Loading...
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 •