HomeMy WebLinkAboutC-2359 - Installation of Traffic Signals & Safety Lighting at Jamboree, Birch, Balboa, 15th StreetAugust 16, 1983
Baxter - Griffin Co.
8210 Monroe Street
Stanton, CA 90680
Subject: Surety:
Bonds No.:
Project:
Contract No.
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
1714) 640 -2251
Ohio Farmers Insurance Co.
494 537
Installation of Traffic Signals & Safety Lighting
C -2359
The City Council on July 11, 1983 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 the Notice has been recorded.
The Notice was recorded with the Orange County Recorder on July 20, 1983,
Reference No. 83- 312810. Please notify your surety company that the bonds
may be released 35 days after this recording date.
Sincerely,
Wanda E. Andersen
City Clerk
WEA:lr
cc: Public Works
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663
Please return to
City Clerk
City of Newport Beach
3380 Newport ON&
P.O. Box 1768
Newport Beach, CA 92663 -3884
0
EXEMPT
C2
NOTICE OF COMPLETION
PUBLIC WORKS
83- 312810
-40o PM JUL 20'83
1 o All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on July 11, 1983
the Public Works project consisting of Installation of Traffic Signals and
Safety Lighting at the intersections of Jamboree Road and Birch Street and Balboa Blvd.
and 15th Street (C -2359)
on which Baxter- Griffin Co 8210 Monroe St Stanton, CA 90680
was the contractor, and Ohio Farmers Insurance Co 2112E Fourth St. Santa Ana 92705
was the surety, was completed.
VERIFICATION
I, the undersigned, say:
CITY OF NEWPORT BFACH
I (Q"
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 July 13 1983 at Newport Beach, California.
jiy�4 tiM ►Q. r ^'+
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 July 11, 1983 accepted the above described work as
completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on July 13, 1983 at Newport Beach, California.
4.4
City Clerk
i
CITY OF NEWPORT BEACH
`c'�ciFOaN�P
Mayor
Evelyn R. Hart
Mayor Pro Tern
Philip R. Maurer
Council Members
July 13, 1983
Bill Agee Lee A. Branch
John C. Cox Jr. County Recorder
Jackie Heather p 0. Box
Dona yn Plummer 238
Donald A. Strauss Santa Ana, CA 92702
Donal
Dear Mr. Branch:
Enclosed for recordation are 3 Notices of Completion of Public Works
projects consisting of:
1. Installation of Traffic Signals and Lighting @ Jamboree and Birth
and Balboa and 15th Street, Contract No.. 2359 on which Baxter -
Griffin was the Contractor and Ohio Farmers Insurance Co. was the
Surety.
2. Morning Canyon Road and Seaward Road Storm Drain Rehabilitation,
Contract No. 2339 on which Ameron, Inc. was the Contractor and
Federal Insurance Co. was the Surety.
3. 1981 -82 Slurry Seal Program on which ECNA, Inc. was the Contractor
and Transamerica Insurance Co. was the Surety, Contract No. 2307.
Please record and return to us.
Sincerely,
Wanda E. Andersen
City Clerk
WEA:lr
attach.
City Hall • 33oo Newport Boulevard, Newport Beach, California 92663
0 • e -J:�)5q
TO: CITY COUNCIL
BY THE CITY COUNCIL
CITY OF NEWORT BEACH
FROM: Public Works Department
July 11, 1983
CITY COUNCIL AGENDA
ITEM N0. F -10-
SUBJECT: ACCEPTANCE OF TRAFFIC SIGNAL CONSTRUCTION AT JAMBOREE ROAD /BIRCH
STREET AND BALBOA BOULEVARD /75TH STREET (C -2359)
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 subject traffic signals
has been completed to the satisfaction of the Public Works Department.
The bid price was $125,615.00
Amount of unit price items constructed 125,615.00
Amount of change orders 1,595.00
Total contract cost $127,210.00
One change order was issued which provided for additional paving
in a median island and substitution of metal signal heads in lieu of the
plastic as specified at the Jamboree /Birch intersection.
The cost of the work at Jamboree /Birch was borne by the Irvine and
Koll Companies under the provisions of the Traffic Phasing Ordinance. The
Balboa /15th signal was funded with Gas Tax revenues.
The design engineering was performed by Herman Kimmell & Associates
of Newport Beach, California.
The contractor is Baxter- Griffin of Stanton, California.
The contract date of completion was April 7, 1983.
The work was completed on that date.
,
Benjamin B. Nolan
Public Works Director
GPD:rb
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
NAME AND ADDRESS OF INSURED
Baxter - Griffin "Canpany, Inc.
P. O. Box 979
C - 02359
CERTIFICATE OF INSURANCE , Page 13
r
A Cannercial Union
ny
B
r
Fremnt
ny
C
r
LETTER
ny
D
r
ny
r
E
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, including attached endorsement(s).
COMPANY
TYPES OF INSURANCE
Policy
Policy
Exp.
LIMITS F LIABILITY
IN THOUS
NDS 000
g. ro uc s
LETTER
COVERAGE REQUIRED
No.
Date
Each
Completed
Occurrence
Operations
A
GENERAL LIABILITY
Form AAW49-
Premises - Operations
-56
/29/84
Bodily Injury
Property Damage
$
$
$
$
IxComprehensive
Explosion & Collapse Hazard
Underground Hazard
Products /Completed Operations
Bodily Injury
Hazard
and Property
x Contractual Insurance
Damage Combined
$ 500
$ 500
x Broad Form Property Damage
x Independent Contractors
x Personal Injury
Marine
Personal Injury
$ 500
Aviation
A
.AUTOMOTIVE LIABILITY
f]x Comprehensive Form
FAD 02
791
1/29/84
Bodily Injury
Each Person
$
x Owned
Q
$
Liodily injury
Each Occurrence
�x Hired
ro ert ama e
Bodily Injury an
Property Damage
0 Non -owned
Combined
$ 500
EXCESS LIABILITY
A
xQ Umbrella Form CAE 866
Q Other than Umbrella Form
57
1/29/84
Bodily Injury
and Property
Damage Combined
$ 2,000
$2,000
WORKERS' COMPENSATION
Statuto
$2,000
ac
Accident)
B
and
EMPLOYER'S LIABILI7YEC83 -1
6844
1/1/84
NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed
with the attached City of Newport Beach Endorsements.
CANCELLATION: Should any of the above described policies be cancelled or coverage reduced
before"the expiration date thereof,.the•Insurance Company affording coverage
shall provide 30 days' advance notice to the City of Newport Beach by
registered mail, attention: Public Works Department.
By: Agency: ROBERT F. DRIVER CO., INC.
Authorized Representative Date ssued
Robert M. Jones
Description of operations /locations /vehicles: All operations performed for the City of Newport
Beach by or on behalf of the named insured in connection with the following designated contract:
Contract #2359 - Install tion of
Project it a and ontract um er
'n
NOTICE: his certificate or ver ication of insurance is not an insurance policy and does not
amend, extend or alter the coverage afforded by the policies listed herein. Notwith-
standing any requirement, term, or condition of any contract or other document with
respect to which this certificate or verification of insurance may be issued or may
pertain, the insurance afforded by the policies described herein is subject to all
the terms, exclusions and conditions of such policies, including attached endorsements.
a
• Page 14
CITY OF NEWPORT BEACH
AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. With respect to such insurance as is afforded by the policy for Bodily Injury and
Property Damage Liability, the City of Newport Beach, its officers and employees are
additional insureds but only with respect to liability for damages arising out of
the ownership, maintenance or use of automobiles (or autos) used by or on behalf of
the named insured in connection with the contract designated below. The insurance
extended by this endorsement to said additional insured does not apply to bodily
injury or property damage arising out of automobiles (1) owned by or registered in
the name of an additional insured, or (2) leased or rented by an additional insured,
or (3) operated by an additional insured. The insurance afforded the additional
named insured(s) shall apply as primary insurance and no other insurance maintained
by the City of Newport Beach will be called upon to contribute with insurance
provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured
who is seeking coverage or against whom a claim is made or suit is brought,
except with respect to the limits of the Insurance Company's liability."
3. The limits of liability under this endorsement for the additional insureds named in
paragraph 1 of this endorsement shall be the limits indicated below for either Multi-
ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate
box.
( ) Multiple Limits
Bodily Injury Liability $
Property Damage Liability
( ) Single Limit
Bodily Injury Liability
and
Property Damage Liability
Combined
occurrence
$ each occurrence
$ Soo 000. each occurrence
The limits of liability as stated in paragraph 3 of this endorsement shall not in-
crease the total liability of the Insurance Company for all damages as the result of
any one accident or occurrence in excess of the limits of Liability stated in the
policy as applicable to Automobile Liability Insurance.
4. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department.
5. Designated Contract:
of Traffic
itTle and-C(
& Safety Lighting
WE
This endorsement is effective 2/24/83 at 12:01 A.M. and forms a part of
Policy No. 1FApo2979rl i_.
Named Insured Baxter - Griffin C many, Inc. Endorsement No.
Name of Insurance
Robert M. Jones
0 Page 15
CITY OF NEWPORT BEACH
COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. With respect to such insurance as is afforded by the policy for Comprehensive General
Liability, the City of Newport Beach, its officers and employees are additional in-
sureds but only with respect to liability arising out of operations performed by or on
behalf the named insured in connection with the contract designated below or acts
and omissions of the City of Newport Beach in connection with its general supervision
of such operations. The insurance afforded said additional insured shall apply as
primary insurance and no other insurance maintained by the City of Newport Beach will
be called upon to contribute with insurance provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured against
whom claim is made or suit is brought, except with respect to the limits of the
Insurance Company's liability."
3. The insurance afforded by the policy for Contractual Liability Insurance (subject to
the terms, conditions and exclusions applicable to such insurance) includes liability
assumed by the named insured under the indemnification or hold harmless provision con-
tained in the written contract, designated below, between the named insured and the
City of Newport Beach.
4. With respect to such insurance as is afforded by this policy, the exclusions, if any,
pertaining to the explosion hazard, collapse hazard and underground property hazard
(commonly referred to as "XCU "hazards) are deleted.
5: The limits of liability under this endorsement for the additional insured named in
paragraph I of this endorsement shall be the limits indicated below for either Multiple
Limits or Single Limit, whichever is indicated by the letter X in the appropriate box.
( ) Multiple Limits
Bodily Injury Liability
Property Damage Liability
(X) Single Limit
$ each occurrence
$ each occurrence
Bodily Injury Liability $ 500,000. each occurrence
and
Property Damage Liability
Combined
The applicable limit of the Insurance Company's liability for the insurance afforded
for contractual liability shall be reduced by any amount paid as damages under this
endorsement in behalf of the additional insureds.
The limits of liability as stated in this endorsement shall not increase the total
liability of the Insurance Company for all damages as the result of any one occurrence
in excess of the limits of liability stated in the policy as applicable to Comprehen-
sive General Liability Insurance.
6. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department
7. Designated Contract: 2359 - Installation of Traffic Si s & Safet Ia hti
Project Title an Contract No.
This endorsement is effective _2/24/83 at 12:01 A.M. and forms a part of
Policy No. AAW 49 92 56
Named Insured
Name of Insurance Company Cattnercial Union Ins. Co. By
Robert M.
No.
ve
CITE' OF NEWPORT BEACH
P.U. BOX 1768, NEWPORT BEACH, CA 92663 -3884
TO: FINANCE DIRECTOR
PUBLIC WORKS
FROM: CITY CLERK
DATE: November 29, 1982
SUBJECT: Contract No. C -2359
OFFICE OF THE CITY CLERK
(714) 640 -2251
Description of Contract Installation of traffic signals and
safety lighting at the intersections of Jamboree Road at Birch
Street and Balboa Blvd. at 15th Street
Effective date of Contract November 29, 1982
Authorized by Minute Action, approved on November S. 1982
Contract with Baxter- Griffin Co. Inca
Address 18210 Monroe Street
Stanton CA 90680
Amount of Contract $ 125 615.00
&W,4& e
Wanda E. Andersen
City Clerk
WEA:1r
attach.
3300 Newport Boulevard, Newport Beach
i u,:::
9
k lA x
WAMW
F
S
To the Honorable
City of Newport B
3300 Newport Boul
Newport Beach, Ca
Gentlemen:
0
[ON OF TRAFFIC SIGNALS AND SAFETY LIGHTING
AT THE INTERSECTIONS OF
JAMBOREE ROAD AND BIRCH STREET
BALBOA BOULEVARD AND 15TH STREET
CONTRACT NO. 2359
ity Council
ifornia 92663
PR la
The undersigned eclares that he has carefully examined the location
of the work, has read the Instructions to Bidders, has examined the
Plans and Specia Provisions, and hereby proposes to furnish all ma-
terials and do a 1 the work required to complete Contract No. 2359
in accordance with the Plans and Special Provisions, and will take
in full payment therefor, the following unit price for the work, com-
plete in place, to wit:
ITEM QUANTITY
NO. AND UNIT ITEM DESCRIPTION
1. Lump S m Construct Traffic Signal and
Safety Lighting at the inter-
section of Jamboree Road and
Birch Street.
@ Sixty -Six ThousandDollars
Eight Hundred Seventy and
no Cents
2. Lump um Construct Traffic Signal and
Safety Lighting at the inter-
section of Balboa Boulevard
and 15th Street.
@Fifty Eight Thousandollars
Seven Hundred Forty -Five and
noCents
UNIT TOTAL
PRICE PRICE
$ 66,870 $ 66,870
$58,745 $ 58,745
The City rese�ves the right to reject all bids if there appears to be
an inappropri to distribution of costs between the two lump sums.
I
• PR lb
TOTAL PRICE WRITTEN IN WORDS:
One Hundred Twenty Five Thousand, Six Hundred Dollars
Fifteen and
no Cents
CONTRACTOR'S LICENSE NO. 290768
(714) R26 -5310
Bldder's Telephone Number
$ 125,615
Baxter - Griffin Co., Inc.
Bidder
s / _f oyd R. Bax er, President
uthorized Signature /Title
8210 Monroe St. Stanton Ca. 90680
Bidder's ddress
• Page 2
r INSTRUCTIONS TO BIDDERS
The following contract documents shall be completed, executed and received
by the City Clerk in accordance with NOTICE INVITING BIDS:
1. PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3. DESIGNATION OF SUBCONTRACTOR(S)
4. BIDDER'S BOND (sum not less than 10% of total bid price)
5. NON- COLLUSION AFFIDAVIT
6. STATEMENT OF FINANCIAL RESPONSIBILITY
7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not less than 10% of
the total bid price) may be received in lieu of the Bidder's Bond. The title
of the project and the words SEALED BID shall be clearly marked on the outside
of the envelope containing the bid.
Bids shall not be received from bidders who are not licensed in accordance
with the provisions of Chapter 9, Division III of the Business and Professions'
Code. The low bidder shall also be required to possess a City of Newport Beach
business license prior to execution of contract.
Bids shall be submitted on the attached PROPOSAL. form. The additional
copy of the PROPOSAL form may be retained by the bidder for his records.
The estimated quantities indicated in the PROPOSAL are approximate, and are
given solely to allow the comparison of bid totals.
Bids are to be computed upon the estimated quantities indicated in the
PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis-
crepancy between wording and figures, bid wording shall prevail over bid figures
In the event of error in the multiplication of estimated quantity by unit price,
the correct multiplication will be computed and the bids will be compared with
correctly multiplied totals. The City shall not be held responsible for bidder
errors or omissions in the PROPOSAL.
Contract documents shall bear signatures and titles of persons authorized
to sign on behalf of the bidder. For corporations, the signatures shall be of
the President or Vice President. For partnerships, the signatures shall be of
a general partner. For sole ownership, the signature shall be of the owner.
In accordance with the California Labor Code (Sections 1770 et seq.), the
Director of Industrial Relations has ascertained the general prevailing rate of
per diem wages in the locality in which the work is to be performed for each
craft, classification, or type of workman or mechanic needed to execute the con-
tract. 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 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.
290768 Baxter - Griffin Co., Inc.
Contr's Lic. No. & Classification Bidder
_Ostnber 27. 1982 s/ Floyd R. Baxter ,. —T
Date Authorized Signature /Title
• Page 3
DESIGNATION OF SUBCONTRACTOR(S)
The undersigned certifies that he has used bid(s) of the following listed
subcontractor(s) in making up his bid,and that the subcontractor(s) listed
will be used for the work for which they bid, subject to the approval of the
Engineer and in accordance with the applicable provisions of the Specifications.
No change of subcontractor may be made except with the prior approval of the
Engineer.and as provided by State law.
Item of Work Subcontractor Address
I. Access Ramps /Paving R.J. Noble 15505 Lincoln Ave., Orange, Ca.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
B idc F er
s/ Floyd R. Baxter
Authorized Signature /Title
FOR ORIGINAL # CITY CLERK'S FILE COPY • Page 4
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, Baxter- Griffin Co.. Inc. , as bidder,
and Ohio Farmers Insurance Company
and firmly bound unto the City of Newport
Twelve Thousand, Five Hundred Sixty Two
lawful money of the United States for the
to be made, we bind ourselves, jointly am
THE CONDITION OF THE FOREGOING OBLIGATION
, as Surety, are held
Beach, California, in the sum of
Dollars ($ 12,562 ),
payment of which sum well and truly
i severally, firmly by these presents.
IS SUCH,
That if the proposal of the above bounden bidder for the construction of
INSTALLATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING AT THE INTERSECTIONS OF
]AMRORFF ROAD AT BIRCH STREET AND BALBOA BLVD. AT 15TH ST. 2359
Title of Project Contract No.
in the City of Newport Beach, is accepted by the City Council of said City, and
if the above bounden bidder shall duly enter into and execute a contract for
such construction and shall execute and deliver the "Payment" and "Faithful
Performance" contract bonds described in the Specifications within ten (10) days
(not including Saturday, Sunday, and Federal holidays) from the date of the
mailing of a notice to the above bounden bidder by and from said City that said
contract is ready for execution, then this obligation shall become null and
void; otherwise it is and shall remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any bidder above named executed this bond as an indi-
vidual, it is agreed that the death of any such bidder shall not exonerate the
Surety from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 15th day
Of October , 1982•
(Attach acknowledgement of
Attorney -in -Fact)
J.E. Jernigan
Notary Public
Commission expires 1 -24 -84
Baxter - Griffin Co., Inc.
Bidder
s/ Flpyd R. Baxter 3 .gi4�
Authorized Signature /Tito e
Ohio Farmers Insurance Company
Surety
By David A. Bender
Title Attorney -in -fact
FOR O`INAL SEE CITY CLERK'S FILE COP* Page 5
NON - COLLUSION AFFIDAVIT
The bidder, 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 arrange-
ment or agreement 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 agreement 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 bidder from con-
sidering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman
from submitting bids to a bidder who does not use the facilities of or accept
bids from or through such bid depository; that no inducement of any form or
character other than that which appears upon the face of the bid will be sug-
gested, offered, paid or delivered to any person whomsoever to influence the
acceptance of the said bid or awarding of the contract; nor has the bidder
any agreement or understanding of any kind whatsoever with any person whomso-
ever to pay, deliver to, or share with any other person in any way or manner,
any of the proceeds of the contracts sought by this bid.
Subscribed and
this 27th
19—ac.
sworn to before me
day of October
My commission expires:
Baxter - Griffin Co., Inc.
Bidder
i
June 17. 1985 Janet E. Miller
Notary Public
FOR ORIG*. SEE CITY CLERK'S FILE COPY • Page 6
i
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 1 work day after the bid opening if
the undersigned is the apparent low bidder.
Baxter- Griffin Co.. Inc.
Bidder
s/ Flo R. Batter, President
Authorized Signature /Title
\J
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.
1982 City of Anaheim Traffic Signal 999 -5183
1982 City of Cypress 11 " 828 -2200
1982 City of Fountain Valley 963 -8321
1982 City of Fullerton 738 -6845
City of Irvine It It 754 -3600
1982 The Irvine Company 720 -2360
1982
Kasler
Company
"
",
Street
& Navigation Lighting 1- 884 -4811
1982
Robert:P. Warmington
- Traffic
Signal and site Lighting 966 -1333
1982
Padilla
Development-
Street
Lights
& Signal Modifications
1982 Redhill Construction - Traffic Signal 547 -6763
1982
Sully Miller
it
Modifications 639 -1400
1982
Robert:P. Warmington
- Traffic
Signal and site Lighting 966 -1333
Baxter - Griffin CO., Inc.
Bidder
s/ F1oyd.,R. Baxter, President
Authorized Signature /Title
NOT
E
Page 8
The following are samples of contract documents which shall be
completed and executed by the. - successful bidder after he receives a
letter of award from the City "of Newport Beach:
PAYMENT BOND (pages 9 & 10)
FAITHFUL PERFORMANCE BOND (pages 11 & 12)
CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13, 14, 15)
CONTRACT (pages 16 & 17)
Since the City of Newport Beach will not permit a substitute
format for these contract documents, bidders are advised to review
their content with bonding, insuring and legal agents prior to sub-
mission of bid.
BONDING COMPANIES shall be acceptable as sureties in
accordance with the latest revision of Federal Register Circular 570.
INSURANCE COMPANIES shall be assigned Policyholders' Rating B
(or higher) and Financial Size Category Class VII (or larger) in
accordance with the latest edition of Best's Ke Ratin Guide:
Property - Casualty. Coverages shall be provide or a OF
INSURANCE checked.on the CERTIFICATE OF INSURANCE.
All costs associated with the specifications of these contract
documents shall be absorbed in the bid. Such specifications shall
include those contained in ()) each contract document and (2) the
Standard S ecificallons for Public Works Construction.(latest edi-
tion adopted for use in the City of Newport Beach , except as
supplemented or modified by the Special Provisions for this project.
7
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council.of the
motion adopted November 8, 1482 `
has awarded to Baxter - Griffin Co.,
LJ
PAYMENT BOND 11. 494
PIMUM "1K
EXECUTED It.'
Ci ewport Beach, State of
hereinafter designated as the "Principal ", a
Page 9
311. PERFORMAKE BOND.
ifornia, by
:t for Installation. of Traffic Signals
and Balboa B1. & 15th St.
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport.Beach,
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond with said contract, providing that if
said Principal or any of his or its subcontractors, shall fail to pay for any materials,
provisions, provender, or other supplies or teams used in, upon, for, or about the per-
formance of the work agreed to be done, or for any work or labor done thereon of any
kind, the Surety on this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We B XTER- GRIFFIN .n _ , TNr. _
as Principal, and OHIO FARMERS TNSIIRANCF rnKpAmY
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
($13,615,00 ),
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 3250 of the
Civil Code of the State of California.
This bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 3181 of the California Civil Code
so as to give a right of action to them or their assigns in any suit brought upon
4
• Page 10
iPayment Bond (Continued)
i
i
this bond, as required by the Provisions S ttbns 3247 et. seq, of the Civil 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 8th day of NOVEMBER , 1982
i
Approved as to form:
City ttorney
Baxter— Griffin Co.,Inc. (Seal)
Name of Contractor Principal
President
Auized SignaXure and Title
Authorized ignature and Title
OHIO FARMERS INSURANCE COMPANY (Seal)
Name of Surety
Address of gent
714/835 =5100
Telephone No. of Agent
m
d
d oiE
R
o °
�LD
o
W
O S n
�dw
•
�
!y d O
X
N 5q
m
d n n
o.�
n
�
N
N y d
O (D O
p
d nJ
[J
Z
_
v
3
\�
m
m
o
d
y d
W�
m
(b
(9
N C7 T
d O d
n'
m eNi 9
o d
m
0
�N
a
eb
N a
o
O
ry
tD
N lD
f0
-.
n �
9
� o
_1
z a
a r
2 •.
m n
z
p
Y
N
n
z
m
v
mm
z
i
O
T
CA
C
m
m
H
General PDWER No. .....
Power
-of Attorney Cho Farmers Assurance Co.
CERTIFIED COPY Westfield Center, Ohio
Know All Men by These Presents, That OHIO FARMERS INSURANCE COMPANY, a corporation duly organized and existing under the laws of
the State of Ohio, and having its principal office in Wes lie d enter Medin County, Ohio, does by these presents make, constitute and appoint IIENDER
.............. .................... . ....... . .................................................. ................................
..........
........................................................................................................ ...............................
........................................................................ ..
.............................. ...............................
of SANTA. ANA ................. andstateof ..CALI.FORNIA.................. its true and lawful Attorney(s)- in- Fact.with full power and
authority hereby conferred in its name, place and stead. to execute, acknowledge and deliver ..ANY. AN D..ALL..BONDS., . RE.CO.G RI ZANCES ,
.. UNDERTAKINGS,..OR .OTHER..INSTRUMENTS. OR..CONTRAC.T.S..OF.. SURE. T. YSH. I. P.. ........ ...............................
and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of
the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s) -in -Fact may do in the premises. Said
appointment is made under and by authority of the following resolutions adopted by the Board of Directors of the Ohio Farmers Insurance Company:
"Be It Resolved, that the President, any Vice - President, any Secretary or any Assistant Secretary shall be and is hereby vested with full
power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company,
subject to the following provisions:
"Section 1. Attorney -in -Fact. Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company,
to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory
undertakings and any and all notices and documents canceling orterminating the Company's liability thereunder, and any such instruments so
executed by anysuch Attorney -in -Fact shall beas binding upon the Companyas if signed by the President and sealed and attested by the Cor-
porate Secretary:" (Adopted at a meeting held on the 3rd day. of J uly, 1957.)
"Be If Resolved, that the power and authority to appoint Attorney(s)-in-Fact granted to certain officers by a resolution of this Board on the
3rd day of July, 1957, is hereby also granted to any Assistant Vice - President." (Adopted at a meeting held on the 13th day of July, 1976.)
In Witness Whereof, OHIO FARMERS INSURANCE COMPANY has caused these presents lobe signed by its AS.ST.— VI.CE.P.RESI.DENT
and its corporate seal to be hereto affixed this ......28.th ............... dayof ........JANUARY............ A.D., 1980.....
OHIO FARMERS INSURANCE COMPANY ( PIN7T By CALIFORNIA O G. GRAHAM, JR., ASSIST VICE
State y ............................... PRESIDENT
County of ..ORA.NG,E .................. � ss.:
Onthis ... 28.th...... day of .... JANUARY .......... A.D., 19 .80.. ,beforemepersonallycame .LOUIS..G...GRAHAM,.JR.......
to me known, who. being by me duly sworn, did depose and say, that he resides in , SAN 'A. ANA ;that he is ASST,_ VICE PRESIDEN
of OHIO FARMERS INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of 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 pyll)<g.ocda�.• ♦cro,• , >.++o•r•• +••"
♦ r., � n.�qi sr "A `
i .i = j'•:., CYNlHiA I.. McGRAW
• ::.o.R . ...............................
♦ ;t,' ?' :N;�, NOT(•P.'! I'iI:JLIC C.4L1;'0 (i 7: i.1 �.. 7� ry ubhc
♦ .. Nola .. P .
... ..... ♦ .. r ..� <
CALIFORNIA ray ommission Expire:: June 12, 1951
State of .. ORANGE °SS ° °o♦e♦♦o°•o+•••r♦+e•o♦
County of ...... P ...
CERTIFICATE
I.. JOHN.. W ....COMB.ES .................... ..........ASSISTANT.. Secretary of the OHIO FARMERS INSURANCE COMPANY, do hereby
certify that the above and foregoing is a true and correct copy of a power of Attorney. executed by said Company, which is still in full force and
effect: and furthermore, the resolutions of the Board of Directors. set out in the Dower o1 Attorney are in full force and effect.
In Witness Whereof, I have hereunto set my hand and affixed the seal of said C pan at Westfield Center. Ohio, this 8th
day of ..............NOVEMRE.R.... A.D., 198.2...
`��,�- � /`��ii$StSTFiNT Secreiery
BD 5410 C (Rev. 2 -77)
. Page 11
B016 N6 494 .537
PREMMM: $565.00
FAITHFUL PERFORMANCE EXECUTED IN TRIPLICATE.
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City oflewport Beach, State of California, by
motion adopted November 8 1982
has awarded to Baxter- Griffin Co Inc
hereinafter designated as the "Principal ", a contract for Installation of Traffic Sianais
and Safety Lighting_ at the Intersections of Jamboree & Birch and Balboa & 15th
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We, BAXTER - GRIFFIN CO.. INC.
as Principal, and OHIO FARMERS INSURANCE COMPANY
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
NO /100
ONE HUNDRED TWENTY -FIVE THOUSAND SIX HUNDRED FIFTEEN AND Dollars ($125,615-00 )>
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 any wise affect its obligations on this bond, and it does hereby waive notice
i
Faithful Performance Bond (Continued)
11
Page 12
of any such change, extension of time, alte **ions or additions to the terms of the
contract or to the work or to the specifi -' ns.
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 Rth day of NOVEMBER , 19 g2
I
App ved as to form: T
City Attorney
d
Baxter- Griffin Co., Inc. (Seal)
Name of Contractor Principal)
AS President
uth rized`�Sign ure and Title
Authorized Signature and Title
.OHIO FARMERS INSURANCE.COMPANY (seal?
Name of Surety
DA. BENDER, ATTORNEY -in -FACT
Address of Agent
714/835 -5100
Telephone No. of Agent
n
cn
a
p
a
D N N
X
N ry
N
m d d
n
a _
0
:Co
O
is
o 0
y
3,n
t'-
d
a:
n
m
O
C
n
p �
ti
o:
o m o
y
0
° n =
p
.Z
A7
C
(G
fD
N Ci Tl
d O d
7O
c
ro
n
w
d'
'•
"3
n:
N p
W m
o
m
m
:z
4:25 rn
`
n c
'
a,
t m
t
m m
c
Kx�Z
i
y�
General POWER NO. 80 -01
Power
of Attorney &io Farmers Insurance Co.
CERTIFIED COPY Westfield Center, Ohio
Know All Men by These Presents, That OHIO FARMERS INSURANCE COMPANY, a corporation duly organized and existing under the laws of
the State of Ohio, and having its principal office in Welt Center, Medina County, Ohio, does by these presents make, constitute and appoint
................ ............................... DdVID A. BENDER
.......................................... ...............................
........................................................................................................ ...............................
of SANTA. ANA ....`.. .. . andStateof.. CALI. FDRNIA .................. its true and lawful Attorney(s) -in -Fact, with full power and
authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver .,ANY. AND. ALL.. BONDS.,.RE.CO.GNIZANCES,
.. UNDERTAKINGS ,..OR.OTHER..INSTRUMENTS . OR..CONTRACTS..OF. SURETYSH. IP.. ........ ...............................
and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of
the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney($) -in -Fact may do in the premises. Said
appointment is made under and by authority of the following resolutions adopted by the Board of Directors of the Ohio Farmers Insurance Company:
"Be 11 Resolved, that the President, any Vice - President, any Secretary or any Assistant Secretary shelf be and is hereby vested with full
power and authority to appoint anyone or more suitable persons as Attorneys) -in -Fact to represent and act for and on behalf of the Company,
subject to the following provisions:
"Section 1. Attorney -in -Fact. Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company,
to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional dr obligatory
undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so
executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Cor-
porate Secretary." (Adopted at a meeting held on the 3rd day of July, 1957.)
-Be If Resolved, that the power and authority to appoint Attorneys) -in -Fact granted to certain officers by a resolution of this Board on the
3rd day of July, 1957, is hereby also granted to any Assistant Vice - President:" (Adopted at a meeting held on the 13th day of July, 1976.)
In Witness Whereof, OHIO FARMERS INSURANCE COMPANY has caused these presents to be signed by its AS.ST...VI.CE.P.RESI.DEt:IT
and its corporate seat to be hereto affixed this ......28.th ............... day of ......,.JANUARY............ A.D., 1980... ..
OHIO FARMERS INSURANCE COMPANY
By .\ �..��ii... ... rx
CALIFORNIA LQiS G. GRAHAM, JR., ASSIST NT VICE
State of .............................
County of.. O.RANGE .................. ss.: PRESIDENT
On this ... 28.th...... day of ....JANUARY.......... A.D., 19 80. , before me personally came .LDUIS..G....GRAHAM,..JR..... .
tome known, who, being by me duly sworn, did depose and say, that he resides in . SANTA_ ANA.......... ;that he is ASST,. VICE PRESL DEN
of OHIO FARMERS INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of 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 bXQk@pft3eu m c t e s , . - + . s e c e o o • • a e
♦ O� r' „qi �re,l
• • • •
NoTnP;Tr . u :;l..�., c
Notary ry Pub
he
1.
JSl "r "c CO ":ii 4
State of ....CALIFORNIA My jommIsslOn Expires June 12, 1981
.....••'".... �eovo ... soe0000eooee00000�oeoe000
Countyof ORANGE .. . ss.:
...............
CERTIFICATE
I, . JOHN.. w ....COMB.ES .................... . ......... ASS I STANT .. Secretary of the OHIO FARMERS INSURANCE COMPANY, do hereby
certify that the above and foregoing is a true and correct copy of a power of Attorney, executed by said Company, which is still in full force and
effect; and furthermore, the resolutions of the Board of Directors. set out in the power of Attorney are in lull force and effect. -
In Witness Whereof, I have hereunto set my hand and affixed the seal of said C pan at Westfield Center. Ohio, this Bth
day of .............. NOVEMB,ER... A.D.. 1982.. y / -
BD 5410 C (Rev. 2 -77)
ASSISTANT Secretary
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
NAME AND ADDRESS OF INSURED
P. O. Box 979
• CERTIFICATE OF INSURANCE •
Page 13
Company A
Letter Com•nercial Union Ins Co
Company B T
C
0
"y E
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, including attached endorsement(s).
COMPANY
LETTER
TYPES OF INSURANCE
COVERAGE REQUIRED
GENERAL LIABILITY
Policy
Policy
Date
IMITS F LIABILITY
IN TH US
NDS 000
Each
Occurrence
o Pro uc s
Completed
Operations
A
x Comprehensive Form AAW49
x Premises - Operations
x Explosion & Collapse Hazard
x Underground Hazard
2 56
1/29/ 83
Bodily Injury
Property Damage
$
$
$
$
Bodily Injury
and Property
Damage Combined
$ 500
$ 500
x Products /Completed Operations
Hazard
x Contractual Insurance
x Broad Form Property Damage
x Independent Contractors
x Personal Injury
Marine Aviation
Personal Injury
$ 500
A
AUTOMOTIVE LIABILITY
❑x Comprehensive Form E74 0
Owned
❑x Hired
74
1/29/83
Bodily Injury
Each Person
Bodily njury
Each Occurrence
Pro ert ama e
❑x Non -owned
Bodily Injury and
Property Damage
Combined
J2,000Accident)
A
EXCESS LIABILITY
® Umbrella Form AEE 86
❑ Other than Umbrella Form
2 50
Z1/29/83
Bodily Injury
and Property
Damage Combined
B
WORKERS' COMPENSATION
and WPg2_
EMPLOYER'S LIABILITY
56844
1 /1/83
Statutor
IJ 11T�. TL_
n
- - r Clcff�1VC uenerai LiaDiiity and Automotive Liability policies are endorsed
with the attached City of Newport Beach Endorsements.
CANCELLATION: Should any of the above described policies be cancelled or coverage reduced
before the expiration date thereof,.the.Insurance Company affording coverage
shall provide 30 days' advance notice to the City of Newport Beach by
registered mail, attention: Public Works Department.
By: A��•'r ��� / Agency: ROBERT F. DRIVER CO., INC.
uthorize ReoresentativP
• • Page 14
CITY OF 'NEWPORT BEACH
AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
I. With respect to such insurance as is afforded by the policy for Bodily Injury and
Property Damage Liability, the City of Newport Beach, its officers and employees are
additional insureds but only with respect to liability for damages arising out of
the ownership, maintenance or use of automobiles (or autos) used by or on behalf of
the named insured in connection with the contract designated below. The insurance
extended by this endorsement to said additional insured does not apply to bodily
injury or property damage arising out of automobiles (1) owned by or registered in
the name of an additional insured, or (2) teased or rented by an additional insured,
or (3) operated by an additional insured. The insurance afforded the additional
named insured(s) shall apply as primary insurance and no other insurance maintained
by the City of Newport Beach will be called upon to contribute with insurance
provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured
who is seeking coverage or against whom a claim is made or suit is brought,
except with respect to the limits of the Insurance Company's liability."
3. The limits of liability under this endorsement for the additional insureds named in
paragraph 1 of this endorsement shall be the limits indicated below for either Multi-
ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate
box.
( ) Multiple Limits
Bodily Injury Liability
Property Damage Liability
( x) Single Limit
Bodily Injury Liability
and
Property Damage Liability
Combined
$ each occurrence
$ each occurrence
$ 500,000. each occurrence
The limits of liability as stated in paragraph 3 of this endorsement shall not in-
crease the total liability of the Insurance Company for all damages as the result of
any one accident or occurrence in excess of the limits of Liability stated in the
policy as applicable to Automobile Liability Insurance.
4. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department.
5. Designated Contract: 2359 - Installation of Traffic
Project Title anc
& Safety Lighting
This endorsement is effective 11/8/82 at 12:01 A.M. and forms a part of
Policy N0. E74 04 74
Named Insured
Inc.
No
Name of Insurance Company Commercial Union Ins. Co. By � A - y�
Authorized Representative
tative
Robert M. Jones, Vice President
• • Page 15
CITY OF NEWPORT BEACH
COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. With respect to such insurance as is afforded by the policy for Comprehensive General
Liability, the City of Newport Beach, its officers and employees are additional in-
sureds but only with respect to liability arising out of operations performed by or on
behalf the named insured in connection with the contract designated below or acts
and omissions of the City of Newport Beach in connection with its general supervision
of such operations. The insurance afforded said additional insured shall apply as
primary insurance and no other insurance maintained by the City of Newport Beach will
be called upon to contribute with insurance provided by this policy.
2. The policy includes the following provision:
"The insurance afforded by the policy applies separately to each insured against
whom claim is made or suit is brought, except with respect to the limits of the
Insurance Company's liability."
3. The insurance afforded by the policy for Contractual Liability Insurance (subject to
the terms, conditions and exclusions applicable to such insurance) includes liability
assumed by the named insured under the indemnification or hold harmless provision con-
tained in the written contract, designated below, between the named insured and the
City of Newport Beach.
4. With respect to such insurance as is afforded by this policy, the exclusions, if any,
pertaining to the explosion hazard, collapse hazard and underground property hazard
(commonly referred to as "XCU "hazards) are deleted.
5. The limits of liability under this endorsement for the additional insured named in
paragraph I of this endorsement shall be the limits indicated below for either Multiple
Limits or Single Limit, whichever is indicated by the letter X in the appropriate box.
( ) Multiple Limits
Bodily Injury Liability $ each occurrence
Property Damage Liability $ each occurrence
(x) Single Limit
Bodily Injury Liability $__500 000.00 each occurrence
and
Property Damage Liability
Combined
The applicable limit of the Insurance Company's liability for the insurance afforded
for contractual liability shall be reduced by any amount paid as damages under this
endorsement in behalf of the additional insureds.
The limits of liability as stated in this endorsement shall not increase the total
liability of the Insurance Company for all damages as the result of any one occurrence
in excess of the limits of liability stated in the policy as applicable to Comprehen-
sive General Liability Insurance.
6. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department
• • Page 16
CONTRACT
THIS AGREEMENT, entered into this day of _, 19 2CIL,
by and between the CITY OF NEWPORT BEACH, hereinafter "City,' and
Baxter - Gri , hereinafter "Contractor, "is —
made w�
reference fthe fol owing facts:
(a) City has heretofore advertised for bids for the following
described public work:
Installation of Traffic Signals and Safety Lighting at the
Intersections of Jamboree & Birch and Balboa & 15th 2359
Title of Proiect Contract No.
(b) Contractor has been determined by City to be the lowest responsi-
ble bidder on said public work, and Contractor's bid, and the compensation set
forth in this contract, is based upon a careful examination of all plans and
specifications by Contractor,
NOW, THEREFORE, the parties hereto agree as follows:
1. Contractor shall furnish all materials and perform all of the work
for the construction of the following described public work:
Installation of Traffic Signals and Safety Lighting at the
Intersections of Jamboree .& Birch and Balboa & 15th 2359
it a of Project Contract o.
which project is more fully described in the contract documents. Contractor
shall perform and complete this work in a good and workmanlike manner, and in
accordance with all of the contract documents.
2. As full compensation for the performance and completion of this
work as prescribed above, City shall pay to Contractor the sum of One Hundred
Twenty Five Thousand, Six Hundred Fifteen Dollars and no Cents ($ 125.615 -)
This compensation includes (1) any loss or damage arising from the nature of the
work; (2) any loss or damage arising from any unforeseen difficulties or obstruc-
tions in the performance of the work; (3) any expense incurred as a result of any
suspension or discontinuance of the work; but excludes any loss resulting from
earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves,
and which loss or expense occurs prior to acceptance of the work by City.
3. All of the respective rights and obligations of City and Contractor
are set forth in the contract documents. The contract documents are incorporated
herein by reference as though set out in full and include the following:
(a) Notice Inviting Bids
(b) Instruction to Bidders and documents referenced therein
(c) Payment Bond
(d) Faithful Performance Bond
(e) Certificate of Insurance and endorsement(s)
'. .YI Al {�
Page 17
(f) Plans and Special Provisians for Traffic SigBgt= t;istallation & Safety
Lighting at jambo Birch a
Title of Project ct No.
(g) This Contract. a =r
4. Contractor shall assume the defense of, and indemnify and hold
harmless, City and its officers, employees and representat.i,yes from all claims,
loss or damage, except such loss or damage proximiately caused by the sole
negligence of City or its officers, employees and representatives.
IN WITNESS WHEREOF, the parties hereto have caused this contract to
be executed the day and year first above written.
ATTEST:
APPROVED AS TO FORM:
City Attorney
CITY OF NEWPORT BEACH
By
Mayor
Baxter - Griffin Co.. Inc.
Contractor
tF�! -ny
is n€ e-
'
By
Its
CITY
CONTRACTOR
0 ! el
• INDEX •
TO
SPFCTAI PROVTSTONS
JAMBOREE ROAD AND BIRCH STREET
BALBOA BOULEVARD AND 15TH STREET
CONTRACT NO. 2359
f
SECTION
PAGE
I.
SCOPE OF WORK ...........................................
1
II.
COMPLETION OF WORK ....... ...............................
1
III.
CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK ..........
2
IV.
PAYMENT .................. ...............................
2
V.
PROTECTION OF EXISTING UTILITIES ........................
2
VI.
WATER .................... ...............................
2
VI1.
FLOW AND ACCEPTANCE OF WATER ...........................
2
VIII.
AS BUILT PRINTS ......... ...............................
3
IX.
GUARANTEE ............... ...............................
3
X.
TRAFFIC SIGNAL AND SAFETY LIGHTING FACILITIES ..........
3
a. General ............. ...............................
3
b. Reference Specifications and Standard Plans ........
3
1. Standard Specification .........................
3
2. Standard Plans .. ...............................
3
3. Codes, Ordinances, and Regulations .............
3
c. Description ......... ...............................
4
d. Equipment List and Drawings ........................
4
e. Scheduling of Work .. ...............................
4
f. Foundations ......... ...............................
5
g. Standards, Steel Pedestals, and Posts ..............
5
h. Conduit ............. ...............................
5
i. Conductors and Wiring ..............................
f,
5 I
i
j. Bonding and Grounding ..............................
5
SECTION • . PAGE
X. k. Service .............. ............................... 5
1. Testing .............. ............................... 6
m. Solid State Traffic Actuated Controllers ............ 6
n. Vehicle Signals ...... ............................... 7
o. Pedestrian Signals ... ............................... 8
p. Detectors ............ ............................... 8
q. Pedestrian Push Buttons ............................. 8
r. Bicycle Push Buttons . ............................... 8
s. Luminaires ........... ............................... 9
t. Internally Illuminated Street Name Signs ............ 9
u. Photoelectric Controls .............................. 9
v. Ballasts ............. ............................... 9
w. Salvaging Electrical Equipment ...................... 9
x. Payment .............. ............................... 9
• CITY OF NEWPORT BEACH .
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
INSTALLATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING
AT THE INTERSECTIONS OF
JAMBOREE ROAD AND BIRCH STREET
BALBOA BOULEVARD AND 15TH STREET
1982 -83
CONTRACT NO. 2359
I. SCOPE OF WORK
The work to be done under this contract consists of the installation
of traffic signals and safety lighting at the intersections of
Jamboree Road at Birch Street, hereinafter designated as "Location A"
and Balboa Boulevard at 15th Street, hereinafter designated as
"Location B ".
The contract requires completion of all.work in accordance with these
special provisions; the City's Standard Special Provisions; the Plans
(Drawing No. T- 5295 -S, sheets 1 -4), the City's Standard Drawings and
Specifications, and where applicable, the .California Standard Speci-
fications, January 1981 and the California Standard Plans, January 1981.
The City's Standard Specifications are the Standard Specifications for
the Public Works Construction, 1982 Edition. Copies may be purchased
from Building News, Inc., 3055 Overland Avenue, Los Angeles, California
90034, telephone (213) 870 -9871. Copies of the City's Standard Drawing
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 of payment 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 150 consecutive calendar
days after the date of award of the contract by the City Council.
No extension of time will be granted for a delay caused by a shortage
of materials unless the Contractor furnishes to the Engineer, documentary
proof that he has made every effort to obtain such materials from all
known sources within reasonable reach of the work in a diligent and
timely manner, and further proof in the form of supplementary progress
schedules, as required in Section 8 -1.04, "Progress Schedule," that
the inability to obtain such materials when originally planned, did
in fact cause a delay in final completion of the entire work which could
-1-
0 0
not be compensated for by revising the sequence of the contractor's
operations. The term "shortage of materials," as used in this section,
shall apply only to materials, articles, parts or equipment which are
standard items and are to be incorporated in the work. The term
"shortage of materials," shall not apply to materials, parts, articles
or equipment which are processed, made, constructed, fabricated or
manufactured to meet the specific requirements of the contract. Only
the physical shortage of material will be considered under these pro-
visions as a cause for extension of time. Delays in obtaining materials
due to priority in filling orders will not constitute a shortage of
materials.
III. CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK
Subject to the provisions in Section 6 -1 of the Standard Specifications,
the contractor shall begin work within 15 calendar days after the City
executes the contract.
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 price for items of work shown in the proposal shall be full
compensation for labor, equipment, materials, and all other things
necessary to complete the work.
The substitution of securities for any payment withheld in accordance
with Section 9 -3.2 of the Standard Specifications is permitted pursuant
to Government Code Sections 4590 and 14402.5.
V. 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 damages to the utilities
encountered during construction of the items shown on the plans.
VI. WATER
The contractor shall make his own
for water necessary to perform his
use available City water, it shall
ments for the water by contacting
VII. FLOW AND ACCEPTANCE OF WATER
provisions for obtaining and applying
work. If the contractor desires to
be his responsibility to make arrange -
the City's Utility Division at (714) 640 -2221.
It is anticipated that surface and ground or other waters will be en-
countered at various times and locations during the work herein contem-
plated. The contractor, by submitting a bid, acknowledges that he has
investigated 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 construc-
tion 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 prob-
ability of damage.
-2-
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 con-
struction. Upon approval of the plan, the contractor shall be responsible
for the implementation and maintenance of the control facilities.
VIII. 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: location of poles,
pull boxes and runs, depths of conduit, number of conductors, and other
appurtenant work.
IX. GUARANTEE
X
f
ohs_ &ontractor shall _guarantee for a period of at least one -year after
.acceptance of the work by the Ci.ty�ound , all materials and workmanship -
Uainst any defects whatsoever.--Any such defects shall be fepaired at the
contractor's expense.
TRAFFIC SIGNAL AND SAFETY LIGHTING FACILITIES
a. 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 safety
lighting facilities as shown on the drawings and as specified herein.
b. Reference Specifications and Standard Plans
1. Standard Specifications - Except as modified herein, materials and
installation shall conform to the California Standard Specifications,
January 1981.
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, January 1981.
3. Codes, Ordinances, and Regulations - All electrical materials and
equipment furnished and installed under this section shall conform
to the referenced regulations and codes specified in Section 86 -1.02
of the Standard Specifications, and to all other ordinances and
regulations of the authorities having jurisdiction.
Whenever reference is made to the Code, Safety Orders, General Order
or Standards, the reference shall be construed to mean the Code, Order
or Standard that is in effect on the date set for receipt of bids.
-3-
c. Description
Furnishing and installing traffic signals, safety lighting, and sign
illumination systems and payment therefor shall conform to the provision
in Section 86, "SIGNALS AND LIGHTING ", of the Standard Specifications.
Traffic signal work is to be performed at the following locations:
JAMBOREE ROAD AND BIRCH STREET LOCATION A
BALBOA BOULEVARD AND 15TH STREET LOCATION B
d. Equipment List and Drawings
The controller cabinet schematic wiring diagram and intersection sketch shall
be combined into one drawing and shall be supplied on a single 24" X 36" size
sheet, or if desired, on a single 36" X 48" size sheet for large scale to be
clearly readable by field technicians. Partial schematic diagrams of the
basic cabinet wiring diagram shall be provided in addition to the 5 prints.
The contractor shall furnish a maintenance manual for all controller units,
auxiliary equipment, and vehicle sensor units, control units, and amplifiers.
The maintenance manual and operations manual may be combined into one manual.
The.maintenance manual or combined maintenance and operation manual shall be
submitted at the time the controllers are delivered for installation or, if
ordered by the Engineer, prior to purchase. The maintenance manual shall
include, but need not be limited to, the following items:
1) Specifications
2) Design characteristics
3) General operation theory
4) Function of all controls
5) Detailed circuit analysis
6) Trouble shooting procedures (diagnostic routine)
7) Voltage charts with wave forms
8) Block circuit diagram
9) Geographical layout of components
10) Schematic diagram
11) List of replaceable component parts with stock numbers
e. Scheduling of Work
The contractor shall perform sub - surface work consisting of the installation
of conduit, foundations, and detectors, prior to receipt of all electrical
materials and equipment, and shall begin said work within 10 days of the
date of execution of the contract.
Above ground signal work shall not commence until such time that the
contractor notifies the Engineer, in writing, of the date that all
electrical materials and equipment are received, and said work shall
start within 15 days after said date.
-4-
No material *r equipment shall be stored atee job site until re-
ceipt of said notification by the Engineer. The job site shall be
maintained in neat and orderly condition at all times.
f. Foundations
Portland cement concrete shall conform to Section 90 -10, "Minor Concrete ",
of the Standard.Specifications and shall contain not less than 470 pounds
of cement per cubic yard, except concrete for reinforcement pile foundations
shall contain not less that 564 pounds of cement per cubic yard.
g. Standards, Steel Pedestals and Posts
The sign mounting hardware, as shown on Detail U of Standard Plan ES -6T,
shall be installed at the locations shown on the plans.
Where the plans refer to the side tenon detail at the end of the signal
mast arm, the applicable tip tenon detail may be substituted.
h. Conduit
Non - metallic type conduit shall not be used.
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.
Rigid metal conduit, to be used as a drilling or jacking rod, shall be
fitted with suitable drill bits for size hole required.
i. Conductors and Wiring
Conductors shall be spliced by the use of "C" shaped compression
connectors as shown on the plans.
Splices shall be insulated by "Method B ".
Insulation for conductors installed for internally illuminated street
name signs shall be color coded orange with no stripe.
j. Bonding and Grounding
Grounding jumper shall be attached by a 3 /16 inch or larger brass bolt
in the signal standard or controller pedestal and shall be run to the
conduit, ground rod or bonding wire in adjacent pull box.
Grounding jumper shall be visible after cap has been poured on foundation.
k. Service
If service equipment cabinet design deviates in any way from the details
shown on the plans, details of such deviation shall be submitted to the
Engineer for review before fabrication of the contract cabinets. If
deemed necessary by the Engineer, one complete prototype cabinet shall be .
delivered to the Engineer for review at least 30 days before fabrication
of the contract fixtures. The prototype cabinet will be returned to the
contractor and, if permitted by the Engineer, the cabinet may be installed
in the work.
-5-
1. Testing • •
The City will not require that the traffic signal control equipment or
cabinet be tested at California Transportation Laboratory or other in-
dependent test facility. However, the City will require that the equip-
ment and cabinet be tested as specified in paragraph 6 of Section 86- 2.14A,
"Materials Testing ", of the Standard Specifications and that the Certificate
of Compliance and signed test report be forwarded to the City along with
a written certification from the supplier stating that the controller units,
auxiliary equipment, and cabinet, fully wired, meet the requirements of
the Standard Specifications and these special provisions.
The functional test shall consist of ten (10) continuous days.
Turn -on of the new traffic signal system shall not be on, nor shall the
funcitonal 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.
m. Solid State Traffic Actuated Controllers.
At location "A" install Multisonics Model 911 -B systems controller or an
Approved equal to conform to the existing City or Irvine Master System.
The cabinet shall be contructed to provide interconnection operation and
phasing as shown on the plans.
All control curcuits available in the controller, including those for
coordination, shall be brought out to a terminal strip for present and
future use.
The convenience receptacle shall have ground -fault circuit interruption
as defined by the Code. Circuit interruption shall occur on
6 milliamperes of_.ground- fault_ current and shall not occur on less than
-4 milliamperes of ground -fault current.
The contractor shall arrange to have a signal technician, qualified to
work on the controller and employed by the controller manufacturer or
his representative, present at the time the equipment is turned on.
The controller cabinets supplied shall conform to Section 86 of CALTRANS
Standard Specifications and shall be constructed of aluminum alloy con-
forming to the following special.provisions:
Cabinets shall be constructed of sheet aluminum alloy 5052, with a
minimum thickness of 0.125 inches. The cabinet surface shall be
painted white over a primer designed for use on aluminum. All
exposed edges shall be free of burrs and pit marks.
All welds shall be neatly formed and free of cracks, blow holes,
and other irregularities. All welds shall be made by the Heliarc
welding method.
The cabinet shall have rigid inside angle arms for anchoring it
to a base. Angle arms shall be aluminum alloy 5052 minimum of
0.125 inch thickness and minimum width of 2.5 inches.
-6-
J
Special external bicycle timing logic shall be provided in the traffic
signal controller cabinet for each phase on which bicycle push buttons
are used. The bicycle timing logic shall utilize solid -state circuitry
and shall include a solid -state timer capable of an adjustable timing.
period from 0 to 16 seconds. The circuitry shall also include a display
lamp indicating that a bicycle push button actuation has been registered.
The lamp shall remain on until the "bicycle timing" described below has
been completed.
Actuation of a particular bicycle push button shall activate its bicycle
timing logic which shall place and hold a vehicle call on the associated
vehicle phase as specified below:
For actuations received during the yellow or red interval of the
phase, the bicycle timing logic shall place and hold the vehicle
call until the start of the next green interval for the phase. At
the start of the next green interval, the vehicle call shall continue
to be held until the preset time on the adjustable timer has "timed
out".
For actuations received during the green interval of the phase, the
bicycle timing shall begin immediately and the bicycle timing logic
shall place and hold the vehicle call during the bicycle timing
provided that bicycle timing has not previously occurred during that
same green interval.
Actuations received during the green interval while the bicycle
timing is in effect, or after the bicycle timing has been completed,
shall not be remembered or carried over to the next cycle.
The bicycle timing shall be totally independent of the controller timing
and the removal of the bicycle timing logic shall not affect the normal
operation of the controller.
If vehicles or pedestrians are also placing calls on the phase that has
received a call from the bicycle timing logic, then either the vehicle
time, pedestrian time, or the bicycle time, whichever is longest, shall
be in effect during the time the affected phase is being serviced.
The timing logic for all of the individual phases shall be in the same
housing and shall be connected by a NEMA approved connector and harness.
Test pushbuttons for bicycle timing circuits shall be provided external
to the controller unit.
Vehicle Signals
At Location "B ", vehicle signal faces, visors, and backplates shall be
plastic.
All lamps shall be provided by the contractor, and the cost thereof
shall be included in the lump sum bid.
-7-
o. Pedestrian Signals
At Location "B" pedestrian signals shall be Type A, utilizing inter-
national symbols.
At Location "A" pedestrian signals shall be Type A.
The hood described in Section 86 -4.5D, "Visors ", of the Standard
Specifications shall be provided.
All lamps shall be provided by the contractor and the cost thereof
shall be included in the lump sum bid.
p. Detectors
Detectors shall conform to the provisions in Section 86 -5, "Detectors",
of the Standard Specifications and these Special Provisions.
Loop detector sensor units with integral timing capability shall.be_
four channel units and shall be 3 -M "Canoga" brand Model 424T -902 or 903
(rack mounted) or approved equal with a rack mounted power supply.
Loop and magnetometer detector lead -in cable shall be a four conductor,
.25 inch diameter, shielded and.jacketed cable and shall be Canoga Controls
Corporation CC30003 or approved equal. for loop detector applications,
lead -in cables shall be connected in accordance with the manufacturer's
instructions for one and two channel configurations.
Detectors shall meet the performance characteristics as defined in Sections
86- 5.OIA(2) and 86.5016(2), "Performance Characteristics ", of the Standard
Specifications for vehicles which include motor driven cycles, as defined
in the California Vehicle Code, that are licensed for street use by the
Department of Motor Vehicles.of the State of California, and whose un-
laden weight does not exceed 220 pounds and whose engine displacement does
not exceed 80 cubic centimeters.
The number of sensor units and lead -in cables required to achieve the
specified detection shall be installed and two (2).additional 4 channel
sensor units shall be provided as spares at Location "A" only.
E
Pedestrian Push Buttons
If more than one pedestrian push button sign is to be mounted on any
pedestrian push button post, the signs shall be 5" X 7, ". All other
pedestrian push button signs shall be 9" X 12" and shall not extend
beyond the mounting framework.
r. Bicycle Push Buttons
Push buttons shall be Type B unless otherwise specified.
Arrows on push button signs shall point in the same direction as the
corresponding vehicular through movement.
Installation of push button assemblies for bicycle use shall be in
accordance with City Standard Plan STD - 913 -L.
go
0
s. Luminaires
•
•
Luminaires shall be the cutoff type.
Glare shields are not required on semi - cutoff or full cutoff luminaires.
Each luminaire shall be die -cast aluminum, with integral re ulator
ballast and Type IV Photoelectric control (Section 86.6.07A3 for use
in a multiple 120V circuit.
The optional assembly shall provide true 900 cutoff and shielding
(without external glare shield) and shall consist of: a glass or glass
coated gasketed reflector; a heat and impact resistant, flat glass lens;
a porcelain enclosed mogul - multiple screw shell socket with lamp grips.
The optical assembly shall contain an activated charcoal filter which
prevents particulate and gaseous contamination.
The reflector shall be specifically designed to produce an ANSI, IES
medium, cutoff, Type II light distribution when used with either
250 or 400 watt high pressure sodium lamp.
Luminaires shall be General Electric M -400 A cutoff power /door units
or approved alternate.
t. Internally Illuminated Street Name Signs.
Internally illuminated street name signs shall be Type A. At Location "A"
only, the sign panel shall be white on brown, per City of Irvine's Standards.
u. Photoelectric Controls
Type IV photolectric controls shall be provided on each luminaire and
on each internally illuminated street name sign.
v. Ballasts
The ballast for each high pressure sodium lamp to be used in a mast
arm mounted luminaire shall be of the regulator type and shall be mounted
in the luminaire housing.
Each regulator type high pressure sodium lamp ballast shall operate at
a minimum power factor of 98 percent and shall provide proper operation
of its respective lamp within a range of ±10 percent of rated line voltage.
w. Salvaging Electrical Equipment
All salvaged materials shall be delivered by the contractor to the
City of Newport Beach Corporation Yard, 592 Superior Avenue,
Newport Beach, California 92663.
x. Payment
The contract lump sum price or prices paid for signal and lighting shall
include highway lighting at intersections in connection with signals only.
Iwo
r
A NOTICE INVITING BIDS RECEIVED OCT 1 41982
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, Newport Beach, CA 92663 until 11:00 a.m.
on the _27th day of O� r , 1982, at which time such bids
shall be opened and read -or
INSTALLATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING AT THE
INTERSECTIONS OF JAMBOREE ROAD AT BIRCH STREET AND BALBOA BOULEVARD AT 15TH ST.
Title of Project
2359
Contract No.
$153,000
Engineer's Estimate
0it
Approved by the City Council
this 12th day of October /, .1983.
Wanda E. Andersen
.City Clerk
Prospective bidders may obtain one set of bid documents at no cost
at the office of the Public Works Department, 3300 Newport Boulevard,
Newport Beach, CA 92663.
For further information, call Jim Brahler at 6404181.
Project Engineer
• • � `R M
�.
.. � .. ... .�.,.. _ ..y_�E>' -'a�w t i,�s s, s�ti+,'�2�. �akie'.i .. .i�27S . c:,1..R.'�iN
r • • PR la
INSTALLATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING
AT THE INTERSECTIONS OF
JAMBOREE ROAD AND BIRCH STREET
BALBOA BOULEVARD AND 15TH STREET
CONTRACT NO. 2359
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California 92663
Gentlemen:
The undersigned declares that he has carefully examined the location
of the work, has read the Instructions to Bidders, has examined the
Plans and Special Provisions, and hereby proposes to furnish all ma-
terials and do all the work required to complete Contract No. 2359
in accordance with the Plans and Special Provisions, and will take
in full payment therefor, the following unit price for the work, com-
plete in place, to wit:
ITEM QUANTITY
UNIT
TOTAL
NO. AND UNIT ITEM DESCRIPTION
PRICE
PRICE
1. Lump Sum Construct Traffic Signal and
Safety Lighting at the inter-
section of Jamboree Road and
Birch Street.
@ Dollars
E6117- and
5rx'ry- S/x7f+0Lt-"A-0; NOJDA26D ScJENn/ Cents
$ (p 870,
$66,8700-
,b04i_Ae*, &j6 nb CEPS
2. Lump Sum Construct Traffic Signal and
Safety Lighting at the inter-
section of Balboa Boulevard
and 15th Street.
@ Dollars
f /F7iJ- Eib�IT 'i/�D ✓SAUD� 5 ,5✓6AJ y�,jv261D and
Cents
$58:745. °°
$ 58,745. °°
�//- f /I:E fiJLLA2S A,vp nb CE'N %S.
The City reserves the right to reject all bids if there
appears to
be
an inappropriate distribution of costs between the two
lump sums.
• • PR Ib
TOTAL PRICE WRITTEN IN WORDS:
wX(R)
ae- 1,leltl01?67z) Tai -Fl,c 71jgzkwyo1, =1/uj,�ocp Dollars .x12: t, /-5-. `
and
Fi�7EElJ ,[7041-41zs &,U ab CG1J7s. Cents $ izs Ens. °°
CONTRACTOR'S LICENSE NO. 2907Le8 rAn dfinn - n,1I.M .0,� WY` .
Bidder 1%
I(1127I82�l'G��Cc�C��
Dat Author nature /Title /
1 I �1... �,. r. a . :• •
ENd eMr"—so Tel Phone Number :o
• • Page 2
INSTRUCTIONS TO BIDDERS
The following contract documents shall be completed, executed and received
by the City Clerk in accordance with NOTICE INVITING BIDS:
1. PROPOSAL
2. INSTRUCTIONS TO BIDDERS
3. DESIGNATION OF SUBCONTRACTOR(S)
4. BIDDER'S BOND (sum not less than 10% of total bid price)
5. NON- COLLUSION AFFIDAVIT
6. STATEMENT OF FINANCIAL RESPONSIBILITY
7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not less than 10% of
the total bid price) may be received in lieu of the Bidder's Bond. The title
of the project and the words SEALED BID shall be clearly marked on the outside
of the envelope containing the bid.
Bids shall not be received from bidders who are not licensed in accordance
with the provisions of Chapter 9, Division III of the Business and Professions'
Code. The low bidder shall also be required to possess a City of Newport Beach
business license prior to execution of contract.
Bids shall be submitted on the attached PROPOSAL form. The additional
copy of the PROPOSAL form may be retained by the bidder for his records.
The estimated quantities indicated in the PROPOSAL are approximate, and are
given solely to allow the comparison of bid totals.
Bids are to be computed upon the estimated quantities indicated in the
PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis-
crepancy between wording and figures, bid wording shall prevail over bid figures.
In the event of error in the multiplication of estimated quantity by unit price,
the correct multiplication will be computed and the bids will be compared with
correctly multiplied totals. The City shall not be held responsible for bidder
errors or omissions in the PROPOSAL.
Contract documents shall bear signatures and titles of persons authorized
to sign on behalf of the bidder. For corporations, the signatures shall be of
the President or Vice President. For partnerships, the signatures shall be of
a general partner. For sole ownership, the signature shall be of the owner.
In accordance with the California Labor Code (Sections 1770 et seq.), the
Director of Industrial Relations has ascertained the general prevailing rate of
per diem wages in the locality in which the work is to be performed for each
craft, classification, or type of workman or mechanic needed to execute the con-
tract. 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 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.
�907fnR
Contr's Lic. No. & Classification
10197182
Date
Bidder NOT. on
lJ
• Page 3
DESIGNATION OF SUBCONTRACTOR(S)
The undersigned certifies that he has used bid(s) of the following listed
subcontractor(s) in making up his bid,and that the subcontractor(s) listed
will be used for the work for which they bid, subject to the approval of the
Engineer and in accordance with the applicable provisions of the Specifications.
No change of subcontractor may be made except with the prior approval of the
Engineer.and as provided by State law.
Item of Work Subcontractor Address
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
. d -.Ina Title
• • Page 4
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we,
as bidder,
and , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
Dollars ($ ),
lawful money of the United States for the payment of which sum well and truly
to be made, we bind ourselves, jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden bidder for the construction of
Title of Project Contract No.
in the City of Newport Beach, is accepted by the City Council of said City, and
if the above bounden bidder shall duly enter into and execute a contract for
such construction and shall execute and deliver the "Payment" and "Faithful
Performance" contract bonds described in the Specifications within ten (10) days
(not including Saturday, Sunday, and Federal holidays) from the date of the
mailing of a notice to the above bounden bidder by and from said City that said
contract is ready for execution, then this obligation shall become null and
void; otherwise it is and shall remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any bidder above named executed this bond as an indi-
vidual, it is agreed that the death of any such bidder shall not exonerate the
Surety from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this day
of , 19 .
(Attach acknowledgement of
Attorney -in -Fact)
Notary Public
Commission expires
Z
Title
Bidder
Authorized Signature /Title
i • • Page 5
NON- COLLUSION AFFIDAVIT
The bidder, 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 arrange-
ment or agreement 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 agreement 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 bidder from con-
sidering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman
from submitting bids to a bidder who does not use the facilities of or accept
bids from or through such bid depository; that no inducement of any form or
character other than that which appears upon the face of the bid will be sug-
gested, offered, paid or delivered to any person whomsoever to influence the
acceptance of the said bid or awarding of the contract; nor has the bidder
any agreement or understanding of any kind whatsoever with any person whomso-
ever to pay, deliver to, or share with any other person in any way or manner,
any of the proceeds of the contracts sought by this bid.
. F L 1.1. ,. �. ..
L�
Authorized Signature /Title
Subscribed and sworn to before me
this 2-7°t' day of arint&U
19 —.
My commission expires:
Notary— Pd
OFFICIAL SEAL
JANET E. MILLER
t NOTARY PUBLIC -CALIF
ORAN COUN:�
GE
JuM 17 1
• • Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 1 work day after the bid opening if
the undersigned is the apparent low bidder.
WINE NEW wkv.e
AUthorfzed ignature /Title
. ` 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
�ni�1pFlPlma n 1 L S, _� 999.FIR�
J)4 n1 p enn " „ A 8 •? no
_�i
nJ nt,m-6 -m 1n00e "
9f„3 -A32f
11e0anirm 73A - L.94r,
l,�„ n) _UrYtmP 764. 3Lnn
1 I
" 'The Arylmf OdyncnMI " ]2n- 2-3/01)
Alen emp Nfly,19Abirn, Stg -I-AA4 -4811
a9
�A ee l' d+ n f T Q MnA
r
" Ra�hi d Pa-} . :_nnil,r %C,jMOD 547-/.7/ 3
uQ�„T �Da
M&4+ ti�nn / 39.1400
" Rnl.Pn+ P Vinnrcn "=+fMI k1aJtn 91alb. 1333
i
Ow ..
Aut rized`Sign ture /Title
!t
�4
a
U
i.
Bid or
Bond r
Bond Ohio Farmers Insurance Co.
B
THE PREILIUM FOR THIS BID Westfield Center, Ohio 44251
Rnum TS TNQUDED IN TEM
BID BOND SERVICE
UNDERTAKING. BOND N0. 437 014
KNOW ALL MEN BY THESE PRESENTS, THAT WE, BAXTER- GRIFFIN CO., INC.''
as principal, and the OHIO-FARMERS INSURANCE COMPANY, an Ohio corporation, wit4_PS
Office at Westfield Center, Ohio, as Surety, are held and firmly bound unto CITY OF NEWPORT BEACH
as obligee, in the penal sum of TEN PERCENT OF THE AMOUNT OF BID IN---------- DOLLARS,
lawful money of the United States of America, for the payment of which, well and truly to be made, we
bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly
by these presents.
SIGNED, sealed and dated this 15th day of OCTOBER
1982
WHEREAS the said principal is herewith submitting proposal for TRAFFIC SIGNALS AND
SAFETY LIGHTING AT THE INTERSECTIONS OF JAMBOREE AT BIRCH STREET AND
BALBOA AT 15th (FIFTEENTH) STREET.
NOW, THEREFORE, THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that if the said
principal shall execute a contract and give bond for the faithful performance thereof within
days after being notified in writing of the award of such contractto principal, or if the principal or surety
shall pay the obligee the sum, not exceeding the penalty hereof, by which the amount of the contract
entered into in good faith covering the.said proposal, properlyand lawfully executed byand between the
obligee and some third party, may exceed the amount bid by principal, then this obligation shall be void;
otherwise it shall remain in full force and effect.
0AXTERnQRIF ..F.IN..C.Q,.. INC ........... .. (L. S.)
7 ...... (L. S.)
OHIO F S SURA O PA
By B j(, Attorney -in -fact
BO 5046 (Rev. 9-80)
I
��
r,
4
__
r
,�
:.
.Gev%eral POWER NO. 80 -01
Power
of Attorney Ohio Farmers Assurance Co.
CERTIFIED COPY Westfield Center, Ohio
Know All Men by These Presents, That OHIO FARMERS INSURANCE COMPANY, a corporation duly organized and existing under the laws of
the State of Ohio, and having its principal office in We0 4st ie I D Atef BENDER County, Ohio. does by these presents make, constitute and appoint
, Medina ID A ................. _ ......................... ...............................
............................................................................ ............................... I......... I.................
of SANTA._ ANA .................. andstateot.. CALIFORNIA .................. its true and lawful Attorney (s)-in-Fact, with full power and
authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver ..ANY.. AND. .ALL_BONDS.,. RECO.GNIZANCES,
.. UNDERTAKINGS ,..OR.OTHER..INSTRUMENTS .OR..CONTRACTS..OF. SURETYSH. I. P.. ........ ...............................
and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, seated with the corporate seal of
the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s) -in -Fact may do in the premises. Said
appointment is made under and by authority of the following resolutions adopted by the Board of Directors of the Ohio Farmers Insurance Company:
"Be It Resolved, that the President, any Vice - President, any Secretary or any Assistant Secretary shall be and is hereby vested with full
power and authority to appoint anyone or more suitable persons as Attorney(s) -in -Fact to represent and act for and on behalf of the Company,
subject to the following provisions:
"Section 1. Attorney -in -Fact. Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company,
to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory
undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so
executed by any such Attorney -in -Fact shall be as binding upon the Company as it signed by the President and sealed and attested by the Cor-
porate Secretary" (Adopted at a meeting held on the 3rd day of July, 1957.)
'Be If Resolved, that the power and authority to appoint Attorneys) -in -Fact granted to certain officers by a resolution of this Board on the
3rd day of July, 1957, is hereby also granted to any Assistant Vice - President." (Adopted at a meeting held on the 13th day of July, 1976.)
In Witness Whereof, OHIO FARMERS INSURANCE COMPANY has caused these presents to be signed by its AS.S T, ..V LC E .PRESIDENT ,
and its corporate seat to be hereto aff ixed this ......28.th ............... day of ........JANUARY............ A.D., 198D.....
OHIO FARMERS INSURANCE COMPANY
By.... ...... .. ....
CALIFORNIA LObi -S G. GRAHAM, JR., „ ASSIST NT VICE
State of ............................. PRESIDENT
County of ..Q.RANG.E .................. ss.:
Onthis ... 28.th...... dayof ..:.J.ANUARY........... A.D., 19 .80.. ,before mep ersonauycame .LOUIS..G... GRAHAM,..JR.......
tomeknown, who. being bymeduiy sworn, did depose and say, that he resides in .SANTA ANA .;thatheis ASST,,.V1.CE.PREST.DEN_
of OHIO FARMERS INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of 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 pYWe orde +.♦s c4•,%,� •.1 ♦e+++••+•.
♦ r:''i ': '4� cf Rl
f� > a CYi 1 I H1 A 1 M n
. ... ...... .... .
♦ t r ,j, N07A; f 1 1 C C41I Ofi ;i:1 Notary Public
♦ �.+ e
• My ommission Expires June 12. 1953
State of .... CAL.I FORN IA. , . . , �,
ORANGE ...,,. ,.. "`.` `ss`' "o♦e♦♦e♦+ ♦+• + ++♦♦s+oo
County of ...... q. .
CERTIFICATE
JOHN.. W....COMB.E S .............................. ASSISTANT.. Secretary of the OHIO FARM ERs INSURANCE COMPANY, do hereby
certify that the above and foregoing is a true and correct copy of a power of Attorney, executed by said Company, which is still in full force and
effect; and furthermore, the resolutions of the Board of Directors: set out in the power of Attorney are in full force and effect.
In Witness Whereof 1 have hereunto set my hand and affixed the seal of said C ATpany at Westfield Center, Ohio, this ... i 5th .......... . .....
dayof ........ t)MOER........... A.D., 1982... '
`� " ASSISTANT sec�eis:y'"
BD 5410 C (Rev. 2 -77)
/
2
\
&
§
k
\
�
\ `02
m §
/
2 \� }{
� �}
C)
%
cl
\
} \
\
E,
$
_
\
}
%
�
/o
CD
- \
}0
C:)
}
\ \ }
co
}\
� /i} }
\
/
2
\
&
§
k
\
�
\ `02
m §
/
2 \� }{
� �}
NOVEMBER 8, 1982
CITY COUNCIL AGENDA
ITEM NO. ,E O�Z,)
NOV 08 1982
TO: CITY COUNCIL By fhe CITY COUNCIL
FROM: Publ i c Works DepartmepW OF NEWPORT MACH
SUBJECT: INSTALLATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING AT THE
INTERSECTIONS OF JAMBOREE ROAD AND BIRCH STREET AND.
BALBOA BOULEVARD AND 15TH STREET.
RECOMMENDATION:
1. Award Contract No. 2359 to Baxter- Griffin Co., Inc., Stanton, California,.
for $125,615.
DISCUSSION:
Six (6) bids were received and opened in the office of the City Clerk at
11:00 a.m., October 27, 1982.
1. Baxter - Griffin Co., Inc., Stanton, California $125,615
2. Grissom & Johnson, Santa Ana, California $126,280
3. Smith Electric, Stanton, California $134,794
4. William Hahn, Corona, California $136,400
5. Steiny & Company, Anaheim, California $143,000
6. Paul Gardner, Ontario, California $143,391
The engineer's estimate for this project is $153,000.
This project provides for the installation of traffic signals and safety
lighting at Jamboree Road and Birch Street and at Balboa Boulevard and
15th Street.
The traffic signal at Jamboree Road and Birch Street will be funded 50% by
the Irvine Company and 50% by the Koll Company. The bid amount for this
signal is $66,870.
The traffic signal at Balboa Boulevard and 15th Street was included in the
Traffic Signal Priority List approved by the City Council on June 14, 1982.
The bid amount for this location is $58,745 and is budgeted in the current
gas tax account.
The estimated date of completion is April 7, 1983,
Richard M. Edmonston, P.E.
Traffic Engineer
JEB /jp
f THE NEWPORT ENSIGN
PROOF OF PUBLICATION
(2015.5 C.C.P.)
STATE OF CALIFORNIA, s.
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 -20176 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 fcllowing dates to -wit:
I certify for declare) under penalty of perjury that the
foregoing is true and correct. Dated at Newport
Peach, California, this2Sday of Oc'(- , 19$2—
Signature
THE NEWPORT ENSIGN
2721 E. Coast Hwy., Corona del Mar, California 92625.
I
This space is for the County Clerk's Filing Stamp
V
Proof of Publication of
e [l r, a Z 35`(
Paste Clipping of
Notice
SECURELY
In This Space
PROOF OF PUBLICATION 7- 409SNG-0
• 0 �3g>
tt OCTOBER.12, 1982
1. CITY COUNCIL AGENDA
ITEM NO._
OCT 12 1982
By the Q Y COUNCIL
TO: CITY COUNCIL CITY of 1,11:WFM WACH
FROM: Public Works Department
SUBJECT: INSTALLATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING AT THE
INTERSECTIONS OF JAMBOREE ROAD AT BIRCH STREET AND
BALBOA BOULEVARD AT 15TH STREET.
RECOMMENDATION:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids to be opened at
11:00 a.m., Wednesday, October 27, 1982.
DISCUSSION:
This project provides for the installation of traffic signals and safety
lighting at Jamboree Road and Birch Street and at Balboa Boulevard and
15th Street.
The traffic signal at Jamboree Road and Birch Street will be funded 50%
by the Irvine Company and 50% by the Koll Company. The estimated cost
for this signal is $88,000.
The traffic signal at Balboa Boulevard and 15th Street was approved by the
City Council. The estimated cost of this project is $65,000 and is budgeted
in the current gas tax account.
The plans for the project were prepared by Herman Kimmel and Associates, Inc.
The estimated date of completion is April 7, 1983.
Richard M�Edmonston, P. E.
Traffic Engineer
JEB /jp