Loading...
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