HomeMy WebLinkAboutC-2128 - Installation of Traffic Signals and Safety Lighting at East Coast Highway and Avocado AvenueJanuar,., 7, 1981
CITY OF NEWPORT BEACH
Criss--M '� Johnson, Inc.
P.O. Eox 10040
Santa Ana, California 92711
OFFICE OF THE CITY CLERK
(714) 640 -2251
Subject: Surety Seaboard Surety "
Project Construction of Traffic Signal and
Safety Lighting on East Coast High-
way at Avocado Avenue
Contract No.: 2128
The City Council on November 24, 1980 accepted the work 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
on December 9, 1980 in Book No.
notify your surety company that
35 days after recording date.
Wanda Z. Andersen
City Clerk
WA:da
Public Works Department
with the Orange County Recorder
13866, Page 888. Please
the bonds may be released
(:its- Hall • 3,"00 Newport Boulevard. Newport Beach, Ca IM-nia 92663
Recording Requested by
Please Return to
City Clerk
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92662
^# 13793
E; ' 1
C2
NOTICF, OF COMPLETION
PUBLIC WORKS
13866Pe 883
HtLORDED IN OFFICIAL RECORDS
OF ORANGE COUNTY, CALIFORNIA
ml 15 pM DEC y 1580
LEE A. BRANCH, County Recorder
1 o All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on June 15 1980 _
the Public Works project consisting of Construction of Traffic Signal and Safety Lighting
on East Coast Highway at Avocado Avenue -
on which_Gxi ssom F TOhn SOn, Inc 9f QantD An'i, C@I.f,)rp
was the contractor, and Seaboard Surety
was the surety, was completed.
VERIFICATION
I, the undersigned, say:
CITY OF NEWPORT BFACH
) Z -��la4ilnn 1' �
Public Works Director
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on November 26, 1980 at Newport Beach, California.
Public Works Director
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on "'O w 4�n g n 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 November 26, 1980 at Newport Beach, California.
City Clerk
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
(714) 640 -2251
November 26, 1980
Lee A. Branch
Count•7 Recorder
P. O. Box 238
Santa Ana, California 92702
Attached for recordation is Notice of._fompletion of
Public Works Projects consisting of Construction of Traffic Signal
and Safety Lighting on East Coast Highway at Avocado Avenue
Contract No.2128 on which Grissom and Johnson, Inc..
was the Contractor and Seaboard Surety
was the surety.
Please record and return to us.
V7anda E. Andersen
City Clerk
WEA:bf
attach.
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663
TO
FROM
SUBJECT
NOV 24 1980
By tha CITY COUNCIL
CITY OF NFWKAT 4i4iCH
CITY COUNCIL
Public Works Department
6
November 24, 1980
CITY COUNCIL AGENDA
ITEM N0. 11
ACCEPTANCE OF CONSTRUCTION OF TRAFFIC SIGNAL AND SAFETY LIGHTING ON
EAST COAST HIGHWAY AT AVOCADO AVENUE (C -2128)
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days
after Notice of Completion has been filed.
DISCUSSION:
The contract for the construction of the traffic signal on East Coast
Highway at Avocado Avenue has been completed to the satisfaction of the Public
Works Department.
The bid price was $44,190.00
Amount of unit price items constructed 44,190.00
Amount of change orders 5,933.14
Total contract cost 50,123.14
Six change orders were issued. The first and fifth,in the amount of
$1,955.56,provided for locating existing pullboxes and conduit damaged during
construction of Corporate Plaza. The second, in the amount of $2,257.37, pro-
vided for relocating the facilities on the northerly side of the highway to
accommodate future widening. The third and fourth, in the amount of $1,679.35,
provided for changes necessitated by encountering unforeseen underground ob-
structions. The sixth, in the amount of $40.86, provided for a bond required
by CalTrans.
Of the total cost of the project, approximately 95% was paid by the
Bank of Newport, Irvine Company, Newport Harbour National Bank and California
Federal Savings and Loan. The remainder was paid by the City out of the Gas
Tax Fund.
The design engineering was performed by Berryman & Stevenson, Inc.
The contractor is Grissom & Johnson, Inc. of Santa Ana, California.
The contract date of completion was March 7, 1980. Due to the extra
work and revisions, the signal was not turned on until June 15, 1980.
t ' (/ p' vz"'t
Benja in B. Nolan
Public Works Director
GPD:jd
a 0
CITY OF NEWPORT BEACH
Date February 20, 1980
TO: Public Works Department
FROM: City Clerk
i`
SUBJECT: Contract No. L' -212e
Project Oonatruction of traffic signals and safety lighting at
Attached is signed copy of subject contract for transmittal to the contractor.
Address: P.O. Boot 10040 , Santa Ana, CA 92711
Amount: $ $44,190.00
Effective Date: February 15, 1980
Resolution No. 9713
Doris Geo e
Att.
cc: Finance Department Q
City Ilall 3300 Neirport Boulevard, Newport Beach, California 92663
0
0
CITY OF NEWPORT BEACH - PUBLIC WORKS DEPARTMENT
,..�/ ✓ MEMO
TO: _(A! i GLGV� Date 2'�4��
FROM:_,— - - -� ^-
SUBJECT: c- 2128
A I/
am
Arm Ira NiffoulffolAlml
WEIR R.''
NA010M LT
r.
r2ffu►2o�) tweia CD►� 6r TNT t v►�I�fJTy }Nouu�v�1Z
PUT IT IN WRITING . . . . . . WRITTEN MESSAGES SAVE TIME AND AVOID ERRORS
kV.,)o a W ,V rX YWV AM rite
0
CITY OF NEWPORT BEACH
Contract No. C -2128
Special Endorsement No.
In consideration of the premium charged, this endorsement is attached to and
made a part of all policies insuring the liability of any person, firm or corporation
performing services under contract for the City of Newport Beach.
Notwithstanding any inconsistent expression in the policy to which this endorse-
ment is attached, or in any other endorsement now or hereafter attached thereto, or
made a part thereof, the protection afforded by said policies shall:
1. Include the City of Newport Beach, its officers and employees as additional
insureds in the policies described below for injuries, death or damage to property
arising out of or in connection with the contract executed by the named insured and the
City. It is further agreed that this policy shall be primary and non - contributing with
any other insurance available to the City of Newport Beach, and includes a severability
of interest clause.
2. Include contractual liability coverage applicable to the contract referred
to above, including the obligation to defend the City, subject to the terms and conditions
of contractual liability insurance.
3. Delete all exclusions relating to property damage arising out of explosion,
collapse, or underground damage (commonly referred to as "xcu" hazards).
4. Indemnify and save harmless the City of Newport Beach against any and
all claims, excluding sole negligence of the City, resulting from the undertaking of
the contract. This hold harmless assumption on the part of the underwriters shall
include all costs of investigation and defense, until reasonable determination is made
that the City is solely negligent.
5.
Provides limits
of liability
and coverages
as follows:
COVERAGES TO
WHICH THIS
EFFECTIVE
ENDORSEMENT
DATE OF
POLICY
POLICY
LIMITS OF
INSURANCE
ATTACHES
ENDORSEMENT
NUMBER
PERIOD
LIABILITY
COMPANY
Comprehensive
1/7/80
GLA5334206
9 -30 -79
$1,000,000
National
General
To
BI and PD
Union Fire
Liability
9 -30 -82
Combined
Ins. Co. of
Single
Pittsburgh, Pa.
Limit
This
endorsement is
effective
January 7
, 1980 , when
signed by an
Authorized Representative of the companies aTfording coverages and when issued to City
shall be valid and form a part of policies herein described.
Should any of the above described policies be cancelled before the expiration
date thereof, the issuing company shall mail 30 days' prior written notice by registered
mail to:
City of Newport Beach c/o City Clerk
3300 Newport Boulevard
Newport Beach, California 92663.
NAME OF AGENT OR BROKER
Frank B. Hall & Co. of Illinois (Broker)
Address 230 West Monroe Street
Chicago, IL / 60606
BY �C� r zr�' ✓.5 1 k2�c
(Authorized Kepresentative
IMPORTANT: This is the only evidence of insurance acceptable to the City. The person
executing this Endorsement is cautioned to make certain that he has authority
to do same on behalf of the Insurance Company or Companies.
C.I.E. - 3/79
Workers' Compensation Certificate
"I am aware of and will comply with Section 3700 of the Labor Code,
requiring every employer to be insured against liability for Workers'
Compensation or to undertake self- insurance before commencing any
of the work." GRISSOM & JOHNSON, INC.
Jan. 17, 1980
Date igna u e
St en Geis, Jr. S c. Treas.
Contract #2128
I NAME AND ADDRESS OF AGENCY
FRANK 0. HALL & CO. OF ILL.
230 W. MONROE ST.
CHICAGO, IL 60606
COMPANIES AFFORDING COVERAGES
GOMPANY A National Union Fire Insurance
LETTER C_mmpan= of Pittsburgh, Pa.
COMPANY B
LETTER
Grissom & Johnson, Inc.
COM
E ERNv
A Subsidiary of The L. E. Myers Co.
P. O. Box 10040 _FP,rp D
LFTTFF
Santa Ana, California 92711
COMPANY C
LETTER C
This is to certify that policies of insurance listed below have been issued to the insured named above and are In force at this time. Notwithstanding any requirement. term or condition
of any contract or other document with respect to which this certificate may be issued or may pertain, the insurance afforded by the policies described herem is subject to all the
terms. exclusions and conditions of such policies.
DESCRIPTION OF OPERATIONS /LOCATIONSACHICLES
Traffic Signal Installation - East Coast Highway at Avocado Avenue
Newport Beach, California
Cancellation: Should any of the above described policies be cancelled before the expiration date thereof. the issuing com-
pany will endeavor to mail '.0_ days written notice to the below named certificate holder, but failure to
mail such notice shall impose no obligation or liability of any kind upon the company.
NAME AND ADDRESS OF CERTIFICAT E HOLDER:
City of Newport Beach
c/o City Clerk
3300 Newport Boulevard
Newport Beach, California 92663
AGORD 25 (1 -79)
DATE
AUTHORIZED
Limits of Liability in Thousands (000)
COMPANY
LETTER
TYPE OF INSURANCE
POLICY NUMBER
POLICY
FaE'IHAI:ON DATE
EACH
AGGREGATF�
'
OCCURRENCE
GENERAL LIABILITY
BODILY INJURY
$
$
❑COMPREHENSIVE FORM
El PREMISES OPERATIONS
PROPERTY DAMAGE
$
$
❑EXPLOSION AND COLLAPSE
HAZARD
❑
UNDERGROUND HAZARD
❑ PRODUCTSCOMPLETED
OPERARONS HAZARD
❑
BODILY INJURY ANO
CONIRACIUAL INSURANCE
PROPERTY DAMAGE
$
$
❑ BROAD FOR. PROPERTY
COMBINED
DAMAGE
❑
INOEPFNOENI CONTRACTOR'S
PERSONAL INJ'JHY
$
❑ PERSONAL INJURY
AUTOMOBILE LIABILITY
BODILY INJURY
$
(FACH PFRSONI
❑ °ENSIvc
$
CO.MPRF FORM
C WNED
BODILY INJURY
;EACH ACCIDENT)
❑HIRED
PROPERTYDAMAGE
❑
F0010 IN JURY AND
!utiNO'1:NF0
PROPERTY OAMAGE
$
COM[LNED
EXCESS LIABILITY
BODILY INJURY AND
❑ UMBRELLA PORN
PROPERTY DAMAGE
$
$
❑ OTHER THAN iJ^FBREIIF
COMBINED
FORM
WORKERS' COMPENSATION
STAIUFOr,
_
A
and
WC 1096835
9 -30 -82
EMPLOYERS' L IABILITY
s 1,000
,;,'MINI,
OTHER-
- - --
�-- --
DESCRIPTION OF OPERATIONS /LOCATIONSACHICLES
Traffic Signal Installation - East Coast Highway at Avocado Avenue
Newport Beach, California
Cancellation: Should any of the above described policies be cancelled before the expiration date thereof. the issuing com-
pany will endeavor to mail '.0_ days written notice to the below named certificate holder, but failure to
mail such notice shall impose no obligation or liability of any kind upon the company.
NAME AND ADDRESS OF CERTIFICAT E HOLDER:
City of Newport Beach
c/o City Clerk
3300 Newport Boulevard
Newport Beach, California 92663
AGORD 25 (1 -79)
DATE
AUTHORIZED
CONTRACT NO. 2128
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
INSTALLATION OF
TRAFFIC SIGNAL AND SAFETY LIGHTING
AT
EAST COAST HIGHWAY AND AVOCADO AVENUE
Approved by the City
Council this 10th day
of December '790T
Doris George, City Clerk
SUBMITTED BY:
GRISSOM & JOHNSON INC.
Contractor
P. 0, Box 10040
Address
rT7V ri rDV
Santa Ana, CA 92711
City Zip
540 -9570
Phone
$44,190.00
Total i r ce
0 • PR 1 of 2
TRAFFIC SIGNAL AND SAFETY LIGHTING
AT
EAST COAST HIGHWAY AND AVOCADO AVENUE
CONTRACT NO. 2128
PROPOSAL
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 proposes to furnish all materials and do all the work
required to complete Contract No. 2128 and will take in full payment therefor
the following unit prices for each item, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT PRICE WRITTEN IN WORDS PRICE
Lump Sum Construct Traffic Signals and
Safety Lighting at the inter-
section of East Coast Highway
and Avocado Avenue.
Thirty -Nine Thousand
@ One Hundred Sixty Dollars
and
NO Cents $39,160.00
Per Lump Sum
Lump Sum Furnish and install inter-
connect conduit and cable by
trenching method at Locations
"A% "B" & "E" shown on the Plan.
One Thousand One
@ Hundred Dollars
and
NO Cents $ 1.100.00
Per Lump Sum
TOTAL PRICE FOR ITEMS 1 THROUGH 4 WRITTEN IN WORDS:
Forty -Four Thousand One. Hundred Ninety Dollars
and
NO Cents $44.190.00
GRISSOM & JOHNSON, INC.
CONTRACTOR'S NAME
S /Rex M. Grissom
DATE 2/2679 S eG AJTU
E
CONTRACTOR'S ADDRESS P. 0. Box 10040
TELEPHONE NUMBER 714 -540 -9570
C NTRACTOR'S LICENSE NO.
•
PR2of2
ITEM
QUANTITY
ITEM DESCRIPTION UNIT
TOTAL
NO.
AND UNIT
PRICE WRITTEN IN WORDS
PRICE
3
Lump Sum
Furnish and install inter-
connect conduit and cable
by jacking method at Location
"C" shown on the Plan.
One Thousand. Nine
@ Hundred Eighty Dollars
and
NO Cents
$ 1,980.00
4
Lump Sum
Furnish and install inter-
connect conduit and cable by
jacking method at Location
"D" shown on the Plan.
One Thousand Nine
@ Hundred Fifty Dollars
and
NO Cents
$ 1,950.00
TOTAL PRICE FOR ITEMS 1 THROUGH 4 WRITTEN IN WORDS:
Forty -Four Thousand One. Hundred Ninety Dollars
and
NO Cents $44.190.00
GRISSOM & JOHNSON, INC.
CONTRACTOR'S NAME
S /Rex M. Grissom
DATE 2/2679 S eG AJTU
E
CONTRACTOR'S ADDRESS P. 0. Box 10040
TELEPHONE NUMBER 714 -540 -9570
C NTRACTOR'S LICENSE NO.
• 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 2:00 P.M. (as determined by telephone time signal) on the
26th day of e_ce_mFe_r 1979, at which time they will be opened and read, for
performs work as fo o—T1 ws:
INSTALLATION OF TRAFFIC SIGNALS & SAFETY LIGHTING
AT
EAST COAST HIGHWAY @ AVOCADO AVENUE
CONTRACT NO. 2128
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 t e or�rate Seal
shall be sized to all documents requiring signatures. In the case of a ark tnership,
the signature of at least one general partner is required.
No bids will be accepted from a contractor who has not been licensed in accordance with
the provisions of Chapter 9, Division III of the Business and Professions' Code. The
contractor shall state his license number and classification in the proposal.
One set of plans and contract documents, including special provisions, may be obtained
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
•
Page la
The City has adopted the Standard Specifications for Public Works Construction (1976
Edition as prepared by the So�ern�fiforn ai Chap rs.o American YuMTc 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 per set.
A standard City of Newport Beach Special Endorsement form has been adopted by the
City of Newport Beach. This form is the only endorsement acceptable to the City for .
liability insurance purposes. The successful low bidder will be required to complete
the form upon award of contract. (A sample form is attached for reference.)
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.
In accordance with the provisions of Article 2, Chapter 19 Part 7 of the California
Labor Code (Sections 1770 At seq.), the Director of Industrial Relations 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 rachanlc
needed to execute the contract. A copy of said determination is available in the office
of the City Clerk. Ail parties, to the contract shall be governed by all provisions of
the California Labor Code relating to prevailing wage rates (Sections 1770 - 7981 in-
clusive). The contractor shall be. responsible for compliance 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 3 -13 -79
E
Page 2
All bids are to be computed on the basis of the given estimated quantities of work,
as indicated in this Proposal, times the unit price as submitted by the bidder. In case
of a discrepancy between words and figures, the words shall prevail. In case of an error
in the extension of a unit price, the corrected extension shall be calculated and the bids
will be computed as indicated above and compared on the basis of the corrected totals.
The estimated quantities of work indicated in this Proposal are approximate only,
being given solely as a basis for comparison of bids.
The undersigned has checked carefully all of the above figures and understands that
the City will not be responsible for any errors or omissions on the part of the under-
signed in making up this bid.
The undersigned agrees that in case of default in executing the required contract
with necessary bonds within ten (10) days, not including Saturday, Sunday and federal
Holidays, after having received notice that the contract is ready for signature, the
proceeds of check or bond accompanying this bid shall become the property of the City
of Newport Beach.
Licensed in accordance with the Statutes of the State of California providing for
the registration of Contractors, License No. 263167 ClassificationC -10
Accompanying this proposal is "Bidders Bond"
(Cash, Certified ec k, Cashier's Check or on
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workers' compensation or to
undertake self- insurance in accordance with the provisions of that code, and agrees to
comply with such provisions before commencing the performance of the work of this contract.
(714) - 540 -9570
Phone Number
December 26, 1979
Tare
Grissom & Johnson, Inc.
Bidder's Name
(SEAL)
S /Rex M. Grissom
uthorized Signature
S /Stephen Geis, Jr.
Authorized Signature
Corporation
Type of Organization
(Individual, Corporation, or Co- Partnership)
List below names of President, Secretary, Treasurer and Manager if a corporation,
and names of all co- partners if a co- partnership:
Rex M. Grissom
President
Stephen Geis. Jr. 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
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
NONE
S /Rex M. Grissom
Authorized Signature
Subcontractor
• I I � X 1 1 � 1 1
Address
S ephen�Geis, Jr.
Authorized Signature
Corporat
Type of Organization
(Individual, Co- partnership or Corp.)
Santa Ana, CA 92711.
Address
"FO VIGINAL SEE CITY CLERK'S V# E COPY"
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALI. MEN BY THESE PRESENTS,
That we, Grissom & Johnson, Inc. , as Principal,
and Seaboard Surety as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
ten percent of bid Dollars ($ 10% ), lawful money of the United
States for the payment of which sum well and truly to be made, we bind ourselves,
jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden principal for the construction of
Traffic Signal and Safety Lighting at East Coast Highway and Avocado 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 26th day of
December , 1979
Corporate Seal (If Corporation)
(Attach acknowledgement of
Attorney -in -Fact)
P r i ncip
Grissa om & Johnson, Inc.
SLStephen Geis, Jr.
Seaboard Surety
Surety
By S /Ralph Glackerbarth.
Title Attorney -in -fact
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
I this bid.
Subscribed and sworn to before me
this 26thday of December ,
19 79 ,
My commission expires:
May 3, 1982
GRISSOM & JOHNSON, INC.
IS/Rex M. Grissom
S/Stephen Geis, Jr.
SIVIrginia Martin
Notary Public
AV
• Page 6
STATLMENT OF FINANCIAL RESPONSIBILI T-Y.."
Tne undersigned submits herewith a st* "t of his financial responsibility
or agrees to submit a statement within 2 hours after the bid opening if he
is the apparent low bidder.
"On File with City Clerkw.
S/Rex M. Grimm
GRISSOM & JOHNSON, INC.
_S/Stephen Geis. Jr.
Signed
--
:�.
.. _,. _.... __.:___.. .Ta
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.
Please see attached
LI
9
L7
a14 • •
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.
7105 1978 City of Placentia R. Beardsley 993 -8131
- Traffic Signals - Project SRS -0005 (399)
7098 1978
7066 1978
City of Irvine
B. Yamada
Traffic Signal — Projects 801 -29 & 810 -25
County of Los Angeles J. Hendershot
Traffic Signal Mod. — Contract 2354
7059 1977 County of Orange
� 7078
P. Gilbert
754 -3600
213 -226 -8169
834 -7089
Traffic Signal - W.O. R084334 -35
1978 County of Orange P. Gilbert 834 -7089
Traffic Signal - W.O. 08470
7128 1978 County of Orange
7086 1978
7127- 1978
7100 1978
P. Gilbert
Traffic Signal - Contract D -78 -065
City of Costa Mesa H. Burnham
Traffic Signal - Contract 9/19/77
State of California R. Decker
Traffic Signals - 07- 332804
City of Fullerton T. Hartzog
Traffic Signals - P.O.. F5345
834 -7089
754 -5334
997 -5071
525 -7171
7141/42 1979 City of Santa Ana J. Pendergast 834 -4939
Traffic Signals - Project 5049 & 8150
ON, INC.
P. " B" 10046
11181 ARMSTRONG A
SANTA ANA, CALIF. 92711(
Tgned
• Bo� #87 58 53
a` Page 8
LABOR AND MATERIAL BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City. of Newport Beach, State of California, by
motion adopted January 7, 1980
has awarded to Grissom & Johnson, Inc.
hereinafter designated as the "Principal ", a contract for Installation of Traffic
Signal and Safety Lighting at East Coast Highway and Avocado Avenue
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
f: and other contract documents on file in the office of the City Clerk of the City of
Newport Beach,
j: 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 GRISSOM & JOHNSON INC
as Principal, and SEABOARD SURETY COMPANY
as Surety, are held firmly bound unto the City. of Newport Beach, in the sum of
TWENTY TWO THOUSAND NINETY FIVE AND NO /100 - - dollars ($-?2„Q95.00 ).
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
K
r �;..
Ie
s
Page :9
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 Principal and
Surety above named, on the .14th day of January , 19 80
GRISSOM & JOHNSON, INC. (Seal)_
Name of Contractor Principal `-
Au hors i{ed Signature and Title
t2£ M. c SSOH PREStOE-.�J7 `-=
c _
MQ!�rfzed SignatTet al T t -
.5 %£ ?f4EA, • � ,5 j�•EENS.
i
TARO SURETY COMPANY ($edl}
Surety -
I
FORNIA
Signature^ and Title of Authoriz d Agent'
E. Lee Smith, III, Attorney -in -act
hffrOft AgenAt
e ephone W. of Agent
,^ �,
i. - - , /j,
� 1-
.. „� ...
.'r
`..
t
^n
ii _�. ,.
.�i
'�r:...�. ..
��� v
...\
ii.. _..
.;
. -� `
-.-'-
�- �
,,,�
=��
r� -=
_
�'. ^
���w
•�
J
/� _
1
,^ �,
i. - - , /j,
� 1-
.. „� ...
.'r
`..
t
^n
ii _�. ,.
.�i
'�r:...�. ..
��� v
...\
ii.. _..
7
L
I
1i
STATE OF CALIFORNTA
I/
ss.:
COUNTY OFORANGf
r
On this................... 1.4.th ....... day. ................................... January .......... .................. ............... 19...... S& before me personally came
......._E.... ... e..e... Sm4th... LI_ i ....................... .............. ............
...
................................................................... ............................... _ .......................
to me known to be an Attorney -in -Fact of SEABOARD SURETY COMPANY, the corporation described
in the within instrument, and he acknowledged that he executed the within instrument as the act of
the said SEABOARD1 ♦$ Te't7PF5ttA4VcZWfuce with authority duly conferred upon him by
said Company, LINDA A. SUBLETT
® NOTARY PUBLIC — CALIFORNIA
♦ - PRINCIPAL OFFICE IN
O' ORANGE COUNTY
MY Commission Expires Sep 3383
corms +x • _/ Notary Public.
0
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
0
Bond #87 58 53
Premium: $166.00
Page 10
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopte& January 7, 1980
has awarded to Grissom & Johnson, Inc.
hereinafter designated as the "Principal ", a contract for Installation of Traffic
Signal and Safety Lighting at East Coast Highway and Avocado Avenue
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We, GRI.SSOM & JOHNSON, INC.
as Principal, and SEABOARD SURETY COMPANY
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
FORTY FOUR THOUSAND ONE HUNDRED NINETY AND NO /100 - - - Dollars ($ 44,190.00 -
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 anywise affect its obligations on this bond, and it does hereby waive notice
�.
.... .. .' .. .
tae�Gst. e�� ..,. - - 'Sie` �.�C n w��...n.:...3 ': �rr'SWaai�.m� .,... .�Z..��.- ra.:.Caa`+"�ilm..a::�.:
-F 5 . �
��tz... - .
s
•
(Performance Bond - Continued)
�
]
Page 11
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 the 14th day of January , 19--80--.
(Seal)
Name of Contractor Principal)
Authorized Signature and Title
R Grissom President = `-
t zed Signaturrlft Title
`
Step en Geis, Jr- s c. /Treas.
SEABOARD SURETY COMPANY .Seal)
Name of Surety
19700 FAIRCHILD
IRVINE LI 6RNIA -
ddr urety � --
^i .
. � J.II. LL, aa.,
P.O. Box 504 Santa Ana California
Address of Agent
714- 558 -0101
Telephone No. of Agent
^_, ,.r
'•.��
'„ •. �.
�•_ -� ,
_, � ^�-
� �n
°t
�..
�=
3 A Z b- a..r.4'iS. �� .SY..'::.
r
r
i
i
STATE OF CALIFORNIA
COUNTY OF ORANGE
On this .................. 14t.h. ... ... day .......... .............. .. January ... ................. ................................ 19 ... 80..., before me personally came
E. Lee Smi
to me known to be an Attorney -in -Fact of SEABOARD SURETY COMPANY, the corporation described
in the within instrument, and he acknowledged that he executed the within instrument as the act of
the said SEABOtj'fL1'i' L1'S "C *jr 21i'at Ndance with authority duly conferred upon him by
said Company. LINDA A. SUBLETT i
NOTARY PUBLIC--CAUFORNIA
PRINCIPAL OFFICE IN '
• ORANGE COUNTY
Form 894 My Commission Expires Sept. 30. 19 . Notary Public.
... •....•••.••• ♦ ♦H•..••••
Page 12
CONTRACT
THIS AGREEMENT, made and entered into this Z; ,Z�day of 19_Z0,
by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City,
party of the first part, and Grissom & Johnson, Inc.
hereinafter designated as the Contractor, party of the second part.
WITNESSETH: That the parties hereto do mutually agree as follows:
1. For and in consideration of the payments and agreements hereinafter mentioned
to be made and performed by the City, the Contractor agrees with the City to furnish all
materials and labor for the construction of
Installation of Traffic Signal and Safety Lighting at East Coast Highway
and Avocado Avenue
and to perform and complete in a good and workmanlike manner all the work pertaining
thereto shown on the Plans and Specifications therefor; to furnish at his own proper
cost and expense all tools, equipment, labor, and materials necessary therefor, (except
such materials, if any, as in the said Specifications are stipulated to be furnished by
the City), and to do everything required by this Agreement and the said Plans and
Specifications.
2. For furnishing all said materials and labor, tools and equipment, and doing
all the work contemplated and embraced in this Agreement, also for all loss and damage
arising out of the nature of the work aforesaid, or from the action of the elements,
or from any unforeseen difficulties which may arise or be encountered in the prosecu-
tion of the work until its acceptance by the City, and for all risks of every description
connected with the work; also, for all expenses incurred by or in consequence of the
suspension or discontinuance of work, except such as in said Specifications are expressly
stipulated to be borne by the City; and for well and faithfully completing the work
and the whole thereof, in the manner shown and described in the said Plans and
Specifications, the City will pay and the Contractor shall receive in full compensation._
therefor the lump sum price, or if the bid is on the unit price basis, the total price
for the several items furnished pursuant to the Specifications, named in the bidding
sheet of the Proposal, as the case may be.
3. The City hereby promises and agrees with the said Contractor to employ, and
does hereby employ the said Contractor to provide the materials and to do the work
according to the terms and conditions herein contained and referred to for the price
aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon
the conditions set.forth in the Specifications; and the said parties for themselves,
their heirs, executors, administrators, successors and assigns, do hereby agree to
the full performance of the covenants herein contained.
4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and
the Plans and Specifications, and all amendments thereof, when approved by the parties
hereto, or when required by the City in accordance with the provisions of the Plans
and Specifications, are hereby incorporated in and made part of this Agreement.
a�
. �-
Page: 13:.
of California, the City Council has
liem wages for each craft or type of
dule containing such information is
-porated by reference herein.
6. The Contractor shall assume the defense of and indemnify and save harmless the
City, the Director of Public Works, and their officers.and employees, from all claims,
loss, damage, injury, and liability of every kind; nature, and description, directly.or
indirectly arising from the performance of the contract or work, regardless of responsi-
bility for negligence; and from any and all claims, loss, damage, injury, and liability,
howsoever the same may be caused, resulting directly or indirectly from the nature of
the work covered by the contract, regardless of responsibility for negligence.
IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed
the day and year first above written.
CITY OF NEWPORT BEACH, CALIFORNIA
GRISSOM & JOHNSON INC,
ontractor
(.SUKt _
^.�
BY
Rex M. Grissom,
Title
By:_�fLY�/ _
to hen Geis, Jr. Sec. /Tress.
Title
i - :�=
�=
,�,, r��.
;,c..�:
._ ,
r.�l.
f:r:
_.^ '� �:�
^: �
�•� I �'-\
.. � �-� � _
'. f -.
-:
ea =.a�3e .sw�. �i.3°a'
1
.Z�
v vi^zi.0
-• ��3
r
0
CONTRACT NO. 2128
INDEX
TO
SPECIAL PROVISIONS
FOR
INSTALLATION OF
TRAFFIC SIGNAL AND SAFETY LIGHTING
AT
EAST COAST HIGHWAY AND AVOCADO AVENUE
SECTION
PAGE
1.
SCOPE OF WORK . . . . . . . . . . . . . . . . . .
1
II.
COMPLETION OF THE WORK . . . . . . . . . . . . .
1
III.
CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK
1
IV.
PAYMENT . . . . . . . . . . . . . . . . . . . . .
1.
V.
PROTECTION OF EXISTING UTILITIES . . . . . . . .
2
VI.
WATER . . . . . . . . . . . . . . . . . . . . . .
2
VII.
GUARANTEE . . . . . . . . . . . . . . . . . . . .
2
VIII.
FLOW AND ACCEPTANCE OF WATER . . . . . . . . . .
2
IX.
AS BUILT PRINTS . . . . . . . . . . . . . . . . .
2
X.
DETERMINATION OF LOW BID . . . . . . . . . . . .
2
XI.
TRAFFIC SIGNAL AND SAFETY LIGHTING FACILITIES . .
3
a. General . . . . . . . . . . . . . .
3
h. Reference Specifications and Standard Plans .
3
c. Description . . . . . . . . . . . . . . . . .
3
d. Testing . . . . . . . . . . . . . . . . . . .
3
e. Service . . . . . . . . . . . . . . . . . . .
4
f. Conduit . . . . . . . . . . . . . . . . . . .
4
g. Pull Boxes ' * : : * . . . . . . . . . . . .
4
h. Conductors an iring . . . . . . . . . .
4
i. Bonding and Grounding . . . . . . . . . . . .
4
j. Luminaires . . . . . . . . . . . . . . . . .
5
i
0
SECTION PAGE
XI. TRAFFIC SIGNAL AND SAFETY LIGHTING FACILITIES
(Continued)
k.
Photoelectric Controls . . . . . . . . . . . 5
1.
Ballasts . . .
' 5
m.
:
Internally Illumina5
n.
Pedestrian Signals . . . . . . . . . . . . . . 6
o.
Bicycle Push Buttons. . . . . . . . . 6
p.
Signal Faces and Signal Heads . . 6
q.
Solid State Traffic Actuated Controllers and
Cabinets . . . . . 6
r.
Salvaging Electrical Equipment. . . . . . . . , 7
S.
Standards, Steel Pedestals and Posts . • . . . 7
t.
Standard Drawing STD413 -L. . . . . . . . . 8
u.
Standard Drawing STD - 914 -L. . . . . . . . . . 9
ii
• • SP 1 of 9
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
INSTALLATION OF TRAFFIC SIGNAL
AND SAFETY LIGHTING
AT
EAST COAST HIGHWAY AND AVOCADO AVENUE
CONTRACT NO. 2128
I. SCOPE OF WORK
The work to be done under this contract consists of the installation
of traffic signal and safety lighting as hereinafter described.
The contract requires completion of all work in accordance with
these Special Provisions; the City's Standard Special Provisions; the Plans
(Drawing No. T- 5221 -S), the City's Standard Drawings and Specifications; and,
where applicab a -,the California Standard Specifications, January 1978, and
the California Standard Plans, March 1977. The City's Standard Specifications
are the Standard S ecifications for Public Works Construction 1979 Edition.
Copies may a purr ase rom Bui ng News, Inc. ver an venue, os
Angeles, California 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 between 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 90 consecutive calendar
days after the date of award of the contract by the City Council.
I1I. 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.
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 therefor.
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.
• SP2of9
PROTECTION OF EXISTING UTILITIES
Known utilities are indicated on the plans. Prior to performing con-
struction work, the Contractor shall request each utility company to locate
their facilities. The Contractor 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 plan.
VI. WATER
The Contractor shall make his own provisions for obtaining 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 pur-
chase by contacting the City's Utility Division at (714) 640 -2221.
VII. GUARANTEE
The Contractor shall guarantee for a period of one y�e__a____r, after acceptance
of the work by the City Council, all materials and wor rFa_ns> 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 en-
countered 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 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 construction. Upon
approval of the plan, the Contractor shall be responsible for the implementation
and maintenance of the control facilities,
IX. AS BUILT PRINTS
The Contractor is required to submit to the Engineer "As,- Built" prints
prior to the City accepting the installation. 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.
DETERMINATION OF LOW BID
Due to budgetary constraints the City is reserving the right to delete any
or all items of work for the Interconnect Conduit. Should this be necessary, bid
items will be.deleted from each and every bid submitted, and new total bid prices
computed and compared until at least one bid meets the budgetary constraints, and
a low bid becomes apparent. The bid items will be deleted in reverse order begin-
ning with bid Item No. Four (4), and only a sufficient number of items necessary
to meet the above criteria will be deleted,
• • SP3of9
XI. TRAFFIC SIGNAL AND SAFETY LIGHTING FACILITIES
General
The Contractor shall furnish all tools, equipment, materials, supplies,
and manufactured articles and shall perform all operations necessary to
modify existing and construct additional traffic signal and street lighting
facilities as shown on the drawings and as specified herein.
Reference Specifications and Standard Plans
1. Standard S ecifications - Except as modified herein, materials
and installat on sha conform to the California Standard
Specifications, January, 1978.
All references in this section to "Standard Specifications" 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, March 1977..
3. Codes Ordinances and Re ulations - All electrical materials
and equipment furnished an insta a d 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. Description
Furnishing and installing traffic signals, safety lighting, and sign
illumination systems and payment therefor shall conform to the provisions
in Section 86, "Signals and Lighting ", of the Standard Specifications.
Traffic signal work is to be performed at the following location:
EAST COAST HIGHWAY AT AVOCADO AVENUE
Testing
Materials, field, and functional testing shall conform to the
provisions of Section 86 -2.14, "Testing ", of the Standard Specifications
and these Special Provisions.
Turn -on of the new traffic signal system shall not be on, nor shall
the functional test start on, a Friday, Saturday, Sunday, holiday or any
day preceding a holiday. The Traffic Engineer shall be notified at least
48 hours prior to the intended turn -on.
Ll
e. Service
• SP 4 of.9
Service shall conform to the provisions in Section 86 -2.11, "Service ",
of the Standard Specifications and these Special Provisions.
Install State Type III service with wiring in accordance with Caltrans
Standard Plan No. ES -2C, Diagram 1.
f. Conduit
Conduit shall conform to the provisions in Section 86 -2.05, "Conduit ",
of the Standard Specifications and these Special Provisions.
Non - metallic type conduit shall not be used, except that, the new
interconnect conduit shown on the Plan, shall be non - metallic, .
Insulated bonding bushings will be required.
After conductors have been installed, the ends of conduits terminating
in pull boxes and controller cabinets shall be sealed with an approved type
sealing compound.
g.. Pull Boxes
Pull boxes shall conform to the provisions in Section 86 -2.06, "Pull
Boxes ", of the Standard Specifications and these Special Provisions.
Plastic pull boxes shall not be used.
Pull boxes shall be No. 5 unless otherwise shown on the Plans.
h. 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.
Splices shall be insulated by "Method B ".
i. 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 shalt be run to the conduit, ground
rod, or bonding wire in adjacent pull box.
The grounding jumper shall be visible after the pole foundation cap
has been poured.
j. Luminaires
• SP5of9
Luminaires shall conform to the provisions in Section 86 -6.01, "High -
Intensity Discharge Luminaires ", of the Standard Specifications and these
Special Provisions.
Glare shields are not required.
All new luminaires shall be 120 volt, 250 watt high pressure sodium
vapor with integral ballast.
k. Photoelectric Controls
Photoelectric controls shall conform to the provisions in Section
86 -6.07, "Photoelectric Controls ", of the Standard Specifications and these
Special Provisions.
Type I.
Photoelectric control for illuminated street name signs shall be
1. 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.
m. Internally Illuminated Street Name Signs
Internally illuminated street name signs shall conform to the
requirements of the Standard Specifications, the Plans, and these Special
Provisions.
Illuminated street name signs to be provided on this contract shall
be constructed with quality and design features equivalent to NUART or Safeway Sign Co.
The Contractor shall furnish to the City shop drawings and specifications
of the selected suppliers sign. City approval must be obtained prior to
purchasing.
The following information shall be included in the drawings and
specifications:
1. Internal maintenance method
2. Housing and mountings
3. Lamps and Lampholders
4. Terminal blocks
5. Ballasts
6. Conductors
7. Face panel
8. Fuses
Internally illuminated street name sign color shall conform to the
Federal specifications for green background with white legend.
1i
n. Pedestrian Signals
• SP6of9
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.
The hood described in Section 86- 4.05C, "Visors ", of the Standard
Specifications shall be provided.
o. Bicycle Push Buttons
Bicycle push buttons shall conform to the provisions in Section
86 -5.02, "Pedestrian Push Buttons ", of the Standard Specifications and these
Special Provisions.
The sixth and seventh paragraphs of Section 86 -5.02, "Pedestrian
Push Buttons ", of the Standard Specifications are amended to read:
Push buttons shall be Type B unless otherwise specified.
Arrows on push button signs shall point in the same direc-
tion as the corresponding vehicular through movement.
Push button signs, and the installation of push button signs and push
buttons shall conform to the City of Newport Beach Standard Drawing Numbers
STD -913 -L and STD -914 -L included herein.
p. Signal Faces and Signal Heads
Signal faces, signal heads, and auxilliary equipment, as shown on
the plans, and the installation thereof shall conform to the provisions
86 -4.01, "Vehicle Signal Faces ", Section 86 -4.02, "Directional Louvers ",
Section 86 -4.03, "Blackplates ", and Section 86 -4.06, "Signal Mounting
Assemblies ", of the Standard Specifications and these Special Provisions.
All lamps for traffic signal units shall be provided by the Contractor,
and the cost of the lamps shall be included in the lump sum bid.
q. Solid -State Traffic Actuated Controllers and Cabinets
Solid -state traffic actuated controller units and cabinets shall
conform to the provisions in Section 86 -3, "Controller ", of the Standard
Specifications and these Special Provisions.
Construct foundation for Type 170 Controller Cabinet and install State
furnished Type 170 Controller and Cabinet.
Install interconnect relays in controller cabinets as shown on the
Plan.
• • SP7of9
r. Salvagino Electrical Eouioment
Salvaging and stockpiling electrical equipment shall conform to the
provisions in Section 86 -7, "Salvaging and Reinstalling or Stockpiling
Electrical Equipment ", of the Standard Specifications and these Special
Provisions.
All salvaged materials shall be delivered to: City of Newport
Beach Corporation Yard, 592 Superior Avenue, Newport Beach.
s. 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.
All traffic signal standards for the project will be provided by the
City for installation by the Contractor. Upon award of the Contract it shall
be the Contractors responsibility to arrange for delivery of the standards
and anchor bolts from the pole manufacturer designated by the City.
L.
Or o UT y
CASE J I CASE ff
MOUNTED ON EX /ST1Na J1r#VwAt FAA' MOUNTEd ON New RKAO POlT
NO SCALE N47 5*C-A- L
1y&"w B /CYCLE
PUS,y BUTTON —
(RP. a TYPE B)
-$.I
o'
2 -,61, t
j41rw B /L'YCIE
I , PUSH BUTTON
(PRB. TYPE B%
I
ti
I l i ti I p
I i F
lil �' I 12
7a
CI 4 •
CASE III
moom£D ON insnN6 Pea POST
NO S"l f
Airw 9 /CYCLE
,0VJW ,avr7 N
(P. P. B, T YPF 8)
*I
1�
O
III �
I
0
II
h
III
••a 'a
NOTE; FORALL CAS £S,MOUNTP!/JA/BUTTONg- rrZW8LY W /TN BUTTON
tOCATW A80VflNS7RUCT 1dYS 16)V
CITY OF NEWPORT BEACH DRAWN �'� DATE
PURLIC WORKS ❑FPARTYFNT APPROVED -JJ /.l liI
BICYCLE PUSH SUTTON PUBLIC WORKS DIRECTOR
R.E. N0. I2B06
INSTALLATION DETAILS DRAWING NO. STD-913_L
U.
n w:1
PUSH
BUTTON
FOR
EHKE
SP9of9
i I ee
72
NOTES: I- USE APPROPRIATE RIGHT OR LEFT ARROW.
2- SIGN SHALL BE PORCELAIN ENAMELED WITH
WHITE LEGEND ON GREEN BACKGROUND.
3- LETTER SIZE SHALL BE 1/2°
4- BOLT HOLES SHALL BE THE CORRECT SPACING
AND SIZE FOR THE TYPE B PEDESTRIAN
PUSH BUTTON.
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BICYCLE PUSHBUTTON
INSTRUCTION SIGN
DATE
APPROVED
PUBLIC WORKS OIRECTOI
R.E. NO. AM
DRAWING NO. STD. -914 -L
CITY OF NEWPORT BEACH
Contract No.
Special Endorsement No.
•SAMPLE
In ,nnsideration of the premium charged, this endorsement is attached to and made
a Iwrt of all policies insuring the liability of any person, firm or corporation
performing services under contract for the City of Newport, Beach.
Notwithstanding any inconsistent expression in the policy to which this endorsement
is attached, or in any other endorsement now or hereafter attached thereto, or made a -
part thereof, the protection afforded by said policies shall:
1. Include the City of Newport Beach, its officers and employees as additional
insureds in the policies described below for injuries, death or damage to property
arising out of or in connection with the contract executed by the named insured and the
City. It is further agreed that this policy shall be primary and non - contributing with
any other insurance available to the City of Newport Beach, and includes a severability ..
of interest clause.
2. Include contractual liability coverage applicable to the contract referred to
above. including the obligation to defend the City.
3. Delete all exclusions relating to property damage arising out of explosion, .
collapse, or underground damage (commonly referred to as "xcu" hazards).
4. Indemnify and save harmless the City of Newport Beach against any and all claims,
excluding sole negligence of the City, resulting from the undertaking of the contract.
This hold harmless assumption on the part of the underwriters shall include all costs of
investigation and defense, until reasonable determination is made that the City is solely
negligent.
5. Provides limits of liability and coverages as follows:
COVERAGES TO
WHICH THIS EFFECTIVE
ENDORSEMENT DATE OF POLICY POLICY LIMITS OF INSURANCE
ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY
This endorsement is effective , 19 when signed by an
Authorized Representative of the companies affording coverages and when issued to City
shall be valid and form a part of policies herein described.
Should any of the above described policies be cancelled before the expiration date
thereof, the issuing company shall mail 30 days' prior written notice by registered mail to:
City of Newport Beach c/o City Clerk
3300 Newport Boulevard
Newport Beach, California 92663,
NAME OF AGENT.OR BROKER
Address
By
(Authorized Representative
IMPORTANT: This is the only evidence of insurance acceptable to the City. The person
executing this Endorsement is cautioned to make certain that he has authority
to do same on behalf of the Insurance Company or Companies.
C.I.E. - 3/79
0
x ;.
B I D S U M M A R Y
Installation of Traffic Signals Oast Coast Highway at
TITLE and Safety Lighting LOCATION Avocado Avenue
CONTRACT N0. —7 —1�6 TIME 2:00 p.m.
ENGINEER'S ESTIMATE 62,000.00 DATE December 26, 1979
BY CHKD DATE
CONTRACTOR
1
2
3
4
5
m
IA
0
a
10
11
TOTAL PRICE
B I D S U M M A R Y
Installation of Traffic Signals Oast Coast Highway at
TITLE and Safety Lighting LOCATION Avocado Avenue
CONTRACTT NV 2lI TIME 2:00 p.m.
ENGINEER'S ESTIMATE 62,000.00 DATE December 26, 1979
BY CHKD DATE
CONTRACTOR TOTAL PRICE
�Z 2 7 7 OD
e •
B I D S U M M A R Y
installation of Trairic Signals
TITLE and Safety Lighting
CONTRACT NO. 2128
ENGINEER'S ESTIMATE $62,000.00
1
2
3
4
5
No
7
E
In
11
CONTRACTOR
n
LJ
East Coast Highway at
LOCATION Avocado Avenue
TIME 2:00 p.m.
DATE December 26, 1979
BY CHKD DATE
TOTAL PRICE
Grissom & Johnson, Inc.
$44,190.00
Electrend
$46,950.00
Smith Electric Supply
$49,990.00
Steiny and Company, Inc.
$52,277.00
William R. Hahn
$61,866.00
RESOLUTION NO. 9 712
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO
GRISSOM & JOHNSON, INC., IN CONNECTION WITH
THE INSTALLATION OF TRAFFIC SIGNALS AND SAFETY
LIGHTING AT EAST COAST HIGHWAY AND AVOCADO
AVENUE (C -2128)
WHEREAS, pursuant to the notice inviting bids for
work in connection with the installation of traffic signals
and safety lighting at East Coast Highway and Avocado
Avenue, in connection with the plans and specifications
heretofore adopted, bids were received on the > day of
December, 1979, and publicly opened and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefor is GRISSOM & JOHNSON, INC.,
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of GRISSON &
JOHNSON, INC., in the amount of $44,190.00 for the installa-
tion of traffic signals and safety lighting at East Coast
Highway and Avocado Avenue be accepted, and that the contract
for the described work be awarded to said bidder; and
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 7th day of January , 1979.
Mayor
ATTEST:
City Clerk
kv
12/27/79
a
CONTRACT NO. 2128
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
INSTALLATION OF
TRAFFIC SIGNAL AND SAFETY LIGHTING
0
AT
EAST COAST HIGHWAY AND AVOCADO AVENUE
Approved by the City
Council this 10th day
of December , -gam
Doris George, City Clerk
SUBMITTED BY:
uwsom & JOHNSON INC.
Contractor
P. 0. Box 10040
Address
i'
Santa Ana CA 92711
City Zip
540 -9570
Phone
Tota i rice
Page l
j ..
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 2:00 P.M. (as determined by telephone time signal) on the
26th day of ee cep 1979, at which time they will be opened and read, for
perf— o work as lo—fo 1 ws
INSTALLATION OF TRAFFIC SIGNALS & SAFETY LIGHTING
AT
EAST COAST HIGHWAY @ AVOCADO AVENUE
CONTRACT NO. 2128
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 t e _orRorat�e Seal
shall be affixed to all documents requ ring signatures. In the case of a ar>s tnrship,
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 Cit has adopted, the Standard Speci�ficaat�lons for Public Works Construction (1976
Edition as prepared by the Sou ei AM of—ni a ap rs o r can u c Works.
Association and the Associated General Contractors of America.. Copies may be obtained
E fromiA tilding Nara, Inc., 3055 Overland Avenue, Los Angeles, California 90034,'(213)
BID 9671.
The City has adopted Standard Spacial Provisions and Standard Drawings. Copies of
these are.available at the Public Works Dspertaent at a cost of $6 per set.
A standard "City of Newport Beach Special Endorsement" form has been adopted by the
City of Newport Beech. This fora. is the only endorsement acceptable to the City for .
tiab111ty insurance purposes. The successful low bidder will be required to complete
the form upon award of contract. (A sample form is attached for reference.)
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 lieensed.by
the State of California.
In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California
Labor Code (Sections 1.770 at.seq.), the Director of Industrial Relations 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 madmic
needed to execute the contract. A copy of said determination 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 prweIling wage rates (Sections.1770 -7981 in-'
'
elusive). The contractor shall be.responsible or compliance with Section 1777.5 of
the California Labor Code for all apprenticeable occupations.
The contractor shail 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 reiect any or all bids and to waive any informality in
such bids.
I ..
Revised 3 -13-79
Page 2
All bids are to be computed on the basis of the given estimated quantities of work,
as indicated in this Proposal, times the unit price as submitted by the bidder. In case
of a discrepancy between words and figures, the words shall prevail. In case of an error
in the extension of a unit price, the corrected extension shall be calculated and the bids
will be computed as indicated above and compared on the basis of the corrected totals.
The estimated quantities of work indicated in this Proposal are approximate only,
being given solely as a basis for comparison of bids.
The undersigned has checked carefully all of the above figures and understands that
the City will not be responsible for any errors or omissions on the part of the under-
signed in making up this bid.
The undersigned agrees that in case of default in executing the required contract
with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal
Holidays, after having received notice that the contract is ready for signature, the
proceeds of check or bond accompanying this bid shall become the property of the City
of Newport Beach.
Licensed in accordance with the Statutes of the State of California providing for
the registration of Contractors, License No. 263167 Classification C -10
Accompanying this proposal is Bidder's Bond
tCash, Certified Check, as ier s Check or on
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workers' 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 -54o -9570
Phone Number
December 26, 1979
Date
Grissom & Johnson, Inc.
Si er s Name
SEAL)
m4cniRrizea 319nazur
St en Geis, Jr., S c. /Treas.
Corporation
Type of Organization
(Individual, Corporation, or Co- Partnership)
List below names of President, Secretary, Treasurer and Manager if a corporation,
and names of all co- partners if a co- partnership:
Rex M. Grissom
Stephen Geis, Jr.
President
Secretary /Treasurer
E
0
DESIGNATION OF SUBCONTRACTORS
Page 3
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
1.
2.
3.
4.
5.
6.
7.
a.
9.
10.
11.
12.
N 0 N E
<;L A
Rex M. Grissom, President
Subcontractor
Address
Grissom & Johanson, Inca
Bidder's ame
ut orizR na ure
ep en Geis, Sec. /Treas.
Corporation
Type of Organization
(Individual, Co- partnership or Corp.)
P. 0. Box 10040
Santa Ana CA 92711
Address
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, Grissom & Johnson, Inc.
Page 4
as Principal,
and Seaboard Surety , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
ten percent of bid Dollars ($ 10% ), 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
r
ighting at East Coast Hi
and
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 26th day of
_ December 19 79.
Corporate Seal (If Corporation)
(Attach acknowledgement of
Attorney -in -Fact)
Grissom & Johnson, Inc.
Princi al
Rex M. Grissom President
phen Gtis, r., Sec. /Treas.
$e a;d $uzet
Suret
By
Title Attorney -in -fact
9
z
Q
k.
J
U
W
Q
LL
F
ro
5rn
O;
O
H
z
D
U
ro:
x:
U;
ro:
3
t:
a,
ri
Nro,
Y1
a
0.
h
T
G
O
U
0.
N
C
N
C
C
N
C
O
•Y
L
C
C'4
U
A
Y
ftl
v
A
C�
4
.G
�3
aA�
d
u
Y
U
0
C
O
N
0.
Q
A
O
O
v
N
s
Y '
Jzz •
» ww •
4 Z Z �t?r �
f JQ aLLZ
N� U O O LL
06 J
J 6 W N •
�•U¢
0 Vu
ioY mow
♦ Uaa c•
zo CIO o N
N = N
E
E
y• a
U
•
V ♦ ♦
N �
CC
� m
C
Certified Copy - SIAVI.RD SURS•TPY Co-*ii' -%*
No. 8488 NEW YORK, NEW YORK
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That SEABOARD SURETY COMPANY, a corporation of the State
of New York, has made constituted and appointed and by these presents does make, constitute and appoint Charles T. Terry
or E. Lee Smith ItI or James Gilmore or Sohn C. Tweedie or Ralph Wackerbarth or Kathleen L.
of Santa Ana, California
its true and lawful Attorney -in -Fact, to make, execute and deliver on its behalf insurance policies, surety bonds, under-
takings and other instruments of similar nature as follows: Without Limitations.
Such insurance policies, surety bonds, undertakings and instruments for said purposes, when duly executed by the aforesaid
Attorney -in -Fact, shall be binding upon the said Company as fully and to the same extent as if signed by the duly authorized officers
of the Company and sealed with its corporate seal; and all the acts of said Attorney- inFact, pursuant to the authority hereby
given, are hereby ratified and confirmed.
This appointment is made pursuant to the following By -Laws which were duly adopted by the Board of Directors of the said Com-
pany on December 8th, 1927, with Amendments to and including April 6, 1978 and are still in full force and effect:
ARTICLE VII, SECTION 1:
"Policies, bonds, recognizances, stipulations, consents of surety, underwriting undertakings and instruments relating thereto.
Insurance policies, bonds, recognizances, stipulations, consents of surety and underwriting undertakings of the Company, and releases, agreements and
other writings relating in any way thereto or to any claim or loss thereunder. shall be signed in the name and on behalf of the Company
(a) by the Chairman of the Board, the President, a Vice President or a Resident Vice President and by the Secretary, an Assistant Secretary,
a Resident Secretary or a Resident Assistant Secretary; or (b) by an Attorney -in -Fact for the Company appointed and authorized by the Chair-
man of the Board, the President or a Vice President to make such signature; or (c) by such other officers or representatives as the Board may
from time to time determine.
The seal of the Company shall if appropriate be affixed thereto by any such officer, Attorney -in -Fact or representative."
IN WITNESS WHEREOF, SEABOARD SURETY COMPANY has caused these presents to be signed by oneAttts Vice -
Presidents, and its corporate seal to be hereunto affixed and duly attested by one of its Assistant Secretaries, this ........................
day of . October .... ............................... 1978....
Attest:
(Seal) Margaret Sc ofield
........... ...............................
Assistant Secretary
STATE OF NEW YORK
COUNTY OF NEW YORK ss.:
SEABOARD SURETY COMPANY,
By W.S. Wehrell
...._ ....................................................... ...............................
Vice - President
On this .18th ................... day of ....... October...................................................................... 19.78......, before me personally appeared
................. W...$.... aEkLT2.7........... ........... .......................... ........................... a Vice-President of SEABOARD SURETY COMPANY,
with whom I am personally acquainted, who, being by me duly sworn, said that he resides in the State of .... Nev ..J.eraey .............:
that he is a Vice - President of SEABOARD SURETY COMPANY, the corporation described in and which executed the fore-
going instrument; that he knows the corporate seal of the said Company; that the seal affixed to said instrument is such corporate
seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto as Vice -
President of said Company by like authority.
State of New York
No. 41- 9010912 Qualified in Queens County
Cert. filed in New York County
(Seal) Commission Expires March 30, 1980 _.......... Samuel Simmons
.................................... ...............................
Notary Public
C E R T I F I C A T E
I, the undersigned Assistant Secretary of SEABOARD SURETY C0MPANY do hereby certify that the original Power of Attorney of which
the foregoing is a full, true and correct copy, is in full force and effect on the date of this Certificate and I do further certify that the Vice President
who executed the said Power of Attorney was one of the Officers authorized by the Board of Directors to appoint an attorney -in -fact as provided in
Article VII, Section 1, of the By -Lairs of SEABOARD SURETY COMPANY.
This Certificate may he signed and sealed by facsimile under and by authority of the follo.ving resolution of the Board of Directors of SEA-
BOARD SURETY COMPANY at a meeting duly called and held on the 28th day of June 1978.
'RESOLVED: (2) That the use of a printed facsimile of the corporate seal of the company and of the signature of an Assistant Secretary
on any certification of the correctness.of a copy of an instrument executed by the President or a Vice- President pursuant to Article VII, Section
1, of the By -Laws appointing and authorizing an attorney -in -fact to sign in the name and on behalf of the company surety bonds, undencritinp
undertakings or other instruments described in said Article VII, Section 1, with like effect as if such seal and such signature had been manually
affixed and made, hereby is authorized and approved."
IN WITNESS WHEREOF, I have berets o set my, hand and affixed the corporate seal of the Company to these presents this
... ....( .....Z/Z .................. day of .........�chG �� ....................... 19... ...
SUREry
...... ..... ..... .........
W 1927 ; z Assi Secretari
N.. W ? i
7Q 99 (Rn. 474)
L
...:Page 5
NON - COLLUSION AFFIDAVIT
j 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 then, 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
I 4idder 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'Tetting 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
I: this bid.
"``' �••••••••••••••••••••••••••••• GRISSOM &JOHNSON INC.
. : OFF[CIAL SEAL
• VIRGINIA MARTIN • '�}
NOTARY PUBLIC CALIFORNIA i
j PRINCIPAL OFFICE IN ; Rex M rl SSO resident
• ORANGE COUNTY , "
MY COMMUM EXPUea May 8, 1982 r
Subscribed and sworn to before me Sec. /Treas;'`°
(.. hen Geis, Jr.
this 26th day . of December, ,
Tg 79..
My commission expires:
May 3, 1982
� W
c
0
' �
i
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.
RRI�SQrn & loH 1NC
Rex M. Grissom, President Signed
Stephen Geis_ Ar_. :Can iT_s
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 .
Completed For Whom Performed (Detail) Person to Contact Telephone No.
Please see attached sheet
INC.
y
Att
•
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.
ON, INC.
P. 0 sox 10040
17182 ARMSTRONG A
SANTA ANA, CALIF. 92711
Tgned
Year
Completed
For Whom Performed (Detail)
Person to Contact
Telephone No.
7105
1978
City of
Placentia
R. Beardsley
993 -8131
Traffic
Signals - Project
SRS -0005 (399)
7098
1978
City of
Irvine
B. Yamada
754 -3600
Traffic
Signal - Projects
801 -29 & 810 -25
7066
1978
County of Los Angeles
J. Hendershot
213- 226 -8169
Traffic
Signal Mod. - Contract 2354
7059
1977
County of Orange
P. Gilbert
834 -7089
Traffic
Signal - W.O. R084334 -35
7078
1978
County of Orange
P. Gilbert
834 -7089
Traffic
Signal - W.O. 08470
7128
1978
County of Orange
P. Gilbert
834 -7089
Traffic
Signal - Contract
0-78 -065
7086
1978
City of
Costa Mesa
H. Burnham
754 -5334
Traffic
Signal - Contract
9/19/77
7127..
1978
state of California
R. Decker
997 -5071
Traffic
Signals - 07- 332804
7100
1978
City of
Fullerton
T. Hartzog
525 -7171
Traffic
Signals - P.O. F5343
7141/42 1979
City of
Santa Ana
J. Pendergast
834 -4939
Traffic
Signals - Project
5049 & 8150
ON, INC.
P. 0 sox 10040
17182 ARMSTRONG A
SANTA ANA, CALIF. 92711
Tgned
• • PR oft
TRAFFIC SIGNAL AND SAFETY LIGHTING
AT
EAST COAST HIGHWAY AND AVOCADO AVENUE
CONTRACT NO. 2128
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
Gentlemen:
GRISSOM & JOHNSON INC.
The undersigned declares that he has carefully examined the location of the
work, has read the Notice Inviting Bids, has examined the Plans and Special
Provisions, and hereby proposes to furnish all materials and do all the work
required to complete Contract No. 2128 and will take in full payment therefor
the following unit prices for each item, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT PRICE WRITTEN IN WORDS PRICE
1 Lump Sum Construct Traffic Signals and
Safety Lighting at the inter-
section of East Coast Highway
and Avocado Avenue.
THItiT -.- Nd+V AND
@(4;e EI,,L*Ki:o s,.1-4 Dollars
and
_1\0 Cents $ 3 e9
Per Lump Sum
2 Lump Sum Furnish and install inter-
connect conduit and cable by
trenching method at Locations
"A ", "B" & "E" shown on the Plan.
O dLjit TMOO.SHN'
@ HUNaeeo -- Dollars
and
Cents $� 1tc
Per Lump Sum
• • PR2of2
ITEP1 QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT PRICE WRITTEN IN WORDS PRICE
3 Lump Sum Furnish and install inter-
connect conduit and cable
by jacking method at Location
"C" shown on the Plan.
Mid MIN&
@l4N�c+aEa E16ryr Dollars
and
Iv C Cents
4 Lump Sum Furnish and install inter-
connect conduit and cable by
jacking method at Location
"D" shown on the Plan.
G'Na TJWQsAl.'S NWE
@NuNDZEo hFTY - Dollars
and
--- -...._ ,.......— ti' Cents $ 1 5
TOTAL PRICE FOR ITEMS 1 THROUGH 4 WRITTEN IN WORDS:
Four, (wusAOb ()tiE 4uup{:F_i> L)iVETY Dollars
NUand ,y! L /}' ' /ry' c c'
Cents $ 1 10.
GRISSOM & JOHNSON INC.
CONTRACTOR'S NAME
December 26, 1979
CONTRACTOR'S ADDRESS P. 0. Box 10040
�G'VJ
P,T•
tephen Geis, Jr.
Santa Ana CA 9271
TELEPHONE NUMBER 714 - 540 -9570 263167 C -10
CONTRACTOR'S LICENSE NO.
. /Treas.
CITY OF NEWPORT BEACH
Contract No. C -2128
Special Endorsement No.
In consideration of the premium charged, this endorsement is at
made a part of all policies insuring the liability of any person, firm or
performing services under contract for, the City of Newport Beach.
ion
Notwithstanding any inconsistent expression in the policy to which this endorse-
ment is attached, or in any other endorsement now or hereafter attached thereto, or
made a part thereof, the protection afforded by said policies shall:
1. Include the City of Newport Beach, its officers and employees as additional
insureds in the policies described below for injuries, death or damage to property
arising out of or in connection with the contract executed by the named insured and the
City. It is further agreed that this policy shall be primary and non - contributing with
any other insurance available to the City of Newport Beach, and includes a severability
of interest clause.
2. Include contractual liability coverage applicable to the contract referred
to above, including the obligation to defend the City, subject to the terms and conditions
of contractual liability insurance.
3. Delete all exclusions relating to property damage arising out of explosion,
collapse, or underground damage (commonly referred to as "xcu" hazards).
4. Indemnify and save harmless the City of Newport Beach against any and
all claims, excluding sole negligence of the City, resulting from the undertaking of
the contract. This hold harmless assumption on the part of the underwriters shall
include all costs of investigation and defense, until reasonable determination is made
that the City is solely negligent.
5
COVERAGES TO
WHICH THIS
ENDORSEMENT
ATTACHES
Comprehensive
General
Liability
Provides limits of liability and coverages as follows:
EFFECTIVE
DATE OF POLICY POLICY LIMITS OF INSURANCE
ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY
1/7/80 GLAS334206 9 -30 -79 $1,000,000 National
To BI and PD Union Fire
9 -30 -82 Combined Ins. Co. of
Single Pittsburgh, Pa
Limit
This endorsement is effective January 7 , 1980 , when signed by an
Authorized Representative of the companies a fording coverages and when issued to City
shall be valid and form a part of policies herein described.
Should any of the above described policies be cancelled before the expiration
date thereof, the issuing company shall mail 30 days' prior written notice by registered
mail to:
City of Newport Beach c/o City Clerk
3300 Newport Boulevard
Newport Beach, California 92663.
NLXI all W.11*1 §[1]0 RT11A:t4
Frank B. Hall & Co. of Illinois (Broker)
Address 230 West Monroe Street
Chicago, IL 60606
By 14 aln ✓�Lb -1
'(Authorized Representative)
IMPORTANT: This is the only evidence of insurance acceptable to the City. The person
executing this Endorsement is cautioned to make certain that he has authority
to do same on behalf of the Insurance Company or Companies.
C.I.E. - 3/79
r,�J�, Lt d • •
January 7, 1980
CITr COUNCIL AGENDA
ITEM NO. H -2(q)
ny 6a C;TY COUi:C1L
.:j7Y .-' 4 COUNCIL
FROM: Public Works Department
SUBJECT: INSTALLATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING
AT EAST COAST HIGHWAY AND AVOCADO AVENUE
RECOMMENDATION:
Adopt a resolution awarding Contract No. 2128 to Grissom &
Johnsom, Inc. for $44,190.00 and authorizing the Mayor and City
Clerk to execute the contract.
DISCUSSION:
Five (5) bids were received and opened in the office of the
City Clerk at 2:00 p.m. December 26, 1979:
Bidder
Amount
1. Grissom & Johnson, Inc., Santa Ana $44,190.00
2. Electrend Inc., Norwalk $46,950.00
3. Smith Electric Supply, Stanton $49,990.00
4. Steiny & Company, Inc., Anaheim $52,277.00
5. William R. Hahn, Temecula $61,866.00
The engineer's estimate for the project is $62,000.00.
This project provides for the installation of traffic
signals and safety lighting at East Coast Highway and Avocado
Avenue. The new signals will include protected left turn move-
ments on Coast Highway, and signalized pedestrian movements for
crossing both Coast Highway and Avocado Avenue.
The Bank of Newport project on the southwest corner has
been conditioned with payment of one third of the cost of this
signal. However, in order to expedite the installation to more
closely coincide with the Bank's opening in early 1980, they
have agreed to pay the full cost of the installation. To date
the Bank has deposited $23,340.00, and has indicated that they
will deposit an additional $39,000.00 prior to award of the contract.
The plans were prepared by Berryman & Stephenson, Inc. The
estimated date of completion is March 7, 1980.
Richard M. Edmonston
Traffic Engineer v
HLG:ma
Project
Location
M1
_`.
CaQjCIaLIERIN
IN IN Qm_��CQCQ
�mn
•
r n
w�V
y tho Cii! COUNCIL
TO: CITY COUNCIL
FROM: Public Works Department
•
December 10, 1979
CITY COUNCIL AGENDA
ITEM NO. H -14
SUBJECT: TRAFFIC SIGNAL AND SAFETY LIGHTING AT EAST COAST
HIGHWAY AND AVOCADO AVENUE (C -2128)
RECOMMENDATION:
1. Approve the Plans and Specifications.
2. Authorize the City Clerk to advertise for bids to be
opened at 2:00 p.m. on December 26, 1979.
DISCUSSION:
This project provides for the installation of traffic signal
and safety lighting facilities at the intersection of East Coast
Highway and Avocado Avenue. The 1977 -1978 Traffic Signal Priority
Program approved by the City Council on November 28, 1977 included
this project and tentatively provided for its construction in the
1979 -1980 fiscal year.
The Bank of Newport project on the southwest corner of East
Coast Highway and Avocado Avenue was conditioned with payment for
one -third the cost of this signal. In the interim the Bank has
offered to pay the full cost to expedite the installation to more
closely coincide with the Bank's opening in early 1980. The Bank
has deposited $23,340. with the City and has agreed to deposit an
additional $39,000. prior to award of the contract. The estimated
cost of the project is $62,000.00.
The plans were prepared by Berryman & Stephenson, Inc. and
have been approved by CALTRANS. The estimated date of completion
is March 7, 1980.
V� PROJECT
1604"0
LOCATION
Richard M. Edmonston _
Traffic Engineer
RME : ma
_ L
�� Ct�C�C�Q�
0
THE NEWPORT ENSIGN
PROOF OF PUBLICATION
(2015.5 C.C.P.)
STATE OF CALIFORNIA,
ss
County of Orange,
I am a citizen of the United States and a resident of the
County aforesaid; I am over the age of eighteen years,
and not a party to or interested in the above - entitled
matter. I am the principal clerk of the printer of the
Newport Harbor Ensign newspaper of general circula-
tion, printed and published weekly in the city of
Newport Beach, County of Orange, and which news-
paper has been adjudged a newspaper of general
circulation by the Superior Court of the County of Or-
ange, State of California, under the date of May 14,
1951, CASE NUMBER A -20178 that the notice, of
which the annexed is a printed copy (set in type not
smaller than nonpareil) has been published in each
regular and entire issue of said newspaper and not in
any supplement thereof on the following dates to -wit:
Published Dec. 12,1979
......... .. ...............................
declare) under penalty of perjury that the
true and correct. Dated at Newport
fc ia, thisl2day of Dec., 19 79
Signature
THE NEWPORT ENSIGN
2721 E. Coast Hwy., Corona del Mar, California 92625.
This spac* for the County Clerk's Filing Stamp
M
Notice
Proof of Publication of
Installation of Traffic Signals
& Safety Lighting
PROOF OF PUBLICATION
Sperm+3W will he nmt].d d the
a81ae Of tb City C1.3, city KA
N.wpat Breh CO&... Until 200
PM (r d.M.Wnd by Wwhanw One
"g.D m 0e 28th da, d D.c tb+, -
19M, at wW h ft. th"wW b. epwad
anderdkrwcw oweek r1dlo..:
II8PA1iATdOditOp 81GrrAL9
6 AihiB DW .. AT R
'ElIST.COA8TI9@DPATAT ..
AVOCAW AV&106
comaAcr N0.2121
Bi& mutt bw wibwttd m th. pvopml
faa atteeh.d wf tbo omham do
n f..Wbd by the Public Nab
D.paemch Tb ddebml mm d the
pvpmJ d® i to b ].W.W by tb.
hWdefabWrc=dL
Path bitd nmtt b w..padd by
aa]h, 0"U W drub a BkkWo Bm4
na& paphl. b th. City d Newpaf
11.d, fm avammmt.q Atoll l.rt 10
&soW fkh.m tbi&
Th. BW dth. pojcl and the wab
"88AW) Bm" ]W b drily makd
m th. utEtl& d tb aavJop. matehmp
tb.bid.
Th. amtr dvaumrb tbt meet b
th. .W bid an:
A Proppd
B. Dxiaaation Of svbaoatracfm.
0&dd.?,Bovd
D.Nmca11rlmABtdav1t
E qt.,. &%p
rwlttr
P. Tkhd W AWft acid Bvpsdra.
B Thal
7h.wdacam d ]hillof the w8h
the Aw tlgoatue. wU a tifin
tb. id the Anon
Y&dvq m bwbdt o W. tdds... Wont
pa Vt thettpvelmrtlso etagW
A Vm] Pn avy , scats; .
AsYant S d W ane.gdada .tb
Capaab sW ] , b dBa.d to all
daeaacb e.=*W. ds dqw lir fat
mw d a Paelem]h1p.Ibtlgmpmd at
lrtt h1 &ward Gyms Ye.gA .
No h1& h b.ab. ft homama.
hamm who hr vet brn Bernd . 1 c`
9,D M tbpbw a Cbpm
B, "C.&0 hIh]BWVasand1 o W
ttmli Cod.. 7b omtr.ela .hwB .
hY Iter. mbt.d dniBowllm b
wp].P.r
7 .409 E 0
at d pi.v aDd a wt
a.ma..tk Ydudiop.p.ddp -WY
.a be oht bd d IV P1111 Nab
Dapwbw4 Cat lltdl w p..t Do**
Cable." 4 no and b baad .m-
sadnm it Y npavbd that ao pYa:
ad m.trat dmmanb b al ®d
. Hhm a w.Ya dv th. 4d apomq.
7L. Cut hft'dapYd tk. 9la
9s.kmaua. for Paw wake Cm-
^J
7h. Cat ho
ffi io b do adt ".0woo...d o
•ibhl. b Nor coy f* D.hdM b
v imp.... Sbo ...avid low
bkMw w0 b vgdud to emdoY th.
Y.m .poor sword d amber {A .mpl.
l..Wai hW hmd. l.Da ad mey.bl
hats, .era btehbl. pulv.v.a swab
vat
be - .u1 a .
aovpe Bmd d by h 8Yt (d
bsw
la aanmdCb ft th. t 7 d d
CARk. a Cb.0 L mb 7 d W.
.o" dw I.La C.m (d.ctlaei 1270 M
W..artd.d tL im.i pmwAbw
W dlwa m nags L OA lace" W
.hbh th. wok Y b be padamd s.
..A m.R dewdMaam a ttp. d work
tal a n.ch®b.add b am.El th
mend. A mil of"W dob mbaaUmY
..a"bth..4Y d0.dty Clerk
nb. MoMiom IM7951: t.doi..1.
7M mdi.d.."i.
WoeI ho
;=,M = 7773
d. th.
7L.matr.cfa.hmlpat. W dIh.
e m.vaWm .a. v!a fb b dtw
a ell W..d'b .wdw ant I
•