HomeMy WebLinkAboutC-1330 - Street light modification, Irvine Avenue, 23rd Street, Santa IsabelCITY OF NEWPORT BEACH
CALIFORNIA
City Hall
3300 W. Newport Blvd.
Area Code 714
673 -2110
Date: June IS, 1971
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 Street Lighting Irvine Avenue
Contract No. 1330
On which Baxter- Griffin Company was the Contractor
and Leatherby Insurance Company was the surety.
Please record and return to us.
LL-dg
Encl.
Very truly yours,
Laura Lagios
City Clerk
City of Newport Beach
RECORDING
REQUEST CL gy
PLEASE REfURN TO,
LAURA LAGIOS, CITY CLERIC
CITY OF F;!'WPO'RT BEACH
3300 NEWPORT BOULEVARD
NEWPORT BEACH, CALIF. 92660
0 14488
NOTICE OF COMPLETION
t 9679 P�LE373
PUBLIC WORKS FFRE
RECORDED IN OFFICIAL RECORDS
OF ORANGE COUNTY, CALIFORNIA
JUN 16 1971
J. WYLIE CARLYLE, County Recorder
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on May 20, 1971
the Public Works project consisting of Street Lighting Irvine Aver
on which Baxter - Griffin
was the contractor, and
was the surety, was complete
I, the undersigned, say:
atherbv Insurance
VERIFICATI(
CITY OF NEWPORT
Director
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on June 15, 1971 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 June 14 1971 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 June 15, 1971 at Newport Beach, California.
1
JUN, 141971
TO: CITY COUNCIL'7''
FROM: Public Works Department
June 14, 1971
1-1 -5
SUBJECT: ACCEPTANCE OF STREET LIGHTING MODIFICATIONS ON IRVINE AVENUE (C -1330)
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days after
Notice of Completion has been filed.
DISCUSSION:
The contract for the Street Light Modifications on Irvine Avenue has
been completed to the satisfaction of the Public Works Department.
The bid price was: $6,375.00
Amount of unit price items constructed: 6,375.00
Total Contract Cost: 6,375.00
Amount budgeted in Account No. 02- 3297 -255: 9,000.00
The contractor is Baxter- Griffin Company, of Anaheim, California.
The contract date of completion was May 20, 1971
by that date.
I
eph T evlin
lic W k Director
ep
All work was completed
5/a
.,.... y
PURCHASE ORDER No. 5266
INVOICE IN DUPLICATE
C& OF NEWPORT BEACH THIS ORDER ' RUMSER MUST
.APPEAR ON ALL >INYDICE4; SNIP -
PWR IIOrICEa �'SILIa 'Or LAD -
3300 NEWPORT BOULEVARD IN6; ta►RRRS RECEIPTS AND f
NEWPORT BEACH, CALIFORNIA 92660 rACKAets.
DELIVERY TICKETS aNALL, !N-
PHONE. 014) 6732110- CLOVE UNIT PRICE.
A;.
VENDOR -"'Y SHIP TO = .
* Buter- Griffin C SF NE NL OTN ER iY 15E NOTED)
C 2021 "F" Via Burton DATE Mar. 9. 1971
Maheim, Calif. 42886 °.
DEPT City Council ,
QUANTITY
DESCRIPTION OF ARTICLES OR SERVICES REQUIRED
UNIT PRICE
OTAL
5treefflighting - Irvine Avenue - As pet Contract
6375.00;x:,:,.,
n
Contract 1330;
Resolution 7371
FOR CITY
USE ONLY
-.
..,.
IMPORTANT
- CODE
AMOUNT
02 -3297 -255
6375.00
The Articles covered by this Purchase Order or Contract mus! coo_
CITY OF NEWPORT BE
.t
form.with the Safety Orders of the State of California, Drvi=
'
of Industrial Safety.
j
1 /
Show as a separate item any retail ewes tas, use tax or Federal
tax applicable to this purchase.
�^O'."A:
Thfa order subject to California aales'taa>.:.
- MEANS ..
All allowable .tnmsporestion charges must be prepaid and shown as
II _. N$ A � ENT
PUR
a separate item an the inw c< i. Do not include Federal transports-
; ' , .
liou tax.
5
DEPARTMENT COPY
MORE
0 0
CITY OF NEWPORT BEACH
TO: Public Works Department
Attentions FA NoDcy"
FROM: City Clerk
SUBJECT: Contract No. 1350
Project Sheet L{ghting Irvine Ave"
Attached are a executed copies of subject contract for your files and for
transmittal to the contractor.
Contractor: gmaar- griffin
Address: 2021 "}w his Surtm. Anat*fAt CA 92806
Amount: $ $61-47K - rm
Effective Date: 3-4 -71
Resolution No. 7871 adopted on
LL:dg
Att.
cc: Finance Department ❑
2 -a -71
i
/Ii..
��
C Irt C1.8mi(
CONTRACT NO. 1330
CITY OF NEWPORT BEACH
CONTRACT DOCUMENTS
FOR
STREET LIGHT MODIFICATION ON IRVINE AVENUE
23RD STREET TO SANTA ISABEL AVENUE
Approved by the City Council
this 1/11th day of January 1971
Laura LagloS, My Cliark
1
SUBMITTED BY:
BAXTER - GRIFFIN CO.
Contractor
Via Burton
ress
taheilo. CQif�, 92806 25
one
f
Total Price
CITY OF NEWPORT BEACH, CALIFORNIA
Page 1
NOTICE INVITING BIDS
SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach,
California, until 11:00 A.M. on the 2nd day of Februar , 1971 ,.
at which time they -77T be opened and read, for performing work as o ows:
STREET LIGHTING MODIFICATION ON IRVINE AVENUE
FROM 23RD STREET TO SANTA ISABEL AVENUE '
CONTRACT NO. 1330
Bids must be submitted on the proposal form attached with the contract documents furnished
by the Public Works Department. The additional copy of the proposal form is to be
retained by the bidder for his records.
Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to
the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid.
The title of the 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:
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non- collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability and Experience References
These documents shall be affixed with the signature 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 thee7orporate Sea 1--
shall b affixed to all 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 not 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 Works 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 Documents issued to others. It is requested that the Plans and Contract
Documents be returned within 2 weeks after the bid opening.
The City has adopted the Standard Specifications for Public Works Construction (1970
Edition and Supplements) as prepared by the Southern California Chapters of the American
Public Works Association and the Associated General Contractors of America. Copies
may be obtained from Building News, Inc., 3055 Overland Avenue., Los Angeles, California.
90034, (213) 870 -9871.
The City te: c cpted Standar 5.,..:ial Provisions and Standard Drawings. Copies of these
are availab;e at the Public works Department at a cost of $2.00 per set.
Page la
City of Newport Beach, California
Notice Inviting Bids
In accordance with the provisions of Article 2, Chanter 1, Part 7 of the California
Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach 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 and has set forth these items in Resolution No. 6982,
adopted May 12, 1969. 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).
Revised 9 -15 -70
Page 2
Ail 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 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 price, 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 under-
signed 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 Sunday, after having received
notice that the contract is ready for signature, the proceeds of check or bind 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 providingg for
the registration of Contractors, License No. 265338 Classification C -70
Accompanying this proposal is Bid Bond
(Cash, Certified ec k, Cashier's Check or Bon
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.
535 -7228
Phone NDmber
2/2/71
ate
BAXTER - GRIFFIN CO.
Bidder's Name
(SEAL)
(s) Floyd R. Baxter
Authorized ignature
Authorized igna ure
Co- Partnership
Type of rganization
(Individual, Corporation, or Co- Partnership)
List below names of President, Secretary, Treasurer and Manager if a corporation,
and names of all co- partners if a co- partnership:
F. R. Baxter Bert J. Griffin
,. <. '..:. '. .. •..tiv.' '�' _. ".^,.i _. .r •- ;'r F;,rn. .... . »3- �rws�.�"vs.''- s >'- n- ..a•r.- +tom "[.:....,w.,.`d•.I;
Page 3
DESIGNATION OF SUB - 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 bid, subject to the approval of the
City Engineer, 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
1. None
2..
3.
4.
5
E
7.
8.
9.
10.
11.
12.
Sub - contractor
Address
BAXTER - GRIFFIN CO.
Bidder's Name
(s) Floyd R. Baxter
Authorized Signature
Co- Partnership
Type of Organization
(Individual, Co- partnership or Corp)
2021 "F" Via Burton
Anaheim Calif. 92806
ress
FOROGINAL SEE CITY CLERK'S FILE COv. page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, BAXTER- GRIFFIN COMPANY , as Principal,
and LEATHERBY INSURANCE COMPANY as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of 107, Of
the amount of the bid Dollars ($ xxxxxxxxxxxx ), 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
STREET LIGHT MODIFICATION ON IRVINE AVENUE 23RD STREET TO SANTA ISABEL AVENUE
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 (10) days (not including Saturday and Sunday) from the date of the
mailing 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 2nd day of
February , 19 71.
Corporate Seal (If Corporation)
(Attach acknowledgement of
Attorney in Fact)
BAXTER - GRIFFIN COMPANY
Principal
(s) Floyd R. Baxter
LEATHERBY INSURANCE COMPANY
Surety
By (s) Carl R. Armstrong
Title Attorney -in -Fact
Page 5
NON- COLLUSION AFFIDAVIT
The bidders, 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 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
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 contractor from considering any bid from any subcontractor or material -
man which is not processed through said bid depository, or which prevent any
subcontractor 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 whi.ch 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 this
bidder any agreement or understanding of any kind whatsoever, with any person
whomesoever to pay, deliver to, or share with any other person in any way or manner,
any of the proceeds of the contracts sought by this bid.
(s) Floyd R. Baxter
BAXTER- GRIFFIN CO.
2021 F Via Burton
Anaheim, Calif.
Subscribed and sworn to before me by
this 2nd day of February ,
19—z]_.
My commission expires:
November 15, 1974 (s) Joan C. Kelsey
Notary Public
FOR &INAL SEE CITY CLERK'S FILE COO
Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility.
On file with City Clerk
(s) Floyd R. Baxter
Signe
II
I
a..
Page 7
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character
to that proposed herein which he has performed and successfully completed.
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No.
1970 V. J. Shrader V. J. Shrader Co. Fullerton
1970 City of Fullerton Engineering Dept.
City of Westminster "
(s) Floyd R. Baxter
Signed
• Page 8
LABOR AND MATERIAL BOND BOND NO. B 011242
KNOW ALL MEN BY THESE PRESENTS, That
PREMIUM : $64.00
WHEREAS, the City Council of the City of Newport Beach, State of California by
motion adopted February 8, 1971
has awarded to BAXTER - GRIFFIN CO.
hereinafter designated as the "Principal ", a contract for STREET LIGHT MODIFICATION
ON ","IRVINE AVENUE 23RD STREET TO SANTA ISABEL AVENUE (C -1330)
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk.
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond with said contract, providing that if
said Principal or any of his or its subcontractors, shall fail to pay for any materials,
provisions, provender, or other supplies or teams used in, upon, for, or about the per-
formance of the work agreed to be done, or for any work or labor done thereon of any
kind, the Surety on this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We BAXTER- GRIFFIN CO.
as Principal, hereinafter designated as the Contractor and
LEATHERBY INSURANCE COMPANY
as Surety, are held firmly bound Unto the City of Newport Beach, in the sum of THREE
THOUSAND, ONE HUNDRED AND EIGHTY -SEVEN AND --- 50 /10ODollars ($ 39187:50
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 subcontractors,
fail to pay for any materials, provisions, provender, or other supplies or teams, used
in, upon, for, or about the performance of the work contracted to be done, or for any
other work or labor thereon of any kind or for amounts due under the Unemployment Insurance
Code with respect to such work or labor, that the Surety or Sureties will pay for the same,
in an amount not exceeding the sum specified in the bond, and also, in case suit is brought
upon the bond, a reasonable attorney's fee.; to be fixed by the Court as required by the
Provisions of Section 4204 of the Government Code of the State of California.
Page 9
(Labor and Material Bond - Continued)
This bond shall inure to the benefit of any and all persons, companies, and corporation
entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to
give a right of action to them or their assigns in any suit brought upon this bond, as
required by the Provisions of Section 4205 of the Government Code of the State of
California.
And the 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 contractor 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 16tH day of FEBRUARY , 1931
BAXTER- GRIFFIN CO.
��� .�l�l��
(Seal)
(Seal)
Contractor
CARL R ARMSTRONG
Approved as to form:
- -lid& 164 /
i y AL17orney
This bond was approved by the City Council
of the City of Newport Beach by motion on
Attest:
City Clerk
(Seal)
c Ke Seal)
.. ,, 7lSea]}
State of
County of ss'
On 16th FEBRUARY, 1471 , before me, a Notary Public in and for said County and State, residing
therein, duly commissioned and sworn, personally appeared
CARL R. ARMSTRONG
tt known to me to be Attorney -in -Fact of GEATHERSY INSURANCE COMPANY, the corporation described in and that executed the
within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the said corporation,
and he duly acknowledged to me that such corporation executed the same.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official the day and year stated in this certificate above.
unnnnu,w...... nn,uunx,numn.......... ,�,,,,,o,,,n, ue,,,,,wmnuuuunumn
. n.
JOAN C KELSEY a
MY Communion Expires_ = ___ ............... _ .. ! __. __. .. _.
-+^ PRINCIPAL OFFICE IN Notary Public
�+ OAANE COUNTY
Fonts sa 3a3 My Commission Expires Nov. 15, 1974
a, mm, wumm�umnunnnnnnnnnnnuuuxw ,x„xnnuuu,xnnuuum,wnnxuunuS
0
Page 10
BOND NO. B 011242
PERFORMANCE BOND
PREM. INCL. INLABOR.&
MATERIAL PAYMENT BOND.
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted February 8, 1971
has awarded to
BAXTER - GRIFFIN CO.
hereinafter designated as the "Principal ", a contract for STREET LIGHT MODIFICATION
ON IRVINE AVENUE 23RD STREET TO SANTA ISABEL AVENUE (C -1330)
in the City of Newport Beach, in strict conformity with the drawings and specifications
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 whereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We,
BAXTER- GRIFFIN CO.
as Principal, hereinafter designated as the "Contractor ", and
LEATHERBY INSURANCE COMPANY
As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
SIX THOUSAND, THREE HUNDRED & SEVENTY - FIVE AND NO /lbollars ($ 6,375.00 )1,
said sum being equal to 100% of the estimated amount of the contract, to be paid to
the said City or its certain attorney, its successors, and assigns; for which payment
well and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his
or its heirs, executors, administrators, successors, or assigns, shall in all things
stand to and abide by, and well and truly keep and perform the covenants, 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.
0
Page 11
(Performance Bond - Continued)
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alteration or addition 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 change, extension of time, alteration or addition 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 instNument has been duly executed by the Principal and Surety
above named, on the 16th day of FEBRUARY 19 71 .
BAXTER- GRIFFIN CO. (Seal):"
B d -.1 (Seal)
(Seal)
Contractor
LEATHERBY INSURANCE COMPANY a (Seal } - .
B
CARL R. ARMSTRONG (Attorney- in -mFa
~(Seal)_
Surety -
Approved as to form:
l
city rtorney
State of t
County of ( ss:
On 16th FEBRUARY, 1971 , before me, a Notary Public in and for said County and State, residing
therein, duly commissioned and sworn, personally appeared
CARL R. ARMSTRONG
known to me to be Attorney -in -Fact of LEATHERBY INSURANCE COMPANY, the corporation described in and that executed the
within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of the said corporation,
and he duly acknowledged to me that such corporation executed the same.
IN WITNESS WHEREOF I have hereunto set my hand and affixed my offici
Beal, the day and year stated in this certificate above.
Eta
r I JOAN r a
My Commission Expires- - -------- KELSEY
-- - -- - --
- �CI"'�.----------------------- - - --- - ---- - - ---- - -- --
- T .y +.oT -
?RtN IPNL Cf'FI:;E IN 3
Notari Public
_
ORANGE COUNTY
` °as' 198 = My Commission Expires Nov. 15, 1974
uwnunumnnmemm...nsmnivamamsum... ...nnnn...... nmsununw�,
0 . !
Page 12
CONTRACT
THIS AGREEMENT, made and entered into this 41 day of aj , 19149
by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the
City, party of the first part, and
BAXTER - GRIFFIN CO.
hereinafter designated as the Contractor, party of the second part.
WITNESSETH: That the parties hereto do mutually agree as follows:
1. 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
STREET LIGHT MODIFICATION ON IRVINE AVENUE 23RD STREET TO SANTA ISABEL AVENUE
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, (Except
such materials, if any, as in the said Specifications are stipulated to be furnished 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 loss 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 description
connected with the work; also, for all expenses incurred by or in consequence of the
suspension or discontinuance of work_, except such as in said Specifications 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 bid is on the unit price basis, 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, Contractor's Proposal, and the
Plans and Specifications, and all amendments thereof, when approved by the parties
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.
0 •
Page 13
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 from the 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 or 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.
CITY OF NEWP T BEA CALI NIA
By: [�
Mayor
ATTEST:
Contractor
SEAL
By: a �i
Title
By: Z
Tit
Approved as to form:
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
STREET LIGHT MODIFICATION ON IRVINE AVENUE
23RD STREET TO SANTA ISABEL AVENUE
CONTRACT NO. 1330
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92660
Gentlemen:
PRIof2
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. 1330 in accordance with the Plans and Specifications, and will take in full payment
therefor the following unit prices for the work, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1 Each Construct new Type V street light,
complete in place.
@ Six hundred twenty five Dollars
and
& no/100 - - - - - - - - - - -
Cents $ 625.00 $ 625.00
Per Each
2 7 Each Construct new Type V street light,
complete in place, including part
removal of existing street light
foundations.
@ Seven hundred fifty Dollars
and
& no /100 - - - - -- - - - - - - Cents $ 750.00 $ 5,250.00
Per Each
3 1 Each Construct new Type V street light,
complete in place, using existing
foundation and ballast.
@ Five hundred Dollars
and
& no /100 - - - - - - - - - - - - Cents $ 500.00 $ 500.00
Per ach
TOTAL PRICE WRITTEN IN WORDS:
Sixty three hundred seventy five Dollars
and
& no /100 - - - - - - - - - - - - Cents $ 6,375.00
CONTRACTOR'S LICENSE NO. 265338
DATE 2/2/71
BIDDER'S ADDRESS 2021 "F" Via Burton
Anaheim, Calif. 92806.
BIDDER'S TELEPHONE NUMBER 535 -7228
I
BAXTER - GRIFFIN CO.
(Bidder's Name)
(s) Floyd R. Baxter
(Authorized Signature
PR 2 of 2
SP 1 of 3
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
STREET LIGHT MODIFICATION ON IRVINE AVENUE
23RD STREET TO SANTA ISABEL AVENUE
CONTRACT NO. 1330
I. SCOPE OF WORK
The work to be done under this contract consists of the following improvements
on the westerly side of Irvine Avenue between 23rd Street and Santa Isabel
Avenue:
Construct nine new Type V commercial type 20,000 lumen mercury
vapor street lights with color corrected lamps, using prestressed
concrete standards, epoxy encapsulated ballasts mounted in pull
boxes adjacent to the standards.
The underground street lighting circuit is existing. The existing
street lights must be kept in operation until the new street lights
are energized.
The contract requires completion of all work in accordance with these Special
Provisions, the City's Standard Specifications, the Plans (Drawing Number
E- 5016 -S), the City's Standard Drawings and Standard Special Provisions, and
applicable portions of the State of California Standard Specifications, January
1969. The City's standard specifications are the Standard Specifications for
Public Works Construction (1970 Edition). The City's Standard Drawings and
Standard Special Provisions may be obtained at the Public Works Department for a
fee of $2.00.
II. COMPLETION OF WORK
The Contractor shall complete all work on the contract within 75 consecutive
calendar days after the date the City executes the contract.
III. PAYMENT
Payment for incidental items of work, not separately provided for in the proposal,
shall be included in the price bid for the various items of work and no additional
compensation will be allowed therefor.
Existing street lights and standards will
Contractor will be required to disconnect
the bases. The City will then remove the
foundations to permit installation of the
responsibility of the Contractor, and no
therefor.
be removed and salvaged by the City. The
the wires and loosen the standards from
standards. Modification of existing
pull boxes and ballasts will be the
additional compensation will be allowed
SP2of3
IV. NOTIFICATION TO RESIDENTS
Prior to beginning work, the Contractor shall distribute a written notification to
each resident on Irvine Avenue between 23rd Street and Santa Isabel Avenue,
informing the residents when construction is to begin and the estimated date of
completion.
V. EXISTING UTILITIES
Existing utilities shall be investigated, protected or relocated if required in
accordance with Section 5 of the Standard Specifications. The approximate loca-
tion of the gas main, Newport Cablevision conduit and the street light conduit
in the parkway between the curb and sidewalk are shown on the Plan. The Santa
Ana Heights Water Company 6 -inch diameter water main and the Costa Mesa Sanitary
District's sewer main are within the asphalt street pavement area. Prior to
performing construction work, the Contractor shall be responsible for requesting
each utility company and the cablevision company to locate its facilities.
VI. LOCATION OF LIGHTING STANDARDS
The location of the lighting standards and appurtenances shown in the drawings are
approximate, and the exact locations will be established in the field by the Engineer.
VII. PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS
In addition to conforming with the requirements of Section 7 -9 of the Standard
Specifications, the Contractor shall exercise particular care in the removal and
replacement of plant material and improvements within the parkway areas. Conduit
shall be bored or jacked under shrubs, trees, walks, and driveways rather than cutting
and removing the improvements. The contractor shall adjust sprinklers at his expense.
Whenever a part of a square of slab of existing sidewalk or driveway is broken or
damaged, the entire square or slab shall be removed and the concrete reconstructed.
The outline of all areas to be removed in Portland Cement concrete sidewalks and
pavements shall be cut to a minimum depth of 1 -1/2 inches with an abrasive -type
saw prior to removing the sidewalk and pavement material. The cut for the
remainder of the required depth may be made by a method satisfactory to the Engineer.
Cuts shall be neat and true with no shatter outside the removal areas.
VIII. EXCAVATING AND BACKFILLING
Excavating and backfilling shall conform to Section 307 -2.1 of the Standard
Specifications. All surplus excavated material shall be removed and disposed of
within 48 hours. Excavations after backfilling shall be kept well filled and
maintained in a smooth and well- drained condition until permanent repairs are made,.
IX. FOUNDATIONS
Foundations shall conform to Section 307 -2.2 of the Standard Specifications.
The foundations shall conform to the dimensions shown on the drawings, shall rest
on firm ground, and shall be poured monolithically. After the standard is in
0
0
SP3of3
proper position, grout shall be placed under the base plate as shown on the drawings.
The exposed portion shall be formed to present a neat appearance.
Grout shall consist of one part by volume of Portland Cement concrete and 3 parts
of clean sand, shall contain only sufficient moisture to permit packing, and shall
be cured by keeping it damp for 3 days.
Conduit ends and anchor bolts shall be placed in proper position and to proper
height and shall be held in place by means of a template until the concrete sets.
Anchor bolts shall conform to the specifications of ASTM Designation A 307 and
shall be provided with 2 nuts and 2 washers each. Plumbing of standards shall
be accomplished by adjusting these nuts before grouting but after the foundation
is finished to final grade. Shims or any other similar devices for plumbing or
raking will not be permitted.
Where obstructions prevent the construction of a planned foundation, the Contractor
shall construct an effective foundation satisfactory to the Engineer.
The Contractor shall adjust the foundation location at two locations as shown on
the Plan.
X. CONDUIT AND CABLE
It is anticipated that the existing conduit may be utilized. Any additional
conduit that may be required to perform the work shall conform to Section 307 -2.3
of the Standard Specifications and as specified herein.
The inside surfaces of any existing conduit cut for adjustments shall be reamed
smooth free of burrs and sharp edges to the satisfaction of the Engineer. The
existing cable shall be removed prior to performing any cutting of existing conduits.
Cable installations shall conform to Section 307 -2.7 of the Standard Specifications
and as specified herein. Splicing of cable within conduit runs will not be
permitted.
The Contractor may at his option install two No. 8 copper cables between the new
pull boxes or he may elect to utilize the existing cable. The cost of new
conduit or conduit adjustments and new cable required shall be included in the
various items of work and no additional compensation will be permitted therefor.
It is the intent of the City to have a continuous grounded system. The continuous
ground may consist of either metallic conduit or plastic conduit containing a
bare No. 8 copper ground wire. The ground system shall be connected to a ground
rod at each street light foundation. Each luminaire shall be connected to the
ground system with a bare No. 8 copper conductor.
An excess of 2 feet of each No. 8 cable shall be neatly coiled in the No. 5 pull
boxes adjacent to each lighting standard. In addition, a minimum excess of 2 feet
of each of the No. 10 conductors shall be neatly coiled and suspended in the base
of all standards.
A CgkTIFICATE
OF
INSURANCE
CERTIFICATE
ISSUED TO
0 0
LEATHERBY INSURANCE SERVICE, INC.
BOX 5347 FULLERTON, CALIFORNIA 92632
(7 14) 87 9 -8903 (213) 691 -0718
City of Newport Beach
3300 W. Newport Blvd.
NEWPORT BEACH, Calif.
NAMED Baxter— Griffin Co.
INSURED 2021 Via Burton, Suite F
ANAHEIM, Calif. 928o6
THIS IS TO CERTIFY that the following described policies and /or certificates are in force and expire as
indicated herein:
KIND OF INSURANCE
INSUROR
POLICY NUMBER
POLICY PERIOD
LIMITS OF LIABILITY
COMPENSATION
ROYAL IND. CO.
Rcs66 47 71
EFF
10 -23 -7
STATUTORY
WORKMEN'S COMPENSATION
EXP
1 -
CALIFORNIA COMPENSATION -
BODILY INJURY LIABILITY
ROYAL IND. CO.
RLU574921
10-23-7C$
250
•000 EACH PERSON
EFF
(INCLUDING AUTOMOBILE)
EXP
10 -23 -7
$ 00
•000 EACH OCCURRENCE
$ DO
.000 AGGREGATE PROD.
PROPERTY DAMAGE
ROYAL IND. CO.
RLU574921
10-23-70$
100
.000 EACH OCCURRENCE
EFF
GENERAL
EXP
10-23-73
$ 500
.000 AGGREGATE
AUTOMOBILE
$ 500
.000 EACH OCCURRENCE
COMBINED SINGLE LIMIT BODILY
EFF
$
.000 EACH OCCURRENCE
INJURY AND PROPERTY DAMAGE
EXP
EFF
EXP
AUTOMOBILE PHYSICAL DAMAGE
COMPREHENSIVE
EFF
$
FIRE AND THEFT
$
COLLISION OR UPSET
EXP
LESS$
DEDUCTIBLE
LOSS PAYABLE TO
REMARKS
ALL OPERATIONS
JOB: STREET LIGHT MODIFICATIONS, IRVINE AVENUE, 23rd STREET TO
SANTA ISABEL. CONTRACT C -1330.
ADDITIONAL INSURED ENDORSEMENTS TO FOLLOW.
IK
This certificate is not a policy and of itself does not afford any insurance. Nothing contained in this certificate shall be
construed as extending coverage not afforded by the policy(ies) shown above or as affording insurance to any insured not
named above. This policy shall not be cancelled nor materially reduced in coverage until after 10 days written notice
of such cancellation or reduction in coverage shall have been mailed to this certificate holder.
LEATHERBY INSURANCE SERVICE
DATE 2/17/71 ad a�� i g
BY U
AUTNORIZED REPRESENTATIVE
FORM 148•B
Part 7
LAr OWNERS' AND CONTRACTORS' PROTECTIVE LIABILITY INSURANCE
COVERAGE FOR OPERATION DESIGNATED CONTRACTOR ROYAL-GLOBE INSURANCE COMPANIES
This coverage PART, the DECLARATIONS and other coverage PART(S), or endorsements referred to herein, and the GENERAL PROVISIONS complete the
�wSURAw contract of insurance.
\/
NAMED INSURED
POLICY SYMBOL a NUMBER
Schedule
I C I TY OF
NEWPORT BEACH CALIFORNIA
RLY 57+921
COVERAGES
LIMITS OF LIABILITY
PREMIUM BASIS
RATES
ADVANCE PREMIUM
(r) COST
U) PER $100.
EACH PERSON
EACH OCCURRENCE
M.
A. Bodily Injury Liability
s2502000.00
$500,000.00
$6375.00
.025_
S
16.00
EACH OCCURRENCE
AGGREGATE
B. Property Damage Liability
$100,000.00
$500,,000.00
I NCL.
.015
$ 10.00
o514
Total Advance Premium
S 21.00
Enter 'W' here if the following provision Is applicable:
The person or organization designated below, as the contractor has undertaken to pay the premium for this policy and shall be entitled to receive any return premiums,
BAXTER GRIFFIN COMPANY
2021 VIA BURTON SUITE F ANAHEIM, CALIF. 92806
LOCATION OF COVERED OPERATIONS .
STREET LIGHT MODIFICATION IRVINE AVE.. 24RD. ST. TO SANTA': ISABEL CONTRACT
I. COVERAGE A— BODILY INJURY LIABILITY
COVERAGE B— PROPERTY DAMAGE LIABILITY
The company will pay on behalf of the insured all sums
which the insured shall become legally obligated to pay as
damages because of
Coverage A. bodily injury or
Coverage B. property damage
to which this policy applies, caused by an occurrence and
arising out of (1) operations performed for the named in-
sured by the contractor designated in the schedule at the
location designated therein or (2) acts or omissions of the
named insured in connection with his general supervision of
such operations, and the company shall have the right and
duty to defend any suit against the insured seeking damages
on account of such bodily injury or property damage, even
if any of the allegations of the suit are groundless, false or
fraudulent, and may make such investigation and settlement
of any claim or suit as it deems expedient, but the company
shall not be obligated to pay any claim or judgment or to
defend any suit after the applicable limit of the company's
liability has been exhausted by payment of judgments or
settlements.
Exclusions
This policy does not apply;
(a) to liability assumed by the insured under any contract
or agreement except an incidental contract; but this
exclusion does not apply to a warranty that work per-
formed by the designated contractor will be done in a
workmanlike manner;
(b) to bodily injury or property damage occurring after
(1) all work on the project (other than service, main-
tenance or repairs) to be performed by or on be-
half of the named insured at the site of the cov-
ered operations has been completed or
(2) that portion of the designated contractor's work
out of which the injury or damage arises has been
put to its intended use by any person or organiza-
tion other than another contractor or subcontractor
engaged in performing operations for a principal
as a part of the same project;
(c) to bodily injury or property damage arising out of any
act or omission of the named insured or any of his em-
ployees, other than general supervision of work per-
formed for the named insured by the designated
contractor;
(d) to any obligation for which the insured or any carrier
as his insurer may be held liable under any workmen's
compensation, unemployment compensation or disability
benefits law, or under any similar law;
(e) to bodily injury to any employee of the insured arising
out of and In the course of his employment by the in-
sured; but this exclusion does not apply to liability
assumed by the insured under an incidental contract;
(f) to property damage to
(1) property owned or occupied by or rented to the
insured,
(2) property used by the insured,
(3) property in the care, custody or control of the in-
sured or as to which the insured is for any purpose
exercising physical control, or
(4) work performed for the insured by the designated
contractor; .
(g) to bodily injury or property damage due to war, whether
or not declared, civil war, insurrection, rebellion or
revolution or to any act or condition incident to any of
the foregoing, with respect to (1) liability assumed by
the insured under an incidental contract, or (2) ex-
penses for first aid under the Supplementary Payments
provision of the policy.
II. PERSONS INSURED
Each of the following is an insured under this policy to
the extent set forth below:
(a) if the named insured is designated in the declarations
as an individual, the person so designated;
(b) if the named insured is designated in the declarations
as a partnership or joint venture, the partnership or
joint venture so designated and any partner or member
thereof but only with respect to his liability as such;
(c) if the named insured is designated in the declarations
as other than an individual, partnership or joint venture,
CL 67911 6M I2-66 - Over
ntinuea om Reverse Side
the organization so designated and any executive offi-
cer, director or stockholder thereof while acting within
the scope of his duties as such; and
(d) any person (other than an employee of the named in-
sured) or organization while acting as real estate man-
ager for the named insured.
III. LIMITS OF LIABILITY
Regardless of the number of (1) insureds under this pol-
icy, (2) persons or organizations who sustain bodily injury
or property damage, or (3) claims made or suits brought on
account of bodily injury or property damage, the company's
liability is limited as follows:
Coverage A —The limit of bodily injury liability stated in
the schedule as applicable to "each person" is the limit
of the company's liability for all damages because of bodily
injury sustained by one person as the result of any one oc-
currence; but subject to the above provision respecting "each
person ", the total liability of the company for all damages
because of bodily injury sustained by two or more persons as
the result of any one occurrence shall not exceed the limit of
bodily injury liability stated in the schedule as applicable
to "each occurrence'.
Coverage B —The total liability of the company for all
damages because of all property damage sustained by one or
more persons or organizations as the result of any one oc-
currence shall not exceed the limit of property damage lia-
CL 67911
bility stated in the schedule as applicable to "each occur-
rence.
Subject to the above provision respecting "each occur.
rence", the total liability of the company for all damages
because of all property damage to which this coverage applies
shall not exceed the limit of property damage liability stated
in the schedule as "aggregate'. If more than one project
is designated in the schedule, such aggregate limit shall
apply separately with respect to each project.
Coverages A and B —For the purpose of determining the
limit of the company's liability, all bodily injury and property
damage arising out of continuous or repeated exposure to
substantially the same general conditions shall be considered
as arising out of one occurrence.
W. ADDITIONAL DEFINITION
When used in reference to this insurance (including en-
dorsements forming a part of the policy):
"work" includes materials, parts and equipment furnished
in connection therewith.
V. POLICY PERIOD; TERRITORY
This policy applies only to bodily injury or property dam-
age which occurs during the policy period within the policy
territory.
Part 7 - - - --
OWNERS' AND CONTRACTOR t" PROTECTIVE LIABILITY INSURANCE
°YAL�1OBF COVERAGE FOR OPERATION DESIGNATED CONTRACTOR • ROYAL -GLOBE INSURANCE COMPANIES
This coverage PART, the DECLARATIONS and other coverage PART(S), or endorsements referred to herein, and the GENERAL PROVISIONS complete the
�•YSUR00 contract of insurance.
F1 Enter "X" We N the following provision is applicable:
The person or organization designated below as the Contractor has undertaken to pay the premium for this policy and shall be entitled to receive any return premiums,
if any. which maw become navable under the terms of this policy.
BAXTER GRIFFIN COMPANY
MAILING ADDRESS
2021 VIA BURTON SUITE F ANAHEIM: CALIF. _.9ZM
LOCATION OF COVERED OPERATIONS
STREET LIGHT MODIFICATION IRVINE AVE.. 2VM. ST. TO SAdA- ISABM CONTRACT
tees 2O!"M f CAT$ EMY ImSutANCE _SERVICE
CL 67911 SM 12 -66 i
PRODUCER'S COPY
NAMED INSURED
POLICY SYMBOL a NUMBER
V
Schedule
I CITY OF
NEWORT BEACH CALIFORNIA
RLU wkw
COVERAGES
LIMITS OF
LIABILITY
PREMIUM BASIS
(0 COST
RATES
(r) PER $100.
ADVANCE PREMIUM
EACH PERSON
EACH OCCURRENCE
M.P'.
A. Bodily Injury Liability
$250,000.00
$"j00,000�t 0
.00
.�
$ 16.�
EACH OCCURRENCE
AGGREGATE
B. Property Damage LiebNy': _..
$100,000.00
$500,000.00
INCL.
.015
$ 10.00
05iy,
9
Total Advance Premium
$ 00
2f s O
F1 Enter "X" We N the following provision is applicable:
The person or organization designated below as the Contractor has undertaken to pay the premium for this policy and shall be entitled to receive any return premiums,
if any. which maw become navable under the terms of this policy.
BAXTER GRIFFIN COMPANY
MAILING ADDRESS
2021 VIA BURTON SUITE F ANAHEIM: CALIF. _.9ZM
LOCATION OF COVERED OPERATIONS
STREET LIGHT MODIFICATION IRVINE AVE.. 2VM. ST. TO SAdA- ISABM CONTRACT
tees 2O!"M f CAT$ EMY ImSutANCE _SERVICE
CL 67911 SM 12 -66 i
PRODUCER'S COPY
8 A X T E R
E L E C T R I C A L
U
G R I F F I N
CONTRACTORS
City of Newport Beach
City Hall
3300 w, Newport Blvd.
Newport Beach, Calif.
Attn: Ed, McDonald
Design Engineer
Gentlemen:
2021 -F VIA BURTON
0
ANAHEIM. CALIFORNIA 92806 (714) 535 -7228
41 am aware of and will comply with Section 3700 of
the Labor Code, requiring every employer to be insured
against liability for workmen's oompensrttion or to
undertake self - insurance before commencing any of the
work.
Workmen "s Compensation and Employer's Liability
Policy # RCs 66 47 71 with Royal Indemnity Company of New
York is now in effect thru 10/23/71, Leatherby Insurance
Companies of 1400 N, Harbor Blvd, Fullerton are brokers
for the above named companies,
�v+�p7 truly yoli7^s,
Fl yd R, Baxter
Baxter- Griffin Co.
s,10
February 25, 1971
TO: CITY CLERK
FROM: Public Works Department
SUBJECT: STREET LIGHT MODIFICATION ON IRVINE AVENUE - 23RD STREET TO
SANTA ISABEL AVENUE, C -1330
Attached are four sets of the subject contract documents and
the appropriate insurance certificates.
Will you please execute on behalf of the city, retain your
copy and the insurance documents and return the remaining
documents to our office.
Ed L. McDonald
Project Engineer
ELM /ldg
Atts.
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: STREET LIGHT MODIFICATIONS ON IRVINE AVENUE
(23rd Street to Santa Isabel Avenue) C -1330
RECOMMENDATION:
C�
February 8, 1971
Adopt a resolution awarding the contract to Baxter- Griffin Company
of Anaheim, California, for $6,375.00 and authorizing the Mayor and
the City Clerk to execute the contract.
DISCUSSION:
S/a
rAr
Seven bids were received and opened in the office of the City Clerk at 11:00 A.M.
on February 2, 1971:
Bidder Total
Baxter - Griffin Company, Anaheim
Loop Electric, Corona
Steiny and Company, Los Angeles
E. D. Johnson and Company, Anaheim
C. T. & F. Inc., Bell Gardens
Smith Electric Supply, Stanton
William R. Hahn, La Habra
$ 6,375.00
6,525.00
6,663.00
6,990.00
7,000.00
8,295.00
8,636.00
The low bid is approximately 20% less than the engineer's estimate of $8,000.00.
Funds for the project are available in Account No. 02- 3297 -225. Part of the balance of
funds will be used for the installation of a yellow flashing beacon 500 feet south of
Santa Isabel Avenue.
The project will improve the street lighting on Irvine Avenue between 23rd
Street and Santa Isabel Avenue. The improved lighting should improve the safe operating
characteristics of the street during nighttime hours.
The plans were prepared by the city. The estimated date of completion is
May 10, 1971.
eph T. pevlin
lic RsAs Director
M /bg
5-i a
R88Qd,ETPI(I Mo. 7371
A =80LUTION OF =9 CITY CECIL of TfM CITY
OF I WPMT BACK MU►iW=g 7k CWTVACr FOR
STRUT 41GOT MOt7IlrICAT"W CK IRVM AVM=g
23RD VT1=T TO SANTA ZWkftL AVBM,
CONTRACT No. 1330
9R=2M, pursuant to the notice inviting bids for wprk
in conn4--etion with streets light modifications on Irvine Avenue,
73rd Street to "ta Idabel llvenua, in accordance with th,!
plum: dad spucificatlans heretofiwe adopted, 'bicdr were. received
on the 2nd day of February, 1971, and publicly opined and
declared; and
MZRZ", it appeaar* that the to st responsible bidder
thc)xefbr is 53cter- Griffin Co., of Anaheim, Californiaa,i
N.We THMFM* BE IT RUOLVZD by the City Cuuacil of
the city of Newport L1each that the bid of batter- Griffiaa Co. for
the work in the amt of $6#375.00 be accepted, &nd that the
contract for the described work be awarded to said bidders
Ba IT rUR`lSLR R ,SOLVED that tY a Mayor and City Clerk
are 3;craby authorized and directed to execute, a contract in
actor =dasnc,e with this specifications, bid and this award on behalf
of the City of Newport beach, aand that the City Clark be directed
to furnish an executed copy to the successful bidder.
AWPUD this = day of Pabru4rv. 1971.
Mayor
ATTEST s
city Clerit
i
Z
V
Q
VN
r h
a Q
� m
� N
m
z <n
U W
4 Z
Paz
—oz
4
O
F
W
W
S
��IIIIUIpAllll�d�'
��i�nunumt
�
e�nun�eie
�I
�I!l��N�IRIIIIN�
a
enanam�
a��u�uiiU
MINIBOOM
11HE
4
O
F
W
W
S
b
I
t
2 N
U W
Q W
F`0z
JFpO]
V�1
i
� ,
r
�
m
N
I
m
W
i
I
2 N
U W
Q W
F`0z
U.
0
ti
W
N
� - I
''�IIIB��IIiINII�I'
�imnann�e,me��n
Il�imnuui�n�
�RINIpII�YI
NMI
nein�
IIN���INRIII�
AINYI■1191Allpllll
Milli
U.
0
ti
W
N
� - I
0
D Leatherby Insurance Company
Adminisfrative Home Office
1400 North Harbor Blvd. • Fullerton, California 92632
(213) 691.0718 • (714) 879.8903
WHEREAS --- --- ------ --- - --- --
BID UNDERTAKING
KNOW ALL MEN BY THESE PRESENTS, That,
BAXTER- GRIFFIN COMPANY
-
------ -- -- --- --- ------- -- 1----- -- ---------
(hereinafter called the Bidder)
has submitted or is about to submit to.-------- -- ---------------------------- ---- -- -- ----- -- -------- -- -- --- ------ -- --- --- ------ --- ---
CITY OF NEWPORT BEACH
---- -- -- ---- --- -- ---- --- ---- -- -- -- -- -- ------- --- -- ----- -- -- -- ---- --- ----- -- -- - ----- ------ -- - ---- - ----- -----------------------------
(hereinafter called the Obligee) a proposal for... -. STREET LIGHT MODIFICATION ON IRVINE AVENUE
- - -1 ------- ----- -- -------------------- ._ ----- ------ ---------------------
2 - rd -- STREET -TO- -SANTA- ISABEL_AVENUE.
- -- - - - ----------------- - - -- ---------------------
which is attached hereto and made part hereof.
NOW, THEREFORE, the LEATHERBY INSURANCE COMPANY, a corporation organized and exist-
ing under the laws of the State of New York, as Surety, hereby undertakes that if the said proposal is
accepted and a contract be awarded to the Bidder, said Bidder will within such time as may be specified
enter into a contract in writing and give bond with surety acceptable to the Obligee for the faithful per-
formance of said contract, or if the Bidder shall fail to do so, said Surety will pay to the Obligee the dam -
ages which the Obligee may suffer by reason of such failure not exceeding the sum of.., TEN PERCENT
------------ OF THE AMOUNT OF BID -------------------------- - - - -00 /100 TEN PERCENT
--- -- ---- -- --- --- -------- -- --- ---- ----- ----- -- --- --- ---- -- -------- -----__ -- ---- --- - -- ---- -------- - --- -- ---------- Dollars ($ --- E - ).
Dated this-- ---- 2nd---- ----._--day of .......... - --- FEBRUARY -
COMPANY LEA`THERBY INSURANCE C
Ba✓r� By. - - -- ----- ---- - - - - -- - --- °.. F c
CARL Be AINIMIRM
FORM 197
OM ANY
State of i
County of f es:
1.
On 2nd FEBRUARY, 1971 , before me, a Notary Public in and for said County and State, residing
therein, duly commissioned and sworn, personally appeared
CARL R. ARMSTRONG
known to me to be Attorney- in-Fact of LEATHERBY INSURANCE COMPANY, the corporation described in and that executed the
`.within and foregoing instrument, and known to to be the person who executed the said instrument in behalf of the said corporation,
and he duly acknowledged to me that such corporation executed the same.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year
iIIIIIIIIIIIIIIIIIIIIIIIIIII IIIIIIIIIIIII11flIIf 11XU 1...... N11111NNNN .......
11111ryN11NNINNINNINIII
JF F ;� - JAL
1 SEAL
-- JOAN C. KELSEY _
My Commission Expires __.I sA ;.v PUBLIC- CALIF06.rIA ---- ^_ - -_- - - - -- Notary ry Pc
3 otaPRINCIPAL OFFICE IN
FORM 1e9 ORANGE COUNTY
My Conanission Expires Nov. 15, 1974
__.l_..._ ........... _.._ -. IN..
certificate above.
d_u
i •
CONTRACT NO. 1330
CITY OF NEWPORT BEACH
CONTRACT DOCUMENTS
FOR
STREET LIGHT MODIFICATION ON IRVINE AVENUE
23RD STREET TO SANTA ISABEL AVENUE
Approved by the City Council
this 11th day of January 1971
Laura Lagios, City Cjtsr
SUBMITTED BY:
8/�xrC2 - G2 /.�.F"i.c1 Via.
Contractor
2c 2 i
-/--`
Address
Ca /f 9ZeoG
Ci ty Zi p
7i'71 S? 5- -7 2 z8
lone
Total Bid rice
01 TY OF NEWPORT BEACH, CALIFORNIA Page 1
NOTICE INVITING BIDS
SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach,
California, until 11:00 A.M. on the 2nd day of Februar , 1971.,.,
at which time they w—iT3e opened and read, oar performing wort as o ows: ,qh:
STREET LIGHTING MODIFICATION ON IRVINE AVENUE
FROM 23RD STREET TO SANTA ISABEL AVENUE
CONTRACT NO. 1330
Bids must be submitted on the proposal form attached with the contract documents furnishedi,J.!
by the Public Works Department, The additional copy of the proposal form is to be
retained by the bidder for his records.
Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to
the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid.
The title of the 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:
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non- collusion Affidavit
E. Statement of Financial Responsibility
F, Technical Ability and Experience References
These documents shall be affixed with the sior.ature and titles of the persons signing
on behalf of the bidder. Fer corporations, the signatures of the President or Vice
President and Secretary or Assistant Secretary are required and the orporate Sea7-
shall 5e affixed to all 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 not 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 Works Department, City Hall, Newpo'r: Beach, California, at no cost to Licensed
contractors. A non - refundable charge of $2.00 :-:ill be required for each set of Plans
and Contract Documents issued to others, it is requested that the Plans and Contract
Documents be returned within 2 weeks after the bid opening.
The City has adopted the Standard Specifications for Public Works Construction (1970
Edition and Supplements) as prepared by Lrie Southern California Chapters of the American
Public Works Association and the Associated General Contractors of America. Copies
may be obtained from Building News, Inc., 3055 Overland Avenue., Los Angeles, California.
90034, (213) 870 -9871.
The City has adopted Standard Special Provisions and Standard Drawings. Copies of these
are available at the Public Works Department at a cost of $2.00 per set.
,
Page la
City of Newport Beach, California
Notice Inviting Bids
In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California
Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach 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 and has set forth these items in Resolution No. 6982,
adopted May 12, 1969. 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).
0
Revised 9 -15 -70
�• ..
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 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 price, 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 under -
signed in making up this bid.
The undersigned agrees that in of default in executing: the required contract
with necessary bonds within ten (10) days, not including Sunday, after having received
notice that the contract is ready for signature, the proceeds of check . or bind 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 No. x.324_ Classification G -/0
Accompanying this proposal is
kCaSh, Gertified check, Cashier's GheCK 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.
.5,35- _/ Z 2 8
Phone NUmber
2/2-17/
Date
Bidder's Name
(SEAL)
Authorized Sinatu e
Authorized Sgna ure
—Type of rgan zatW�-
(Individual, Corporation, or Co- Partnership)
List below names of President, Secretary, Treasurer and Manager if a corporation,
and names of all co- partners if a co- partnership:
Page 3
DESIGNATION OF SUB - 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 bid, subject to the approval of the
City Engineer, 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
2..
3.
4.
5.
6.,
7.
9
10
11
12
Bidder's Name
Authorized Si nature
Type of Organization
(Individual, Co- partnership or Corp)
,, -
_,,�,�.: max_.: _::_u.:� A:..� ...
Address
%.
0
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
Page 4
That we, as Principal,
and as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
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
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 (10) days (not including Saturday and Sunday) from the date of the
mailing 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 day of
19
Corporate Seal (If Corporation)
Principal
(Attach acknowledgement of
Attorney in Fact)
'MI
Title
1'.
0 • Page 5
NON - COLLUSION AFFIDAVIT
The bidders, 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 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
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 contractor from considering any bid from any subcontractor or material-
man which is not processed through said bid depository, or which prevent any
subcontractor 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 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 this
bidder any agreement or understanding of any kind whatsoever, with any person
whomesoever to pay, deliver to, or share with any other person in any way or manner,
any of the proceeds of the contracts sought by this bid.
Subscribed and sworn to before me by
this /- day of .�� ,
19-7—/
My commission expires:
IINNIrr1111rrII Irl".0111 rlrr mn rrrrl11 M rrrrl Innnrrrnnllllln ..............I .......................
Notary
OFFICIAL SEAL
JOAN C. KELSEY
NOTARY FUEL!,.. A.tFORNIA
a PRINCIPAL OFFICE IN _'-
'e ORANGE COUNTY E
My Commission Expires Nov. 15, 1974 €
Tnummnna ninninnuumm...j unn.nunuu....11 nininuumnwnnwni°
e I 1 .
Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility.
M
Page 7
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character
to that proposed herein which he has performed and successfully completed.
Year
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
STREET LIGHT MODIFICATION ON IRVINE AVENUE
23RD STREET TO SANTA ISABEL AVENUE
CONTRACT NO. 1330
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92660
Gentlemen:
PRIof2
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. 1330 in accordance with the Plans and Specifications, and will take in full payment
therefor the following unit prices for the work, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1 Each Construct new Type V street light,
complete in place.
Per Each
7 Each Construct new Type V street light,
complete in place, including part
removal of existing street light
foundations.
Dollars
and
Cents $
@,4; .� y1,",jg� Doi 1ars
s
�o Cents $��
Per E ch
1 Each Construct new Type V street light,
complete in place, using existing
foundation and ballast.
x"144 � Dollars
and
Cents $ b°"� $ . aal' -0
Per ac
TOTAL PRICE WRITTEN IN WORDS:
MM
Dollars
and
Cents
CONTRACTOR'S LICENSE NO. S-6
DATE 2� 171
BIDDER'S ADDRESS 20721
BIDDER'S TELEPHONE NUMBER -635- 7'2 2B
10
(Bidder's Name
T
orize Slgnatur
PR2of2
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
STREET LIGHT MODIFICATION ON IRVINE AVENUE
23RD STREET TO SANTA ISABEL AVENUE
CONTRACT NO. 1330
SCOPE OF WORK
SP 1 of 3
The work to be done under this contract consists of the following improvements
on the westerly side of Irvine Avenue between 23rd Street and Santa Isabel
Avenue:
Construct nine new Type V commercial type 20,000 lumen mercury
vapor street lights with color corrected lamps, using prestressed
concrete standards, epoxy encapsulated ballasts mounted in pull
boxes adjacent to the standards.
The underground street lighting circuit is existing. The existing
street lights must be kept in operation until the new street lights
are energized.
The contract requires completion of all work in accordance with these Special
Provisions, the City's Standard Specifications, the Plans (Drawing Number
E- 5016 -S), the City's Standard Drawings and Standard Special Provisions, and
applicable portions of the State of California Standard Specifications, January
1969. The City's standard specifications are the Standard Specifications for
Public Works Construction (1970 Edition). The City's Standard Drawings and
Standard Special Provisions may be obtained at the Public Works Department for
fee of $2.00.
II. COMPLETION OF WORK
The Contractor shall complete all work on the contract within 75 consecutive
calendar days after the date the City executes the contract.
III. PAYMENT
Payment for incidental items of work, not separately provided for in the proposal,
shall be included in the price bid for the various items of work and no additional
compensation will be allowed therefor.
Existing street lights and standards will be removed and salvaged by the City. The
Contractor will be required to disconnect the wires and loosen the standards from
the bases. The City will then remove the standards. Modification of existing
foundations to permit installation of the pull boxes and ballasts will be the
responsibility of the Contractor, and no additional compensation will be allowed
therefor.
0
IV. NOTIFICATION TO RESIDENTS
• SP2of3
Prior to beginning work, the Contractor shall distribute a written notification to
each resident on Irvine Avenue between 23rd Street and Santa Isabel Avenue,
informing the residents when construction is to begin and the estimated date of
completion.
V. EXISTING UTILITIES
Existing utilities shall be investigated, protected or relocated if required in
accordance with Section 5 of the Standard Specifications. The approximate loca-
tion of the gas main, Newport Cablevision conduit and the street light conduit
in the parkway between the curb and sidewalk are shown on the Plan. The Santa
Ana Heights Water Company 6 -inch diameter water main and the Costa Mesa Sanitary
District's sewer main are within the asphalt street pavement area. Prior to
performing construction work, the Contractor shall be responsible for requesting
each utility company and the cablevision company to locate its facilities.
VI. LOCATION OF LIGHTING STANDARDS
The location of the lighting standards and appurtenances shown in the drawings are
approximate, and the exact locations will be established in the field by the Engineer.
VII. PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS
In addition to conforming with the requirements of Section 7 -9 of the Standard
Specifications, the Contractor shall exercise particular care in the removal and
replacement of plant material and improvements within the parkway areas.. Conduit
shall be bored or jacked under shrubs, trees, walks, and driveways rather than cutting
and removing the improvements. The contractor shall adjust sprinklers at his expense.
Whenever a part of a square of slab of existing sidewalk or driveway is broken or
damaged, the entire square or slab shall be removed and the concrete reconstructed.
The outline of all areas to be removed in Portland Cement concrete sidewalks and
pavements shall be cut to a minimum depth of 1 -112 inches with an abrasive -type
saw prior to removing the sidewalk and pavement material. The cut for the
remainder of the required depth may be made by a method satisfactory to the Engineer,
Cuts shall be neat and true with no shatter outside the removal areas.
VIII. EXCAVATING AND BACKFILLING
Excavating and backfilling shall conform to Section 307 -2.1 of the Standard
Specifications. All surplus excavated material shall be removed and disposed of
within 48 hours. Excavations after backfilling shall be kept well filled and
maintained in a smooth and well- drained condition until permanent repairs are made..
IX. FOUNDATIONS
Foundations shall conform to Section 307 -2.2 of the Standard Specifications.
The foundations shall conform to the dimensions shown on the drawings, shall rest
on firm ground, and shall be poured monolithically. After the standard is in
•
• SP3of3
proper position, grout shall be placed under the base plate as shown on the drawings.
The exposed portion shall be formed to present a neat appearance.
Grout shall consist of one part by volume of Portland Cement concrete and 3 parts
of clean sand, shall contain only sufficient moisture to permit packing, and shall
be cured by keeping it damp for 3 days.
Conduit ends and anchor bolts shall be placed in proper position and to proper
height and shall be held in place by means of a template until the concrete sets.
Anchor bolts shall conform to the specifications of ASTM Designation A 307 and
shall be provided with 2 nuts and 2 washers each. Plumbing of standards shall
be accomplished by adjusting these nuts before grouting but after the foundation
is finished to final grade. Shims or any other similar devices for plumbing or
raking will not be permitted.
Where obstructions prevent the construction of a planned foundation, the Contractor
shall construct an effective foundation satisfactory to the Engineer.
The Contractor shall adjust the foundation location at two locations as shown on
the Plan.
X. CONDUIT AND CABLE
It is anticipated that the existing conduit may be utilized. Any additional
conduit that may be required to perform the work shall conform to Section 307 -2.3
of the Standard Specifications and as specified herein.
The inside surfaces of any existing conduit cut for adjustments shall be reamed
smooth free of burrs and sharp edges to the satisfaction of the Engineer. The
existing cable shall be removed prior to performing any cutting of existing conduits.
Cable installations shall conform to Section 307 -2.7 of the Standard Specifications
and as specified herein. Splicing of cable within conduit runs will not be
permitted.
The Contractor may at his option install two No. 8 copper cables between the new
pull boxes or he may elect to utilize the existing cable. The cost of new
conduit or conduit adjustments and new cable required shall be included in the
various items of work and no additional compensation will be permitted therefor.
It is the intent of the City to have a continuous grounded system. The continuous
ground may consist of either metallic conduit or plastic conduit containing a
bare No. 8 copper ground wire. The ground system shall be connected to a ground
rod at each street light foundation. Each luminaire shall be connected to the
ground system with a bare No. 8 copper conductor.
An excess of 2 feet of each No. 8 cable shall be neatly coiled in the No. 5 pull
boxes adjacent to each lighting standard. In addition, a minimum excess of 2 feet
of each of the No. 10 conductors shall be neatly coiled and suspended in the base
of all standards.
fay 00 CITY COUNCIL
CI—,Y nom. prn -,a nY FF„ACH
TO: CITY COUNCIL
FROM: Public Works Deoartment
�*,- k /--a
SUBJECT: STREET LIGHTING MODIFICATION ON IRVINE AVENUE
FROM 23RD STREET TO SANTA ISABEL AVENUE (C -1330)
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids to be
opened at 11:00 A.M. February 2, 1971.
DISCUSSION:
January 11, 1971
7
On November 23, 1970 the City Council appropriated $10,000 to improve street
lighting on Irvine Avenue from 23rd Street to Santa Isabel Avenue.
510
The plans call for the replacement of 9 existing street lights. They will be
replaced in the same locations with new 20,000 lumen mercury vapor luminaires mounted
35 feet above the street on marbelite standards. One additional light will be provided
on Irvine Avenue immediately south of Santa Isabel.
The existing underground distribution system will be used. The existing
standards and luminaires will be salvaged and delivered to the Corporation Yard for use
as replacements.
The estimated cost of the street lighting work is $8,000. Part of the balance
of the appropriation will be used for installation of a yellow flashing beacon 500 feet
south of Santa Isabel Avenue.
The plans were prepared by the city.
The estimated date of completion is May 10, 1971.
seph T. evlin
Pu I W s Director
K /bg
C -1330
See Contract File for
Street Light Modification — Irvine Avenue
Plans