Loading...
HomeMy WebLinkAboutC-1875 - Installation of traffic signal at Campus Drive & Von Karman AvenueIv l_ 2 5 19I T By tha CiTY COU?vCAL CITY W 04 wPQKT B A,Ci-S TO: CITY COUNCIL FROM: Public Works Department July 25, 1977 CITY COUNCIL AGENDA ITEM NO. H -10 SUBJECT: ACCEPTANCE OF INSTALLATION OF TRAFFIC SIGNAL AND SAFETY LIGHTING ON CAMPUS DRIVE AND VON KARMAN AVENUE (C -1875) RECOMMENDATIONS: 1. Accept the Work 2. Authorize the City Completion. 3. Authorize the City days after Notice DISCUSSION: Clerk to file a Notice of Clerk to release the bonds 35 of Completion has been filed. The contract for the installation of the traffic signal and safety lighting at Campus Drive and Von Karman Avenue has been completed to the satisfaction of the Public Works Department. The bid price was: $40,442.00 Amount of unit price items constructed 40,442.00 Amount of change orders 566.66 Total contract cost 41,008.66 Change Order No. 1 was issued for a change of control equipment type and luminaire type. Change Order No. 2 was issued for deletion of a portion of median island on Campus Drive. The change orders resulted in a net increase in the contract of $566.66. Funding for construction of this project was: City of Newport Beach $13,677.47 City of Irvine 20,504.33 Koll Center Newport 6,826.86 The design engineering was performed by Herman Kimmel and Associates, Inc. The contractor is Baxter - Griffin Co., Inc. of Stanton, California. The contract date signal was turned on May 23, oseph Devlin ublic W rks Director '�JTD:BED:bcd of completion was May 24, 1977. The 1977. Drive L St. I �A L I � oil BILE A� ` I II ua �at PUBLIC NOTICE UBLIC N -OTICE 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 10:30 a.m. on the 28th day of December, 1976, at which time they will be opened and read, for performing work as follows: CONSTRUCTION OF TRAFFIC SIGNAL AND SAFETY LIGHTING AT CAMPUS DRIVE AND VON KARMAN AVE. CONTRACT NO, 1875 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 che< 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, exe- cuted, 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 ,;f the persons signing on behalf of the bidder. For corporations, the signatures of the PRESIDENT or VICE PRESIDENT and SECRETARY or ASSISTANT SEC - RETARY are required and the CORPORATE SEAL shall be afrixed to all documents requiring signatures. In the case of a Partnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division IH of the Business and Professions' Code. The contractor shat) 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 .io cost to licensed contractors. It is requested that the ,,cans and contract documents be returned within 2 weeks after bid opening. The City has adopted the STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (1976 Edition) as prepared by the Southern California Chapters of the Amer- ican 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 Category of at least Class X as per the latest edition of Best's Key Rating Guide (Prop- erty - 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 ascer- tained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract and has set forth these items in Resolution No. 8701 adopted February 9, 1976: 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 contractor : Shall be responsible for compliance with Section 1777.5 of the California Labor Code for all ap- prenticeable occupations. The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department. The City reserves the right to reject any or all bids and to waive any informality in such bids, DORIS GEORGE, CITY CLERK CITY OF NEWPORT BEACH, CALIFORNIA Publish: Nov. 18, 1976, in the Newport Harbor Ensign, V NOV 8 1976 By the CITY COUNCIL CITY OF. NIMP iBT 45ACH TO: CITY COUNCIL FROM: Public Works Department November 8, 1976 CITY COUNCIL AGENDA ITEM NO. G -5 SUBJECT: TRAFFIC SIGNAL AT CAMPUS DRIVE AND VON KARMAN AVENUE (C -1875) RECOMMENDATION: 1. Adopt a resolution authorizing the Mayor and City Clerk to execute a Cooperative Financing Agreement with the City of Irvine for the installation of a traffic signal at Campus Drive and Von Karman Avenue. 2. Approve the plans and specifications. 3. Authorize the City Clerk to advertise for bids to be opened at 10:30 A.M. on December 28, 1976. DISCUSSION: This project provides for the installation of a traffic signal at Campus Drive and Von Karman Avenue. This project is in the 1976 -77 Traffic Signal Priority Program approved by the City Council on October 12, 1976. The estimated cost of the project is $50,000 including design, construction and construction engineering. The project will be cooperatively funded by the City of Irvine, City of Newport Beach and Koll Center Newport. The cost sharing is estimated as follows: City of Irvine - $25,000 City of Newport Beach - $13,678 Koll Center Newport - $11,322 The City of Irvine has agreed to participate in the project and have executed a cooperative financing agreement for 508 of the cost of the project. Koll Center Newport is responsible for 508 of the project less $13,678 they have advanced for City obligations for previously constructed traffic signal projects. Koll Center Newport will deposit their share of the project after bids are received and prior to award of the contract by the City. Koll Center Newport's share of the project is estimated to be $11,322 ($25,000- 13,678). The City's share of the project is $13,678. Funds for the Newport Beach share are budgeted in the current gas tax account. The plans were prepared by Herman Kimmel and Associates, The estimated date of completion is - - -- Inc. Bill E. Darnell �r Traffic Engineer BED:bcd Inc. idCV 8 1 °7C k RESOLUTION NO. 0l'9&1-' BY Ciff COUNV;IL CITY GCM Al6`#1gjLT pSAdH RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A COOPERATIVE FINANCING AGREEMENT BETWEEN THE CITY OF NEWPORT BEACH AND THE CITY OF IRVINE FOR INSTALLATION OF A TRAFFIC SIGNAL AT CAMPUS DRIVE AND VON KARMAN AVENUE, CONTRACT NO. 1875 WHEREAS, there has been presented to the City Council of the City of Newport Beach a certain cooperative financing agreement between the City of Newport Beach and the City of Irvine in connection with the installation of a traffic signal at Campus Drive and Von Karman Avenue; and WHEREAS, the City Council has reviewed the terms and conditions of said agreement and finds them to be satisfactory -- and that it would be in the best interest of the City to authorize the Mayor and City Clerk to execute said agreement; 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 8th ATTEST: City Clerk day of November , 1976. Mayor DDO /bc 11/2/76 ..gym:.. -.. .:a..ve._,.._.- •�;;,•.,: January 24, 1977 CITY COUNCIL AGENDA BY ITEM NO. H2(1) CITY i?W t+lc#PQ- KT Uf Ach TO: CITY COUNCIL FROM: Public Works Department SUBJECT: TRAFFIC SIGNAL AT CAMPUS DRIVE AND VON KARMAN AVENUE (C -1875) RECOMMENDATION: Adopt a resolution awarding Contract No. 1875 to Baxter- Griffin, Inc. for $40,442.00 and authorizing the Mayor and City Clerk to execute the contract. DISCUSSION: Seven bids for the installation contract were received and opened in the office of the City Clerk at 10:30 A.M., December 28, 1976. Contractor Amount Bid Baxter- Griffin, Inc. $40,442 C T & F, Inc. 42,914 Steiny and Company, Inc. 43,152 Fischbach and Moore, Inc. 45,400 Grissom and Johnson, Inc. 45,437 Paul Gardner Corp. 45,735 Smith Electric Supply 46,517 The engineer's estimate for this project is $40,000. Baxter- Griffin, Inc. is well qualified and has satisfactorily performed similar work for other agencies. This project provides for the installation of a traffic signal and lighting system at the intersection of Campus Drive and Von Karman Avenue. This project will be cooperatively funded by the City of Irvine, Koll Center Newport and the City of Newport Beach. The City of Newport Beach's share will be $13,667. Koll Center Newport has deposited their share of the project and the City of Irvine's share is secured through an approved cooperative agreement. The plans were prepared by Associates, Inc. The estimated date May 24, 1977 Bill E. Darnell Herman Kimmel and of completion is Drive I_ :E] I Traffic Engineer BED : bcdao�� �t O N 7 N O �i ua' to 0 _! 'l1 24 19?7 By E vii':' COUNCIL RESOLUTION NO. .. % A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO BAXTER- 7.. BRIFFIN, INC. FOR TRAFFIC SIGNAL AT CAMPUS DRIVE AND VON KARMAN AVENUE, CONTRACT NO. 1875 WHEREAS, pursuant to the notice inviting bids for work in connection with the traffic signal at Campus Drive and Von Karman Avenue, in accordance with the plans and specifications heretofore adopted, bids were received on the 28th day of December, 1976, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefore is Baxter - Briffin, Inc.; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Baxter - Briffin, Inc. for the work in the amount of $40,442.00 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 24th day of January , 1977. Mayor ATTEST: City Clerk DDO /bc 1/21/77 • M August 22, 1977 Baxter riffin Co., Inc. 8213 Monroe St. Stanton, CA 90677 Subject: Surety . The .American Insurance Company Bonds No. . 7112896 Project . Traffic Signal & Safety Lighting., /Campus Dr. & Von Contract No.: 1875 Karman Ave. The City Council on Ju1•: ?5, 1977 acceptei the wort: of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after Notice of Completion has been filed. Notice of Completion was filed with the Orange County recorder on July 20, 1977 in tool: No. 1231, Page 626. Please notify your surety company that bonds may be released 15 days after recording; date. Doris George City Clerk eg cc: Public Works Department �FRF 44997 LEASE RETURN TO CITY CLERK CITY OF NUOIPORT BEACH eY "pp NEWpOPT nfOUl_EVARD C4 NEWPORT 6EACF4 C!1llF. 92663 NOTICE. OF COMPLETION PUBLIC WORKS 0 BK 1231 1 PG 626 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 9:05 A.M. JUL 28 1977 L WYLIE CARLYLE, County Recorder To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on May 23, 1977 the Public Works project consisting of Installation of Traffic Signal & Safety Lighting on Campus Drive & Von Karman Avenue on which Baxter- Griffin Inc. was the contractor, and The American Insurance Company was the surety, was completed. VERIFICATION 1, the undersigned, say: CITY OF NEWPORT BEACH Public \ rks Director �J 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 July 26, 1977 at Newport Beach, California. I, the undersigned, I am the City Clerk of the City of Newport Beach; the City Council of said City on July 25, 1977 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 July 26, 1977 at Newport Beach, California. CLERK( CITY OF 11 CALIF. H, CITY OF NEWPORT BEACH Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 CALIFORNIA City Nall Date: July 26, 1977 3300 W. Newport Blvd Dear Mr. Carlyle: `n Attached for recordation is Notice of Completion of Puhlic Works project consisting of Safety Lighting on Campus Dr. 5 non Barman Ave_ Contract No.,t„ on which Baxter- Griffin. Inc. was the Contractor and The American Insurance CoMRM was the surety; Please record and return to us. Very trul !yours, \a // i Doris George City Clerk City of Newport Beach Encl. i, i. i ii j 0 0 CITY OF NEWPORT BEACH Date March 10. 1977 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 1875 Project Campus Drive and Von xarman Avenue Attached is signed copy of subject contract for transmittal to the contractor. Contractor Address: 8210 Monroe Stx2et, Stanton. CA 9n6An Amount: $ 40,442-00 Effective Effective Date: 3_10_77 Resolution No. 8984 L'="� A Doris Geo e Att. cc: Finance Department r-1 City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 CONTRACT NO. 1875 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR INSTALLATION OF TRAFFIC SIGNAL AND SAFETY LIGHTING AT CAMPUS DRIVE AND VON KARMAN AVENUE SUBMITTED BY: Approved by the City Council this 8th day of November, T976 Baxter - Griffin Co., Inc. Contractor 8210 Monroe Street TH ress Stanton CA 90680 C ty 714 - 826 -5310 Phone oris George, tt erk Tota Bid Price CITY CLERK • PR 1 of 2 TRAFFIC SIGNAL SYSTEM OF CAMPUS DRIVE AND VON KARMAN AVENUE CONTRACT NO. 1875 PRnPOSAI To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby pro- poses to furnish all materials and do all the work required to complete Contract No. 1875 and will take in full payment therefor the following unit prices for each item, complete in place, to wit: NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Construct traffic signal and lighting system at the intersection of Campus Drive and Von Karman Avenue. 40 "442 $40,449 TOTAL PRICE WRITTEN IN WORDS: Forty Thousand Four Hundred Forty Two Dollars and No ---------- - - - - -- Cents Baxter - Griffin Co. Inc. Contraac or's ame Date December 28, 1976 jL.itFd L. it orize Signature CONTRACTOR'S ADDRESS 8210 Monroe Street TELEPHONE NUMBER 714- 876 -5310 790 -768 CONTRACTOR —`S LICENSE NO. • PR 2 of 2 REQUIRED: To be used in Bid comparison; see Award of Contract special provision. Designate the Firm or Company that will supply the traffic control equipment: Honeywell Co. Name of Firm or Company 505 South Main Street, Orange, CA 92668 Address 558 -7400 Telephone Number Page 1 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 :30 A.M. on the 28th day of December , 19 76, at which time they will be opened and read, for performing work as follows: CONSTRUCTION OF TRAFFIC SIGNAL AND SAFETY LIGHTING AT CAMPUS DRIVE AND VON KARMAN AVE. CONTRACT NO. 1875 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 an the the CCorpo —rate Seal shall be affixed to all documents requiring signatures. In the case of a al' rtnership, 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 Specifications for Public Works Construction (1976 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 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 Category of at least Class X 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. 8701 adopted February 9, 1976. 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 contractor shall be responsible for com- pliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department. The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 10 -12 -76 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. 290768 Classification C -10 Accompanying this proposal is Bid Bond Cas , Certifie C ec _,Cashier's Check or Bond 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- 826 -5310 _ Phone Nu er December 27, 1976 Date (SEAL) S /.�F1 yd R..Baxter, President_ l�uthortze Se gnature uthorized Silgnature Cororation Type� p 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: Floyd R. Baxter Bert J. Griffin Secretary /Treasurer 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. Stamped Concrete - Pattern Concrete 2. Jezouski & Markel - Island Curb 3. 4. 5. 6. 7. S. 9. 10. 11. 12. Baxter - Griffin Co. Inc. Bidders Name S /Floyd R. Baxter Authorized Signature Corporation _ Type of Organization (Individual, Co- partnership or Corp 8210 Monroe Street Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, Baxter - Griffin Co., Inc. , as Principal, and The American 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 B id), 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 installation of traffic signal and safety lighting at Campus Drive and Von Karman Avenue in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, 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 28th day of December , 1976 Corporate Seal (If Corporation) Baxter - Griffin Co., Inc. Principal S /Floyd R. Baxter _ (Attach acknowledgement of Attorney -in -Fact) Jnan r Kelsey The American Insurance Company December 28, 1976 Surety Commission Expires 11/15/78 By S /-lacqueline E Jernigan Title Jacqueline E. Jernigan, Attorney -in -Fact [JON- COLLUSION AFFIDAVIT 0 Page 5 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. SS /Flnyd R_ Baxter Subscribed and sworn to before me this 28thday of December , 19 76 My commission expires: ril 1, 1977 S /Janet E. Miller Notary Public 0 • Page b "FOR ORIGINAL SEE CITY CLERK'S FILE COPY" STATEMENT OF FINANCIAL RESPONSIBILITY Tne undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. "On File with City Clerk" 5 /Flovda R, Baxter Signed 0 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 Garden Grove $600.000 F. Cheatham 1975 Yorba Linda $ 75,000 H. Mohle (Lincoln & Glassell) Install signals City of Orange B. Denni gne C� i Page 8 LABOR AND MATERIAL BOND BOND NO. 7112896 PREMIUM INCLUDED IN PERFORMANCE BOND. KNOW ALL MEN BY THESE PRESENTS, That EXECUTED IN FOUR COUNTERPARTS. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted January 24, 1977 has awarded to Baxter- Griffin Co., Inc. hereinafter designated as the "Principal ", a contract for installation of traffic signal and safety lighting at Campus Drive and Von Karman Avenue. 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 of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used in, upon, for, or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We BAXTER - GRIFFIN CO., INC. Principal, as . THE AMERICAN INSURANCE 1 ' as Surety, are held firmly bound unto the City of Newport Beach, in the sum of T61C 6dTY TWQ1,SA D T140 HUNCIRED TWENTY -O.NE. AN[) t4alln0. - - - - -- Dollars ($ 20,221.00 ), said sum being one -half of the estimated amount payable by the City of Newport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that.if the above bounden Principal 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. This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon 4 Page 9 (Labor and Material Bond - Continued) this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the 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 Princippal and Surety above named, on the 28th day of JANUARY , 19 77 _(Seal ) ame of ontractor Principal Authoyizecf-Signatufe and Title uthorized Signature and Title THE AMERICAN INSURANCE COMPANY (Seal) Name of Surety 714/879 -8903 Telephone No. of Agent ( \ \ } / G) (\ | \) ) !� \ % \( R {// ®7 I\) §\ }$!z !\ » � \�} � )§ })2 , \ }% { {§ ] \ \ \ \�» ( {\ j k \\ \ \ \ {<k { (z } (\ / \) \ \f \ )§ { \\ rn Page 10 BOND NO. 7112896 PERFORMANCE BOND PREMIUM: X$152.00 EXECUTED IN FOUR COUNTERPARTS. KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted January 24, 1977 has awarded to Baxter - Griffin Co., Inc. hereinafter designated as the "Principal ", a contract for installation of traffic signal and safety lighting at Campus Drive and Von Karman Avenue. 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 of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, BAXTER - GRIFFIN CO., INC. as Principal, and THE AMERICAN INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, con- ditions, 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. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice A Page 11 (Performance Bond - Continued) of any such change, extension of time, alterations or additions 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 the25. day of _ JANUARY 1977 BAXTER- fRTFl;L1Lfd1_.+ iNG. Name of Contractor (Principal) / 1 1 Authored Signature and Title Authorized'Signature and Title THE AMERICAN INSURANCE COMPANY (Seal) Name of Surety scornF 77�T - gAIV.TA ANA, .AL TFORNIA Address n- Surety atu'r ai;d iit!e of AUPnOrlzed 7U -ANE E. JERNIGAN,, XOP.NEY- -IMO--N HARBOR .BLVD-.,-E.0 RT N1. CALIFORNIA Address of .Agent 714 /H7.9- ..89.03.... Telephone 'No. or Agent. (( CD ■ f e my �Z/ m }!\ ( !\ ~�� !m } _§ - ( |/ƒ�. __.. & z @ p 0, ( [ {// § } § _( ( \ (\ \ ~ }/ } � ); cr (( CD Page 12 C0NTRAC-1 THIS AGREEMENT, made and entered into this It, r/.- day of •' ''L e- , 194L:�_, by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and Baxter- Griffin Co. Inc:__ hereinafter designated as the Contractor, party of t'ne seconu' part. WITNESSETH: That the parties hereto do mutue:sy agree as follows: 1. For and in consideration of the payments ano 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 installation of traffic signal and safety lighting at Campus Drive and 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 iccurred by or ;n consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly stipulated to be borne by the City; and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said Plans and Specifications, the City will pay and the Contractor s„all receive in full compensation therefor the lump sum price, or if the bid is cn the �riic 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 c,-.e said Cor tractor to employ, and does hereby employ the said Contractor to provide the irate ^lass and to do the work according to the terms and conditions herein corUJi^,ea and ^elerred to for the price aforesaid, and hereby contracts to pay the same at the ti; 2, };: t e nanner, and upon the conditions set forth in the Specifications; grid -cre Sal:. par-'es for themselves, their heirs, executors, administrators, successorcc and ass gns, do hereby agree to the full performance of the covenants herein containec. 4. The Notice to Bidders, Instructions to Bieder., Contractor's Proposal, and the Plans and Specifications, and al; amendm:nts thareoP, when approved by the parties hereto, or when required by the City in accordance Aith t e provisions of the Plans and Specifications, are hereby incorporated in and made part of this Agreement. 0 Page 13 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the Director of Public Works, and their officers and employees, from all claims, loss, damage, injury, and liability of every kind, nature, and description, directly or indirectly arising from the performance of the contract or work; regardless of responsi- bility for negligence; and from any and all claims, toss.; damage, injury; and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract regardless of responsibility for negligence. IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the day and year first above written. CITY WF/NPO.Rl BEACH;, IFORNIA By; 'mayor ATTEST; Contractor (SEAL) By, Title By Title Approved ao ,f I a H S G 6 d� y m d 9 O 2 .dSY 49 O N � d C ti O C N N N E3 C O � R � � a c m �m a E' E3 �y d .. c o � O � d ~ � O A � O � N d a� d d 6 � d O F� N 6 N S 6 c c G O z% G �1 O d R `! O y9 �O m° N Ilr_j d d 6 fl N � a z m � o 0 r a z B A X T E R - G R I F F I N E L E C T R I C A L C O N T R A C T O R S • rI 8210 Mona» • Btenten, CNIt•rnb 906110 February 1, 1977 City of Newport Beach City Hall 3300 W. Newport Blvd. Newport Beach, Ca. 92660 Subject: Installation of traffic signal and safety lighting at Campus Drive and Von Karmen Avenue (C -1$75) Gentlemen: "I AM AWARE OF AND WILL COMPLY WITH SECTION 3700 OF THE LABOR CODE, REQUIRING EVERY EMPLOYER TO BE INSURED AGAINST LIABILITY FOR WORKMENS COM- PENSATION OR TO UNDERTAKE SELF - INSURANCE BEFORE COMMENCING ANY OF THE WORK." Date: February 1, 1977 (714) 826 -WID Firm Name :Baxter- Griffin Co., Inc. res ent ecretary /Treasurer 07 B M7197-3 *175 3/7/77 ENDORSEMENX -NO. 5 In consideration of an additional premium of $50,00, it is understood and agreed that the following listed interest is added as an additional insured but only as respects the operation of the named insured covered in this policy: City of Newpo ° _ Re: C -1875 C/o City Clerk 3300 Newport Blvd. Newport Beach, Calif. 92660 The, inclusion of the above Interest shall not o0*12We to increase the company's limit of liability. All other terms and conditions remain unchanged Attached to and forming part of No. 2 255 -U 030122 _Baxter-Griffin Company, Inc. 1/29/77 ❑ INTERSTATE FIRE & CASUALTY COMPANY ® CHICAGO INSU96NCE COMPANY By. _ � v!, �' �4 � �. Y "' ¢ "rte _ r.; ' .. ., -. .� o'. 0 0 Feb. 230 1977 City of Newport Beach c/o City Clerk 3300 Newport Blvd. Newport Beach, Ca. 92660 Re: Baxter- Griffin Company, Inc Policy # 2 255 -U 030122 Dear Sir or Madam: Enclosed is a Memorandum of Insurance from the Chicago InsuranceeCompany. We have been assured that an additional insured endorsement is forth coming and will forward it to you upon receipt. Sincerely yours, a441n ✓r r CHUCK SOMMER - PRESIDENT SOMMER & ASSOCIATES INSSRANCE SERVICES cc%HrG Chicago Insurance Comp- Interstate Fire & Casualty C. Ony Chicago, Illinois • Sri ' z/.2z17 i MEMORANDUM OF INSURANCE THIS IS TO CERTIFY THAT THE INSURANCE HEREINAFTER DESCRIBED HAS BEEN EFFECTED' I PROPERTY OR LOCATION COVERAGE POLICY NO Baxter- Griffin Company, Inc, 8210 Monroe Street Stanton, California Commercial Umbrella Liability 2 255 -U 030122 LIMITS OF LIABILITY: SEE NO. POLICY TERM: FROM 3 BELOW Nov. 17, 1976 TC Oct. 23, 1977 1 (A) BODILY INJURY (BI PROPERTY DAMAGE EACH PERSON EACH OCCURRENCE AGGREGATE EACH OCCURRENCE AGGREGATE 2 BODILY INJURY EXCESS OF $ EACH PERSON $ EACHPERSON $ EACH OCCURRENCE $ EACH OCCURRENCE $ AGGREGATE $ AGGREGATE PROPERTY DAMAGE EXCESS OF $ EACH OCCURRENCE S EACH OCCURRENCE $ AGGREGATE $ AGGREGATE 3 $1,000,000 /1,000,000, combined single limit Bodily Injury and Property Damage, in excess of underlying limits THIS DOCUMENT IS FURNISHED TO YOU AS A MATTER OF INFUHMATION ONLY. THE ISSUANCE OF ]HIS UMUMENI UUtS NUI MAKL IHt rtnJUn ORGANIZATION TO WHOM IT IS ISSUED AN ADDITIONAL INSURED. NOR DOES IT MODIFY IN ANY MANNER THE CONTRACT OF INSURANCE BETWEEN INSURED AND THE COMPANY. ANY AMENDMENT, CHANGE OR EXTENSION OF SUCH CONTRACT CAN ONLY BE EFFECTED BY SPECIFIC ENDORSTMENT NOTICE OF CANCELLATION, SHOULD THE ABOVE MENTIONED CONTRACT OF INSURANCE BE CANCELLED, ASSIGNED OR MATERIALLY CHANGED DURING THE ABOVE SPECIFIED POL PERIOD IN SUCH MANNER AS TO EFFECT THIS DOCUMENT, THE COMPANY WILL ENDEAVOR TO GIVE Ten (10) DAYS WRITTEN NOTICE TO HOLDER OF THIS DOCUMENT, BUT FAILURE TO GIVE SUCH NOTICE SHALL IMPOSE NO OBLIGATION OF ANY KIND UPON THE COMPANY. IesucD To City of Newport Beach L/U LIty LIerK 3300 Newport Blvd, Newport eac a 1 Re: C -1875 ❑ CHICAGO INSURANCE COMPANY ❑ INTERSTATE FIRE & CASUALTY COMPA DATED 4f :l! I I BY ENDORSEMENT This endorsement, effective 12:01 A. `A 1 -29 -77 forms a part of policy No. CAG227102 issued to DBA: BAXTER— GRIFFIN COMPANY, INC. by BELLEFONTE UNDERWRITERS INSURANCE COMPANY ADDITIONAL INSURED IN CONSIDERATION OF AN ADDITIONAL PRE *TIUM OF $95.00 IT IS UNDERSTOOD AND AGREED THAT SUCH INSURANCE AS IS AFFORDED BY THIS POLICY SHALL ALSO APPLY TO THE CITY OF NEWPORT BEACH AS AN ADDITIONAL INSURED BUT SOLEY WITH RESPECT TO THE LIABILITIES ARISING FROM WORT: PERFOR,11ED BY OR ON BEHALF OF THE NAMED INSURED FOR THE ADDITIONAL INSURED. IT IS Ful'THERAGREED THAT THE INCLUSION OF MORE THAN ONE INSURED SHALL NOT OPERATE TO INCREASE THE LIMITS OF THE COI1TPAI'TY'S LIABILITY AS SHOWN ON THE DECLARATION PAGE OF THE POLICY OR ENDORSED HEREON. AL OTIER TERMS AND CONDITIONS REMAIN UNCHANGED. Hull d TO!i y (Cal'. y Authorized Representa ve Form 1803 L L • CITY OF NEWPORT BEACH • CERTIFICATE OF INSURANCE FOR CONTRACT WORK FOR CITY IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. C -1875 MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE Project Description: Campus Dr. - -Von Karmen Dr. Electrical Improvements This is to certify that the Bellefonte Underwriters Insurance Com a* Name of Insurance Company) has issued to Floyd R Baxter b Bet J. Griffin DBA: BAXTER - GRIFFIN COMPANY,INC. r Name of Insured 8210 Monroe St., Stanton CA 906BO (Address of Insured the policy of liability insurance certified herein. CITY CONTRACT ENDORSEMENT This endorsement is attached to the policy described herein to assure compliance by the named insured with the terms and provisions of the contract or other agreement(s) entered into between the insured as contractor and the City of Newport Beach. The Company amends the policy described herein as follows: 1. It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled or materially changed until thirty days after receipt of registered written notice of cancellation or change by the City of Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92660. 2. The City of Newport Beach, its officers and employees are hereby declared to be additional insureds in the policy described insofar as they may be held liable for injuries, death or damage to property excluding the sole negligence of the City, its officers and employees. It is further agreed that any other insurance carried by the City, its officers and employees shall not be contrib- uting or primary with the insurance provided by this policy. This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Named above. b. AS PER FORM c. Contractors Protective Liability (When Insured engages d. Products Liability or Completed Operations. e. XX*:tasd=xmtt Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. MaYY> xAw48� €ri��(t4fi�4i��5}i�ifi��'ha�if� Name of Agency or Broker Sommer and Associates L6400 Subcontractors). +e ial ) we oal Address of Agency or Broker: 2651 E. Chapman Avenue, #111, Fullerton, CA 92631 Telephone No. Countersignec Effective date of this endorsement: January 29 19 77 , Endorsement No. 1 Policy Terw Limits of Liability Covera a lic No. Each Occurrence (Minimum: Aggregate (Minimum: $500,000) $ 500,000 Protecti, $1,000,000 Products $ 500,000 ContracU HOW C MPLETE INFOR TION BELOW Policy No. COMPREHENSIVE LIAB. Combined Single From: 1-29-71 $300,000.Protecti Limit Bodily Injury CAG22710 $—JUU70 Products or Property Damage To: 1-29-7E $ 300,000. $- JU-O;UUD:Contract Each Occurrence This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Named above. b. AS PER FORM c. Contractors Protective Liability (When Insured engages d. Products Liability or Completed Operations. e. XX*:tasd=xmtt Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. MaYY> xAw48� €ri��(t4fi�4i��5}i�ifi��'ha�if� Name of Agency or Broker Sommer and Associates L6400 Subcontractors). +e ial ) we oal Address of Agency or Broker: 2651 E. Chapman Avenue, #111, Fullerton, CA 92631 Telephone No. Countersignec Effective date of this endorsement: January 29 19 77 , Endorsement No. 1 CITY OF NEWPORT BEACH' CEROICAIL 01 INSURANCE FOR CONTRA WORK FOR CITY IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. C -1875 MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE Project Description:CAMPUS DR. -VON KARMEN DR. ELECTRICAL IMPROVEMENTS This is to certify that the ROYAL GLOBE INSURANCE COMP Name of Insurance Co- has issued to FLOYD R. BAXTER & BERT J. GRIFFIN_DBA- BAXTER- GRIFFIN CO., INC. 8210 MONROE STREET STANTON,_ CA. 90680 (Address of insure the policy of liability insurance certified herein. CITY CONTRACT ENDORSEMENT This endorsement is attached to the policy described herein to assure compliance by the named insured with the terms and provisions of the contract or other agreement(s) entered into between the insured as contractor and the City of Newport Beach. The Company amends the policy described herein as follows: 1. It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled or materially changed until thirty days after receipt of registered written notice of cancellation or change by the City of Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92660. 2. The City of Newport Beach; its officers and employees are hereby declared to be additional insureds in the policy described insofar as they may be held liable for injuries, death or damage to property excluding the sole negligence of the City, its officers and employees. It is further agreed that any other insurance carried by the City, its officers and employees shall not be contrib- uting or primary with the insurance provided by this policy. This s(J7; policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). THIS CERTIFIES OWNED,HIRED f. Personal Injury Hazards. and NON -OWNED AUTO OL7LY g. Broad Form Property Damage. h. Marine or Aviation (when applicable). Name of Agency or Broker: SOMMER and ASSOCIATES Address of Agency or Broker: 2651 EAST CHAPMAN AVE. FULLERTON CA 2631 Telephone No. Countersigned Effective date of this endorsement: 2/3/ / , 1977 , Endorsement No. o icy Term Limits of Liability Each Occurrence (Minimum: Aggregate (Minimum: Covera a lic No. $500,000) $ 500,000 Protectii $1,000,000 Products $ 500,000 Contracts H W C MPLETE INFER TION BELOW - Policy No. COMPREHENSIVE LIAB. Combined Single From: 1/29/7 $ Protecti Limit Bodily Injury or Property Damage To1/29/78 . $ $ -7-Products $ Contract kUTOMOBILE PYA COMBINED SINGLE Each Occurrence .IABILITY 1 905638 -&b- 989;@96— I LIMITS \� () & This s(J7; policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). THIS CERTIFIES OWNED,HIRED f. Personal Injury Hazards. and NON -OWNED AUTO OL7LY g. Broad Form Property Damage. h. Marine or Aviation (when applicable). Name of Agency or Broker: SOMMER and ASSOCIATES Address of Agency or Broker: 2651 EAST CHAPMAN AVE. FULLERTON CA 2631 Telephone No. Countersigned Effective date of this endorsement: 2/3/ / , 1977 , Endorsement No. 0 0 Suite 111 / 2651 East Chapman Avenue / Fullerton, CA 92631 [7141526-3355 Feb. 231 1977 City of Newport Beach c/o City Clerk 3300 Newport Blvd. Newport Beach, Ca. 92660 Re: Baxter - Griffin Company, Inc Policy # 2 255 -U 030122 Dear Sir or Madam: Enclosed is a Memorandum of Insurance from the Chicago Insurance Company. We have been assured that an additional insured endorsement is forth coming and will forward it to you upon receipt. Sincerely yours, CHUCK SOMMER- PRESIDENT SOMMER & ASSOCIATES INSURANCE SERVICES cc/B Associated Insurance Specialist Serving Industrial and Commercial Enterprises Chicago Insurance Company �QJ J/ S'i�' • z�tz�7i Interstate Fire & Casualty Compans Chicago, Illinois MEMORANDUM OF INSURANCE THIS IS TO CERTIFY THAT THE INSURANCE HEREINAFTER DESCRIBED HAS -BEEN EFFECTED(',. Baxter- Griffin Company, Inc. 8210 Monroe Street Stanton, California PROPERTY OR LOCATION INSURED COVERAGE Commercial Umbrella Liability 2 255 -U 030122 POLICY NO. LIMITS OF LIABILITY: SEE NO. POLICY TERM: FROM 3 BELOW Nov, 17, 1976 TO Oct, 23, 1977 1 (A) BODILY INJURY (B) PROPERTY DAMAGE EACH PERSON EACH OCCURRENCE AGGREGATE EACH OCCURRENCE I AGGREGATE 2 BODILY INJURY - EXCESS OF $ EACH PERSON $ - EACH PERSON $ EACH OCCURRENCE $ EACH OCCURRENCE $ AGGREGATE $ AGGREGATE PROPERTY DAMAGE EXCESS OF $ EACH OCCURRENCE $ EACH OCCURRENCE $ AGGREGATE is AGGREGATE 3 $1,000,000 /1,000,000, combined single limit Bodily Injury and Property Damage, in excess of underlying limits IN It UUUUMtNI IJ FUHNIJHEp !V YVU Ad A MATItH Uh IN FOHMAIIUN UNLY. IHt IJJURNVE UY IHIJ UWUMtNI WE5 rvUl MAKE IHt YtHSUN VH ORGANIZATION TO WHOM IT IS ISSUED AN ADDITIONAL INSURED, NOR DOES IT MODIFY IN ANY MANNER THE CONTRACT OF INSURANCE BETWEEN THE INSURED AND THE COMPANY. ANY AMENDMENT, CHANGE OR EXTENSION OF SUCH CONTRACT CAN ONLY BE EFFECTED BY SPECIFIC ENDORSTMENT OR NOTICE OF CANCELLATION. SHOULD THE ABOVE MENTIONED CONTRACT OF INSURANCE BE CANCELLED, ASSIGNED OR MATERIALLY CHANGED DURING THE ABOVE SPECIFIED POLICY PERIOD IN SUCH MANNER AS TO EFFECT THIS DOCUMENT, THE COMPANY WILL ENDEAVOR TO GIVE Ten \ 10) DAYS WRITTEN NOTICE TO THE HOLDER OF THIS DOCUMENT, BUT FAILURE TO GIVE SUCH NOTICE SHALL IMPOSE NO OBLIGATION OF ANY KIND UPON THE COMPANY, ISSUED TO City of Newport Beach I✓u city uierx 3300 Newport Blvd, Newport Beach, Calit. Re: C -1875 DATED 2/9/77 (REV ❑ CHICAGO INSURANCE COMPANY ❑ INTERSTATE FIRE & CASUALTY COMPANY BY .............. ' NOV 13 RECD CONTRACT NO. 1875 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR INSTALLATION OF TRAFFIC SIGNAL AND SAFETY LIGHTING AT CAMPUS DRIVE AND VON KARMAN AVENUE SUBMITTED BY: Approved by the City Council this 8th day of November, M6 Boris eorge, it er Contractor �Z /a A ress C Tt y Phone 4d�, ' 2 . Total Bid Price I i 11 TRAFFIC SIGNAL SYSTLM 11D CAMPUS DRIVE AND VON KARMAN AVENUE CONTRACT NO. 1875 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 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. 1875 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 and lighting system at the intersection of Campus Drive and Von Karman Avenue.L -S. o TOTAL PRICE WRITTEN IN WORD&;. 4�ej_ Dollars and Cents Contracl:orTsName T Date —� ` -(Authg-r ze�igna�uv CONTRACTOR'S ADDRESS TELEPHONE NUMBER 2y0 -767 CONTRACTOR'S LICENSE 0. 0 ! PR2o£2 REQUIRED: To be used in Bid comparison; see Award of Contract spebial provision. Designate the Firm or Company that will supply the traffic control equipment: Name of Firm �d: 5.16 �Z14;Z Address 55Y,3- Telephone Number 976 6 F 0 Page 1 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 10:30 A.M. on the 28th day of December , 19 76, at which time they will be opened and read, for performing work as follows: CONSTRUCTION OF TRAFFIC SIGNAL AND SAFETY LIGHTING AT CAMPUS DRIVE AND VON KARMAN AVE. CONTRACT NO. 1875 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 an the—Corporate 3 _ Seal shallixed 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.) 0 0 Page la The City has adopted the Standard Specifications for Public Works Construction (1976 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 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 Category of at least Class X 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. 8701 adopted February 9, 1976. 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 contractor shall be responsible for com- pliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department. The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 10 -12 -76 0 • Page 2 All bids are to be computed on the basis of ti -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 figu N'the,words shall prevail. Tot of an error in the extension of a unit price, the cextension shall be calc d and the bids will be computed as indicated above and d 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. Classification C-10 . Accompanying this proposal is O N , Lasnler -s LnecK or in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workmen's compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. -7/tl .- e V &5310 Phone Number %2-27 -7, Rid arc Namp Authorized Signature �mrp ©rCc� o� Type o 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: a 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 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Bidders Name Authorized Signature C�r�p� -afo� - ype of Organization (Individual, Co- partnership or Corp.) �� C yd �d dress THE AMERICAN INSURANCE COMPANY BID OR PROPOSAL BOND BOND NO. 7112450 KNOW ALL MEN BY THESE PRESENTS: That We, BAXTER — GRIFFIN CO., INC. (hereinafter called the principal), as principal, and THE AMERICAN INSURANCE COMPANY, a corporation organized and doing business under and by virtue of the laws of the Slate of New Jersey, and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of CALIFORNIA as Surety, are held and firmly bound unto CITY OF NEWPORT BEACH (hereinafter called the Obligee) in the just and lull sum of TEN PERCENT OF THE AMOUNT OF THE ACCOMPANYING BID IN-------- - - - - -- Dollars ($ ) lawful money of the United States of America, for the payment of which, well and truly to be made, we hereby bind ourselves and our and each of our successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT. WHEREAS, the above bounden principal as aforesaid. is about to hand in and submit to the obligee a bid or proposal for the INSTALLATION OF TRAFFIC SIGNAL AND SAFETY LIGHTING, AT CAMPUS DRIVE AND VON KARMAN AVENUE. in accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefor. NOW, THEREFORE, if the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work as required . ` by law, then this obligation to be null and void, otherwise to be and remain in full force and effect. IN WITNESS WHEREOF, said Principal and said Surety have caused these presents to be duly signed and sealed this 28th day of DECEMBER . Ig 76. BAXTER— GRIFFIN CO., INC. AOACQ HE AMER[C N IN MPANY INC E. JERNIG�P rney -in -Fact � 360277— (TA) -11 -66 x 0 A tjm a 0 z C 0 w O 11 0 z o� m x p 0 m 0 0 O EA r 0 °1 a�� 9 � � yzd� , k \. ■ } }( ) $ 0 `? }�} / (�~ )§» Cl) \!( rg o 0 to { ;to \ \/ \° \ \\ / § \�. ƒ ;o \ { {/ ) { (\ / � E \ ( \\ } }/ } \) \ /f \ )§ £ \ (( } ) E 0 Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, , as Principal, and , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Dollars ($ ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, 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 day of 19 Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) 1.2 Title Principal ty 0 NON- COLLUSION AFFIDAVIT 0 Page 5 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 thi is 2§k._day of Z f ttYiOO 3 191L My commission expires: 1.��.► M0Qo'1 Nota y Public 0 STATEMENT OF FINANCIAL RESPONSIBILITY • Page 6 The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. P —�— Signed 0 0 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 Whom Performed (Detai �dli e gne 0 0 CONTRACT NO. 1875 INDEX TO SPECIAL PROVISIONS FOR INSTALLATION OF TRAFFIC SIGNAL AT CAMPUS DRIVE AND VON KARMAN AVENUE SECTION PAGE I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . 1 II. COMPLETION OF WORK . . . . . . . . . . . . . . . 1 III. CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK . . . . . . . . . . . . 1 IV. PAYMENT . . . . . . . . . . . . . . . . . . . . . 2 V. PROTECTION OF EXISTING UTILITIES . . . . . . . . 2 VI. WATER . . . . . . . . . . . . . . . . . . . . . . 2 VII. GUARANTEE . . . . . . . . . . . . . . . . . . . . 2 VIII. FLOW AND ACCEPTANCE OF WATER . . . . . . . . . . 2 IX. SHOP DRAWINGS, DATA ON MATERIALS, AND EQUIPMENT AND SAMPLES . . . . . . . . . . . 3 X. AWARD OF CONTRACT . . . . . . . . . . . . . . . . 4 XI. TRAFFIC SIGNAL AND STREET LIGHTING FACILITIES . . . . . . . . . . . . . . 5 a. General . . . 5 : b. Reference Specifications and Standard Plans 5 c. As -Built Print . . . . . . . . . . . . . . . 5 d. Description . . . . . . . . . . . . . . . 5 e. Equipment List and Drawings . . . . . . . . . 6 f. Foundations . . . . 6 g. Standards, Steel Pedestals and Posts 7 h. Conduit . . . . . . . . . . . 7 i. Conductors and Wiring . . . . . . . . . . . . 8 j. Bonding and Grounding . . . . . . . . . . . . 8 k. Service . . . . . . . . . . . . . . . . . . . 8 i. E Crr7Tnni INDEX XI. TRAFFIC SIGNAL AND STREET 0 PAGE ii. LIGHTING FACILITIES (Continued) 1. Solid -State Traffic Actuated Controllers . . . 8 M. Traffic Count Station . . . . . . . . . . 10 n. Signal Faces and Signal Heads . . . . . . 11 o. Programmed Visibility Traffic Signal Heads 12 p. Detectors . . . . . . . . . . . . . 12 q. Pedestrian Push Buttons . . . . . . . . . . . 12 r. Pedestrian Signals . . . . . . . . . . . . . . 13 s. Luminaires . . . . . . . . . . . . . . . . 13 t. Photoelectric Controls . . . . . . . . . . . . 14 U. Ballasts . . . . . . . . . . . . . . . . 14 V. Internally Illuminated Street Name Signs . . . 14 W. "Cobblestone" Pavement and Type "D" Curb . . . 15 ii. 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR 0 SP 1 of 15 INSTALLATION OF TRAFFIC SIGNAL AT CAMPUS DRIVE AND VON KARMAN AVENUE CONTRACT NO. 1875 SCOPE OF WORK The work to be done under this contract consists of the installation of traffic signal at Campus Drive and Von Karman Avenue. The contract requires completion of all work in accordance with these Special Provisions; the City's Standard Special Provision; the Plans (Drawing No. T- 5166 -S), the City's Standard Drawings and Specifications; and, where applicable, the California Standard Specifications, January 1975, and the California Standard Plans, January 1975. The City's Standard Specifications are the Standard Specifications for Public Works Construction, 1976 Edition. Copies may be purchased from Bui ing ews, Inc. 3055 Overland Avenue, Los Angeles, CA 90034, Telephone (213) 870 -9871. Copies of the City's Standard Drawings and Special Provisions may be purchased from the Public Works Department at a cost of $5.00. If there is a conflict in methods of measurement bet- ween the City's Standard Specifications and the California Standard Specifications, the City's Standard Specifications shall take precedence. II. COMPLETION OF THE WORK The Contractor shall complete all work within 120 consecutive calendar days after the date of award of Contract by the City Council. III. CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK Subject to the provisions in Section 6 -1 of the Standard Specifications, the Contractor shall begin work within 15 calendar days after the City executes the contract. • • SP 2 of 15 Traffic Signal Standards, and signal heads shall not be installed until the signal controller has been delivered to the job site. IV. PAYMENT The unit or lump sum bid for each item of work shown on the proposal shall be considered as full compensation for all labor, materials, equipment, and all other things necessary to complete the work in place, and no additional allowance will be made therefore. Payment for incidental items of work, not separately provided for in the proposal shall be included in the price bid for other related items of work. V. PROTECTION OF EXISTING UTILITIE Known utilities are indicated on the plans. Prior to performing construction work, the Contractor shall request each utility company to locate their facilities. The Contract- or shall protect in place and be responsible for, at his own expense, any damage to any utilities encountered during con- struction of the items shown on the plans. VI. WATER The Contractor shall make his own provisions for obtain- ing and applying water necessary to perform his work. If the Contractor desires to use available City water, it shall be his responsibility to make arrangements for water purchase by contacting the City's Utility Superintendent, Mr. Tom Phillips, at (714) 640 -2221. VII. GUARANTEE The Contractor shall guarantee for a period of one year, after acceptance of the work by the City Council, all materials and workmanship against any defects whatsoever. Any such defects shall be repaired at the Contractor's expense. VIII. FLOW AND ACCEPTANCE OF WATER It is anticipated that surface and ground or other waters will be encountered at various times and locations during the work herein contemplated. The Contractor, by submitting a bid, acknowledges that he has investigated the risks arising from water and has prepared his bid accordingly. The Contractor shall conduct his operations in such a manner that storm or other waters may proceed uninterrupted along; their existing street and drainage courses. Diversion of water for short reaches to protect construction in progress .J • SP 3 of 15 will be permitted if public or private properties are not damaged, or, in the opinion of the Engineer, are not subjected to the probability of damage. Surface water containing mud or silt from the project area shall be treated by filtration or retention in a settling pond, or ponds, adequate to prevent muddy water from entering storm drains or the bay. The Contractor shall submit a plan for implementing siltation control prior to commencing construc- tion. Upon approval of the plan, the Contractor shall be responsible for the implementation and maintenance of the control facilities. IX. SHOP DRAWINGS, DATA ON MATERIALS AND EQUIPMENT, AND S MP _LE S General The Contractor shall furnish to the drawings, data on materials, and equipment required for the proper control of the work limited to, those working drawings, data an required elsewhere in the specifications an All working drawings, data, and samples sha review by the Engineer for conformity with specifications. Shop Drawings and Data Defined engineer such working and samples as are , including, but not d samples specifically d in the drawings. 11 be subject to the drawings and Working drawings include without limitation, shop detail drawings, fabrication drawings, falsework and formwork drawings, pipe layouts, steel reinforcement and similar classes of drawings. They shall contain all required details and information in reasonable scale. Data on materials and equipment include, without limitation, materials and equipment lists, catalog data sheets, cuts, per- formance curves, diagrams, and similar descriptive lists. Materials and equipment lists shall give, for each item thereon, the name and location of the supplier of manufacturer, trade name, catalog reference, size, finish and all other pertinent data. Review and Revision The Contractor shall furnish to the Engineer for review three prints of each shop drawing. The Contractor shall properly check and correct all working drawings and data before their submission, whether they are prepared within his own organization or by a subcontractor or supplier. The shop drawings shall be submitted at least 30 calendar days before drawings will be required for commencing the work. Within ten days of receipt of said prints, the engineer will return one print of each drawing to the Contractor with his comments noted thereon. • 0 0 SP 4 of 15 If the drawing is returned to the Contractor marked "NO EXCEPTIONS TAKEN," a revision of said drawing will not be required, and the Contractor shall immediately submit four additional copies to the Engineer. If the drawing is returned to the Contractor marked "MAKE CORRECTIONS NOTED," formal revision of said drawing will not be required and the Contractor shall immediately submit five corrected copies to the Engineer. If the drawing is returned to the Contractor marked "AMEND AND RESUBMIT," the Contractor shall revise said drawing and shall resubmit six copies of said revised draw- ing to the Engineer If the drawing is returned to the Contractor marked "REJECTED - RESUBMIT," the Contractor shall revise said drawing and shall resubmit three copies of said revised draw- ing to the engineer, as in the case of an original submittal. Fabrication of an item shall not be commenced before the engineer has reviewed the pertinent shop drawings and returned copies to the Contractor without rejection. Revision indicated on shop drawings shall be consid- ered as changes necessary to meet the requirements of the contract plans and specifications and shall not be taken as the basis of claims for extra work. The Contractor shall have no claims for damages or extension of time due to any delay resulting from making required revisions to shop drawings. The review of said drawings by the engineer shall apply to general design only and shall in no way relieve the Contractor of responsibility for errors or omissions contained therein nor shall such review operate to waive or modify any provisions or requirements contained in these contract specifications or on the contract drawings. X. AWARD OF CONTRACT Award of the contract, if it is awarded will be to the lowest responsible bidder whose proposal complies with all requirements described. The award, if made, will be made within 60 days after opening of the bids. All bids will be compared on the basis of the Engineer's estimate of quantities of work to be done and City's acceptance of the proposed traffic control equipment supplier. Prior to award, the Contractor shall submit a materials of intended control equipment to be used including manufacturers name and model n u MTbeT-s -. -" 0 0 Xl. T11AFF1C SIGNAL AND 8AVI- :TY .tJ(;11'.I'IN(; FA( :11,1T10.ti a. General SP 5 of 15 The Contractor shall furnish all tools, equipment, materials, supplies and manufactured articles and shall perform all operations necessary to con- struct traffic signal and street lighting facilities as shown on the drawings and as specified herein. b. Reference Specifications and Standard Plans 1. Standard Specifications - Except as modified herein, materials and installation shall conform to the California Standard Specifications, January, 1975. All references in this section to "Standard Specifi- cations" shall be understood to be referenced to the California Standard Specifications. 2. Standard Plans - Except as modified herein, all references in this section to "Standard Plans" shall be understood to be referenced to the California Standard Plans, January, 1975. 3. Codes, Ordinances and Regulations - All electrical materials and equipment furnished and installed under this section shall conform to the referenced regulations and codes specified in Section 86 -1.02 of the Standard Specifications and to all other ordinances and regulations of the authorities having jurisdiction. Whenever reference is made to the Code, Safety Orders, General Order or Standards, the reference shall be construed to mean the Code, Order or Standard that is in effect on the date set for receipt of bids. c. As-Built Print The Contractor is required to submit to the Engineer "As- Built" prints prior to the City accepting the installations. The prints shall indicate in red all deviations from the contract plans, such as: Locations of poles, pull boxes and runs, depths of conduit, number of conductors and other appurtenant work, for future reference. d. Description Furnishing and installing traffic signals and highway lighting and pay- ment therefor shall conform to the provisions in Section 86, "Signals and Lighting," of the Standard Specifications and these special provisions. Y • • SP 6 of 15 Traffic signal work is to be performed at the following location: CAMPUS DRIVE @ VON KARMAN AVENUE c. .Euuitmiont. List and DraWll1L's Equipment list and drawings of electrical equipment and material shall conform to the provisions in Section 86 -1. 03, "Equipment List and Drawings," of the Standard Specifications and these special provisions. The controller cabinet schematic wiring diagram and intersection sketch shall be combined into one drawing. The Contractor shall furnish a maintenance manual for all controller units, auxiliary equipment, and vehicle detector sensor units, control units and amplifiers. The maintenance manual and operation manual may be com- bined into one manual. The maintenance manual or combined maintenance and operation manual shall be submitted at the time the controllers are delivered for testing or, if ordered by the Engineer, previous to purchase. The main- tenance manual shall include, but need not be limited to, the following items: (a) Specifications (b) Design characteristics (c) General operation theory (d) Function of all controls (e) Trouble shooting procedure (diagnostic routine) (f ) Block circuit diagram (g) Geographical layout of components (h) Schematic diagrams (i) List of replaceable component parts with stock numbers (j ) Detailed circuit analysis (k) Voltage charts with wave forms f. Foundations Foundations shall conform to the provisions in Section 86 -2. 03, "Foundations," of the Standard Specifications and these special provisions. Portland cement concrete shall conform to Section 90 -10, "Minor Concrete," of the Standard Specifications and shall contain not less than 470 pounds of cement per cubic yard, except concrete for pile foundations shall contain not less than 564 pounds of cement per cubic yard. The fifth paragraph in Section 86 -2. 03, "Foundations, " of the Standard Specifications is amended to read: 0 E SP 7 of 15 Cast -in- drilled -hole concrete pile foundations for traffic signal and lighting standards shall conform to the provisions in Section 49, "Piling, " with the added requirements that standards shall not be ere- cted until 7 calendar days have elapsed after placing the concrete and that material resulting from drilling holes shall be disposed of as provided in Section 86 -2. 01, "Excavating and Backfilling. " g. Standards, Steel Pedestals and Posts Standards, steel pedestals and posts shall conform to the provisions in Section 86 -2.04, "Standards, Steel Pedestals and Posts," of the Standard Specifications and these special provisions. The City will require the submittal of shop drawings, calculation, and specifications relating to the structural design of signal standards. Structural design of these standards shall be determined by the manufacturer and shall be warranted capable of safely sustaining all of the intended loadings. The Contractor is cautioned to obtain approval of the Engineer prior to ordering. These items may not be incorporated into the work until said approval has been granted. Wind loading shall be based on a minimum 50 -year Mean Recurrence Interval Wind Speed of 80 M. P. Fi, per AASHTO design criteria. h. Conduit Conduit shall conform to the provisions in Section 86 -2. 05, "Conduit, " of the Standard Specifications and these special provisions. Section 86 -2. 05A, "Material, " of the Standard Specifications is amended to read: Conduit and fittings shall, at the option of the Contractor, be the rigid metal type manufactured of mild steel and conforming to UL Publication UL 6 for Rigid Metallic Conduit, the intermediate metal type manufactured of mild steel conforming to UL Publication UL 1242 for Intermediate Metallic Conduit, or for conduit to be installed underground, rigid non - metallic type conforming to UL Publication UL 651 for Rigid Non - Metallic Conduit. Non - metallic type conduit shall not be used. Rigid metal conduit to be installed shall not be used as a drilling or jacking rod. Insulated bonding bushings will be required on metal conduit. SP 8 of 15 After conductors have been installed, the ends of conduits terminating in pull boxes and controller cabinets shall be sealed with an approved type of sealing compound. i. Conductors and Wiring Conductors and wiring shall conform to the provisions in Section 86 -2. 08, "Conductors, " and Section 86 -2. 09, "Wiring, " of the Standard Specifications and these special provisions. Conductors shall be spliced by the use of "C" shaped compression conn- ectors as shown on the plans. Splices shall be insulated by "Method B" j. Bonding and Grounding Bonding and grounding shall conform to the provisions in Section 86 -2.10, "Bonding and Grounding, " of the Standard Specifications and these special provisions. Grounding jumper shall be attached by a 3/16 inch or larger brass bolt in the standard or pedestal and shall be run to the conduit, ground rod or bond- ing wire in adjacent pull box. k. Service Service shall conform to the provisions in Section 86 -2.11, "Service," of the Standard Specifications and these special provisions. Install modified 120/240 V Type 11 signal and lighting service in accord- ance with City of Newport Beach Standards. 1. Solid -State Traffic Actuated Controller Solid -state traffic actuated controller units, cabinets, and auxiliary equipment shall conform to the provisions in Section 86 -3, "Controllers, " of the Standard Specifications and these special provisions. Option (B) of the twenty -first paragraph of Section 86 -3. 07, "Controller Cabinet, " of the Standard Specifications is amended to read: (B) A cable containing two No. 22, or larger, conductors with each conductor insulated with either (1) a minimum of 10 mils of polyvinyl chloride and 2 mils of nylon, or (2) a minimum of 14 mils of polyethylene 0 SP 9 of 15 or polypropylene. The conductors shall be twisted and th twisted pair shall be protected with a shield. The shield or a stranded tinned copper drain wire shall be grounded at only one end of the cable. The cable shall be provided with a polyethylene or polyvinyl chloride outer jacket with a minimum thickness of 20 mils, or with a chrome vinyl outer jacket with a minimum thickness of 25 mils. Solid -state switching devices shall conform to the provisions in Section 86- 3.08D, "Solid -State Switching Devices," of the Standard Specifications and the following: Zero voltage turn -on is not required during the first half -cycle of line voltage during which the input signal is applied. A reed relay, rated for at least 10 million operations, may be used in the input portion of the switching device. The depth of the solid -state flasher shall not exceed 8.0 inches from the panel surface holding the mating connector, including any handle or gripping device. The flasher shall be no more than 1. 90 inches in width and no more than 4. 2 inches high. The flasher shall be so constructed that no part of it will extend more than 1. 00 inch to the right or left of the centerline of the connector pin configuration as viewed from the front. No other equipment within the controller cabinet shall use a socket which will accept a flasher or a flash transfer relay. The cabinet shall contain a conspicuous warning against operation without the monitoring device being installed. The convenience receptacle shall have ground -fault circuit interruption as defined by the Code. Circuit interruption shall occur on 6 milliamperes of ground -fault current and shall not occur on less than 4 milliamperes of ground - fault current. A separate harness and plugs shall be provided in the solid -state traffic actuated controller cabinet for the use of an emergency replacement controller unit. Instructions on transfer of control from the solid -state controller unit to the emergency replacement controller unit shall be mounted in the cabinet in plain view. A separate terminal strip for field wire connects during ERC operation shall be provided in the cabinet. The signal output circuits from the emergency replacement controller unit shall be connected to the load side of the solid -state load switches. The Contractor shall arrange to have a signal technician, qualified to work on the controller and employed by the controller manufacturer or his representative, present at the time the equipment is turned on. SP 10 of 15 111. Traffic Count Station Traffic count cqui.pnirnt to be installed shall conform to Ow dotails shown on lho plans and fficsc special provisions, and shall be installed in the type "P" controller cabinet. Sensor units and inductive loop detectors to be installed for traffic signal operation and the installation thereof shall conform to the provisions under "Detectors" elsewhere in these special provisions. Two Traffic Count Summators, with a minimum of four inputs and two outputs each, shall be installed in the cabinet. Summator shall be harness - connected for ease of relocation. All detection for each approach to the intersection, on the same street, shall feed count data to the same Summator. The Summator shall maintain separation of each direction and shall feed count data, via the two output channels, to the Count Recorders. Two Traffic Count Recorders shall be installed in the cabinet. Each recorder shall be capable of recording counts separately from two roadways or two directions of the same roadway. The Traffic Signal Controller cabinet, the summators and the Traffic Count Recorders shall conform to the following special provisions. 1. Cabinet - Cabinet wiring shall provide a harness for each approach detector sensor unit with two- channel output. The harness shall be labeled as follows: Harness #1 = A2 - E/B Harness #2 = A4 - W/B Harness #3 = B2 - NIB Harness #4 = B4 - SIB Sensor units shall be labeled as specified in Section 86 -3. 10D, "Labeling," of the Standard Specifications. 2. Traffic Count Lane Summator - Each Summator unit shall have: a. Solid -state circuitry throughout conforming to the provisions in Sections 86 -3. 09H, "Printed Circuit Boards, " and 86 -3. 10C, "Mechanical Design and Component Quality," of the Standard Specifications. Relays shall not be used. The power supply for the summator shall be integral and shall operate from 120 volts -+ 10 percent, 60Hy power. 0 0 SP 11 of 15 b. The capability to operate as specified from 0 °F. to 160 °F. C. Immunity to line transients whon tested in accordance with Test Method No. Calif. 667. d. Eight input channels, one output channel. The summa - tor shall have the capability of producing one output pulse for each input pulse on any input channel. In addition, it shall have the capability of producing 6 output pulses for 6 simultaneous inputs. e. Input circuitry compatible with the output circuitry of the vehicle detectors used with the suinmator. f. An output that is a solid -state switch and compatible with the input circuitry of the traffic counter used with the sum - mator. The solid -state switch shall have a minimum break- down boltage of 30 volts in the "off" state. The output switch shall be protected to switch an inductive load. g. Two output pulses; one output pulse shall have a dura- tion of Z to 10 milliseconds, and the other shall have a duration of 20 to 30 milliseconds. A switch shall be provided to select either output. 3. Traffic Count Recorder - Each recorder shall be a mechani- cal device capable of producing a tape record of the vehicle count in terms of a relay closure in a sensor or summator functioning as the input to the recorder. Each recorder shall operate on 120 -volts (f 10 percent) 60Hz power, and shall be equipped with a 60- minute cam. The traffic count recorder shall be a Streeter Amet MR Trafi- counter Model 20ZA to conform to existing Irvine City equipment. n. Snal Faces and Signal Heads Signal faces, signal heads, and auxiliary equipment, as shown on the plans, and the installation thereof, shall conform to the provisions in Sections 86 -4.01, "Vehicle Signal Faces," 86 -4.04 "Directional Louvers, " 86 -4.03, "Backplates," and 86 -4.06, "Signal Mounting Assemblies," of the Standard Specifications and these special provisions. All new mast -arm mounted signal faces and all arrow indications shall be provided with 12 -inch sections. C i o. Programmed Visibility Traffic Signal Heads SP 12 of 15 Programmed visibility traffic signal heads shall conform to the pro- visions in Sections 86 -4.04, "Programmed Visibility Traffic Signal Heads," and 86 -4. 06, "Signal Mounting Assemblies, " of the Standard Specifications and these special provisions. Horizontal pipe fittings for programmed visibility heads shall be ex- tended a minimum of 18 inches toward the center of intersection to allow for masking and relamping. P. Detectors Detectors shall conform to the provisions in Section 86 -5, "Detectors, " of the Standard Specifications and these special provisions. Sensor units shall be Type B. Each circuit of Type B sensor units shall be considered a separate sensor unit. Loop detector lead -in cable shall be Type A or Type B. The number of sensor control units need not be provided for each approach. Control units for magnetometer detectors shall be provided with a time -delay feature which shall extend the. vehicle -call for an adjustable period of approximately 0. 10 second to 3. 0 seconds. The delay feature shall not operate during pulse mode. The Contractor shall test the detectors with a motor - driven cycle, as defined in the California Vehicle Code, that is licensed for street use by the Department of Motor Vehicles of the State of California. The unladen weight of the vehicle shall not exceed 220 pounds and the engine displacement shall not exceed 100 cubic centimeters. Special features, components, or vehicles designed to activate the detector, will not be permitted. The Contractor shall provide an operator who shall drive the motor- driven cycle through the res- ponse or detection area of the. detector at not less than 3 miles per hour nor more than 7 miles per hour. The detector shall provide an indication in response to this test. q. Pedestrian Push Buttons Pedestrian push buttons shall conform to the provisions in Section 86 -5. 02, "Pedestrian Push Buttons, " of the Standard Specifications and these special provisions. SP 13 of 15 The 9" x 12" sign shall not extend beyond the mounting framework. r. Pedestrian Signals Pedestrian signals shall conform to the provisions in Section 86 -4. 05, "Pedestrian Signal Faces," of the Standard Specifications and these special provisions. Pedestrian signals shall be Type B or Type C. The following type of screen shall be provided on Type B or Type C signals: A 1 1/2 -inch deep eggcrate -type screen either of 0.020 -inch minimum thickness 3003 H14 aluminum alloy or of 0. 030 -inch nominal thickness polycarbonate. The assembly shall be mounted in a frame+ constructed of 0. 040 -inch minimum thickness aluminum alloy or poly - carbonate. The vertical spacing of the horizontal members shall be 1/2- inch, starting approximately 1/4 -inch above and ending approximately 1/4 -inch below the "DONT" and "WALK" legends respectively. Additional members may be employed outside the 2 legend areas for structural strength. The eggcrate -type screen shall be installed parallel to the face of the "DONT WALK" message and shall be held in place by use of stainless steel screws. The hood described in Section 86- 4.05C, "Visors," of the Standard Specifications may be omitted with the eggcrate -type screen. The screen and frame shall be anodized flat black or may be finished with flat black enamel as specified in Section 91 -4. 01 "Enamel; Traffic Signal Lusterless Black, " of the Standard Specifications. Said enamel shall be applied in the shop at the Contractor's expense. Alternate methods may be substituted for the above screening providing the results are equal to or superior to those obtained with the. above - specified screens as determined by the Engineer. S. Luminaires Luminaires shall conform to the provisions in Section 86 -6. 01, "High- ♦y SP 14 of 15 Intensity - Discharge Luminaires," of the Standard Specifications and these special provisions. Glare shields are required. All new luminaires shall be 250 -watt high- pressure sodium vapor with integral ballast and photoelectric cell. t. Photoelectric Controls. Photoelectric controls shall conform to the provisions in Section 86 -6.07, "Photoelectric Controls," of the Standard Specifications and these special provisions. Photoelectric controls shall be Type IV. u. Ballasts Ballasts shall conform to the provisions in Section 86 -6. 10, "Ballasts, " of the Standard Specifications and these special provisions. Integral ballasts shall be provided. Ballasts for 250 -watt high - pressure sodium lamps may be the auto - transformer type. V. Internally Illuminated Street Name Signs Illuminated street name signs to be provided on this contract shall be constructed with quality and design features equivalent to NUART, Safety Sign Company or Plastolite Company, and installed in accordance with City of Newport Beach Standard Plan Drawing No. STD -911 -L included herein. The Contractor shall furnish, to the City, shop drawings and specifi- cations of the selected suppliers sign. City approval must be obtained prior to purchasing. The following information shall be included in the drawings and speci- fications: 1. Internal maintenance method 2. Housing and mountings 3. Lamps and lampholders 4. Terminal blocks 5. Ballasts 6. Conductors SP 15 of 15 7. Face panel 8. Fuses 9. Photocell Internally illuminated street name sign color shall conform to the, City of Irvine specifications for Brown background with write letters. W. "Cobblestone" Pavement and Type "D" Curb "Cobblestone" pavement shall be 560 -C -3250 portland cement concrete. Colored hardener shall be Russet (A -24) "Lithochrome Color Hardener" as manufactured by L. M. Scofield Company, Los Angeles, California. The minimum rate of application of the hardener shall be 60 pounds per 100 square feet. Color wax curing and finishing compound shall be Russet (A -24) "Lithochrome Colorwax" as manufac- tured by L. M. Scofield Company, Los Angeles, California. Minimum application coverage shall be 600 square feet per gallon of unthinned colorwax. Subgrade preparation shall conform to the requirements of Section 301 -1 of the Standard Specifications. The final color appearance shall be uniform throughout the entire surface area. All surfaces that are not uniform in color and surface texture will be rejected and must be removed and recon- structed at the contractor's expense. Imprinting of the concrete shall be done in such a manner as to provide a texture and surface acceptable to the City. Pedes- trian travel areas will require a lighter imprint. Payment for this item of work shall be included in the lump sum bid for traffic signal and lighting system. Type "D" curb shall be in accordance with City of Newport Beach. Standard 183 -L and the Standard Specifications. B I D S U M M A R Y Installation of traffic signal TITLE at Campus Drive & Von Karman LOCATION Campus Dr. & Von Karman CONTRACT N0, lg�s TIME 10:30 A.M. ENGINEER'S ESTIhA� $44,000 DATE December 29, BY CHKD DATE CONTRACTOR TOTAL PRICE 1 2 3 4 5 ,.6 7 u P, 10 11 =23, 7 3 S nn 010 44 _q Ch bay .16 Moore. 0 jAN 24 1977 RESOLUTION NO. 8 98 4 By tha C10f COUNCIL CITY. Of. NAW?94T B A.Ck RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO BAXTER - BRIFFIN, INC. FOR TRAFFIC SIGNAL AT CAMPUS DRIVE AND VON KARMAN AVENUE, CONTRACT NO. 1875 WHEREAS, pursuant to the notice inviting bids for work in connection with the traffic signal at Campus Drive and Von Karman Avenue, in accordance with the plans and specifications heretofore adopted, bids were received on the 28th day of December, 1976, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefore is Baxter - Briffin, Inc.; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Baxter - Briffin, Inc. for the work in the amount of $40,442.00 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 24th ATTEST: City Clerk day of January , 1977. Mayor DDO /bc 1/21/77 �d