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