMENTS HEREINAFTER MENTIONED TO BE MADE AND PERFORMED BY THE CITY, THE CONTRACTOR AGREES WITH THE CITY TO FURNISH ALL MATERIALS AND LABOR FOR THE CONSTRUCTION OF Traffic Signal Installation - Dover Drive at Westcliff Drive AND TO PERFORM AND COMPLETE IN A GOOD AND WORKMANLIKE MANNER ALL THE WORK PERTAINING THERETO SHOWN ON THE PLANS AND SPECIFICATIONS THEREFOR; TO FURNISH AT HIS OWN PROPER COST AND EXPENSE ALL TOOLS, EQUIPMENT, LABOR, AND MATERIALS NECESSARY THEREFOR, (EX- CEPT SUCH MATERIALS$ IF ANY, AS IN THE SAID SPECIFI- CATIONS ARE STIPULATED TO BE FUR- NISHED BY THE CITY), AND TO DO EVERYTHING REQUIRED "BY.THIS.AGREEMENT AND THE SAID PLANS AND SPECIFICATIONS. 2. FOR FURNISHING ALL SAID MATERIALS AND LABOR, TOOLS AND EQUIPMENT, AND DOING ALL THE WORK CONTEMPLATED AND EMBRACED IN THIS AGREEMENT, ALSO FOR ALL LOST AND DAMAGE ARISING OUT OF THE NATURE OF THE WORK AFORESAID, OR FROM THE ACTION OF THE ELEMENTS, OR FROM ANY UNFORESEEN DIFFICULTIES WHICH MAY ARISE OR BE ENCOUNTERED IN THE PROSECU- TION OF THE WORK UNTIL ITS ACCEPTANCE BY THE CITY, AND FOR ALL RISKS OF EVERY DE- SCRIPTION CONNECTED WITH THE WORK; ALSO, FOR ALL EXPENSES INCURRED BY OR IN CONSE- QUENCE OF THE SUSPENSION OR DISCONTINUANCE OF WORK, EXCEPT SUCH AS IN SAID SPECIFI- CATIONS ARE EXPRESSLY STIPULATED TO BE BORNE BY THE CITY; AND FOR WELL AND FAITHFULLY COMPLETING THE WORK AND THE WHOLE THEREOF, IN THE MANNER SHOWN AND DESCRIBED IN THE SAID PLANS AND SPECIFICATIONS, THE CITY WILL PAY AND THE CONTRACTOR SHALL RECEIVE IN FULL COMPENSATION THEREFORE THE LUMP SUM PRICE, OR IF THE 910 IS ON THE UNIT PRICE OASIS, THE TOTAL PRICE FOR THE SEVERAL ITEMS FURNISHED PURSUANT TO THE SPECIFICATIONS, NAMED IN THE BIDDING SHEET OF THE PROPOSAL, AS THE CASE MAY BE. 3. THE CITY HEREBY PROMISES AND AGREES WITH THE SAID CONTRACTOR TO EMPLOY, AND DOES:HEREBY EMPLOY THE SAID CONTRACTOR TO PROVIDE THE MATERIALS AND TO DO THE WORK ACCORDING TO THE TERMS AND CONDITIONS HEREIN CONTAINED AND REFERRED TO FOR THE PRICE AFORESAID, AND HEREBY CONTRACTS TO PAY THE SAME AT THE TIME, IN THE MANNER, AND UPON THE CONDITIONS SET FORTH IN THE SPECIFICATIONS; AND THE SAID PARTIES FOR THEMSELVES, THEIR HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS AND ASSIGNS, DO HEREBY AGREE TO THE FULL PERFORMANCE OF THE COVENANTS HEREIN CONTAINED. 4. THE NOTICE TO BIDDERS, INSTRUCTIONS TO BIDDERS, CONTRACTORS PROPOSAL, AND THE PLANS AND SPECIFICATIONS, AND ALL AMENDMENTS THEREOF, WHEN APPROVED BY THE PAR- TIES HERETO, OR WHEN REQUIRED BY THE CITY IN ACCORDANCE WITH THE PROVISIONS OF THE PLANS.AND SPECIFICATIONS, ARE HEREBY INCORPORATED IN AND MADE PART Of THIS AGREEMENT. .2/7/67 . • PAGE 12 5. PURSUANT TO THE LABOR CODE OF THE STATE OF CALIFORNIA, THE CITY COUNCIL HAS ASCERTAINED THE GENERAL PREVAILING RATES OF PER DIEM WAGES FOR EACH CRAFT OR TYPE OF WORKMAN NEEDED TO EXECUTE THE CONTRACT AND A SCHEDULE CONTAINING SUCH INFORMATION IS INCLUDED IN THE NOTICE INVITING BIDS AND IS INCORPORATED BY REFERENCE HEREIN. 6. THE CONTRACTOR SHALL ASSUME THE DEFENSE OF AND INDEMNIFY AND SAVE HARMLESS THE CITY, THE DIRECTOR OF PUBLIC WORKS, AND THEIR OFFICERS AND EMPLOYEES, FROM ALL CLAIMS, LOSS, DAMAGE, INJURY, AND LIABILITY OF EVERY KIND, NATURE, AND DESCRIPTION, DIRECTLY OR INDIRECTLY ARISING FROMTHE PERFORMANCE OF THE CONTRACT OR WORK, REGARDLESS OF RESPONSI- BILITY FOR NEGLIGENCE; AND FROM ANY AND ALL CLAIMS, LOSS, DAMAGE, INJURY, AND LIABILITY, HOWSOEVER THE SAME MAY BE CAUSED, RESULTING DIRECTLY nR INDIRECTLY FROM THE NATURE OF THE WORK COVERED BY THE CONTRACT, REGARDLESS OF RESPONSIBILITY FOR NEGLIGENCE. IN WITNESS WHEREOF, THE PARTIES HERETO HAVE CAUSED THIS CONTRACT TO BE EXECUTED THE DAY AND YEAR FIRST ABOVE WRITTEN. ATTEST: CITY CL RK APPROVED AS TO FORM: CITY AT NEY CITY OF NEWPORT BEACH, CALIFORNIA By MAYOR E.D. Johnson & Co. CONTRACTOR (SEAL) BY: TITLE TITLE ' 0 CITY'OF NEWPORT BEACH • SP 1 of 3 PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR TRAFFIC SIGNT—LINSTALLATION DOVER DRIVE AT WESTCLIFF DRIVE CONTRACT NO. 1189 I. SCOPE OF WORK The work to be accomplished shall generally consist of but not necessarily be limited to the following: Furnishing, erecting, installing and starting up a traffic signal installation at the intersection of Dover Drive and Westcliff Drive. The contract requires completion of all the work in accordance with these Special Provisions, the City's Standard Special Provisions, the Plans (Drawing No. T- 5049 -S), the City's Standard Drawings and Specifications, the California Division of Highways Standard Specifications, January, 1969 and the California Division of Highways Standard P ans, February, 1968. The City's Standard Specifications are the Standard S e_07i= - cations for Public Works Construction, 1967 Edition, including 1968 and 1969 supplements. II. COMPLETION OF WORK The contractor shall complete all work on the contract within 90 consecutive calendar days after the date the City awards the contract. III. PAYMENT The lump sum price bid for the traffic signal installation at Dover Drive and West- cliff Drive shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing and installing the system as shown on the plans and as specified. Full compensation for all additional materials and labor not shown on the plans or called for in the specifications or provisions, but which are necessary to complete the work shall be considered as included in the lump sum price bid, and no additional compensation will be allowed therefor. IV. TRAFFIC CONTROL The Contractor shall provide traffic control in compliance with Section 7 -10 of the City's Standard Specifications. One lane of traffic in each direction shall be allowed to flow thru the Dover Drive - Westcliff Drive intersection at all times. The minimum width for one lane of traffic shall be considered to be eleven (11) unobstructed feet. V. COOPERATION AND COLLATERAL WORK The Contractor shall cooperate with others in compliance with Section 7 -7 of the Standard Specifications. The conduit and pullboxes shown on Sheet 3 of Drawing No. T- 5049 -S will be installed by Sully- Miller Contracting Co. of Orange as a part of the City's Contract No. 1185, Westcliff Drive Improvements, Irvine Avenue to Dover Drive. The completion date for Contract No. 1185 is approximately October 10, 1969. • . SP2of3 The Contractor shall coordinate the installation of the traffic signal with the City so as to minimize interference with the operations of Sully- Miller Contracting Co. The City will notify the Contractor when the conduit and pullboxes to be installed as a part of Contract No. 1185,have been installed. The Contractor shall contact the electric utility company anct arrange for the service and delivery of electrical energy when it is needed. The Contractor shall pay the connection and other initial charges made by the utility company. VI. WARRANTY The traffic controller and its associated equipment shall bear the standard written warranties of the manufacturer(s). These warranties shall be provided in writing to the Contractor by the manufacturer(s), two copies of which shall be provided to the City by the Contractor. All materials and equipment supplied on this job, including the traffic controller and its associated equipment, shall bear a 1 -year warranty so that any malfunction or other defect arising during said first year shall be promptly corrected by the Contractor at no cost or expense to the City. It shall not, however, be the Contractor's'or controller manufacturer's responsibility to make the first service call on each occasion of trouble. The first call will be made by the City or City's maintenance contractor whenever service is apparently needed. If, as a result of examination made during initial call, it seems that warranty repairs or adjustments are required, the Contractor will then be asked to come to the site to affect needed repairs. All warranties shall begin at noon on the date of acceptance of entire job by the City. In the event any part of the traffic signal system provided as part of this job is inoperative during the warranty period and cannot be repaired in place, Contractor shall provide equivalent substitute materials and equipment during the time the City -owned materials and equipment are away from the site for repairs. VII. STARTING UP TRAFFIC SIGNAL The Contractor shall provide the services of a factory trained person who is thoroughly knowledgeable to start up the traffic controller and related electrical gear. He shall instruct the City's personnel in the operation and maintenance of said equipment. VIII. BONDING AND GROUNDING Bonding and grounding of conduit shall conform to Section 86 -2.10 of the California Standard Specification except as modified herein. The electrical service and equipment shall be grounded by bonding throughout, and through use of two 16 -foot sectional driven ground rods as grounding electrodes. The first rod (electrode) shall be located immediately behind the curb and within 5 feet (in plan).of the electrical meter. The second rod shall'be located immediately behind the curb and 10 feet from the first rod. The grounding conductor from service to first rod and from first rod to second rod shall be AWG 2/0 bare stranded copper wire. The grounding conductor from service to first rod shall be in a V rigid galvanized steel conduit. Connections to rods shall be by exothermic -type welds. The top of each rod shall be surrounded by a, concrete box and cover as shown for Type 8 service grounding on Drawing No. ES -1 -3 of the Division of Highways Standard Plans. SP3of3 The Contractor shall demoltrate to the City the amount o0electrical resistance between the grounding system consisting of rods bonded together and to the earth, using a 500 -volt or 1000 -volt megometer and the fall -of- potential test method. If this resistance is greater than one ohm, the Contractor shall propose to the City to drive additional rods, spaced 10 -feet apart, at the Contractor's then current material and labor rates, until the system resistance to ground is less than one ohm. The additional rods shall be bonded to the original rods in like manner, and they shall be terminated and enclosed like the original two rods. The Contractor shall provide all test materials and equipment and he shall run all tests. Tests shall be run when the ground is dry to a depth of at least 3 feet. The tests shall be run in the presence of an authorized representative of the City. All conduits shall be electrically bonded to each other where they enter pullboxes and all other enclosures, and they shall be electrically bonded to the metallic frames of all enclosures. No bonding conductor shall have a current - carrying capacity less than that of an AWG No. 6 copper wire. IX. CONDUIT Conduits shall conform to Section 86 -2.05 of the California Standard Specifications except as modified herein. Conduits shall be galvanized steel. Ells shall be factory made. Conduits shall be located at least 2 feet (in plan) from any pipeline or any underground structure not associated with the signal system, except where they must cross the runs of other pipelines or other underground structures. X. CONCRETE MEDIAN FILLER PAVEMENT The Contractor shall replace with 3" thick P.C.C. any median filler pavement removed from the two medians in Dover DRive. The concrete replacement includes that concrete which was removed from the medians during the installation of pullboxes and conduit as a part of Contract No. 1185. The edge of the existing concrete median filler pavement shall be saw cut in a straight line between curbs. XI. AWARD OF CONTRACT All Contractors are strongly encouraged to submit bids for both Option "A" and Option "B", however submittal of a bid for only one option will not "constitute an incomplete bid. Bidding Options "A" and "B" vary only in the types of controllers used in the traffic signal installation. Option "A" - Occupancy Controller (Dwell in all red) Signal control to function with all detectors operating in presence mode. With no detector loop occupied, all vehicle phase indications will dwell in red. The subsequent occupation of area over any loop will call for immediate green on the related phase; reverting to yellow and red directly when loop no longer occupied. Sequencing to be as shown in phase diagram when traffic and pedestrians are present on all phases. )tion "B" - ( Signal control to operate either as for Option "A" described above (dwell in all red) and /or, with minor adjustment made on site without special tools or devices, to operate so that the last actuated vehicle phase will remain in green until any conflicting phase is called. Sequencing to be as shown in phase diagram when traffic and pedestrians are present on all phases. See Drawing No. T- 5049 -S for a full description of the signal installation RESOLUTION NO. 7 0 4 9 4 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT FOR Contract No. WHEREAS, pursuant to the notice inviting bids for work in connection with the traffic sisnal installation. Dover at Vasteliff, Contract so. C -1189 , in accordance with the plans and specifications heretofore adopted, bids were received on the 31st day of Jul)E , 1969 and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is E. D. Jobnsen and COWAMV ; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of a. D. fn2mann and Cesranr for the work in the amount of $ 19.300.00 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 11th day of August , 19 69 . ATTEST: Aty C.-Leew us tah 8/6/69 i CONTRACT NO. 1189 CITY OF NEWPORT BEACH a , .-7 CONTRACT DOCUMENTS FOR TRAFFIC SIGNAL INSTALLATION DOVER DRIVE AT WESTCLIFF DRIVE AUG 111969 By }he CITY COUNCIL CITY OF NEWPORT BEACH Approved by the City Council on this 14th day of July, 1969 Laura Laglos, l t3v lerk CZY OF 4017 :7. K NOTICE ..22 SEALED BIDS K! K rcceived at the office Z Q. City -InA City Eall, Newport leach, California, until 13:0 A.M. on the V ...Y OT which time they w! 7in ­­opanaQ and rem, for ng v,,orlk TV —iown: Traffic Signal installation cz,,, 2rqva at 100cliff Drive CONT00 ��. 110 Bids must he suhmittad on zK Proposal form attar: .0 Ka the contract documents furnished by the Public torts Department. The addiVon&! co,y of Ve Pra;usal Form is to be retained by the bidder for his records. Each bid must to scccr7aniee by cas4, certified chan nr ..ddar's Zond, made payable to the City of Nzv,ort Beach, for an amount equal to at 10 percant of the �., nL bid. The title of tie project and the words "SEALED BID" wali be cTiarly marked on the outside of the envelope containing the bid, The Contract Documents that must oa complLied, exicived, and raz,rnan in the sealed bid are: A. Proposal 3. Designation of Subcontractors C. Bluder's Bond 0. Ron-collusion Affidavit E. Statement of Financial kesp; slhllirf F. Technical Ability and Experience Adfarances These doc"':,ts shall he affixed with the signatures and titles of t:. persons sinning on behalf of tna bidder. For Corporations, the signatures of the Prz%aunt or Oct Uesident and Secretary or Assistant Secretary are required and tKo Lrporate ✓al Shah be affixed to aTT docwvcnzs requiring signatures. In the c;sa of - rartnars4p, the signature of at least one general partner is required, No bids will be accepted from a Contractor wo >:s not been license& in accordance with the rovisions of Chapter 9, Division III of the V z and Professions' Code. The Contractor hall stat; his license numl.r and classificatic� %. via Proposal. Plans and Contract Documents, including Spacia7 Provisions, may be o0ained at the Public Works Departminz, Vvy Hall, Newport Beach, Calitcrnla, an no cost to licensed contractors. A non-refunnable charge of $2.00 will be required for each set of Plans and Contract Docu- ments issued to others. in is requested that the Plans and Contract Documents be returned within 2 weeks after the bid opening, T•a City has adopted zpa Standard Soa7`ca' I— 70in Works 07strus;ion (130 Edition and Supplzments) as prepared Sy the A-157 61,. .777 Ck&,:ars of the Amoricon Public 0rks Azzalation and the Associated General Co�zractcrs of America. Coll F -.y he obtained from lailcing News, Inc., 3135 Overland Ave., Los AAgelas, Calif. .1:34, (21., 870-901. 7A; Civy Aas al.pod Stand:ra S`nclal Proyisicns :Ai V::17-d _ravings. Co,.vs of t•-a are avzllzY� i: :;a Public orks Dopar=nt L: , .... .1 :.GO per set. 7ha 2ty riser,.._ Ke right to reject any or ..7 ...s z0 to wVve .nforzaY, !A SUN ZLO city of wparL noch, CalifornO Notice Inviting Bids > accordance WO the ;:ovisio.s of Article 2, W: I Part 7 California Lalor Coda QzcO.nn 1770 at sq.), Ga City )wnci! of Life : or Owpart Rach has azzirtained wo jwizral prevailing rate cl Mem wages in za locality in which the work is to we performed for each craft, c salflo0ion. or typo of workman :r m.;Kanic nEsdad to execute :`.e cont ract and has set forth vs R. as ns in xaluticn No. 602, adopted May 12, 1169. A copy of saia resolution is available in Va office of the City Clerk. All parti2s to the contract shall be governed Q all provis!Lns of the California Labor Coda relating to prevailing wage rates (Sections MUM inclusive). 5-15-69 TRAFFIC SIGNAL INSTALLATION DOVER DRIVE AT WESTCLIFF DRIVE CONTRACT 1189 PROPOSAL To the City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92660- Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 1189 in accordance with the Plans and Specifications, and will take in full payment therefor the following unit prices for each item complete in place, to wit: TION ITEM SC I T O NO. PRICE WRITTEN IN WORDS PRICE Option "A" Install traffic signal with Option "A" controller TOTAL PRICE WRITTEN IN WORDS Dollars Cents OR Option "B" Install traffic signal with Option "B" controller TOTAL PRICE WRITTEN IN WORDS zze�CU� CfP�tG�sz�� Dol lays and Cents NOTE: Designate the controller supplier on the "Designation of Subcontractors ", page 3. Page 2 ALL BIDS ARE TO.BE COMPUTED ON THE BASIS OF THE G.IVEN ESTIMATED QUANTITIES OF WORK AS INDICATED IN THIS PROPOSAL, TIMES THE UNIT PRICE AS SUBMITTED BY THE BIDDER. IN CASE OF A DISCREPANCY BETWEEN WORDS AND FIGURES, THE WORDS SHALL PREVAIL. IN CASE OF AN ERROR IN THE EXTENSION OF A UNIT PRICES THE CORRECTED EXTENSION SHALL BE CALCULATED AND THE BIDS WILL BE COMPUTED AS INDICATED ABOVE AND COMPARED ON THE BASIS OF THE CORRECTED TOTALS. THE ESTIMATED QUANTITIES OF WORK INDICATED IN THIS PROPOSAL ARE APPROXIMATE ONLY, BEING GIVEN SOLELY AS A BASIS FOR COMPARISON OF BIDS. THE UNDERSIGNED HAS CHECKED CAREFULLY ALL OF THE ABOVE FIGURES AND UNDERSTANDS THAT THE CITY WILL NOT BE RESPONSIBLE FOR ANY ERRORS OR OMISSIONS ON THE PART OF THE UNDERSIGNED IN MAKING UP THIS BID. THE UNDERSIGNED AGREES THAT IN CASE OF DEFAULT IN EXECUTING THE REQUIRED CONTRACT WITH NECESSARY BONDS WITHIN TEN '(10) DAYS, NOT INCLUDING SUNDAYY AFTER HAVING RECEIVED NOTICE THAT THE CONTRACT IS READY FOR SIGNATURE, THE PROCEEDS OF CHECK OR BOND ACCOMPANY- ING THIS BID SHALL BECOME THE PROPERTY OF THE CITY OF NEWPORT BEACH. LICENSED IN ACCORDANCE WITH THE STATUTES OF THE ST TTE OF CALIFORNIA'PROVIDING FOR THE REGISTRATION OF CONTRACTORS, LICENSE No. / �i/ 7 e ?( CLASSIFICATION c -16 ACCOMPANYING THIS PROPOSAL IS T -) le7 &>G 1,2 CASH CERTIFIED CHECKS CASHIER'S CHECK OR IN AN AMOUNT NOT LESS THAN 10 PERCENT OF THE TOTAL BID PRICE. THE UNDERSIGNED IS AWARE OF THE PROVISIONS OF SECTION 3700 OF THE LABOR CODE WHICH REQUIRE EVERY EMPLOYER TO BE INSURED AGAINST LIABILITY FOR WORKMEN'S COMPENSATION OR TO .UNDERTAKE SELF - INSURANCE IN ACCORDANCE WITH THE PROVISIONS OF THAT CODE] AND AGREES TO COMPLY WITH SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE OF THE WORK) OF THIS CONTRACT. PHONE NUMBER DDER'S r 7_31/_ 6 9 DATE AUTHORIZED Cd (SEAL) IGNATURE AUTHORIZED SIGNATURE TYPE OF ORGANIZATION (INDIVIDUALO CORPORATION.9 CO- PARTNERSHIP LIST BELOW NAMES OF PRESIDENTS SECRETARY, TREASURER AND MANAGER IF A CORPORATION, AND NAMES OF ALL CO- PARTNERS IF A CO- PARTNERSHIP: _ U � L C U C C n r y o A . e c ( h P O ST O F F I C E B O X 29 - A N A H E I M , C A L I F O R N I A TELEPHONE 535 -2141 July 31, 1969 Mr. Don Webb City of Newport Beach Newport Beach, Calif. Re: Bid- Westcliff & Dover Dr. E. D. Johnson & Co. Gentlemen: The traffic signal bid of E. D. Johnson & Co. inadvertently omitted the name of the controller manufacturer as requested on the bid. Please include this information in our bid so that it may be correct. Both Option "A" and Option "B" controllers were Econolite Corporation equipment per your particular specifications. Yours truly, E. D. JOHNSON & CO. F. R. Baxter FRB:il t - �J ,s : u PAGE 3 DESIGNATION OF SLO- CONTRACTORS THE UNDERSIGNED CERTIFIES THAT HE HAS USED THE SUB -BIDS OF THE FOLLOWING LISTED CONTRACTORS IN MAKING UP HIS BID AND THAT THE SUB - CONTRACTORS LISTED WILL BE USED FOR THE WORK FOR WHICH THEY BIDO SUBJECT TO THE APPROVAL OF THE CITY ENGINEER, AND IN ACCORDANCE MITH THE APPLICABLE PROVISIONS OF THE SPECIFICATIONS. NO CHANGE MAY BE MADE IN THESE SUB - CONTRACTORS EXCEPT UPON THE PRIOR APPROVAL OF THE ENGINEER. ITEM OF WORK SUB - CONTRACTOR ADDRESS I 3• 4. 5• 6. 7 BIDDERS NAME �� UTHOR IZED SIGNATURE TYPE OF ORGANIZATION:' 1 (INDIVIDUALS COr PARTNERSHIP OR CORP) ADDRESS • em Ad No. 404GA- 0705 -23 ium: Included in Annual Service Charge PAGE 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, THAT WE, E. D. JOHNSON AND COMPANY , AS PRINCIPAL, ST. PAUL FIRE AND MARINE INSURANCE COMPANY , AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OF 10% of amount bid DOLLARS ($ ), LAWFUL MONEY OF THE UNITED STATES FOR THE PAYMENT OF WHICH SUM WELL AND TRULY TO BE MADE, WE BIND OURSELVES, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, THAT IF THE PROPOSAL OF THE ABOVE BOUNDEN PRINCIPAL FOR THE CONSTRUCTION OF Traffic signal installation Dover Drive at Westcliff Drive IN THE CITY OF NEWPORT BEACH, IS ACCEPTED BY THE CITY COUNCIL OF SAID CITY, AND IF THE ABOVE BOUNDEN PRINCIPAL SHALL DULY ENTER INTO AND EXECUTE A CONTRACT FOR SUCH CONSTRUC- TION AND SHALL EXECUTE AND DELIVER THE TWO (2) BONDS DESCRIBED IN THE "NOTICE INVITING BIDS" WITHIN TEN (1)) DAYS (NOT INCLUD'ING% SATURDAY AND SUNDAY) FROM THE DATE OF THE MAILdNG.; OF A NOTICE TO THE ABOVE BOUNDEN PRINCIPAL BY AND FROM SAID CITY OF NEWPORT BEACH THAT SAID CONTRACT IS READY FOR EXECUTION, THEN THIS OBLIGATION SHALL BECOME NULL AND VOID; OTHERWISE IT BE AND REMAIN IN FULL FORCE AND EFFECT, AND THE AMOUNT SPECIFIED HEREIN SHALL BE FORFEITED TO THE SAID CITY. IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL, IT IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOF, WE HEREUNTO SET OUR HANDS AND SEALS THIS lam° DAY OF July 19 69 CORPORATE SEAL (IF CORPORATION) (ATTACH ACKNOWLEDGEMENT OF ATTORNEY IN FACT) TI E. D. JOHNSON AND COMPANY PRIN AL a-. STATE OF CALIFORNIA ACKNOWLEDGMENT BY SURETY COUNTY OF Orange rr Oa this 1apl, dayof Jn1V 1969 before me, Mary S. Ballwey , a notary public is and for the State of California with principal off Orange ice is the County of , residing therein, duly commissioned and sworn, personally appeared Philip D. Tripp known to me to be the attorney -in -fact of the ST. PAUL FIRE AND MARINE INSURANCE COMPANY, a Minnesota corporation, and acknowledged to me that such corooration executed the same. In Witness Wh rto hereon gRhT� a ed my official seal, at my office in the aforesaid County, the day and year is this certificate first ab vNAARY S. EALLWEY fJO�:ar rCOLIC , CALIFORNIA FR:; =,;AL OFFICE IN Notary Public ORANGE COUNTY 15001 AAF Rcr. IO1 ilCOmmiss lon Expires Jan. 27. 1973 PAGE 9 NON- COLLUSION AFFIDAVIT THE BIDDERS, BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRESENT AT THE TIME OF FILING THIS BIDS BEING DULY SWORN ON THEIR OATHS SAY, THAT NEITHER THEY NOR ANY OF THEM, HAVE.IN ANY WAYS DIRECTLY OR INDIRECTLY, ENTER -ED 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 OR 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 AF- F.IANTS OR EITHER OF THEM HAS NOT DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGE- MENT OR AGREEMENT WITH ANY OTHER BIDDER OR BIDDERS) WHICH TENDS TO OR DOES LESSEN OR DESTROY FREE COMPETITI.ON IN THE LETTING OF THE CONTRACT SOUGHT FOR BY THE AT- TACHED BIDS; THAT NO BID HAS BEEN ACCEPTED FROM ANY SUBCONTR- ACT -OR OR MATERIALMAN THROUGH ANY BID DEPOSITORY, THE BYLAWS, RULES OR REGULATIONS-OF WHICH PROHIBIT OR PREVENT THE CONTRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCONTRACTOR OR MATERIAL - MAN WHICH IS NOT PROCESSED THROUGH SAID 810 DEPOSITORY] OR WHICH PREVENT ANY:SUB- CONTRACTOR OR MATERIALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES NOT USE THE FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH 810 DEPOSITORY; THAT NO INDUCE- MENT OR ANY FORM OR CHARACTER OTHER THAN THAT WHICH APPEARS VPON.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 CONTRACTS NOR HAS THIS BIDDER ANY AGREEMENT OR UNDERSTANDING OF ANY KIND WM'ATSOEVE -Rp WITH ANY PERSON WHOMSOEVER TO PAY, DELIVER TOE OR SHARE WITH-ANY OTHER PERSON IN ANY WAY OR MANNER ANY OF THE PROCEEDS OF THE CONTRACTS SHOUGHT BY THIS BID. SUBSCRIBED AND SWORN TO BEFORE ME BY THIS DAY OF 196__ _ MY COMMISSION EXP:I.RES: NOTARY PUBLIC 0 0 Page 10 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. Signed Page l0a 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 Person Completed For Whom Performed (Detail) to Contact Telephone No Signed • CITY OF NEWPORT BEACH • SP 1 of 3 PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR TRAFFIC SIGNFINSTALLATION DOVER DRIVE AT WES—T-C—LITT-6-RIVE CONTRACT NO. 1189 I. SCOPE OF WORK The work to be accomplished shall generally consist of but not necessarily be limited to the following: Furnishing, erecting, installing and starting up a traffic signal installation at the intersection of Dover Drive and Westcliff Drive. The contract requires completion of all the work in accordance with these Special Provisions, the City's Standard Special Provisions, the Plans (Drawing No. T- 5049 -S), the City's Standard Drawings and Specifications, the California Division of Highways Standard Specifications, January, 1969 and the California Division of Highways Standard ans, February, 1968. The City's Standard Specifications are the Standard S e- cTTi- -- c to ions for Public Works Construction, 1967 Edition, including 1968 and 1969 supplements. II. COMPLETION OF WORK The contractor shall complete all work on the contract within 90 consecutive calendar days after the date the City awards the contract. III. PAYMENT The lump sum price bid for the traffic signal installation at Dover Drive and West- cliff Drive shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing and installing the system as shown on the plans and as specified. Full compensation for all additional materials and labor not shown on the plans or called for in the specifications or provisions, but which are necessary to complete the work shall be considered as included in the lump sum price bid, and no additional compensation will be allowed therefor. IV. TRAFFIC CONTROL The Contractor shall provide traffic control in compliance with Section 7 -10 of the City's Standard Specifications. One lane of traffic in each direction shall be allowed to flow thru the Dover Drive - Westcliff Drive intersection at all times. The minimum width for one lane of traffic shall be considered to be eleven (11) unobstructed feet. V. COOPERATION AND COLLATERAL WORK The Contractor shall cooperate with others in compliance with Section 7 -7 of the Standard Specifications. The conduit and pullboxes shown on Sheet 3 of Drawing No. T- 5049 -S will be installed by Sully- Miller Contracting Co. of Orange as a part of the City's Contract No. 1185, Westcliff Drive Improvements, Irvine Avenue to Dover Drive. The completion date for Contract No. 1185 is approximately October 10, 1969. VI. 0 0 SP2of3 The Contractor shall coordinate the installation of the traffic signal with the City so as to minimize interference with the operations of Sully - Miller Contracting Co. The City will notify the Contractor when the conduit and pullboxes to be installed as a part of Contract No. 1185,have been installed. The Contractor shall contact the electric and delivery of electrical energy when it connection and other initial charges made WARRANTY The traffic controller and its associated warranties of the manufacturer(s). These to the Contractor by the manufacturer(s), the City by the Contractor. utility company and arrange for the service is needed. The Contractor shall pay the by the utility company. equipment shall bear the standard written warranties shall be provided in writing two copies of which shall be provided to All materials and equipment supplied on this job, including the traffic controller and its associated equipment, shall bear a 1 -year warranty so that any malfunction or other defect arising during said first year shall be promptly corrected by the Contractor at no cost or expense to the City. It shall not, however, be the Contractor's or controller manufacturer's responsibility to make the first service call on each occasion of trouble. The first call will be made by the City or City's maintenance contractor whenever service is apparently needed. If, as a result of examination made during initial call, it seems that warranty repairs or adjustments are required, the Contractor will then be asked to come to the site to affect needed repairs. All warranties shall begin at noon on the date of acceptance of entire job by the City. In the event any part of the traffic signal system provided as part of this job is inoperative during the warranty period and cannot be repaired in place, Contractor shall provide equivalent substitute materials and equipment during the time the City -owned materials and equipment are away from the site for repairs. VII. STARTING UP TRAFFIC SIGNAL The Contractor shall provide the services of a factory trained person who is thoroughly knowledgeable to start up the traffic controller and related electrical gear. He shall instruct the City's personnel in the operation and maintenance of said equipment. VIII. BONDING AND GROUNDING Bonding and grounding of conduit shall conform to Section 86 -2.10 of the California Standard Specification except as modified herein. The electrical service and equipment shall be grounded by bonding throughout, and through use of two 16 -foot sectional driven ground rods as grounding electrodes. The first rod (electrode) shall be located immediately behind the curb and within 5 feet (in plan).of the electrical meter. The second rod shall be located immediately behind the curb and 10 feet from the first rod. The grounding conductor from service to first rod and from first rod to second rod shall be AWG 2/0 bare stranded copper wire. The grounding conductor from service to first rod shall be in a 1" rigid galvanized steel conduit. Connections to rods shall be by exothermic -type welds. The top of each rod shall be surrounded by a concrete box and cover as shown for Type B service grounding on Drawing No. ES -1 -3 of the Division of Highways Standard Plans. • SP3of3 The Contractor shall dAstrate to the Citv the amount electrical resistance between the grounding system consisting of rods bonded together and to the earth, using a 500 -volt or 1000 -volt megometer and the fall -of- potential test method. If this resistance is greater than one ohm, the Contractor shall propose to'the City to drive additional rods, spaced 10 -feet apart, at the Contractor's then current material and labor rates, until the system resistance to ground is less than one ohm. The additional rods shall be bonded to the original rods in like manner, and they shall be terminated and enclosed like the original two rods. The Contractor shall provide all test materials and equipment and he shall run all tests. Tests shall be run when the ground is dry to a depth of at least 3 feet. The tests shall be run in the presence of an authorized representative of the City. All conduits shall be electrically bonded to each other where they enter pullboxes and all other enclosures, and they shall be electrically bonded to the metallic frames of all enclosures. No bonding conductor shall have a current - carrying capacity less than that of an AWG No. 6 copper wire. IX. CONDUIT Conduits shall conform to Section 86 -2.05 of the California Standard Specifications except as modified herein. Conduits shall be galvanized steel. Ells shall be factory made. Conduits shall be located at least 2 feet (in plan) from any pipeline or any underground structure not associated with the signal system, except where they must cross the runs of other pipelines or other underground structures. X. CONCRETE MEDIAN FILLER PAVEMENT The Contractor shall replace with 3" thick P.C.C. any median filler pavement removed from the two medians in Dover DRive. The concrete replacement includes that concrete which was removed from the medians during the installation of pullboxes and conduit as a part of Contract No. 1185. The edge of the existing concrete median filler pavement shall be saw cut in a straight line between curbs. XI. AWARD OF CONTRACT All Contractors are strongly encouraged to submit bids for both Option "A" and Option "B ", however submittal of a bid for only one option will not constitute an incomplete bid. Bidding Options "A" and "B" vary only in the types of controllers used in the traffic signal installation. Option "A" - Occupancy Controller (Dwell in all red) Signal control to function with all detectors operating in presence mode. With no detector loop occupied, all vehicle phase indications will dwell in red. The subsequent occupation of area over any loop will call for immediate green on the related phase; reverting to yellow and red directly when loop no longer occupied. Sequencing to be as shown in phase diagram when traffic and pedestrians are present on all phases. Option "B" - Combination Occupancy Controller (dwell in all red) and Full- actuated ase Signal control to operate either as for Option "A" described above (dwell in all red) and /or, with minor adjustment made on site without special tools or devices, to operate so that the last actuated vehicle phase will remain in green until any conflicting phase is called. Sequencing to be as shown in phase diagram when traffic and pedestrians are present on all phases. See Drawing No. T- 5049 -5 for a full description of the signal installation and controllers. The City reserves the right to award the Contract for either Option "A" or Option "B ", regardless of which option results in the lowest total bid.