Loading...
HomeMy WebLinkAboutC-1667 - Traffic signal at Jamboree & Santa BarbaraTO: FINANCE DIREC70R FROM: City Clerk SUBJECT: Contract No. 0 6 CITY OF NEWPORT BEACH 1667 CALIFORNIA City Hall 3300 W. Newport Blvd. Area Code 714 RATE jeft"ary 16, 1979 Description of Contract .Cooperative Financing Agreement for Traffic Signal Jamboree Road and Santa Barbara Drive Authorized by Resolution No. 94a! , adopted on jeftAa;� '17, 107; . Effective date of Contract Itebat-avy j0p 3976 Contract with t Amount of Contract ona -half east of Signal Notes See Contract 1613 - Herman Kimmel and Associates, Inc. $ 4 Routract 1667 - Grissom It Johnson, Inc. $390886.0 city UierK i AGREEMENT THIS AGREEMENT is made and entered into this /n Th% day of FE-6Ao 4n'-( , 1975, by and between the CITY OF NEWPORT BEACH, a municipal corporation, hereinafter referred to as "CITY ", and THE IRVINE COMPANY, a West Virginia corporation, herein- after referred to as "COMPANY ". W I T N E S S E T H: WHEREAS, on October 15, 1974, CITY approved Tentative Tract 8480 on condition that COMPANY share equally with CITY for the design and installation of the traffic signal to be located at the intersection of Jamboree Road and Santa Barbara Drive; and WHEREAS, COMPANY has experienced significant delays in obtaining other necessary public agency approvals for Tentative Tract 8480; and WHEREAS, it is uncertain at this time if Tentative Tract 8480 will ever receive the required approvals; and WHEREAS, CITY is ready at this time to proceed with the installation of said traffic signal system and wishes to have some assurance that COMPANY will reimburse CITY for fifty percent (50 %) of the installation costs; and WHEREAS, COMPANY wishes to provide CITY with said assurance. NOW, THEREFORE, in consideration of the foregoing, the parties hereto agree as follows: 1. CITY will proceed at this time to contract and pay the costs for the design and installation of the traffic signal system to be located at the intersection of Jamboree Road and Santa Barbara Drive. -1- c . '4 2. COMPANY will reimburse CITY fifty percent (50 %) of the design and installation costs for said traffic signal at such time as a final map is recorded for Tentative Tract 8480, or in the alternative at such time as building permits are issued for any construction on the property which is the subject of Tentative Tract 8480, whichever shall occur first. 3. It is understood that COMPANY'S obligation hereunder is limited to a reimbursement of installation costs and that COMPANY shall in no event be liable in any manner whatsoever on account of any claims, damage or liability arising in connection with the design and installation of said traffic signal and CITY hereby waives all such claims, damage and liability as against COMPANY and CITY agrees to indemnify and hold harmless COMPANY from all such claims, damage or liability. 4. This agreement constitutes the entire agreement between the parties with respect to said traffic signal and the reimbursement of costs therefor by COMPANY and supersedes any prior written or oral agreement concerning the same subject matter. IN WITNESS WHEREOF, the parties hereto have caused this contract to be duly executed with all the formalities required by law. -2- op N F-I E CITY OF NEWPORT BEACH By: Z609 APPROVED AS TO FORM: I ty Attorney i ihf9 �w W • RESOLUTION NO. 8431 JAN 2 71975 A RESOLUTION OF THE CITY COUNCIL OF THE CITY. By so CifY CUUNC:i OF NEWPORT BEACH AUTHORIZING THE MAYOR AND CITY OF NEWPORT KATY CLERK TO EXECUTE AN AGREEMENT BETWEEN THE TY OF NEWPORT BEACH AND THE IRVINE COMPANY FOR REIMBURSEMENT OF 50% OF THE COSTS FOR THE INSTALLATION OF THE TRAFFIC SIGNAL AT THE INTER- SECTION OF JAMBOREE ROAD AND SANTA BARBARA DRIVE WHEREAS, there has been presented to the City Council of the City of Newport Beach an agreement between the City of Newport Beach and The Irvine Company for reimbursement of fifty percent (50 %) of the costs for the installation of the traffic signal at the intersection of Jamboree Road and Santa Barbara Drive; and WHEREAS, the City Council has considered the terms and conditions of said agreement and found them to be fair and equitable, and in the best interests of the City; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that said agreement above described is approved, and the Mayor and City Clerk are hereby authorized and directed to execute the same on behalf of the City of Newport Beach. ADOPTED this 27th day of January , 1975. ATTEST: City Clerk Mayor Dr 22, 1975 DEC 22 1975 CITY COUNCIL AGENDA ITEM NO. H -11 BY fhe CITY COUNCIL TO: CITY COUNCIL CITY OF NRWP94T 86ACH FROM: Public Works Department SUBJECT: ACCEPTANCE OF TRAFFIC SIGNAL AT JAMBOREE ROAD AND SANTA BARBARA DRIVE (C -1667) 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. 4. Assess liquidated damages in the amount of $4,100. DISCUSSION: The contract for the construction of a traffic signal at the intersection of Jamboree Road and Santa Barbara Drive has been completed to the satisfaction of the Public Works Department. The bid price was $39,886.00 Amount of unit price i'.ems constructed 39,886.00 Amount of change orders 1,132.30 Total contract cost 41,018.30 Amount budgeted in State Gas Tax Fund 44,000.00 (Account No. 19- 3339 -027) Two change orders were issued. The first provided for a change in the location of the controller cabinet to accommodate the landscaping of the corner of the police station property. The second provided for the installation of the sig- nal preempt equipment in the police and fire stations. The design engineering was performed by Herman Kimmel and Associates. The contractor is Grisson and Johnson, Inc. of Santa Ana, California. The required contract date of completion was July 11, 1975. The signal equipment was not installed until July 31, 1975. Upon installation, the signal controller failed repeatedly, with the signal being placed on flashing red each time. On August 21 repairs were completed and the signal placed in operation. The Standard Specifications provide for extensions of time for delays caused by unsuitable weather, war, flood, strikes, etc.; however, none of the reasons listed apply in this case. The supplier simply failed to deliver functioning equipment on time. The recommended assessment of liquidated damages in the amount of $4,100 is based on the 41 -day delay from July 11 to August 21, 1975 at the rate of $100 per day provided for in the Standard Specifications. �oseph Devlin public Works Director GPD:jd IFY7 CITY OF NEWPORT BEACH Office of CITY ATTORNEY February 4, 1975 To: The Honorable Mayor and Members of the City Council. From: City Attorney Subject: Reimbursement Agreement Relating To Installation Of Jamboree Road and Santa...8arbara Drive Traffic Si ffual Attached is a copy of the Reimbursement Agreement relating to installa- tion of the traffic signal at the intersection of Jamboree Road and Santa Barbara Drive, which has been executed.by The Irvine Company. The Public Works Department is waiting to process the final contract documents pending approval of the Agreement by the City Council.. Please review the terms of the Agreement,and unless you advise other- wise by the end of this week, we will assume that it meets with your approval. DENNIS D. O'NEIL City Attorney DDO /bc Attachment cc: City Clerk• Public Works Director C �i, k£11FpRT OF19, 1 1 .Q 9-413.Z By.__...... C1T`f OF tiEVVPORT BAG H TO: CITY COUNCIL FROM: Public Works Department January 27, 1975 CITY COUNCIL AGENDA ITEM NO. H -2 (b) SUBJECT: TRAFFIC SIGNAL -- JAMBOREE ROAD AT SANTA BARBARA DRIVE (C -1667) RECOMMENDATION: Adopt a resolution awarding Contract No. 1667 to Grissom and Johnson, Inc., for $39,886.00 and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: Nine bids for the installation contract were received and opened in the office of the City Clerk at 10:00 A.M., January 16, 1975. Contractor Amount Bid Grissom and Johnson, Inc. $39,886 Paul Gardner 41,932 Smith Electric 42,000 Steiny and Company 43,100 Fishbach and Moore 43,422 C. T. & F. Inc. 43,580 William Hahn 44,888 Trascon Inc. 45,890 Baxter - Griffin 45,999 The engineer's estimate for this project is $60,000 which in- cludes $2,500 for the installation of wiring and control buttons in the police and fire buildings. This project provides for the installation of a traffic signal at the intersection of Jamboree Road and Santa Barbara Drive. Provisions have been made for fire and police preemption of the intersection. This project will be funded 50% by the City Gas Tax Fund and 50% by The Irvine Company when the final tract map for the Enterhope Condominium project is approved by the City Council. It is recommended that the City advance The Irvine Company's share of the project from the Gas Tax Fund. Funds presently budgeted amount to $30,000. A budget amendment for $14,000 has been prepared for Council consideration. If approved, the money will come from the unappro- priated surplus in the Gas Tax Fund. When the contribution is received from The Irvine Company, the Gas Tax Fund will be reimbursed. January 27, 1975 Subject: Traffic Signal -- Jamboree Road at Santa Barbara Drive (C -1667) Page 2 The staff recommends that the contract for the subject project be awarded for the following reasons: 1. The horizontal and vertical curvature on Jamboree Road southerly of Santa Barbara Drive limits the approaching drivers view of the intersection as well as obscures the view of a driver exiting from Santa Barbara. 2. The proposed traffic signal will improve the efficiency of the Jamboree Road and San Joaquin Hills, Road traffic intersection by diverting some of the southbound left turns to Santa Barbara Drive. 3. The large increase in number of emergency vehicles using the intersection. 4. The Traffic Signal Warrants for (1) Interruption of Continuous Traffic and (2) Systems Warrant have been met. (See attached.) 5. The low bid is well below the original engineer's estimate. Plans for the project were prepared by Herman Kimmel & Asso- ciates, Consulting Traffic Engineers. Estimated date of completion for the work is July 1, 1975. eph U Devlin lic Works Director hh Attachments _.m Z 0 N ,W> ffDD a f- F- z o oz �Ixc) �. z a O W � J uQ a V ir un Q i r N J � ate' 1 N K ����111���911111111I �9QIIII���E11111111 6111111i10�1���� Illif 1111111 �Q�11 A @Alllllilllll I�IIIIIC /11/11111 ■N�ui nnuiu L111111111 �ui MIN r N J � ate' 1 N K 1 • • TIME A.H. HR VOLUME COUNT EIMF13 12 -1 Isilo 1 13 LSQ _ 1-2 0 1 -2 14 1 20 2-3 3 4(0 2 -3 1 -1.7 3 4 -7 3- 1 82 3 -5 5 16 4-5 17 -7 -6 6 7 5-6 18 -170 6- 7 353 -7 19 (o% s klVs 7 41A -9 9 ea -9 21 32 9 -10 1 5 9 -10 9-10 22 5 10 -II 111 1 S-7 10 -11 23 343 11 -12 12 1 1032. 11 -12 i24 Z7 w,=b. I t t»=c. -74 - 111 Z50 LOCATION .JAM 13012E 12b• N l o Sa+.lTA tbdi2$A1Z4 btu . DIRECTION 5 I!3 WEATHER GL)✓ DAY OF WEEK DATE 12 I��G • 7 TIME. A.N. HR VOLUME COUNT EIME P.M.M. 12 -1 Isilo 12 -1 13 -1 1 -2 0 1 -2 14 1 20 2-3 3 32 2 -3 1 43 3 4 B 3- 1 Z? o -5 5 16 4-5 17 IMS -6 6 7-3 5-6 18 236 6-7 7 Z40 -7 19 805 8 Gog 7 5 -9 9 1(0 -9 to 9 -10 1 9 -10 22 53 10 -11 1 74 10 -II 2 2.0 11 -12 12 -149 11 -12 124 ZZ TOTAL IZ 01(o W My 11 kvw . 74 -1114-3-7 LOCATION Sam r.� �AIa13AtzA bt2. trio JAty1 C3C�2c t2 v. 01REGT ION W 13 WEATHER GLGLV DAY OF WEEK DATE e • -74 TIME A.H. HR VOI IlMF COUNT 12 -1 3(Q 3 at, 1 -2 0 nF16 4 RO 2 -3 3 O 1 80 3 4 0 Z? o -5 5 10 - 17 280 -6 6 0 5- s ISO 6-7 7 0 -7 19 70 8 O 7 SO -9 9 6-9 r) 9 -10 1 9 -10 22 Sri 10 -11 1 10 -11 23 2.0 11 -12 12 80 II -12 24 lZr) TOTAL t!!ZK'i gl� 2 z m f� N M 0 O 0 n O M U) I Z 0 >. wo M = (}-zo U W O W K H �u u� i��es�t�e��en�e o� -w um � W Z Ji Q� W = 1 W. J a 11 I i��es�t�e��en�e 1 11 ■��111111�111111111 �� t��v � mmuememueet SON ■ii�i'°iiiiMiii in1 ii 11 Illll�ll;i��l � ■fllll�i��ll� 1 s iIC�:: �� I :p�■ offilimmemmism momme so IN so 9 -4 SIGNALS AND ILLUMINATION Traffic Manual August, 1972 Figure 9 -1A TRAFFIC SIGNAL WARRANTS 1-0z-,7s CALL GATE 01ST CO ST[ -PM CNN GATE JA- 400weie Fb- s`. n�1 Major St: Critical Approach Speed 'DIM mph Minor St: SAMTA 11A1QMMMA • Critical Approach Speed mph - Critical speed of majorstreat traffic �! 40 mph - - - - - -- - - - -- 1q1l obi } RURAL (R) In built up area of Isolated community of < 10,000pop. -- - - - - -- ❑ URBAN (U) - WARRANT 1 — Minimum Vehicular Volume Satisfied Yes❑ No K r Minimum Requirements 37, fj U 1 R U R APPRO 1 2or LAMBS Major street 500 1 350 11 600 a 1381 1047 SS1 152211.71 1819 11"704,114291 SO %= 534 Minor street ts0 tos 20o i4o 80 1100 160 180 220 2SO Igo -70 1 601,"L 112 NOTE: Left turn movements from Major St. included when LT- phasing is proposed Ca WARRANT 2 — Interruption of Continuous Traffic Satisfied Yes No Minimum Requirements - too Sim_ % U R U R I APANOSCN 1 112 or more Major Street 750 525 900 6 1 10411551 I57 Ib77 1 11 1' 4Z �HO/u�r rw� JOS 94 Minor Street 75 53 100 70 $0 100 80 SO x20 129011 50 70 AWw SO °lo° 6ia NOTE: Lett turn movements from Major St. included when LTphasing is proposed ❑ WARRANT 3 — Minimum Pedestrian Volume Satisfied Yes[] . Lys,t No 1y Minimum Requirements % U I R Hour Major, Street No Median 600 420 Volume Raised 1000 700 4'• Median Ped's Xing Ma or Street 150 105 11 /--� MIDBLOCX SIGNAL PA0POSE0 1 11 150 Feet N/E III S/W ft 1 Satisfied res L] 1 No ❑ WARRANT 4 — School Crossings Not App!icable See Chapter 10 5 ?e School Crossings 9•a: rent Sheet ❑ rs -LOA 1:/rzl OTWEIZ l=,&CT1OR5 ; 1. RELIEF FOR 5115 LEIaT TU*WIW1q VISMICLISS AT SAN J0A4UIN WILLS 1Zb. AWo AI &MI3012SE IZb• Z. 1-10121ZONThJ -- VEIWTI! AI 511214T 01ST"46. B. Plaoir'aCTLeb T"FFIC FWAM MVCISLOIPMEN'T UNWI1¢ COW3TICUC1104. . 4, PnjresCT*o INCIZlcA56b 7W&MIG WN&14 51f1NAL 1148T&LA r=1M. i , . +. TrcFc Manual SIGNALS AND ILLUMINATION 9 -5 ANgoat, 1977 Figure 9 -IB 7RAFFIC 51GNAL WAIRANTS WARRANT 5 — Progressive Movement Satisfied Yes❑ No ❑ MINIMUM REOUIREMENTS OISTANCE TO NEAREST SIGNAL 1000 f; I N , S 1t, E--lt. W ft 1 NOt Satisfied ON ISOLATED ONE WAY SLOB ST. WIT. ONE WAY TRAFFIC 4GNI FICANCE ADJACENT SIGNALS ARE 50 FAR APANT TNAT RECEAARY PLATOONING 6 SPEED CONTROL WOULD BEE LOST____ a fulfilled ON 3 -WAY ST WHERE ADAJACENT SIGNALS 00 NOT PROVIDE NECESSARY PLATOON ING 0 ❑ Not Satisfied ❑ SPEED CONTROL PROPO S EQ SIGNALS COULD CONSTITUTE A PROGRESSIVE SIGNAL SYSTEM Satisfied WARRANT S — Accident Experience Yes No . ❑ K SIGNAL WILL NOT SERIOUSLY DISRUPT PROGRESSIVE TRAFFIC FLOW MAJOR ST ❑ ADEQUATE TRIAL OF LESS RESTRICTIVE REMEDIES HAS FAILED TO REDUCE ACC. FREO ❑ ACC WITHIN A 1E No, PERIOD SUSCEPTIBLE OF CORR.O INVOLVING INJURY OR>5100 DAMAGE •. MINIMUM REQUIREMENT NUMBER OF ACCIDENTS RURAL OR SUBURBAN NWY OUTSIDE OF, ENTEAIM , OP 1I, V- 1.. G A CITY ❑ 5 OR MOPE HAS SURFACE STREET FRY OR ExPWAY RAMP TERMINALS MINIMUN VOLUME PEOUIRSMEMT SATISFIED T I - MINIMUM VEHICULAR VOLUME - - -- VEM,'XR —+ -- L % e01 DF_____ - _-- ..______-- -__ - -_ -_ - - -_ t2.!!.AM OP MORE Of WANRANT ] - 1NTE RRU O._000S TIC % ❑ _ iY - _- - _ _� WARRANT S - MINIMUM PEOESTRInN VOLUME _ _- Pe Ll 181 WARRANT 7 — Systems Warrant - Satisfied Yes% No ❑ MAJOR ST MN�MOO ST FD1 THROUGH PANT OF H' /Y SYSTEM SE RVIHG AS PRINCIPLE N-7-I .,%,Rum VOLUME •. ❑ Not Satisfied RURAL OR SUBURBAN NWY OUTSIDE OF, ENTEAIM , OP 1I, V- 1.. G A CITY REQUIREMENT ENTERING ENTERING VOLUMES - ALL APPROACHES HAS SURFACE STREET FRY OR ExPWAY RAMP TERMINALS DURING TYPICAL WEEKDAY PEAK HOUR APPEARS AS MAJOR ROUTE ON AN OFFICIAL PLAN E00 VEN /HR - - -- VEM,'XR —+ -- L OR Fulfilled EN F OR EACH SATURDAY t.01OR SUNDAY V- ANY A Nweo.. 1 CHARACTERISTICS O. MAJOR ROUTES MAJOR ST MN�MOO ST FD1 THROUGH PANT OF H' /Y SYSTEM SE RVIHG AS PRINCIPLE N-7-I -- -- CON --- AREAS - PA_N CI A- _--- GENERATION - - - -_ -- •. RURAL OR SUBURBAN NWY OUTSIDE OF, ENTEAIM , OP 1I, V- 1.. G A CITY HAS SURFACE STREET FRY OR ExPWAY RAMP TERMINALS APPEARS AS MAJOR ROUTE ON AN OFFICIAL PLAN ❑ Not Satisfied ANY MAJOR ROUTE CHARACTERISTICS MET, BOTH STS I 1%! & Fulfilled WARRANT 8 — Combination of Warrants T� / Satisfied Yes ❑ No ❑ REQUIREMEMT WARRANT j SATISFIED TWO WARRANTS I - MINIMUM VEMICULAR VOLUME % SATISFIEO i . INTERRUPTION OF CONTINUOUS TRAFFICI !G 50: OR MORE ) - MINIMUM PEOESTP.IA9 VOLUME I % The satisfaction of a warrant is not necessarity justification for signals. Oa %ay, congestion, Confusion or otherevidence of Me reed for right Of wEw assignment must o3 shown. TsIOBl}nm By i,i� v„ : wJNc 'IL CIT7 OF NAWPQRT BEACH. CITY OF NEWPORT BEACH Office of CITY ATTORNEY To: The Honorable Mayor and Members of the City Council From: City Attorney City Council Agenda Item No. H -7(a) January 13, 1975 Subject: Letter From The Irvine Company Re Traffic Signal To Be Located At The Intersection Of Jamboree Road And Santa Barbara Drive By letter addressed to the City Council dated December 12, 1974, Frank E. Hughes, Vice President of The Irvine Company, stated that The Irvine Company will reimburse the City for 508 of the cost of installing the traffic signal to be located at the intersection of Jamboree Road and Santa Barbara Drive. The payment is to occur when The Irvine Company property located on the corner of Jamboree and Santa Barbara is developed. Although the letter is in the nature of a contract, it can best be described as a "letter of intent" being less formal in structure. After fully reviewing this letter from The Irvine Company, it is my opinion that it is legally binding and will ripen into an enforceable unilateral contract once the City commences with the installation of the signal. Even though it may not be necessary in this instance to prepare a formal agreement, we, of course, can specifically spell out the rights, duties and obligations of the parties should this be the desire of the City Council. DD N. O'NEIL City Attorney DDO /bc Co 7 e , THE IRVINE COMP S _ 610 Newport Center Drive g U DEC 16197 .il Newport 644 Beach, California 92663 a goo . 2 The Honorable Donald A. McInnis `.,;Y y. i Mayor of Newport Beach City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Subject: Traffic Signal �- Intersection of Jamboree Road and Santa Barbara Drive Dear Mayor McInnis: It has come to my attention that there have recently been discussions between the City of Newport Beach and The Irvine Company concerning the traffic signal at the intersection of Jamboree Road and Santa Barbara Drive. I am writing this letter to clarify The Irvine Company's understanding of its obligations in the matter. In conjunction with the approval of Tentative Tract 8480 by the City, The Irvine Company was committed to share equally with the City the costs of the noted signal system. It is still our intention to share in the funding per our original commit- ment. However, as you know, significant delays have been incurred during the public processing of Tentative Tract 8480. Consequently, while the City is ready to proceed with the installation of the signal we remain uncertain of the future of Tentative Tract 8480. As our original commitment would normally be consummated at the final map stage, and since there is some question about the original project reaching that point, some confusion has arisen concerning our position as to the ultimate funding of the project. The following should clarify our intent. Regardless of the ultimate disposition of Tentative Tract 8480, we anticipate that the noted site will be developed in the future. It is our understanding that the City will proceed at this time to contract for the design and installation of the intersectional signalization. The City will pay for those total costs and notify The Irvine Company of that amount. The Irvine Company will reimburse the City 50% of that amount upon recordation of a final map for the site or the issuance of building permits for buildings on the site, whichever shall first occur. Please indicate if you need any further information or if I may answer any questions. Sincerely, 6 iF E. Hughes ce President Residential Division FEH:po cc, Milan Dostal, Peter Barrett, Lucille Kuehn, Howard Rogers, Paul Ryckoff, John Store , Dennis O'Neil RESOLUTION NO. 8 43 2 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT FOR I4N 2 71975 IMPROVEMENTS IN CONNECTION WITH TRAFFIC SIGNAL AT JAMBOREE ROAD AND SANTA BARBARA DRIVE, By tna ..,1( wurv.,,,CONTRACT NO. 1667 CITY OF NEWPORT REACH WHEREAS, pursuant to the notice inviting bids for improvements in connection with the traffic signal at Jamboree Road and Santa Barbara Drive, in accordance with the plans and specifications heretofore adopted, bids were received on the 16th day of January, 1975, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefore is Grissom and Johnson, Inc.; and WHEREAS, the City of Newport Beach and The Irvine Company have entered into a reimbursement agreement wherein The Irvine Company will pay fifty percent (50 %) of the installation costs for said traffic signal; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach Inc., for the work in the that the contract for the bidder on condition of re, agreement executed by The City Council; that the bid of Grissom and Johnson, amount of $39,886.00 be accepted, and described work be awarded to said ,eipt o f the traffic signal reimbursement Irvine Company and satisfactory to the BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 27th day of January , 1975. Mayor ATTEST: City Clerk DDO /bc 1/28/75 RESOLUTION NO. 8432 A RESOLUTION OF THE CITY COUNCIL OF THE CITY ! OF NEWPORT BEACH AWARDING A CONTRACT FOR IMPROVEMENTS IN CONNECTION WITH TRAFFIC SIGNAL AT JAMBOREE ROAD AND SANTA BARBARA DRIVE, CONTRACT NO. 1667 /Ff9 WHEREAS, pursuant to the notice inviting bids for provements in connection with the traffic signal at Jamboree Roa and Santa Barbara Drive, in accordance with the plans and speci 'cations heretofore adopted bids were received on the 16th day of January, 1975, and publicly opened and declared; and WH AS, it appears that the lowest responsible bidder therefore is G 'ssom and Johnson, Inc.; NOW, THER FD the City of Newport Inc., for the work in that the contract for bidder; , BE IT RESOLVED by the City Council of ch that the bid of Grissom and Johnson, \he amount of $39,886.00 be accepted, and tie described work be awarded to said BE IT FURTHER RESO VED that the Mayor and City Clerk are hereby authorized and dire ted to execute a contract in accordance with the specificatio s, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the uccessful bidder. ADOPTED this 27th day of ATTEST: City Clerk 1975. DDO /bc 1/24/75 P LEGAL NOTICE LE"L NOTICE CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:00 a.m. on the 16th day of January, 1975, at which time they will be . opened and read, for performing work as follows: CONSTRUCTION OF TRAFFIC SIGNAL ',M SAFETY LIGHTING AT JAMBOREE ROAD AND SANTA BARBARA DRIVE. CONTRACT NO. 1667 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 con- taining 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 Presi- dent and Secretary or Assistant Secretary are required and the Corporate Seal shall be affixed to all documents requir- ing 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. One set of plans and contract documents, including special 1 provisions, may be obtained at the Public Works Department, City Hall, Newport Beach,.Callfornia, at no cost to licensed contractors. 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 (1973 Edition) 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 has adopted Standard Special Provisions and Stand - ard Drawings. Copies of these are available at the Public Works Department at a cost of $5.00 per set. A standard "Certificate of Insurance for Contract Work for City" form has been adopted by the City. This form is the only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds, and Faithful Performance Bonds must be an insurance company or surety company licensed by the State of California, The companies must also have a current General Policy Holders Rating of A or better; and a Financial Rating of at least AAA as per the latest edition of . Best's Key Rating Guide (Property - Liability). In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1170 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, classifi- cation, or type of workman or mechanic needed to execute. the contract and has set forth these items in Resolution No. j 8090 adopted September 10, 1973. A copy of said resolution is available in the office of the City Clerk, All parties to the contract shalt be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770- 1781 inclusive). The city reserves the right to reject any or all bids and to waive any informality in such bids. LAURA LAGiOS, CITY CLERK CITY OF NEWPORT BEACH, CALIFORNIA Publish: Dec. 26, 1974, in the Newport Harbor_.Ens(go. NOV 2 5 1974 TO: FROM: SUBJECT: � ,e er 1974 DEC 9 1974 CITY COUNCIL CC p gy +he CITY COUNCIL Public Works Deart XWO94* 46ACH CITY COUNCIL AGENDA ITEM N0. H -13 TRAFFIC SIGNAL AT JAMBOREE ROAD AND SANTA BARBARA DRIVE (C- 1667). RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 10:00 a.m. on December 16, 1974. DISCUSSION: On November 11, 1974 the City Council postponed consideration of the subject traffic signal to November 25, 1974. The Coastal Zone Commission has been contacted regarding the scheduling of the public hearing for the required Coastal Zone Permit (Application #P- 2915). The project is currently scheduled for hearing on December 2, 1974. Assuming that a Coastal Zone Permit is obtained on December 2 it is doubtful that the developer (Interhope, Inc. and M. H. Golden Inc.) will agree to fund their share of the project until after approval of the Final Tract Map by the City Council. This project provides for the installation of the traffic signal system at the intersection of Jamboree Road and Santa Barbara Road. Included with this work is the interconnection to the signal system at Jamboree Road and San Joaquin Hills Road and the installation of fire and police preempt system. The plans were prepared by Herman Kimmel and Associates. The estimated date of completion is May 1, 1975. The estimated cost of the work is $60,000. The 1974 -75 budget allocated $30,000 for this project with the remaining 50% to be funded by Interhope, Inc. and M. H. Golden. Inc. The developer's share of the project was a condition of approval of the tentative tract map for the Interhope condominiums. The developer for the project has advised the City that they will not advance funds for the project until approval of their Final Tract Map. They indicated in October it would be approximately six months before submittal of the Final Tract Map. Recommend that the City advance the necessary funds to construct the project at this time. The necessary budget amendments will be submitted ).at the time of awa of the contract. Joseph T Devliq, Pub}, Dixacxor ..., 7, fast � iv NOV 1 11194 ',p November 11, 1974 CITY COUNCIL AGENDA ITEM NO. H -8 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: TRAFFIC SIGNAL SYSTEM AT JAMBOREE ROAD AND SANTA BARBARA DRIVE (C -1667) RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 10 a.m. on December 1'0-, 1974. DISCUSSION: ( r This project provides for the installation of the traffic signal system at the intersection of Jamboree Road and Santa Barbara Road. Included with this work is the interconnection to the signal system at Jamboree Road and San Joaquin Hills Road and the installation of fire and police preempt system. The plans were prepared by Herman Kimmel and Associates. The estimated date of completion is May 1, 1975. The estimated cost of the work is $60,000. The 1974 -75 budget allocated $30,000 for this project with the remaining 50% to be funded by the Irvine Company. The Irvine Company's share of the project was a condition of approval of the tentative tract map for the Interhope condominiums. The developer for the project was contacted and advised the City that they will not advance funds for the project until approval of their Final Tract Map. They indicated it would be approximately six months after they receive their Coastal Zone Permit before submittal of the Final Tract Map. Recommend the City advance the necessary funds to construct the project at this time. The necessary budget amendments will be submitted at the time of award of the contract. c ` - Q Bill E. Darnell Traffic Engineer BED:bcd �' r f E B 2 5 1974 C ,,1 1L. . TO: CITY COUNCIL FROM: Public Works Director SUBJECT: TRAFFIC SIGNAL INSTALLATION AT JAMBOREE ROAD AND SANTA BARBARA DRIVE d- M7 RECOMMENDATION: February 25, 1974 CITY COUNCIL AGENDA ITEM NO. H -9 Add the construction of the subject traffic signal to the 1973 44 Capital Improvement Program. DISCUSSION: The installation of traffic control signals at the intersection of Jamboree Road and Santa Barbara Drive will rise from a low priority to a high priority project with the completion of the new Police Facility Build- ing and the construction of Santa Barbara Drive from Jamboree Road to Newport Center Drive West. Because of the long delays being experienced by the contractors in the delivery of signal equipment, it would be desir- able to schedule the project so that the award of the contract could be made as soon as possible. The estimated cost of the signal including pre -empt devises for Police and Fire is $60,000. The budgeted gas tax project for the construction of University Drive from Jamboree Road to MacArthur Boulevard has been delayed and will not be built this year. A transfer of funds from this account to the subject project is proposed as a source of financing. The plans and specifications will be prepared by Herman Kimmel and Associates, Inc. of Newport Beach. A budget amendment in the amount of $57,000 has been prepared in the event the Council approves the recommendation. in H rector JWvaxy 19, 1976 acissom i Jbisssae, Inc. P. 0. Box 10040 Sanlet Ana, California 92711 &94wts Sweaty : Omwercia Unicn mnsw ante Caury Donis No. s Ch 71084-57 Project : Traffic signal .and Safety Lighting at Jamboeaa Road and Santa Barbera Drive Contract No.: 1667 Notioe of Ooeplst M was filed with the Orarxp County Aa=&w an Deoamber 30, 1975, in Book 11608, Page 1105. Please notify yaw sweaty coepeny that bands may be released 35 days alter xaoocdfng date. Lassa Lagios, QMC City Clark Mak PLEASE RETURN TO, REQ4 oaOlNQ LA.0 -'. ! ".'105, CITY CLERK ZSre0 BY _ C,­; :.. ..0 ,_PEACH !LE`/ARD i,�,L!F. 92660 31262 EXEMPT C8 NOTICE OF COMPLETION PUBLIC WORKS BK 11608PG 1 105 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 9:05 A.M. DEC 301975 J. ME CARLYLE, county R000n* To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on AW,st 21, 197S the Public Works project consisting of Traffic Signal and Safety Lighting at Jamboree Road and Santa Barbara Drive on which Gris was the contractor, and Cann was the surety, was completed. V ERIFICATIO] I, the undersigned, say: CITY OF NEWPORT BEACH c Works 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 ilerr 2';„ 1975 at Newport Beach, California. VERIFICATION OF I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on Dece(ber 22, 1975 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 DecEnps 23, 1975 at Newport Beach, California. 9 SEW ART CITY OF NEWPORT BEACH U 1 a CALIFORNIA City Hall cgGIFOf9t 3300 W. Newport Blvd Area Code 714 673 -2110 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: Attached for recordation is Notice of Completion of Public Works project consisting of at Jmdmom Bond rm cams saybaza .._ ;m Contract No. 1667 on which ariggM 6 Johngm, pw, was the Contractor and was the surety. Please record and return to us. Very truly yours, Laura Lagios City Clerk City of Newport Beach LL: Encl. E I l' TO F CERTIFICATE OF I3SW4NGF P 3!f�'n, Jr CITY OF NEWPORT BEACH Z Nep i�Y at 3300 NEWPORT BOULEVARD DATE 3 -19 -75 Vqt NEWPORT BEACH, CALIFORNIA L ATTN: CITY CLERK THIS 15 TO CERTIFY THAT THE COMPANY OR COMPANIES CHECKED ABOVE HAVE IN FORCE AS OF THE DATE HEREOF THE FOLLOWt L S NAME AND ADDRESS OF INSURED OR EMPLOYER LOCATION OF PROPERTY. DESCRI PTIUN OF OPERATIONS. EU NDUCTF GRISSOM & JOHNSON, INC. ALL OPERATIONS AND WORK PERFORMED P.O. BOX 10040 ON BEHALF OF CERTIFICATE HOLDER BY SANTA ANA, CALIFORNIA 92711 THE NAMED INSURED. KIND OF INSURANCE POLICY NUMBER EXPIRATION LIMITS OF LIABILITY WORKMEN'S COMPENSATION 6..1 EMAN'S FUND INSURANCE COMPANY L,�.;, Vt ❑ AMERICAN INSURANCE COMPANY STATUTORY ®V:j) El NATIONAL SURETY CORPORATION THOUSAND DOLLARS, EACH PERSON El ASSOCIATED INDEMNITY CORPORATION THOUSAND DOLLARS. EACH ACCIDENT r FIRE ❑ AMERICAN AUTOMOBILE INSURANCE COMPANY AARAK.. I.,... C, w.eARIFa XP257 32 09 4 -1 -77 TO F CERTIFICATE OF I3SW4NGF P 3!f�'n, Jr CITY OF NEWPORT BEACH Z Nep i�Y at 3300 NEWPORT BOULEVARD DATE 3 -19 -75 Vqt NEWPORT BEACH, CALIFORNIA L ATTN: CITY CLERK THIS 15 TO CERTIFY THAT THE COMPANY OR COMPANIES CHECKED ABOVE HAVE IN FORCE AS OF THE DATE HEREOF THE FOLLOWt L S NAME AND ADDRESS OF INSURED OR EMPLOYER LOCATION OF PROPERTY. DESCRI PTIUN OF OPERATIONS. EU NDUCTF GRISSOM & JOHNSON, INC. ALL OPERATIONS AND WORK PERFORMED P.O. BOX 10040 ON BEHALF OF CERTIFICATE HOLDER BY SANTA ANA, CALIFORNIA 92711 THE NAMED INSURED. KIND OF INSURANCE POLICY NUMBER EXPIRATION LIMITS OF LIABILITY WORKMEN'S COMPENSATION STATUTORY EMPLOYERS' LIABILITY THOUSAND DOLLARS, EACH PERSON THOUSAND DOLLARS. EACH ACCIDENT BODILY INJURY LIABILITY OTHER THAN AUTOMOBILEA 300 THOUSAND DOLLARS. EACH OCCURRENCE XP257 32 09 4 -1 -77 300 THOUSAND DOLLARS. AGGREGATE PRODUCTS AND COMPLETED OPERATIONS PROPERTY DAMAGE LIABILITY OTHER THAN AUTOMOBILE' 300 THOUSAND DOLURS, EACH OCCURRENCE 300 THOUSAND DOLLARS. AGGREGATE OPERATIONS 300 THOUSAND DOLLARS, AGGREGATE PROTECTIVE II II 300 THOUSAND DOLLARS. AGGREGATE CONTRACTUAL 300 THOUSAND DOLLARS, AGGOE.ATS RlEt.CT. AND COMPLETED OPERATIONS AUTOMOBILE: 300 BODILY INJURY LIABILITY' 11 N THOUSAND DOLLARS, EACH PERSON 300 THOUSAND DOLLARS. EACH OCCURRENCE PROPERTY DAMAGE LIABILITY' 11 rl 300 THOUSAND DOLLARS. EACH OCCURRENCE MEDICAL PAYMENTS § EACH PERSON COMPREHENSIVE —LOSS OF OR DAMAGE TO THE ACTUAL CASH VALUE UNLESS OTHERWISE STATED HEREIN AUTOMOBILE. EXCEPT BY COLLISION OR UPSET BUT INCLUDING FIRE. THEFT AND WINDSTORM $ ACTUAL GSN VALUE LESB COLLISION OR UPSET $ DEDUCTIBLE UMBRELLA LIABILITY KLB124 00 72 -1 -76 $3,000,000. PER POLICY OCCURRENCE INCLUDES CONTRACTUAL AND BROAD FORM PROPERTY DAMAGE DESCRIPTION AND LOCATION OF OPERATIONS AND AUTOMOBILES COVERED IN THE-EVENT OF CANCELLATION, THIRTY DAYS WRITTEN NOTICE WILL BE GIVEN TO THE PARTY TO WHOM THIS CERTIFICATE IS ADDRESSED. 'IF COMPREHENSIVE. SO STATE. THIS CERTIFICATE OF INSURANCE NEITHER AFFIRMATIVELY NOR NEGATIVELY AMENDS, EXTENDS OR ALTERS THE COVERAGE AFFORDED BY THE.POLICY OR POLICIES SHOWN ABOVE. IN EVENT OF ANY MATERIAL CHANGE IN OR CANCELLATION OF THE POLICY OR POLICIES THE COMPANY WILL MAKE EVERY EFFORT TO NOTIFY THE ADDRESSEE BUT UNDERTAKES NO RESPONSIBILITY BY REASON OF FAILURE TO DO SO. 185110-11-73 ... ........ .. ..... _r .. .... .... . AUTHORIZED REPRESENTATIVE LEE —ToMITH & COMPAN-V, INC. TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. g� 67 Project Traffic 8i17ia1 t_ Date Hwch 129 1975 U79-r"17-1 /f f, . Attached is signed copy of subject contract for transmittal to the contractor. Contractor: GkIssm 9 Johnson, Inc. Address: P. 0. Sou 10040, Santa Ms, CA 92711 Amount: $ 39.886.00 Effective Date: 3 -10 -75 Resolution No. 9442 Laura Lagios LL:dg Att. cc: Finance Department [� f i8k5 CITY CLERK CONTRACT NO. 1667 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR CONSTRUCTION OF TRAFFIC SIGNAL AND SAFETY LIGHTING AT JAMBOREE ROAD AND SANTA BARBARA DRIVE Approved by the City Council this day of A dAj.� , 1974. Laura Lagios, Ci Clerk SUBMITTED BY: Cmnta Ana._ CA 92711 Y p (714) 540 -9570 Phone r- i1 . 1 ;r i a i Ll CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS Page 1 SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:00 A.M. on the 16 day of January , 19j�, at which time they will be opened and read, for performing work as follows: CONSTRUCTION OF TRAFFIC SIGNAL AND SAFETY LIGHT- ING AT JAMBOREE ROAD AND SANTA BARBARA DRIVE CONTRACT NO. 1667 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 anTthe Cor orate Seal shall be affixed to all documents requiring signatures. In the case of a artnership, 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. One set of 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. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) Page la The City has adopted the Standard 1, ecifications for Public Works Construction (1973 Edition) as prepare y t e out ern 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 $5.00 per set. A standard "Certificate of Insurance for Contract Work for City" form has been adopted by the City. This form is the only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds, and Faithful Performance Bonds must be an insurance company or surety company licensed by the State of California. The companies must also have a current General Policy Holders Rating of A or better; and a Financial Rating of at least AAA as per the latest edition of Best's Key Rating Guide (Property - Liability). 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 Resolu- tion No. 8090 adopted September 10, 1973. 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). The City reserves the right to reject any or all bids and to waive any informality in such bids. 1 - 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 case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying 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. 763167 Classification C10 SA Accompanying this proposal is (Cash, rti k iel 5eck, Cashier's Check or on 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. WAXIMEW, 1011 , . D ate January 16, 1975 Bid er s Name Corporat Typel99 Orgai on nization (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 SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors 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 subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. .,, '] J S/ Au" tor ze Seigrnpakure Corporation Type of r�ganization (Individual, Co- partnership or Corp.) ress Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, Grissom & Johnson, Inc. as Principal, and Commercial Union Insurance Company , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of Bid Dollars ($ 10% of bid ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of Traffic Signal and Safety Lighting at Jamboree Road and Santa Barbara 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, Sunday and Federal Holidays) 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 16th day of lannary 1979 _, Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) S.Upnny Curry Commission expires 1/16/78 Commercial Union Insurance Company Surety By S /Edward _Reiter Title Edward Reiter, 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 agree- ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agree- ment 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 materialman 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 inducement 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 whomsoever 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 this l6t({!ay of ja„nary , 197_. My commission expires: December 20, 1978 Alicia Skene Notary, u is "FOR IGINAL SEE CITY CLERK'S F COPY" Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. Current Balance Sheet Attached On file with City Clerk 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. 1975 City of Irvine RPrf Mfichow 833.3949 1975 City of Bell Gardens FnginpPrinn Dent (913) 773 -5060 1975 City of Brea Engineering Dept 529 -1951 X7246 (Harbor Blvd- Anaheim & Fullerton) X974 Mrrrpw rnn�t CO (City of Cerritos Mr. McGrew 558 -7421 S/. Rex M. Grissom P re igne Page.8 LABOR AND MATERIAL BOND �vND A: GA 710d'll�* -SCI 1 109M v/n 11rct-up640 !N KNOW ALL MEN BY THESE PRESENTS, That c/3oAsA, WHEREAS, the City Council of the City of Newport Beach, State of California by. motion adopted i p January 27. 1975 as awarded to ................ .... Grissom & .lohnson Inc. hereinafter designated as the "Principal ", a contract for Traffic Signal and `Safety Lighting at Jamboree Road and Santa Barbara Drive (C -1667) 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 4TCISSaAl -i- -- oH14X0 /V - - jyc, as Principal,.hereinafter designated as the Contractor andam A Epp C/,+ e1 / o /V DNS y,e��cE cc�w, ►��N y as Surety, Surety, are held firmly bound unto the City of Newport Beach, in the sum of /u w! ,tR , Dollars ($ l / ../��3 oc ) 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 J S 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. n �J (Labor and Material Bond - Continued) • Page 9 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 extension of time, alterations to be performed thereunder or affect its obligations on this extension of time, alterations work or to the specifications. received, hereby stipulates and agrees that no change, or additions to the terms of the contract or to the work the specifications accompanying the same shall in any wise bond, and it does hereby waive botice of any such change, or additions to the terms of the contractor or to the 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 instruct has been duly executed by the Principal and Sur @tye above named, on the 42 - day of 19ZM %- �� ^iSeai ontraetor C-e41AL=RCi9L Llr0N 412,4,4 l L. (Seal) S ) This bond was approved by the City Council of the City of Newport Beach by motion on Attest: City Clerk (n�lit� �nrP.v�- Jai —I�t (Seal) lv 0 • jo State of California SS. County of Orange )) rim�mnnmm�imm�mm nnnnnnn.nmu,•.mn...�ininw \ ........................... 'A.WHA CA-,A ?0 ORANGE COUNTY My Commission Expires Cctober 21, 1977 1 YO 69 R4 1917$) On February 12, 1975 before me, the undersigned, a Notary Public of said county and state, personally appeared Edward Reiter known to me to be the Attorney -in -Fact of Commercial Union Insurance Company the Corporation that executed the within instrument, and known to me to be the person who executed the said instrument on behalf of the Corporation therein named, and acknowledged to me that such Corporat" n executed the same. N ARV PUBLI PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That —716 Page: 10 rme WHEREAS, the City Council of the City of Newport Beach, State of California, by motion ,adopted January 27, 1975 has awarded to Grissom & Johnson. Inc. hereinafter designated as the "Principal ", a contract for Traffic Signal and Safety Hahtina at .Iamhnre RoasL,and _Santa Barbara Drive (C -1667) in the City of Newport Beach, in strict conformity with the drawings and specifications and other contract documents now on file in. the office of the City Clerk of the City.of Newport Beach. WHEREAS, said Principal has executed or is about to execute said contract and the terms whereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We,. 0 /V as Principal, hereinafter designatedAs the "Contractor ", and (� rum L U sly As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of Dollars ($ said sum being equal to 1001 of the - estimated amownt 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, t w► heirs, executors and adiodaistrators, successors or assigns, jointly and seWall,y, fia^mly by .these presents. THE CONDITION OF THIS OBLIGATION 1S SUCH, that if the above bounden frincipal,.his or its heirs, executors, administrators, successors,, or assigns,.shall in all things . stand to and abide by„ and well cod 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. a 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 instrument has been duly executed by the Principal and Surety above named, on the day ofsa4/L�1a,2g 19 ontrac or 7Ee dURN /N' F, R (Seal) l Surety 0 0 K, t � � A J ` 0 K, t State of California County of Orange 1YO60 R9 (9 "2( February 12, 1975 j On ,before me, the undersigned, } ss. .a Notary Public of said county and state, personally appeared J Edward Reiter known to me to he the Attorney -in -Fact of Commercial Union Insurance Company the Corporation that executed the within instrument, and known to me to be the person who executed the said instrument on behalf of the Corporation therein named, and acknowledged to me that such CoruoratioAcxecuted the same. OFFICIAL SEAL ""U'. MARTHA CAMPO n ayyt : NOTARY PUMM.. C ALIFORNIA FRI \CI: +AL GF'FIC.. IN ORANGE COUNTY My Commission Exrires Ccicber 21, 1977 1YO60 R9 (9 "2( February 12, 1975 j On ,before me, the undersigned, } ss. .a Notary Public of said county and state, personally appeared J Edward Reiter known to me to he the Attorney -in -Fact of Commercial Union Insurance Company the Corporation that executed the within instrument, and known to me to be the person who executed the said instrument on behalf of the Corporation therein named, and acknowledged to me that such CoruoratioAcxecuted the same. Page 12 CONTRACT THIS AGREEMENT, made and entered into this day. of 19_, by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and Grissom & Johnson, Inc. 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 '[raffir Signal and Safety Lighting at Jamboree Road and Santa Barbara Dcive (C -1667) 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 t& 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. v r • � ' Page 13 i 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. rr CITY OF NEWPORT.BEACH, CALIFORNIA d By' ���� A mayor � Grissom & Johnson. Inc. contractor (SEAL) By: Pres. By sec. Title 0 . 0 c CITY OF NEWPORT BEACH CALIFORNIA City Hall 7 <�FO KN�r 3300 W. Newport Blvd. Area Code 714 673 -ZIIO DATE: February 14, 1,375 TO: FINANCE DIRECTOR FROM: City Clerk SUBJECT: Contract No. 1667 Description of Contract Traffic Signal - Intersection of Jmboree Road and Santa Barbara Drive Authorized by Resolution No. 8432 , adopted on January 27, 1975 Effective date of Contract Februaxy 10, 1975 Contract with Mr. Frank Hughes Address The Irvine Company 610 Newport Center Drive, Newport Beach, CA 92660 Mount of Contract The Irvine Company to reimburse the City 50% of the installation costs. t -city e c • 0 Fobnuary 14, 1975 Mr. Fronk E. Hughes, Vice PresiAsnt Residential Division The Irvine Company 610 Newport Center Drive Newport Head►, California 92660 Subject: Traffic Signal - Intersection of Jamboree Road and Santa Barbara. Drive Dear Mr. Hughes: Enclosed is a copy of the agreement between the City of Newport Beads and The Irvine Company to share equally for the design and installa- tion of subject traffic signal. This agreemant was authorized by the City Council January 27, 1975 by the adoption of Resolution No. 8432. Laura Iagios, CHC City Cleric E0MM-731 Enclosure C -lGG df9 i CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS Page 1 SEALED BIDS will be received at the office of the City Clerk, City Nall, Newport Beach, California, until 10:00 A.M. on the 16 day of 197 , at which time they will be opened and read, for performing wore as fo ows: CONSTRUCTION OF TRAFFIC SIGNAL AND SAFETY LIGHT- ING AT JAMBOREE ROAD AND SANTA BARBARA DRIVE CONTRACT NO. 1667 Bids must be submitted on the proposal foram attached with the contract documents furnished by the Public Works Departmeni._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. B. C. D. E. F. Proposal Designation of Subcontractors Bidder's Bond Non - collusion Affidavit Statement of Financial Responsibility Technical Abiliti'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 an t^d he C�orpor�ate Seal shall be affixed to aTl documents requiring signatures. In the case of a arls tnership, 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. 'One set of plans and contract documents, including special provisions, may be obtained I t the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) OF JAMBOREE ROAD AND SANTA BARBARA DRIVE CONTRACT NO. 1667 PROPOSAL To the Honorable City Council City of Newport Beach 3300 W. Newport Boulevard Newport Beach, CA 92660 Gentlemen: PR 1 of 2 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 pro -. poses to furnish all materials and do all the work required to complete Contract No. 1519 and will take in full payment therefor the following unit prices for each item, complete in place, to wit:' ITEM QUANTITY ITEM DESCRIPTION UNIT UNIT TOTAL NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Construct traffic signal system at the intersec- tion of Jamboree Road with Santa Barbara Drive @,3 % Dollars and Cents Lump Sum TOTAL PRICE WRITTEN IN WORDS: 7?aS7►' V/VA 7 aptlRevp Dollars and AV �lGe9�7",ir..rltFD E/L�fTr S/X Cents $ $38gbd' TOTAL: $3948dG =' CONTRACTOR'S LICENSE NO. 263167 — - ' - nc. aki 4 Aanainrw it, P � R -i- a ,x r. � x�ck- an..'' ...:'x -= � s -may. ♦. ,s olG PR 2 of 2 i CONTRACTOR'S ADDRESS P. 0. Box 10040 Santa Ana, Ca. 92711 TELEPHONE NUMBER 540 9570 NOTE: Designate the Traffic Signal Controller Supplier in the space below: el�'EGOA�EX //r/L (Name of Controller Supplier tAadress} — *4N/4 g4,-7 ), LsFG /F 4Z aO�p 76 TT lephone Number 0 Page la The City has adopted the Standard S ecifications for Public Works Construction (1973 Edition) as prepare y the out ern Ca i ornia 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 $5.00 per set. A standard "Certificate of Insurance for Contract Work for City" form has been adopted by the City. This form is the only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds, and Faithful Performance Bonds must be an insurance company or surety company licensed by the State of California. The companies must also have a current General Policy Holders Rating of A or better; and a Financial Rating of at least AAA as per the latest edition of Best's Key Rating Guide (Property - Liability). 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 Resolu- tion No. 8090 adopted September 10, 1973. 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). The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 12 -10 -73 0 0 Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as 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 Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying 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. 263167 Classification clo sn Accompanying this proposal i s 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. (714) 540 9570 Phone u er January 16, 1975 Date song (nom_ - (SEAL) >1 . e ety. Corporation Type of Organization (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: Rex M. Grissom John A. Pouk Robt. P. Johnson 0 0 Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors 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 subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address 1. 2. 3. 4. 5. 6. 7. 8. 9. 10 11. 12. Gri ssom & hn on Inc. i er s Name / Vif t�ijLl4 rte- -R r -hsy?� Authorized 1gnaturb. "' - -- - -- - Type of Organization (Individual, Co- partnership or Corp.) Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, Grissom & Johnson, Inc. , as Principal, and Commercial Union Insurance Company as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of Bid Dollars ($ 10% of bid ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of Traffic Signal and Safety Lighting at Jamboree Road and Santa Barbara Drive Contract #1667 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, Sunday and Federal Holidays) 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 16th day of January 1975 Corporate Seal (If Corporation) caTSSOM R .70HNSON_ INC_ - (Attach acknowledgement of Attorney -in -Fact) i Commercial Union Insurance Company Surety rLE2j'Edwq d iter, Att ney -I Fact I i < R State of n CALIFORNIA O ANaRAy 16 4 /-J /s before me, the undersigned, ss. .a Notary Public of said county and state, personally appeared County of ORANGE EDWARD REITER , known to me to be the Attorney -in -Fact of COMMERCIAL UNION INSURANCE COMPANY , . w . ,..,,,. ,, , the Corporation that executed the within instrument, and known OFFICIAL SEAL - to me to be the person who executed the said instrument on CURRY behalf of the Corporation therein named, and acknowledged to ef n:. ccnCE IN m me that such Corporation executed the same. 'OFFICE IN L:i. RGE COUNTY My.:'cmmission clxpres Jan. 16. 1978 ��, ,,,. ....,,,,,,. ..,,., ,.,,.,,,��� .................... L _ - 0 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 agree- ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agree- ment 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 materialman 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 inducement 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 whomsoever 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 this 16thday of January , 1975 My commission expires: December 20, 1978 ! ♦♦♦♦see♦e♦se000eeeooeo♦e♦♦e♦♦ orn IAL c 6,L e My Commia 1. "CO:: ♦ slon 6;;; i,ae U.r.:. O ♦e ♦ ♦ ♦0060004eOG0 d3ppypey„'�9♦ Gri Notary Public Secy. r7 , Notary Public Secy. Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. Current Balance Sheet Attached O i GRISSOM 6 JOHNSON, INC. • BALANCE SHEET* October 31, 1974 and 1973 ASSETS CURRENT ASSETS Cash in banks Certificates of deposit Cash - savings and loan associations Accounts receivable (net of provision) Material and supplies (at cost) Notes receivable, current maturity Prepaid expense Deposits Deferred income taxes (Note 4) TOTAL CURRENT ASSETS INVESTMENTS Vista land Partnership PROPERTIES AND EQUIPMENT Plant building and offices Automotive and construction equipment Office furniture and equipment TOTAL Less accumulated depreciation Land OTHER ASSETS Notes receivable - secured (Note 6) Less current maturities TOTAL Organization expense (net of amortization i TOTAL ASSETS $ 61,404 .100,000 42,140 510,240 36,842 2,587 827 8,635 1974 $ 767,675 1973 $ 62,177 100,000 51,086 521,329 18,894 39,372 19,814 725 5,446 $ 818,843 187,777 372,400 '28,365 564,700 563,430 43,533 41,304 980,633 633,099 (563,383) 417,250 (515,310) 117,789 100,784 158,971 336,355 39,372) 296,983 452 159,423 1,536 298,519 1 440 132 1 4S 2228.' * Unaudited - see accompanying letter and footnotes. HANSON. PETERSON. COWLES 9 SYLVESTER CERTI FIED PUBLIC ACCOUNTANTS f� LIABILITIES AND STOCKHOLDERS EQUITIES 1974 CURRENT LIABILITIES Trade payables $2 Deferred income Accrued wages Other accruals Provision for income taxes Current Deferred (Note 4) TOTAL CURRENT LIABILITIES PROVISION ACCOUNTS Sales tax deficiency (Note 5) Deferred income taxes (Note 4) STOCKHOLDERS' EQUITIES Common stock, 3,050,000 shares author- ized @ $1 par value, 85,989 shares issued and outstanding (after deducting 4,130 shares in treasury; none re- served for options, warrants, conver- sion or other rights) Reduction surplus (Note 7) Paid in capital Retained earnings (Exhibit C) 17,753 1,060 21,442 17,856 35,584 27,413 $ 321,108 28,844 Exhibit A 1973 $262,902 55,715 31,045 $ 349,662 22,166 46,386 90,119 90,119 181,075 181,075 280,000 280,000 538,986 1,090,180 453,520 1,004,714 TOTAL LIABILITIES AND STOCKHOLDERS' EQUITIES $1,440,132 HANSON. PETERSON. COWLES & SYLVE CERTIFIED PUBLIC ACCOUNTANTS $1,422,928 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. 1975 City of Irvine Bert Muchow 833 -3840 1975 City of Bell Gardens Fngineerinn Dent- (913) 772 5060 1975 City of Beea Fn9ineerin9 nept-_r529 4951 1975 State of California Mr ___yalentina- FFC1gi11ear 213 7LL9 7246 (Harbor Blvd- Anaheim & Fullerton) i gned Pres. i � ;.. . ,. _. _ ;.. �. _ -. , . __� , ,. -- _ ; r_ _ v �: -_ ;� -..: 0 RESOLUTION NO. .9 4' 0 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT FOR IMPROVEMENTS IN CONNECTION WITH TRAFFIC SIGNAL AT JAMBOREE ROAD AND SANTA BARBARA DRIVE, CONTRACT NO. 1667 WHEREAS, pursuant to the notice inviting bids for improvements in connection with the traffic signal at Jamboree Road and Santa Barbara Drive, in accordance with the plans and specifications heretofore adopted, bids were received on the 16th day of January, 1975, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefore is Grissom and Johnson, Inc.; and WHEREAS, the City of Newport Beach and The Irvine Company have entered into a reimbursement agreement wherein The Irvine Company will pay fifty percent (50 %) of the installation costs for said traffic signal; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Grissom and Johnson, Inc., for the work in the amount of $39,886.00 be accepted, and that the contract for the described work be awarded to said 1 bidder on condition of receipt o f the traffic signal reimbursement agreement executed by The Irvine Company and satisfactory to the City Council; I BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 27th ATTEST: City Clerk day of January , 1975. yor DDO /bc 1/28/75