HomeMy WebLinkAboutC-2925 - Balboa Peninsula Street Light Replacement! •
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768
January 3, 1995
F. J. Johnson, Inc.
P.O. Box 8438
Anaheim, CA 92812 -0438
(714) 644 -3005
Subject: Surety: Merchants Bonding Company (Mutual)
Bond No. CA701562
Contract No.: C -2925
Project: Balboa Peninsula Street Light
Replacement
The City Council of Newport Beach on November 28, 1994 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 of Completion has been recorded in accordance with
applicable portions of the Civil Code.
The Notice was recorded by the Orange County Recorder on December
8, 1994, Reference No. 94- 0704234.
Sincerely,
Wanda E. Raggio O 04
City Clerk
WER:pm
cc: Public Works Department
3300 Newport Boulevard, Newport Beach
RECORDING REQUESTED BY AND ,.rOr U ,.. „ , , , 421J ,
WHEN RECORDED RETURN TO: 09_DEC_1904 ^,
d� �efgPL @� 1ii v id
��. ff 1 F.'e =arils
L Ht
�v_G -, nr _niu n_____..
City Clerk��1 i. 7?4�. _ n, c "'_::, y ��� ❑r�,r,
City of Newport Beach s -use rf ; `_2;; ;
3300 Newport Boulevard
Newport Beach, CA 92663 Tax: $ 1)
"Exempt from recording fees pursuant
to Government Code Section 6103"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport
Boulevard, Newport Beach, California, 92663, as Owner, and
F. J. Johnson, Inc., P.O. Box 8438, Anaheim, CA 92812 -0438 as
Contractor, entered into a Contract on October 5, 1993
Said Contract set forth certain improvements, as follows:
Balboa Peninsula Street Light Replacement (C -2925) - located in the City of
Newport Beach, County of Orange
Work on said Contract was completed on August 8, 1994
and was found to be acceptable on November 28, 1994
by the City Council. Title to said property is vested in the
Owner, and the Surety for said Contract is Merchants Bonding
Company (Mutual), 2425 E. Camelback Road, Suite 800, Phoenix„ AZ,,$5016
m
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and
correct to the best of my knowledge.
Executed on
Newport Beach, California.
BY
i y ClerK
.D G
. at
•
E
November 28, 1994
CITY COUNCIL AGENDA
ITEM NO. 19
TO: MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: PUBLIC WORKS DEPARTMENT
SUBJECT: ACCEPTANCE OF BALBOA PENINSULA STREET LIGHT
REPLACEMENT, C -2925 APPROVED
RECOMMENDATION:
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
the Notice of Completion has been recorded in accordance
with applicable portions of the Civil Code.
DISCUSSION:
The contract for the replacement of the street lighting system
between "B" Street parking lot and Channel Road; and the replacement of
mercury vapor luminaires with high pressure sodium (HPS) along Balboa
Boulevard between "B" and "G" Streets have been completed to the
satisfaction of the Public Works and Utilities Departments.
The bid price was $412,120.00
Amount of unit price items constructed 429,982.19
Amount of change orders (533.98)
Total contract cost $429,448.21
Due to a typographical error in the bid quantities, the contractor
installed nearly double the quantified City furnished street light standards.
The result was a significant increase in the in the amount of cost of the unit
price items constructed.
A total of 6 change orders were issued to complete the project.
The first change order in the amount of ($29,100.00) provided for the
installation of 40 City furnished street lights instead of contractor furnished
street lights. The second change order in the amount of $1,654.33 provided
for unanticipated excavation to install street lighting conduit. The third
f
SUBJECT: ACCEPTANCE OF BALBOA PENINSULA STREET LIGHT
REPLACEMENT, C -2925
November 28, 1994
Page 2
change order in the amount of $1,008.38 provided for removal of concrete
bases and additional conduit replacement. The fourth change order in the
amount of $395.71 provided for modification of existing street light bases.
The fifth change order in the amount of $23,778.00 provided for installation
of 9 additional street light standards. The sixth change order in the amount
of $1,729.60 provided for the salvage of 47 additional light fixtures.
Funds for the project were budgeted in the Street Light
Replacement Program, Account No's. 7013 - 98321002 and 7013 - 98321202;
and in the Street Light Conversion Program, Account No's. 7013- 98321001
and 7013-98321201.
The contractor is F. J. Johnson, Inc., City of Anaheim.
The contract completion date was December 1, 1993. Due to
major delays in obtaining the specialized street light standards from the •
manufacturer, the completion date was adjusted to August 8, 1994. The work
was completed on that date.
Don Webb
Public Works Director
HH:so
�EFF STA, .J EA 2T
Jeff Staneart
Utilities Director
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 6443005
TO: FINANCE DIRECTOR
FROM: CITY CLERK
DATE: October 5, 1993
SUBJECT: -contract No. C -2925
Description of Contract Balboa Peninsula Street Light Replacement
Effective date of Contract October 5, 1993
Authorized by Minute Action, approved on June 28, 1993
Contract with F. J. Johnson. Inc.
Address P.O. Box 8438
Anaheim, CA 92812 -0438
Amount of Contract $412,120.00
"We26t' 6 -
Wanda E. Raggio
City Clerk
WER:pm
Attachment
3300 Newport Boulevard, Newport Beach
•
TO:
FROM:
SUBJECT:
r�
�J
•
0
•
June 28, 1993
CITY COUNCIL AGENDA
ITEM NO. 14
APPROVED
Mayor and Members of the City Council
Public Works Department and Utilities Department
BALBOA PENINSULA STREET LIGHT REPLACEMENT (C -2925)
RECOMMENDATION:
1. Find that the bid tendered by Evans Electric is
nonresponsive, and reject their bid.
2. Award Contract No. 2925 to F.J. Johnson, Inc. for the total
bid price of $412,120, and authorize the Mayor and the City
Clerk to execute the contract.
DISCUSSION:
At 11:00 A.M. on June 16, 1993 the City Clerk opened
and read the following bids for this project:
BIDDER TOTAL BID PRICE
Low Evans Electric $400,720.00*
2. F.J. Johnson, Inc. 412,120.00
3. Steiny & Company, Inc. 496,209.00
4. B & D Contractors, Inc. 579,894.20
* Corrected total bid price is indeterminable
The apparent low bidder, Evans electric, Inc., did not
submit the required bid documents (Instructions to Bidders,
Designation of Subcontractors, Bidder's Bond, Non - Collusion Affidavit,
and Technical Ability and Experience References) with their proposal.
In addition, Evans' proposal contained numerous errors, such that
their bid total could not be corrected for comparison with other
bidders' totals. Accordingly, staff recommends that Evans' proposal
be rejected as nonresponsive. The Assistant City Attorney concurs
with this recommendation.
The second low total bid price is 12% below the Engineer's
Estimate of $470,000. The second low bidder, F.J. Johnson, Inc., is
a well - qualified general engineering contractor who has satisfactorily
completed previous contract work for the City.
•
E
Subject: Balboa Peninsula Street Light Replacement (C -2925)
June 28, 1993
Page 2
This project provides for replacing all of the pole top
street lighting system located between the "B" Street parking lot and
Channel Road. The new system will feature fiberglass poles and high
pressure sodium (HPS) vapor luminaires. New conduit will be installed
in multiple 240 volt circuitry. Also, mercury vapor luminaires on
mast arms located along Balboa Boulevard between "B" Street and "G"
Street will be replaced with HPS luminaires.
Funds to award this contract are proposed from the following
appropriations:
Plans and specifications for the project were prepared by
the Public Works Department. All work should be completed within 100
consecutive calendar days after the commencement of field work or by
December 1, 1993, whichever occurs first. •
d 4 c � �a
Benjamin B. Nolan
Public Works Director
LD:so
Jeff Staneart
Utilities Director
C
Description
Account No.
Amount
Street
Light
Replacement Program
7013- 98321002
$323,403
Street
Light
Conversion Program
7013- 98321201
34,413
Street
Light
Replacement Program
7013- 98321202
42,574
Street
Light
Conversion Program
7013- 98321001
11,730
Plans and specifications for the project were prepared by
the Public Works Department. All work should be completed within 100
consecutive calendar days after the commencement of field work or by
December 1, 1993, whichever occurs first. •
d 4 c � �a
Benjamin B. Nolan
Public Works Director
LD:so
Jeff Staneart
Utilities Director
C
NOVICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CR 92659 -1768
until 11:00 A.M. on the 16th day of June , 1993,
at which time such bids shall be opened and read for
I
STREET LIGHT REPLACEMENT
t 1 e of Pro sect
2925
Contract No.
$470,000
Engineer's Estimate
•
Rpproved by the City Council
this 24th day of May , 1993.
Wanda E. Raggi
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,
P. 0. Box 1768, Newport Beach, CR 92659 -1768.
For further information, call Jeff Staneart at 644 -3301.
Project Manager
1
0
0
PR 1.1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
BALBOA PENINSULA STREET LIGHT REPLACEMENT
CONTRACT NO. 2925
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
P.O. Box 1768
Newport Beach, CA 92658 -8915
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 materials and do all the work required to complete this
Contract No. 2925 in accordance with the Plans and Special
Provisions, and will take in full payment therefor the following
unit prices for the work, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
PHASE I
1A. 35 Furnish and install 10'
Each fiberglass streetlight standard
w /50 watt HPS luminaire
@ TWO THOUSAND 7 +10 FUND= SEIMiars
and
DOLLARS AND NO CEN'T'S Cents $2,270.00 $ 79 , 450.00
Per Each
1B. 65 Install City furnished 10'
Each fiberglass streetlight standard
w /50 watt HPS luminaire
@ NNE HUNDRED SIX DOLLARS Dollars
and
NO CENTS Cents $906.00 $58,890.00
Per Each
2. 1 Replace existing luminaire w 1100
Each watt HPS luminaire and furnish
and install pull box at base of
pole
FOUR HUNDRED EIGHTY DOLLAPS
NO CENT:
Per Each
ollars
and
Cents $480.00 $ 480.00
F
0
PR 1.2
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
3. 15,700 Furnish & install 1 -1/4" conduit
Linear Ft. w/2 - #8 insulated conductors &
1 - #8 bare conductor
@ TEN DOLLARS AMID Dollars
and
SEVENTY -SIX CEWS Cents $ 10.76 $ 168,932.00
Per Linear Foot
4. 2 Furnish & install service point
Each
5. 31
Each
6. 3,200
Linear Ft.
8. 300
Linear Ft
9. 48
Each
ollars
and
Cents $2,415.00 $ 4,830.00
Per Each
Furnish & install pull
box per
STD. -205 -L
@ NINETY SIX DOLLARS AND
Dollars
and
NO CENTS
Cents $ 96.00
Per Each
Furnish & install 2 - #8
insulated conductors &
1 - #8
bare conductor in existing
1 -1/4" PVC conduit
@ ONE DOLLAR AND
Dollars
and
SEVENTY CENTS
Cents $ 1.70
Per Linear Foot
Furnish & install 1 -1/4"
conduit
w/2 - #8 insulated conductors
&
1 - #8 bare conductor
@ =;TEEN DOLLARS AND
Dollars
and
NO cares
Cents $ 15.00
Per Linear Foot
Reuse existing pull box
@ NINETY -SIX DOLLARS AND
Dollars
and
NO CENTS
Cents $ 96.00
Per Each
$ 2,976.00
c 5.440.00
[4MIAM1bl
c4,608.00
0
PR 1.3
ITEM
NO.
QUANTITY
AND UNIT
ITEM DESCRIPTION UNIT
UNIT PRICE WRITTEN IN WORDS PRICE
TOTAL
PRICE
10.
19
Remove existing pull box
Each
@ TWO HUNDRED TEN DOLLARS
Dollars
and
AND NO C=
Cents $ 210.00
$ 3,990.00
Per Each
11.
10
Salvage designated poles
Each
@ ONE HUNDRED TEN DOLLARS
Dollars
and
AND NO CENTS
Cents $110.00
$ 11100.00
Per Each
12. Lump Sum Salvage luminaires, arms,
ballasts, etc. as specified
@ THREE THOUSAND SIX HUNDRED Dollars
and
FIFTY DOILATO AND NO CENTS Cents $ 3,650.00
Lump Sum
PHASE I
TOTAL BID PRICE WRITTEN IN WORDS
THPEE HUNDRED THIRTY -EIGHT THOUSAND EIGHT HUNDREDDollars
and
FORTY -SIX DOLLARS AND NO CENTS Cents $ 338,846.00
PR 1.4
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
PHASE II
1A. 5 Furnish and install 10'
Each fiberglass streetlight standard
w /50 watt HPS luminaire
(a1B O THOUSAND TWO HUNDP.ED n011a
and
SEVENTY DOLLARS AND NO CENTS Cents $2,270.00 $ 11,350.00
Per Each
2. 19 Replace existing luminaire w /100
Each watt HPS luminaire and furnish
and install pull box at base of
pole
(a FOUR HUNDPED EIGHTY DOLLARS nn]7ar
and
.AND NO CENTS Cents $ 480.00 $ 9,120.00
Per Each
3. 4,220 Furnish & install 1 -1/4" conduit
Linear Ft. w/2 - #8 insulated conductors &
1 - #8 bare conductor
@ TES] DOLTS AND Dollars
and
SEVT39TY CENTS Cents $ 10.70
Per Linear Foot
5. 7 Furnish & install pull box per
Each STD. -205 -L
NINETY SIX DDLLARS
Per Each
$ 45,154.00
ollars
and
Cents $ 96.00 $ 672.00
7. 4 Construct street light foundation
Each
@ FOUR T" PFD rMMTY DOLLARS Dollars
and
AND NO CKWUS Cents $ 490.00 $ 1,960.00
Per Each
0
0
PR 1.5
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
9. 3 Convert existing pull box
Each
@ NINETY -SIX DOLLARS Dollars
and
AND NO CENTS Cents $ 96.00 $ 288.00
Per Each
10. 18 Remove existing pull box
Each
@ `n') HUNDRED ITN DOLLARS Dollars
and
AND NO CENTS Cents $ 210.00 $ 3,780.00
Per Each
12. Lump Sum Salvage luminaires, arms,
ballasts, etc. as specified
@ NINE HUNDRED FIFTY DOLLARS Dollars
and
ACID NO CENTS Cents
Lump Sum
PHASE II
TOTAL BID PRICE WRITTEN IN WORDS
SEVENTY -THREF THOUSAND Tv1O HUNDRED SEVF,NTY -FOUR
1100)ffiV14 . .w 0• WQWAM
PHASE I E II
TOTAL BID PRICE WRITTEN IN WORDS
AND NO CENTS
ollars
and
Cents
ollars
and
Cents
$ 950.00
$ 73,274.00
$ 412,120.00
PR 1.6
June 16, 1993 _ F. JOHNSON, INC.
Date L� Bidder
(714)632 -1415 jl� /��,Treasurer
Bidder's Telephone Number Authorized Signature /Title
489328 C -10 P.O. Box 8438, Anaheim, CA 92812 -0438
Contractor's License No. Bidders' Address
and Class
• - •
Page 2
INSTRUCTIONS TO BIDDERS
The following documents shall be completed, executed and received
by the City Clerk in accordance with NOTICE INVITING BIDS:
PROPOSAL (Page 1)
INSTRUCTIONS TO BIDDERS (Page 2)
DESIGNATION OF SUBCONTRACTORS (Page 3)
BIDDER'S BOND (Page 4)
NON - COLLUSION AFFIDAVIT (Page 5)
TECHNICAL ABILITY AND EXPERIENCE REFERENCES (Page 6)
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 documents.
The City of Newport Beach will not permit a substitute format
for the documents listed above. Bidders are advised to review
their content with bonding and legal agents prior to submission of
bid.
BIDDER'S BOND shall be issued by an insurance organization or
surety (1) currently authorized by the Insurance Commissioner to
transact business of insurance in the State of California, and (2)
listed as an acceptable surety in the latest revision of the
Federal Register Circular 570.
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 discrepancy 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 and omissions in the PROPOSAL.
The City of Newport Beach reserves the right to reject any or
all bids and to waive any minor irregularity or informality in such
bids. Pursuant to Public Contract Code Section 22300, at the
request and expense of the Contractor, securities shall be
permitted in substitution of money withheld by the City to ensure
performance under the contract. The securities shall be deposited
in a state or federal chartered bank in California, as the escrow
agent.
5/91
• • Page 2A
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 contract. A copy of
said determination is available in the office of the City Clerk.
All parties to the contract shall be governed by all provisions of
the California Labor Code relating to prevailing wage rates
(Sections 1770 -7981 inclusive).
The Contractor shall be responsible for insuring compliance
with provisions of Section 1777.5 of the Labor Code Apprenticeship
requirements and Section 4100 et seq. of the Public Contracts Code,
"Subletting and Subcontracting Fair Practices Act."
All documents shall bear
authorized to sign on behalf of
signatures shall be of a coi
authorized by the corporation.
shall be of a general partner.
shall be of the owner.
signatures and titles of persons
the bidder. For corporations, the
-porate officer or an individual
For partnerships, the signatures
For sole ownership, the signature
489328 C -10
Contractor's License No. & Classification
F. J. JOHNSON, INC.
L:'
c
June 16, 1993
Date
5/91
e
reasurer
• !
Page 3
DESIGNATION OF SUBCONTRACTOR(S)
State law requires the listing of all subcontractors who will
perform work in an amount in excess of one -half of one percent of
the Contractor's total bid. If a subcontractor is not listed, the
Contractor will be responsible for performing that portion of the
work. Substitution of subcontractors shall be made only in
accordance with State law and /or the Standard Specifications for
Public Works Construction, as applicable.
The Bidder, by signing this designation, certifies that bids
from the following subcontractors have been used in formulating the
bid for the project and that these subcontractors will be used
subject to the approval of the Engineer and in accordance with
State law. No changes may be made in these subcontractors except
with prior approval of the City of Newport Beach.
Subcontract Work Subcontractor Address
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
F, J. JOHNSON, INC. ,Treasurer
Bidder Au o ized a ature it1
5/91
Certificate of Acknowledgement
STATE OF CALIFORNIA 1
County of Los Angeles 1
On June 14, 1993 before me, Margareta T. Hierl, Notary Public
personally appeared Judith K. Cunningham
personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) Ware subscribed to the
within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity'(ies), and that by
his/her /their signatures) on the instrument the person -I or the entity upon behalf of which the person(s) acted, executed the instrument.
WITNESS my hand and official seal. �Ilnoxllm ;,,mnrmlmmnmrxnnnxnewnFUSn. �llnr ,nnlunam�nrnllml +mmmm�mrnlmnw
e OFFICIAL SEAL
MARGARETA T. HiERL
Signature
le— (Seal) = m NOTARY PUBLIC CALIFORNIA
a s PRINCIPAL OFFICE IN
96072691 € LOS ANGELES COUNTY
€ My Commission Exptres Dec.9, 1 +9�4�=
9
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
0
Page 4
BOND NO: CA111746
BIDS TO OWNER: JUNE 16, 1993
That we, F. J. JOHNSON, INC. as
bidder, and MERCHANTS BONDING COMPANY (MUTUAL) , as
firmly Surety, are held and bound unto the City of Newport Beach,
California, in the sum of TEN PERCENT (109,) OF THE TOTAL BID IN Dollars
($ 107 ),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
construction of B
(Title of Project
proposal of the above bounden bidder for the
is accepted by the City Council of
bounden bidder shall duly enter int
such construction and shall execute
"Payment" and "Faithful Performance"
the Specifications within ten (10)
Sunday, and Federal holidays) after
of Award to the above bounden bidder
this obligation shall become null an
forfeited to the said City.
Ln the City of Newport Beacn,
said City, and if the above
o and execute a contract for
and deliver to said City the
contract bonds described in
days (not including Saturday,
the date of the mailing Notice
by and from said City, then
d void; otherwise it shall be
In the event that any bidder above named
an individual, it is agreed that the death of
not exonerate the Surety from its obligation
executed this bond as
any such bidder shall
under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this
14TH day of JUNE , 19 93 .
F. J. JOHNSON, INC.
Bidder (Attach Acknowledgment
Of Attorney -In -Fact)
Notary Public
Commission Expires:
5/91
Au f)�11111*0d S
MERCHANTS BONDING COMPANY (MUTUAL)
SURETY
-SMITH K. CUNNINGHAM
ATTORNEY -IN -FACT
10
3361 31610 GRIFFITII- SINCOCK
Merchants Bonding Company
(Mutual)
POWER OF ATTORNEY
Know All Men By These Presents, that the MERCHANTS BONDING COMPANY (Mutual), a corporation duly organized under the laws
of the State of Iowa, and having Its principal office in the City of Des Moines, County of Polk, State of Iowa, halh made, constituted and
appointed, and does by these presents �m *aka, constitute and appoint MCNEIL«<
>» HN M. GARRETT JUDITH K. CUNNBIG
»>«<
»X«
Of SANTA ANA and State of CA its true and lawful Attorney -in -Fact, with full power
and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in Its behalf as surety:
>>>TWO HUNDRED FIFTY THOUSAND DOLLARS($250,000.00)<<<
and to bind the MERCHANTS BONDING COMPANY (Mutual) thereby as fully and to the same extent as If such bond or undertaking was
signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (Mutual), and all the acts of said Attorney, pursuant to
the authority herein given, are hereby ratified and confirmed.
This Power -0f - Attorney is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of Directors of
the MERCHANTS BONDING COMPANY (Mutual).
ARTICLE 2, SECTION 8. — The Chairman of the Board or President or any Vice President or Secretary shall have power and
authority to appoint Attorney -In -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the
Companythereto, bonds and undertakings, recognizances, contracts of Indemnflyand otherwritings obligatory in the nature thereof.
ARTICLE 2, SECTION 9. — The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any
Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other
suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though
manually fixed.
In Witness Whereof, MERCHANTS BONDING COMPANY (Mutual) has caused these presents to be signed by its Vice President and
President, and its corporate seal to be hereto affixed, this 15th day of October A.D., 19 92
Attest: MERCHANTS BONDING COMPANY (Mutual)
By
�0\116 0/t� %9
1933 C:
VlcePreslESnf ° •". ', Pr•sIJ•M
STATE OF IOWA b.-.
COUNTY OF POLK 85. • • YNt
On this 15th day of October , 19 92 , before me appeared M.J. Long and
Rodney Bliss III, to me personally known, who being by me duly sworn did say that they are Vice President and President respectively
of the MERCHANTS BONDING COMPANY (Mutual), the corporation described in the foregoing instrument, and that the Seat affixed
to the said instrument is the Corporate Seal of the said Corporation and that the said Instrument was signed and sealed in behalf of said
Corporation by authority of its Board of Directors.
In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal, at the City of Des Moines, Iowa the day and year first
above written.
G• BRj/
see
NO ••
'Z v
3 : IOWA .: m
O
see
ff'....:
qRf AL
STATE OF IOWA
COUNTY OF POLK ss.
Wayw /�
W., Pvbll, Polk Comfy, Iowa
My Commission Expires
11 -4 -95
1, M.J. Long, Vice President of the MERCHANTS BONDING COMPANY (Mutual), do hereby certify (hat i
foregoing Is a true and correct copy of the POWER OF ATTORNEY, executed by said MEf(1y(N'
COMPANY (Mutual), which Is still In force and effect. •Oa P
In Witness Whereof, 1 have hereunto set my hand and affixed the seal of the Company, at SANTA CA:
this 14TH day of JUNE 19 93
This power of attorney expires December 31, 1998. P"4 0
and
NON - COLLUSION AFFIDAVIT
State of California )
) ss.
County of Orange )
El
Page 5
Daniel H. Smith , being first duly sworn, deposes and
says that he or she is Treasurer of F. J. Johnson Inc,.
the party making the foregoing bid; that the bid is not made in the
interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation; that the bid is
genuine and not collusive or sham; that the bidder has not directly
or indirectly induced or solicited any other bidder to put in a
false or sham bid, and has not directly or indirectly colluded,
conspired, connived, or agreed with any bidder or anyone else to
put in a sham bid, or that anyone shall refrain from bidding; that
the bidder has not in any manner, directly or indirectly, south by
agreement, communication, or conference with anyone to fix the bid
price of the bidder or any other bidder, or to fix any overhead,
profit, or cost element of the bid price, or of that of any other
bidder, or to secure any advantage against the public body awarding
the contract of anyone interested in the proposed contract; that
all statements contained in the bid are true; and, further, that
the bidder has not, directly or indirectly, submitted his or her
bid price or any breakdown thereof, or the contents thereof, or
divulged information or data relative thereto, or paid, and will
not pay, any fee to any corporation, partnership, company
association, organization, bid depository, or to any member or
agent thereof to effectuate a collusive or sham bid.
I declare under penalty of perjury t t the foregoing is true
and correct. '
F. J. JOHNSON, INC. Treasurer
Bidder A h E*ized Signature/Title
Subscribed and sworn to before me this Imo_ day of _lu u ,
19q3.
&. F i9
Notary Public
My Commission Expires: Der.251gV
5/91
[SEAL]
OFACTAL �iV.
LUANNE E. FLOYD
®
Notary Pubic- Colllomla
ORANGE COUNTY
My Com nlWon Wes er
Decemb 25. 1993
s
0
Page 6
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 For whom Person Telephone
Completed Performed (Detail) To Contact Number
SEE ATTACHED SHEET
F. J. JOHNSON, INC.
Bidder
5/91
Treasurer
• Jobs Completed •
JOB NO. DATE COMPLETED PROJECT AWARDING AGENCY AGENCY'S CONTACT
& CONTRACT AMOUNT AND ADDRESS AND PHONE NO.
189
08- 22- 90/$79,685.00
P.O. Box 19575
Alton Pkwy Widening.
Irvine, CA
Traffic Signal
163
12 -19- 90/$134.220.00
20 Civic Cntr Plaza
El Toro Rd & Bells Viero
Santa Ana, CA
Traffic Signal
190
01 -15- 91/$125,965.00
300 E. Chapman Aven
Tustin Ranch Road
Orange, CA
Traffic Signal
191
02 -10- 91/$81,915.00
200 E. Lincoln
Beach Blvd.&
Anaheim, CA
Hillsborough /T /S
215
02 -15- 91/$70,536.00
Lincoln, Anaheim
Traffic Signal
221
05 -10- 91/$94,087.00
Jamboree & Dupont
Traffic Signal
205
06 -09- 91/$90,987.00
Tustin & Bentall
Traffic Signal
213
07- 29- 91/$112,158.00
Katella /Home Depot
Traffic Signal
243
09 -03- 91/$93,140.00
Clementine & Freedman
Traffic Signal
248
10- 10- 91/$106,113.00
Main St. & Delaware Ave.
Traffic Signal
257
11 -26- 91/$78,152.00
Aliso Crk Rd & Pursuit
Traffic Signal
280
07- 21- 92/$228,539.00
Various Locations
Santa Ana
260 09- 14- 92/$320,047.00
Victoria Street Improv
Costa Mesa
CITY OF IRVINE George Foster
1 Civic Cntr Plaza (714)724 -6551
Irvine, CA
COUNTY OF ORANGE Dave Goya and
E. M. A. John Delsign
(714)472 -7970
CITY OF TUSTIN Fred Page
300 S. Centennnial (714)544 -8890
Tustin, CA Way Ext. 447
CAL TRANS Bob Carrell
(714)854 -8195
CITY OF ANAHEIM Glen Bagley
200 E. Lincoln (714)254 -5282
Anaheim, CA
CITY OF IRVINE
Rob Hughes
P.O. Box 19575
(714)724 -7648
Irvine, CA
CITY OF SANTA ANA
Al Mesh
20 Civic Cntr Plaza
(714)647 -5609
Santa Ana, CA
CITY OF ORANGE
Chris LaFace
300 E. Chapman Aven
(714)532 -6426
Orange, CA
CITY OF ANAHEIM
Glen Bagley
200 E. Lincoln
(714)254 -5282
Anaheim, CA
CITY OF HUNTINGTON BCH Jim Otterson
2000 Main Street (714)536 -5227
Huntington Bch, CA
MISSION VIEJO COMPANY Barry Osborne
26137 La _Paz Road (714)837 -6050
Mission Viejo, CA
City of Santa Ana Dave Urbin
20 Civic Center Plaza (714)565 -4029
Santa Ana, CA
SULLY MILLER COMPANY Jerry'Blair
6145 Santiago Canyon (714- 639 -1400
Orange, CA
0
0
Page 7
NOTICE TO SUCCESSFUL BIDDER
The following contract documents shall be executed and
delivered to the Engineer within ten (10) days (not including
Saturday, Sunday and Federal holidays) after the date of mailing
Notice of Award to the successful bidder:
PAYMENT BOND (Page 8)
FAITHFUL PERFORMANCE BOND (Page 9)
CERTIFICATE OF INSURANCE (Page 10)
GENERAL LIABILITY INSURANCE ENDORSEMENT (Page 11)
AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT (Page 12)
WORKERS' COMPENSATION INSURANCE CERTIFICATION (Page 13)
CONTRACT (Page 14)
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 submission
of bid.
Payment and faithful performance bonds shall be issued by an
insurance organization or surety (1) currently authorized by the
Insurance Commissioner to transact business of insurance in the
State of California, and (2) listed as an acceptable surety in the
latest revision of the Federal Register Circular 570.
Insurance companies affording coverage shall be (1) currently
authorized by the Insurance Commissioner to transact business of
insurance in the State of California, and (2) assigned
Policyholders' Rating A (or higher) and Financial Size Category
Class VIII (or larger) in accordance with the latest edition of
Best's Key Rating Guide: Property- Casualty. Coverages shall be
provided as specified in the Standard Specifications for Public
Works Construction, except as modified by the Special Provisions.
The Workers' Compensation Insurance Certification shall be
executed and delivered to the Engineer along with a Certificate Of
Insurance for workers' compensation prior to City's execution of
the Contract.
5/91
0
EXECUTED IN FOUR (4)
Page 8
BOND NO: CA701562
PAYMENT BOND
oft (m1 dtitrw for t61
awd b included in that shown
KNOW ALL MEN BY THESE PRESENTS, that ft 0A P_at llood.0
WHEREAS, the City Council of the City of Newport Beach, State
of California, by motion adopted June 28, 1993 has awarded
to F.J. Johnson, Inc. hereinafter
designated as the "Principal ", a contract for
Balboa Peninsula Street Light Replacement (ContractNo. C -2925 ) in
the City of Newport Beach, in strict conformity with the Drawings
and Specifications and other contract documents in the office of
the City Clerk of the City of Newport Beach, and all of which are
incorporated herein by this reference;
WHEREAS, said Principal has executed or is about to execute
Contract No. C -2925 and the terms thereof require the furnishing
of a bond, providing that if Principal or any of Principal's
subcontractors, shall fail to pay for any materials, provisions, or
other supplies used in, upon, for, or about the performance 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, F.J. JOHNSON, INC.
as Principal, and MERCHANTS BONDING COMPANY (MUTUAL)
as Surety, are held firmly bound unto the City of Newport Beach, in
the sum of 94R-M-2-29 - -- Dollars ($412,120.00 ----- ) ,
said sum being equal to 100% of the estimated amount payable by the
City of Newport Beach under the terms of the contract; for which
payment well and truly 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 /her subcontractors, fail to pay for any
materials, provisions, or other supplies, 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,
or for any amounts required to be deducted, withheld and paid over
to the Employment Development Department from the wages of
employees of the Principal and subcontractors pursuant to Section
13020 of the Unemployment Insurance Code with respect to such work
and 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.
5/91
0 0
Page 8A
BOND NO: CA701562
The 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 to them or
their assigns in any suit brought upon this bond, as required by
and in accordance with the provisions of Sections 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 above named Principal and Surety, on the 23RD day of
AUGUST , 19-93•
F.J. Johnson, Inc. /
Name of Contractor (Principal) A horized Sign
Daniel H. Sm1t
MERCHANTS BONDING COMPANY (MUTUAL)
Name of Surety torize Agent Signature
' 2425 E. C11NELBACK ROAD, SUITE 800 HN M. GARRE'iT, ATPORNEY -1N 7£ACT
PHOENIX, Az 85016 800/848 -2663 _
Address of Surety Telephone
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
7
5/91
11
State of CALIFORNIA
County of ORANGE
On S A3( 13 before me, J.K. CUNNINGHAM , NOTARY PUBLIC
NAME. TITLE OF OFFICER -E.G.. 'JANE DOE, NOTARY PUBLV
personally appeared JOHN M. GARRETT
NAME(S) OF SIGNER(S)
U personally known tome -OR ❑
J. K. CU, Ir'GI P.tl :�
COMM
�. Ad..h t.JJ Jiy ra
hlY %PIPES '.E ?. 30, 1P96 i.
proved to me on the basis of satisfactory evidence to be the person(s) whose
name(s) is/are subscribed to the within instrument and acknowledged to me that
he /she /they executed the same in his /her/their authorized capacity(ies), and that
by his /her/their signature(s) on the instrument the person(s), or the entity upon
behalf of which the person(s) acted, executed the instrument.
WITNESS my hand and official seal.
THIS CERTIFICATE MUST BE ATTACHED TO
THE DOCUMENT DESCRIBED AT RIGHT:
Though the data requested here is not required by law,
it could prevent fraudulent reattachment of this form.
PCAPA
OPTIONAL SECTION
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES '2— DATE OF DOCUMENT qjA 3Z? 2�
State of \ I U \ U T P 1a_ 1 I CAPACITY CLAIMED BY SIGNER
County of
-On
before me,
,onally appeared I nk l; �. 1 t i a - . ) I I 117[ L
NAME(S) OF SIGNER(S)
lersonally known to me - OR - ❑ proved to me on the basis of satisfactory evidence
to be the person(A whose name(9 is /are
subscribed to the within instrument and ac-
knowledged to me that he /s4o4fey executed
L. MRS the same in his /her/the+r authorized
COMM. •957584
• N&CIYPlblic — Co"fornlo Capacity(lee), and that by his /herff e
ORANGE COON slgnatureX on the Instrument the person(S),
My Comm. Expires FEB 27.i996 orthe entity upon behalf ofwhich the person (af)
acted, executed the instrument.
and official seal.
❑ INDIVIDUAL(S)
CORPORATE
OFFICER(S) R <crPi2
TITLE(S)
❑ PARTNER(S)
❑ ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ SUBSCRIBING WITNESS
❑ GUARDIAN /CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON S) OR ENTITY(IES)
�Z. 5F , VI�an f lAb.
ATTENTION NOTARY: Although the information requested below is OPTIONAL, it co prevent fraudulent achment of this certificate to unauthorized document.
THIS CERTIFICATE Title or Type of Document vb4owv 6N
MUST BE ATTACHED Number of Pages Date of Document
TO THE DOCUMENT
DESCRIBED AT RIGHT: Signer(s) Other Than Named Above Imb )6h1 \°
®1991 NATIONAL NOTARY ASSOCIATION - 8236 Remmet Ave. - P.O. Box 7184 - Canoga Park, CA 91304 -7184
EXECUTED IN FOUR (4) A4TERPARTS
• BOND NO: CA701562
Page 9
MAW premWm dWW for Ob bond b
FAITHFUL PERFORMANCE BOND $192.00 a to cor&ed 9k
adhabwd KNOW ALL MEN BY THESE PRESENTS, That � d *W �ad Pico.
WHEREAS, the City Council of the City of Newport Beach, State
of California, by motion adopted June 28, 1993 has awarded
to F.J. Johnson. Inc. hereinafter
designated as the "Principal ", a contract for
Ralhoa Peninsula Street Li %ht Replacement (Contract No.r,_2g2S ) in
the City of Newport Beach, in strict conformity with the Contract,
Drawings and Specifications and other contract documents in the
office of the City Clerk of the City of Newport Beach, all of which
are incorporated herein by this reference;
WHEREAS, Princippal has executed or is about to execute
Contract No. -2925 and the terms thereof require the
furnishing of a bond for the faithful performance of the Contract;
NOW, THEREFORE, we,
as Principal, and MERCHANI
as Surety, �T�N
the sum of
said sum being equal t
contract, to be paid to
successors, and assigns;
bind ourselves, our
successors, or assigns,
presents.
F.J. JOHNSON. INC.
j
— Dollars w($ 412,120.00 ) ,
0 100% of the estimated amount of the
the City or its certain attorney, its
for which payment well and truly made, we
heirs, executors and administrators,
jointly and severally, firmly by these
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above
bounden Principal, its heirs, executors, administrators,
successors, or assigns, shall in all things stand to and abide by,
and well keep truly and perform the covenants, conditions, and
agreements in the Contract and any alteration thereof made as
therein provided on its part, to be kept and performed at the time
and in the manner therein specified, and in all respects according
to its true intent and meaning, and shall indemnify and save
harmless the City of Newport Beach, its officers, employees and
agents, as therein stipulated, then this obligation shall become
null and void; otherwise it shall remain in full force and effect.
As a part of the obligation secured hereby, and in addition to
the fact amount specified in this Performance Bond, there shall be
included costs and reasonable expenses and fees, including
reasonable attorneys fees, incurred by the City, in the event it is
required by bringing any action in law or equity to enforce the
obligations of this Bond.
Surety, for value received, 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
5/91
i
0
0
Page 9A
BOND NO: CA701562
obligations on this bond, and it does hereby waive notice of any
such change, extension of time, alterations or additions of the
contract or to the work or to the specifications.
This Faithful Performance Bond shall be extended and
maintained by the Principal in full force and effect for six (6)
months following the date of formal acceptance of the Project by
the City.
In the event that the principal 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 23RD day of
AUGUST , 19 -U.
t
F.J. Johnson, Inc.
Name of Contractor (Principal) Aut or zed S g ure /Title
,&1nielnH. SmVjh, Treasurer
MERCHANTS BONDING MANY (MUTUAL)
Name of Surety.
2425 E. CAMELBACK ROAD, SUITE 800
PHOENIX, AZ 85016
Address of Surety
- -- - -� ---- -- _ - - - -- _ -
HN M. GARRETT, ATTORNEY- IN -FAC'T
800/848 -2663
Telephone
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED.
5/91
State of
County of
U l'
On � before me, i ��2 /yLI
DATE .� NAME, ITLE OFtJPFI ER E.G.�'JANE E.NOTARY PUBLIC'
NAME(S) OF SIGNER(S)
X-personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence
to be the person(X whose name(s) is /aEe
subscribed to the within instrument and ac-
0- knowledged to me that he /s4oAbey executed
L. BYERS the same in his /l swg4k,&4r authorized
COMM. #9067-984 Cats capacity(iea), and that by his /h.er#}Te+r
Notory Public — Cali +o!nia
OpANGE COUNTY signature($) on the instrument the person(,6')
kWConvn, Expires FEB 27,1996 or the entity upon behalf of which the personfi
acted, executed the instrument.
my�arld and official seal.
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL(S)
*CORPORATE
OFFICER(S) N 'tt-l_Z
TITLE(S)
❑ PARTNER(S)
❑ ATTORNEY -IN -FACT
❑ TRUSTEE(S)
❑ SUBSCRIBING WITNESS
❑ GUARDIAN /CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) ON ENTITYUES)
�.3•S%M ")9n, \C
ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraud u��)nt a hnme�nt of this terrific a to unauthorized document.
THIS CERTIFICATE Title or Type of Docum t jQ iA ` CQ.� M iYt YI%Q
MUST BE ATTACHED Number of Pages 4 Date of Document
TO THE DOCUMENTaC�1
DESCRIBED AT RIGHT: Signer(s) Other Than Named Above _� \1i \I\
®1991 NATIONAL NOTARY . emc o- ___.. - -._. - -
State of CALIFORNIA
County of ORANGE
t On 3 15 3 before me, J.K. CUNNINGHAM , NOTARY PUBLIC
NAME, TITLE OF OFFICER 'JANE DOE, NOTARY PUBLIC
personally
JOHN M. GARRETT
Mc personally known tome -OR ❑
a J. K. CUB 1%1N '1. /,
N / ;
CCMIPi
CRA�lBE .,OLNT'!
proved to me on the basis of satisfactory evidence to be the person(s) whose
name(s) is/are subscribed to the within instrument and acknowledged to me that
he/she /they executed the same in his /her/their authorized capacity(ies), and that
by his /herttheir signature(s) on the instrument the person(s), or the entity upon
behalf of which the person(s) acted, executed the instrument.
WITNESS my hand and official seal.
THIS CERTIFICATE MUST BE ATTACHED TO
THE DOCUMENT DESCRIBED AT RIGHT:
Though the data requested here is not required by law,
it could prevent fraudulent reattachment of this form.
ICAPA
OPTIONAL SECTION
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES �— DATE OF DOCUMENT $ 1 23 9 3
i 10
Merchants Bonding Company
(Mutual)
POWER OF ATTORNEY
Know All Men By These Presents, that the MERCHANTS BONDING COMPANY (Mutual), a corporation duly organized under the laws
of Ina State of Iowa, and having As principal once In the City of Des Moines, Courtly of Folk. State of boa, path made. constituted and
appointed, end does by these presents make, constitute and appoint
* * *JOHN M. GARRE'Pl' ** *JUDITH K. CUNNINGHAM** *KELLY MCNEIL* * *
of SANTA ANA and State of CA Ile IWO And lawful Alforney-In -Fact, with full power
and authority hereby conferred in No name, place and stead. to sign, execute, acknowledge and deliver In he behalf ea mutely:
* * *F'OUR HUNDRED FIFTEEN THOUSAND DOLLARS ($415,000.00)* **
** *FOR BOND NO. CA 701562 * **
end to bind the MERCHANTS BONDING COMPANY (Mutual) thereby As fully and fp the Same extent as If such bond ru undertaking was
signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (Mutual), and all the acts of saki Anomey, pursuant to
the authority herein gNen, are hereby ratified ano confirmed,
This Power•d- Attorney, is made and executed pursuant to and by authority of me following By -Lawa adopted by the Board of Directors of
the MERCHANTS BONDING COMPANY (Mulua)y
ARTICLE 2, SECTION S. — The Chakman nf the Board or Resident or any Noe Resident or Secretary shalt haft power and
alxnOrhy to appoint AAarnsy -kt -Fact, and to eulhwiza them to axacule on behalf or the Company, and attach the seal of IM
Comparny thereto, bondsand undertakings, recognizences, contracts of indemnity and other wrllings obllpatory In the nature thereol.
ARTICLE 2. SECTION 9, — The Signature of any authorized oKoer and the Seel of the Company maybe affixed by fecalmile to any
Power of Anamoy, or Certification thereof authorizing the exaoution end delivery of any bond. undertaking, reuogrffzance, or other
suretyship obligations of the Company, and such signature and seal when W used Shall have tho came force and effect As though
manually flied.
In Witness Whereof, MERCHANTS BONDING COMPANYLLMU��tuel) nag caused these ppresents to be signed by Its Vice RaS'gRg1 and
President, and as c orporare Sent to be hereto Affixed, this ZYW day of AU9USt A.D., 197J
Attest
Yb.In.p.nr
STATE OF IOWA
COUNTY OF POLK ..,
MERCHANTS BONDING COMPANY (Mutual)
,'�n1dC f,li,7!'•
lk
By (s ` tg
On fhis 25th day of August , ig 93 belore me appeared M,J. Long and
W.O. Brundage, to me personally known, who being by me duly Sworn did may that they are vice President and Socrelary11hoasurer
reapectively of the MERCHANTS BONDING COMPANY (Mutual), the corporation described In the foregoing Instrument, and trial
the Seel affixed 0 Ihs said Instrument is the Corporate Seal of the said Corporation and that the said Instrument was signed and
sealed In behall of said Corporation by authority of its Bard of Dlrecionr.
In Testimony Whereof, I hove hereunto set my hand and affixed my Off0al Seal, al the City of Des Moines, Iowa the day and year first
shove written.
. IOWA'
. 0 ....., -.., gti�
STATE OF IOWA
COUNTY OF POLK e..
r
nt,..n •vew, ,w.
.r, c...~ axv".
113 -95
1, M.J. Long, Vice Reeldentof the MERCHANTS BONDING COMPANY (Mutual), do heret
foregoing Is a true and correct copy of the POWER OF ATTORNEY, executed by Said
COMPANY (Mutual), which is still N force and affect.
In fattiness Whereof. I have hereunto eel my hard and affixed the semi of the Compary, at SANTA-
this 23RD day of AUGUST 19. 93 ,
This power d attorney oxpeee _OCrfOSER 24, 1993
MB 96
and
I
Page 2 -Y
� _ CERTfF(CATE OF R s
;;INSURANCE � .'
ER
COMPANIES AFFORDING COVERAGE
Willis C Orroon
COMPANY A
LETTER Transamerica
1551 North Tustin Ave., Suite 1050
_
Santa Ana, CA 92701
COMPANY B
LETTER
INSURED
F.J. Johnson, Inc.
��-
P.O. Box 8348
COMPANY C
LETTER
Anaheim, CA 92812
"GO V E RAGES
THIS S'TO CERTIFY THAT POLICIES OF yINSURANCE 1JSTTO BELOW HAVE BEEN .........
ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY FICOUInEMCNT. TERM OR CONDMON OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED On MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS.
EXCLUSIONS. AND CONDITIONS OF SUCH POUCIES AND IS NOT AMENDED. EXTENDED OR ALTERED BY THIS CERTIFICATE.
CO
LT1
TYPE OF INSURANCE
POLICY NUMBER
EFFECTIVE
DATE
EXPIRATION
DATE
ALL LIMITS IN THOUSANDS
GENERAL LIABILITY
GENERAL AGCnEGATE
S
(OCCURANCC BASIS ONLY)
..
COMMERCIAL
PRODUCTS /COMPLETED
COMPRCHCN,IWr
OPEMIHONS ACGIICGATE
❑OWNERS L CONTRACTORS
PnOTECTIVE
PERSONAL INJURY
'
❑ CONTRACTUAL Ton SPECIrIC
CONTRACT
❑ PRODUCTS /COMPL. OPER.
XCU HAZARDS
EACH OCCUMNCC
S
❑ BROAD FORM PnOP. DAMAGE
❑ SIEVERABILA-Y OF INTEREST
FIRE DAMAGE
S
CLAUSE
(ANY ONE FIRM
❑ PERSONAL INJUM WITII
EMPLOYEE EXCLUSION
MEDICAL EXPENSES
REMOVED
(ANY ONE PERSON)
MARINE
AUTOMOBILE LIABILITY
COMBINED
COMPRCHENSNE
SINGLE LIMT
BODILY INJURY
OWNED
(PER PERSON)
S
BODILY INJURY
S
3
IPRED
(PER ACCIDENT)
s%
�NON-OWNED
,z
PROPERTY
S
DAMAGE
EXCESS LIABILITY
�e'
EACH
AGGREGATE
❑ UMBRELLA FORM
{� a �',,
OCCURRENCE
S
OTHER MAN UMBRELLA FORM
STATUTORY
WORKERS' COMPENSATION
S100,000
EACH ACCIDENT
A
AND
80021391
1/15/92
1-1/15/93
$500,000
DISEASE, POLICY LIMIT
EMPLOYERS' LIABILITY
100,000
DISEASE - EACH EMPLOYEE
LONGSHOREMEN'S AND HARBOR
WORKERS' COMPENSATION
STATUTORY
DESCRIPTION OF OPERATIONS /LOCATON$NEHICLES /RCSTRICTIONS /SPECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT
BEACH BY On ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH THE FOLLOWING CONTRACT:
C -2925
Balboa Peninsula Peninsula Street _Li�It__IZeh1_tc.ement.. -._.
`Y
PROJECT TITLE AND CONTRACT NUMBER
CERTIFICATE 'HOLDER .' ' ''
CANCELLATION
SHOULD ANY Or THE ABOVE DESCRIBED POLICIES BC NON RENEWED.
CITY OF NEWPORT BEACH
CANCELLED OR COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE
P.O. BOX 1768
COMPANY AFFORDING COVERAGE SHALL PROVIDE 30 DAYS MIN. ADVANCE
3300 NE W
ClsrrnrD Mno_
.
NEWPORT BEACH, CA. 92659 -1768
nnernoN; C/o d Ua
Il
onTE
nlly� -- ssu
xi
9 Page 16
CERTIFICATE OF. INSURANCE
PRODUCER
COMPANIES AFFORDING COVERAGE
COMPANY A » - -- -- -
LETTER
COMPANY (�
LETTER
INSUIIEp
COMPANY C
LETTER
COVERAGES =."
T` -
THIS IS TO CERTIFY THAT POLICIES OF INSURANCC�USTCO BELGW HAVE BEEN ISSUED TO THE INSUREDi NAMED ABOVE FOR THE POLICYPC11100
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY RE ISSUED OR MAY PERTAIN,
THEINSU2WCC AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS.
EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE.
CO
M'E OF INSURANCE
POLICY NUMBER
CDA TNC
EXPIRATION
ALL LIMITS IN THOUSANDS
LT
DnTE
DATE
GENERAL LIABILITY
GENERAL AGCnECATC
s
(OCCURANCL- 13ASIS ONLY)
,
COMMEnCIAL
PRODUCTSICOMPLF7E0 _
'^
COMPREHENSIVE
OPERAHI NS AGGREGATE
'
L CONTRACTORS
❑OWNFRS
PROTECTIVE
PCRSOMAL INJURY
❑ CONTRACTUAL FOR SPECIFIC
CONTRACT
--
- - - - --
❑ PROOUCTS/COMPL OPM.
❑ XCU HAW10S
EACH OCCURANCE
BROAD FORM PROP. DAMAGE
❑OntAnGE
❑ SCVCRABILfTY Of INTCnECT
FIRE
CLAUSE
(ANY ONE FIRE)
J+
❑ PERSONAL 114JURY WRIT
—'"--
— " --"-
EMPLOYEE- EXCLUSION
' MCOICAL EXPENSES
REMOVED
(ANY ONE PLIISON)
MARINE
_
AUTOMOBILE LIABILITY
COMBINED
COMPREHENSIVE
CIRCLE LIMIT
WDILY INJVliY
OWNED
(PER PERSON)
i
BOUILY INJURY
S
❑ I IIRCO
(PER ACCIDENT)
❑NON-OWNED
- IOAMAGLEY
1
EXCESS LIABILITY
EACH
AGGREGATE
OCCUnRI(NCG
UMBRELLA FORM
,3
OT14ER THAN UMI)MIA FORM
::
S
S
STATUTORY
WORKERS' COMPENSATION
5
EACH ACCIDENT'
AND
5
DISCASC. POLICY LIMIT
EMPLOYERS' LIABILITY
DISEASE - EACH EMPLOYEE
LONGSHORCMC AND
WORKERS' COMPENSATION
C MP TION
STATUTORY
DESCRIPTION OF OPflMTIONS/ LOCARONSNCHICLES )RCSTRICTIONS /SPCCIAL ITEMS: ALL OPERATIONS PERFORMED FOR TIiC CITY OF NEWPORT
BEACH BY On ON BEHALF OF THE NAMED
INSURED W CONNECTION V9TH THE FOLLOWWO CONTRACT:
C -2925
Balboa Peninsula Street 1.7)i..l Rc.n_1_tccment .._
PIIOII Cl lifl.l! AND COIJI'RACT NUMBER
CERTIFICATE' (HOLDER .-
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON RCNEWCO.
CITY OF NEWPORT BEACH
CANCELLED OR COVERAGE REDUCED BEFORE: THE PXPI ATION DATE THE
P.O. BOX 1763
COMPANY AFFORDING COVEITACC SHALL PROVIOC 30 DAYS MIN ADVANCE
3300 NEWPORT BLVD.
NOTICE TO THE Cm 0II' N 'VPOO.n�T..REACH BY I EGISn:RE:D Linn.
NEWPORT BEACH, CA. A2 TTEIJTIQN; CEO p (,L7 �j rye
AURIORQCT) REPR[E LNIAIIVI[ - - - -- - - - -- -- ISSUC OAT C
• • Page 10
CERTIEIC/iTE O� 1NSl7RANCE k I
PRODUCER
COMPANIES AFFORDING COVERAGE
Norton Insurance Services, Inc.
COMPANY
3 Corporate Park #260
LETTER A Prudential Reinsurance
Irvine, CA 92714
COMPANY 13
LETTER
INSURED
COMPANY C
LETTER
COVERAGES IVIGH�'ffim` i ;, E
rt..�
THIS IS TO CERIIFI' THAT POLICIES , INSURANCE 6i BELOW HAVE BEEN ISSUED TO i'NE INSURED NAMED ABOVE FOR THE-PoLICV'pER10D
INDICATED. NOTWITHSTANDING ANY WOUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS, AND CONDITIONS OF SUCH POLICIES AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE.
CO
LT
TYPE OF INSURANCE
POLICY NUMBER
EFFECTIVE
DATE
EXPIRATION
DATE
ALL LIMITS IN THOUSANDS
GENERAL LIABILITY
GENERAL AGGREGATE
$ 2,000,
A
(OCCURANCE BASIS ONLY)
g COMMERCIAL
CP204974 ..1-24-92
PRODUCTS /COMPLETED
S 11000,
COMPREHENSIVE
11-24-93
OPERATIONS AGGREGATE
OWNERS & CONTRACTORS
❑
PERSONAL INJURY
S 1 QQO
❑ CONTRACTUAL FOR SPECIFIC
CONTRACT
1,000,
PRODUCTS /COMPL OPERA
E] XCU HAZARDS
EACH OCCURANCE
g
❑ BROAD FORM PROP. DAMAGE
❑ SEVERAB!UTY OF INTEREST
FIRE DAMAGE
S 50,
CLAUSE
(ANY ONE FIRE)
❑ PERSONAL INJURY WITH
EMPLOYEE EXCLUSION
MEDICAL EXPENSES
g 5
REMOVED
(AM' ONE PERSON)
MARINE
AUTOMOBILE LIABILITY
COMBIINED
}
A
COMPREHENSIVE
CP204974
1 -14 -92
SINGLE IT
$1,0001
�:
BODILY INJURY
S'µt
rK
OWNED
11-24-93
(PER PERSON)
BODILYINJURY
S
°
❑ HIRED
(PER ACCIDENT)
r -
❑NON-OWNED
PROPERTY
t
DAMAG
...i:Ya.:
EXCESS LIABILITY
a'�•"t+ -r ' ;X `-
}'' °� -" i�•`
EACH
OCCURRENCE
AGGREGATE
UMBRELLA FORM
°` 5 O"; ^
OTHER THAN UMBRELLA FORM
STATUTORY
WORKERS' COMPENSATION
S
EACH ACCIDENT
AND
S
DISEASE - POLICY LIMIT
EMPLOYERS' LIABILITY
S
--
DISEASE - EACH EMPLOYEE
LONGSHOREMEN'S AND HARBOR
WORKERS' COMPENSATION
STATUTORY
4.
DESCRIPTION OF OPERATIONS/ LOCATTONWEMCL .ES/RESTRICTIONS/SPECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT
BEACH 0Y OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH THE FOLLOWING CONTRACT:
C -2925
Balboa Peninsula Street Light Replacement
PROJECT 1711.E AND CONTRACT NUMBER
RC ATE
CET ARE HOLDER
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON.RENEWED,
CITY OF NEWPORT BEACH
CANCELLED OR COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE
P.O. BOX 1768
COMPANY AFFORDING COVERAGE SWILL PROVIDE 30 DAYS MIN. ADVANCE
3300 NEWPORT BLVD.
NomE TO THE OrTV of T BEACH BY REGISTERED MAIL
NEWPORT BEACH, CA. 92659 -1768
ATTENTION: LSO 1
AUTO REPRESENTATIVE LSSUE DARE
0 1 0
Page 11
GENERAL LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
With respect to such insurance as is afforded by the policy
for General Liability, the City of Newport Beach, its officers
and employees are additional insureds, but only with respect
to liability arising out of operations performed by or on
behalf of the named insureds in connection with the contract
designated below or acts and omissions of the additional
insureds in connection with its general supervision of such
operations. The insurance afforded said additional insured(s)
shall apply as primary insurance and no other insurance
maintained by the City of Newport Beach shall be called upon
to contribute with insurance provided by this policy.
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 liability of the
company affording coverage.
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 contained in the written contract designated below,
between the named insured and the City of Newport Beach.
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.
The limits of liability under this endorsement for the
additional insured(s) named in Paragraph 1 of this endorsement
shall be the limits indicated below written on an "Occurrence"
basis:
( ) Commercial Comprehensive
General Liability $ �, QwMM l 000 each occurrence
$ 02� D`'! OAA aggregate
The applicable limit of Contractual Liability for the company
affording coverage shall be reduced by any amount paid as
damages under this endorsement in behalf of the additional
insured(s).
5/91
0 0
Page 11A
The limits of liability as stated in this endorsement shall
not increase the total liability of the company affording
coverage for all damages as the result of any one occurrence
in excess of the limits of liability stated in the policy as
applicable to General Liability Insurance.
6. Should the policy be non - renewed, canceled or coverage reduced
before the expiration date thereof, the Issuing Company shall
provide 30 days' advance notice to the City of Newport Beach
by registered mail, Attention: Public Works Department.
7. Designated Contract: Babloa Peninsula Street Light Replacement
Project Title and Contract No.
// C -2925
This endorsement is effective �(p'Q 3 n , a,l 0 a,.m.
and forms a part of Policy No. of A �/%/�,
(Company Affording Coverage).
Insured 41. 10hM AK e .
ISSUING COMPANY
By:
A h rized Representative
5/91
Endorsement No.: L
• 0
Page 12
AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
1. With respect to such insurance as is afforded by the policy
for Automobile 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 said additional
insured(s) shall apply as primary insurance and no other
insurance maintained by the City of Newport Beach shall 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 liability of the company affording
coverage."
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 Multiple Limits
or Single Limit:
( ) Multiple limits
Bodily Injury Liability $ per person
Bodily Injury Liability $ per accident
Property Damage Liability $
Combined Single Limit
Bodily Injury Liability &
Property Damage Liability $ T71'/1 VVV
The limits of liability as stated in this endorsement shall
not increase the total liability of the company affording
coverage 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.
5/91
0
0
Page 12A
Should the policy be non - renewed, canceled or coverage reduced
before the expiration date thereof, the Issuing Company shall
provide 30 days' advance notice to the City of Newport Beach
by registered mail, Attention: Public Works Department.
5. Designated Contract:
C-
This endorsement is effective �'�(y-Y3 n.• a 12 01� �q�m�.
and forms a part of Policy No. (� of ,ytQ� `�%Ui[ri� 1
(Company Affording Coverage).
Insured• -! '� • C
ISSUING COMPANY
By: Awi
A ho ized Representati e
5/91
Endorsement No.: 02
0 0
Page 13
WORKERS' COMPENSATION INSURANCE CERTIFICATION
"I am aware of the provisions of Section 3700 of the Labor Code
which require every employer to be insured against liability for
workers' compensation or to undertake self- insurance in accordance
with the provisions of that code, and I will comply with such
provisions before commencing the performance of the work of this
contract."
003- -R3 Tnr_
Date Name ont' ctor (Principal)
I
C -2925
Contract Number Aut ig a ure and Ti
Daniel H. Smith, Treasurer
Balboa Panincula 11ree, iig,: leplacement f -7925
Title of Project
V97
Page 14
CONTRACT
THIS AGREEMENT, entered into this 6��day of lenc:2f7 - ,
19, by and between the CITY OF NEWPORT BEACH, hereinafter "City,"
and F.J. Johnson, Inc. , hereinafter
"Contractor," is made with reference to the following facts:
A. City has heretofore advertised for bids for the following
described public work:
Balboa Peninsula Street Light Replacement r -2925
Title of Project Contract No.
B. Contractor has determined by City to be the lowest
responsible 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:
Balboa Peninsula Street Light Replacement C -2925
Title of Project Contract No.
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 Four Hundred_ Twelve Thousand One
Hundred Twenty dollars & no 7100 is compensa i n
1 comes: — - - --
(a) Any loss or damage arising from the nature of the
work,
(b) Any loss or damage arising from any unforeseen
difficulties or obstructions in the performance of
the work,
(c) 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.
5/91
Page 14A
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) Instructions to Bidders and documents referenced
therein
(c) Payment Bond
(d) Faithful Performance Bond
(e) Certificate of Insurance and Endorsement(s)
(f) Plans and Special Provisions for Balboa Peninsula Street
Licht Replacement C -2925
Title of Project Contract No.
(g) This Contract
(h) Standard Specifications of Public Works
Construction (current Edition) and all supplements
4. Contractor shall assume the defense of, pay all expenses
of defense and hold harmless, City and its officers,
employees and representatives from all claims, loss or
damage, injury and liability of every kind, nature and
description by reason of or arising out of the negligent
or willful conduct of the Contractor, his /her employees,
agents and subcontractors in the performance of the
Project, except such loss or damage caused solely by the
active negligence of City or its officers, employees and
representatives.
IN WITNESS WHEREOF,
contract to be executed th
FRI
CITY%ATTORNFY
ATTEST:
the parties hereto have caused this
e day and year first written above.
CITY OF NEWPORT BEACH
Z A M Corporation
By. 7ipal
Mayor
F_,1_ Jnhncnn, Tnr.
Name of Contractor
Auth i e i nature and Title
Daniel H. Smith, Treasurer
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INDEX
FOR
SPECIAL PROVISIONS
BALBOA PENINSULA STREET LIGHT REPLACEMENT
CONTRACT NO. 2925
I.
SCOPE OF WORK . . . . . . . . . . . . . . . . .
. . . 1
II.
TIME OF COMPLETION . . . . . . . . . . . . . . .
. . .1
III.
LIQUIDATED DAMAGES . . . . . . . . . . . . . .
. . . 1
IV.
CLASSIFICATION OF CONTRACTOR'S LICENSES . . . .
. . . 1
V.
WATER . . . . . . . . . . . . . . . . . . . . . .
. . .2
VI.
PUBLIC CONVENIENCE AND TRAFFIC CONTROL . . . .
. . . 2
VII.
REPLACEMENT OF SERIES CIRCUITS . . . . . . . .
. . . 2
VIII.
SERVICE POINTS . . . . . . . . . . . . . . . .
. . . 2
IX.
FIBERGLASS STREET LIGHT STANDARDS . . . . . . .
. . . 3
X.
LUMINAIRES . . . . . . . . . . . . . . . . . .
. . . 3
XI.
GLOBES . . . . . . . . . . . . . . . . . . . .
. . . 3
XII.
PHOTO ELECTRIC CELLS . . . . . . . . . . . . .
. . . 3
XIII.
FUSEHOLDERS . . . . . . . . . . . . . . . . . .
. . . 4
XIV.
CONDUIT AND CONDUCTORS . . . . . . . . . . . .
. . . 4
A. CONDUCTORS . . . . . . . . . . . . . . . . .
. . .4
XV.
PROTECTION AND REPLACEMENT OF IMPROVEMENTS . .
. . . 4
XVI.
SALVAGE . . . . . . . . . . . . . . . . . . . .
. . . 4
XVII.
SOLID WASTE DIVERSION . . . . . . . . . . . . .
. . . 5
XVIII.
PAYMENT . . . . . . . . . . . . . . . . . . . .
. . . 5
XIX.
BID PHASES I & II . . . . . . . . . . . . . . .
. . . .7
XX.
CITY FURNISHED POLES AND LUMINAIRES. . . . . .
. . . .8
II
III
0
SP 1
CITY OF NEWPORT BEACH] ��4 S ��
PUBLIC WORKS DEPARTMENT i, All, Q. ,I .�..
SPECIAL PROVISIONS;
z;
FOR i
o. C 038799
BALBOA PENINSULA STREET LIGHT REPLACEMENT \�5 6(P_ pry, $1311"
CONTRACT NO. 2925 r CIVIC
SCOPE OF WORK
The work to be done under this contract consists of
replacing existing series street lighting systems with
multiple systems, installing new street light standards,
installing metered service points and replacing series
luminaires on existing standards with multiple
luminaires.
The Contract requires completion of all work in
accordance with (1) these Special Provisions, (2) the
Plans (Drawing No. E- 5042 -5, (3) the City's Standard
Special Provisions and Standard Drawings for Public Works
Construction (1991 Edition) and (4) the Standard
Specifications for Public Works Construction (1991
Edition) , including supplements. Copies of the Standard
Special Provisions and Standard Drawings may be purchased
at the Public Works Department for Five Dollars ($5).
Copies of the Standard Specifications may be purchased at
Building News, Inc., 3055 Overland Avenue, Los Angeles,
CA 90034.
TIME OF COMPLETION
The Contractor shall commence construction on September
13, 1993 and complete all work, including cleanup, by
December 17. 1993.
LIQUIDATED DAMAGES
Failure of the Contractor to complete the work within the
time specified will result in significant damages being
sustained by the City. All work specified under this
contract shall be completed within the time specified for
completion or the Contractor shall pay the City as
liquidated damages, the sum of five hundred dollars
($500) per calendar day for each and every calendar day's
delay in completing the work in excess of the specified
time, plus any authorized time extension.
IV. CLASSIFICATION OF CONTRACTOR'S LICENSE
At the time of bid and until completion of work the
Contractor shall possess a General. Engineering Contractor
A license or Specialty Electrical (general) Contractor C-
10 license.
0
0
SP 2 of 8
At the start of work and until completion, the Contractor
shall possess a business license issued by the City of
Newport Beach.
V. WATER
If the Contractor elects to use City's water, he shall
arrange for a meter and tender a $500 meter deposit with
the City. Upon return of the meter in good condition to
the City, the deposit will be returned to Contractor,
less a quantity charge for water usage.
VI. PUBLIC CONVENIENCE AND TRAFFIC CONTROL
The Contractor shall provide traffic control and access
in accordance with Section 7 -10 of the Standard
Specifications and the Work Area Traffic Control Handbook
(WATCH) also published by Building News, Inc.
VII. REPLACEMENT OF SERIES CIRCUITS
Existing series circuits as shown on the drawings are to
be replaced with 240 volt multiple systems. The existing
street light standards are to be replaced except as noted
with fiberglass poles and bolted to the existing
foundations. New luminaires with 50 watt HPS lamps are
to be installed on the new poles. New luminaires with
100 watt HPS lamps are to be installed on existing mast
arms on the concrete poles that are to remain. A new
pull box is to be constructed within 5 feet of the bases
of the new poles and the existing concrete poles that are
not replaced and a double fuseholder installed in the
pull box. New conduit shall be installed from pull boxes
to the pole fixture.
The replacement of the existing systems shall be
accomplished in phases so that the number of lights out
of service at any one time will be minimized. In no
event shall any portion of the system be out of service
for more than ten consecutive days. The Contractor shall
submit a construction plan showing the phases of the
replacements, and the estimated number and length of
outages. The plan shall be approved by the Engineer
prior to the Contractor starting work.
VIII. SERVICE POINTS
New 240 -volt metered service points shall be installed at
the locations shown on the drawings. Equipment and
installation shall conform to the detail on the drawings.
The service point shall be complete and operable prior to
starting the replacement of the existing system.
Ll
0
SP 3 of 8
When all work is completed, except for the connection of
the conductors to the Southern California Edison Company
vault, the Contractor shall arrange an inspection with
Southern California Edison Company at (714) 895 -0278.
The Contractor shall have a representative present when
the connection is made.
IX. FIBERGLASS STREET LIGHT STANDARDS
Fiberglass street light standards shall be the style
shown on STD.- 202 -L -A, with fluted tapered shafts, access
panel in the base, and a 6" tenon for a capital with an
8" globe fitter ring and shall be Main Street, Newporter
Series No. FF 1901. The fiberglass core color shall be
matte gray and a finish coat of polyurethane paint shall
be applied to the exterior surface. The finish color
coat shall be ASA No. 61 Grey, Sherwin Williams
No. F -63A31 or approved equal.
X. LUMINAIRES
Post -top luminaires shall be furnished with 240 -volt HPS
lamps of the wattage shown on the drawings. All
luminaries shall be furnished with porcelain mogul bases,
spring loaded contacts in a nickel plated screw shell,
and internal CWA -HPS 240 volt ballast. The ballast shall
be Unicorn Electrical Products Cat. No. UKA- 004 - 730 -01.
The ballast shall be conveniently located for easy
removal. The luminaires shall have a terminal block for
the field wiring conductors and ground. The luminaire
shall be furnished with a heavy duty cast aluminum acorn
globe holder coated with a temperature controlled acrylic
enamel 4 mils thick over an etching primer. The finish
color of the holder shall match the fiberglass pole. The
holder shall be furnished with 4 -1/4 x 20 stainless steel
bolts to lock the acorn globe to the holder. A photo
electric cell shall be installed in the holder. The
holder shall be designed to fit over a 6" tenon.
XI. GLOBES
Post -top acorn globes shall be U. V. stabilized
polycarbinate with prismatic refracted globes for Type II
distribution. Post top globes shall be Niland Co. #704
008 205.
XII. PHOTO ELECTRIC CELLS
Post -top luminiaires shall be equipped with a photo
electric cell installed on the globe holder. The photo
electric cells shall be Area Lighting Research Cat.
#AA1068 208 -277V. All photo electric cells shall be
oriented north, unless otherwise noted or such
orientation conflicts with light sources, buildings or
other conditions which might impair the proper function
of the cell.
XIII.
XIV
XV
KMAM
0
0
;*i' - i
Double fuseholders shall be installed in the pullbox.
The fuseholders shall be furnished with fuses appropriate
to the connected lamp wattage. The fuseholders shall be
Tron #HEX -AA or equal installed per STD. -205 -L and
approved by the Engineer.
CONDUIT AND CONDUCTORS
Conduit shall be installed in the locations shown on the
drawings either by open trench or boring methods. Unless
otherwise shown, the conduit shall be installed behind
the curb in accordance with STD.- 101 -L. All underground
conduit shall be 1 -1/4 inch diameter schedule 40 PVC.
Care shall be taken to avoid damage to the conduit during
installation.
A.
Insulated conductors shall be stranded copper
conforming to the AWG wire size shown on the
drawings. The insulation of each conductor shall be
a different solid color. The bare ground wire
shall be solid copper, No. 8 AWG.
PROTECTION AND REPLACEMENT OF IMPROVEMENTS
The Contractor shall protect all existing improvements,
including landscaping. If any existing improvements are
damaged, or it is necessary to remove them to allow for
the installation of the new facilities, they shall be
replaced in kind. Existing landscaping may be trimmed or
pruned to allow access to existing pole foundations.
Trimming or pruning shall be done carefully so as to
minimize damage to the remainder of the plant, shrub or
tree.
When sidewalk is removed it shall be sawcut and replaced
to score lines or joints. The finish and color of the
replaced sidewalk shall match the existing.
SALVAGE
The poles to be salvaged will be marked in advance of
removal by the Engineer. In addition, the following
material shall be salvaged:
All porcelain lamp bases, sockets and glass globes.
All luminaires, arms and ballasts.
Items deemed unsuitable for salvage by the Contractor
shall be reported to the Engineer prior to removal.
0
L
SP 5 of 8
The Contractor shall deliver all salvaged material to the
City's Utilities Yard at 949 West 16th Street. The
Contractor shall be responsible for protecting all
salvaged material against damage until it is delivered at
the City yard. The Contractor shall provide at least 24
hours advance notice of intent to deliver salvaged
materials.
XVII. SOLID WASTE DIVERSION
The Contractor shall either 1) apply for and obtain a no-
fee solid waste self -haul permit from the City's Business
office, or 2) subcontract with a private solid waste
hauler already permitted to operate within the City.
Unless specified elsewhere in this contract, all non -
reinforced concrete and asphalt wastes generated from the
jobsite shall be disposed at a facility which crushes
such materials for reuse.
Excess soil and other recyclable solid wastes shall not
be disposed at a sanitary landfill.
The Contractor shall maintain monthly tonnage records of
solid wastes generated and solid wastes disposed at a
sanitary landfill. The Contractor shall report said
tonnages monthly to the Engineer on a form provided by
the Engineer.
XVIII. PAYMENT
The unit or lump sum price bid for each item of work
shown on the proposal shall be considered as full
compensation for labor, equipment, materials and all
other things necessary to complete the work in place, and
no additional allowance will be made therefore. The bid
items shown on the proposal include the following:
1A. FURNISH AND INSTALL 10' FIBERGLASS STREET LIGHT
STANDARD W /50 HPS LUMINAIRE
Includes removal of existing pole, furnishing and
installation of new pole and luminaire,
installation of new anchor bolts and conduit in
existing foundations, luminaire, pull box at base
of pole, conduit and conductors between pull box
and pole base and double fuseholder in pull box.
1B. INSTALL CITY FURNISHED 10' FIBERGLASS STREET LIGHT
STANDARD W /50 WATT HPS LUMINAIRE
Includes removal of existing pole, installing a
City furnished pole and luminaire, installation of
new anchor bolts and conduit in existing
• •
SP 6 of 8
foundations, luminaire, pull box at base of pole,
conduit and conductors between pull box and pole
base and double fuseholders in pull box.
REPLACE EXISTING LUMINAIRE W /100 WATT HPS LUMINAIRE
AND FURNISH AND INSTALL PULL BOX AT BASE OF POLE
Includes removal of existing luminaires, furnishing
and installation of the new luminaire, a pull box
at the base of the pole, conduit and conductors
between pull box and pole base and installation of
double fuseholders in the pull box.
3. FURNISH AND INSTALL 1 -1/4" CONDUIT W/2 - #8 INSULATED
CONDUCTORS AND 1 - #8 BARE CONDUCTOR
Includes trenching, boring, furnishing and
installing conduit and the specified conductors and
replacement of existing pavement, sidewalk and
other improvements. The quantity of conduit to be
paid for shall be measured horizontally between the
center of pull boxes and service points. Payment
for conduit between pull boxes and pole bases shall
not be included in this item of work.
4. FURNISH AND INSTALL SERVICE POINT
Includes furnishing and installing the enclosure
complete with circuit breakers, concrete base and
the conduit and conductors between the service
point and the Southern California Edison Company
pole.
5. FURNISH AND INSTALL PULL BOX PER CITY STD. 205 -L
Includes furnishing and installation of the pull
box and replacement of existing pavement, sidewalk
and other improvements disturbed by the
installation. This item of work does not include
the new pull boxes to be installed adjacent to the
base of the new or existing poles.
FURNISH AND INSTALL 2 - #8 INSULATED CONDUCTORS AND
1 - #8 BARE CONDUCTOR IN EXISTING 1 -1/4" PVC CONDUIT
Includes removal of existing series conductors from
the existing PVC conduit and installation of the
specified conductors. The quantity of this item to
be paid for shall be measured horizontally between
the ends of the existing conduit to be reused.
• 0
SP 7 of 8
7. CONSTRUCT STREET LIGHT FOUNDATION
Includes construction of the specified foundation
as shown on the drawings, including anchor bolts
and the replacement of existing pavement, sidewalk
and other improvements.
8. FURNISH AND INSTALL 1 -1/4 CONDUIT W/4 #8 INSULATED
CONDUCTORS AND 1 - #8 BARE CONDUCTOR
Includes trenching, boring, furnishing and
installing conduit and the specified conductors and
replacement of existing pavement, sidewalk and
other improvements. The quantity of conduit to be
paid for shall be measured horizontally between the
center of pull boxes and service points. Payment
for conduit between pull boxes and pole bases shall
not be included in this item of work.
9. REUSE EXISTING PULL BOX
Includes removal of existing conduit and conductors
and installing new conduit sweeps as shown on the
drawings.
10. REMOVE EXISTING PULL BOX
Includes removing existing pull box and interfering
conduit and conductors and restoring the surface to
match the adjacent area.
11. SALVAGE DESIGNATED POLES, LUMINAIRES, ETC. AS
SPECIFIED
Includes the removal of the specified items and
loading, delivery and unloading at the designated
location.
Payment for all other miscellaneous items of work
including labor, equipment, materials and all other
things necessary to complete the work shall be considered
as included in the various bid items in the Proposal, and
no additional allowance will be made therefor.
XIX. BID PHASES I AND II
The Bid Proposal includes separate schedules and totals
for Phase I and Phase II. The City reserves the right to
award a contract for both Phases I and II or for Phase I
only. If sufficient funds are available, the bid will be
awarded to the bidder submitting the lowest total bid for
Phase I and II. If sufficient funds are not available,
the bid will be awarded to the bidder submitting the
lowest total bid for Phase I.
0
0
§�V
XX. CITY FURNISHED POLES AND LUMINAIRES
The City will furnish the 10' fiberglass poles and
lumiaires for Bid Item No. 1B. The contractor shall pick
up the poles at the City's Utilities Yard at 949 West
16th Street. Materials shall be picked up between 8:00
and 8:30 a.m. and 1:15 and 1:45 p.m. The Contractor
shall provide at least 24 hours advance notice of intent
to pick up materials. The materials to be furnished
includes the pole, globe, socket, lamp, ballast, photo
electric cell and all other items required for a complete
unit. After accepting delivery, the Contractor shall be
responsible for damage to any of the furnished materials.
•
0
May 24, 1993
CITY COUNCIL AGENDA
ITEM NO. 2d
TO: Mayor and Members of the City Council
FROM: Public Works Department and Utilities Department
SUBJECT: BALBOA PENINSULA STREET LIGHT REPLACEMENT (C -2925)
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids to
be opened at 11:00 A.M. on June 16 ,1993.
DISCUSSION:
This contract provides for the replacement of the street
lighting system on Balboa Peninsula between the B Street parking
lot and Channel Road (see attached Exhibit "A").
The item was removed from the April 26, 1993 agenda by
Councilman Hedges to permit the Peninsula Point Association to
review staff's selection of the light pole to be installed
throughout the project. Staff has since met with the Association
and the Councilman to discuss the selection, a grey - colored
fiberglass pole that is being used on Balboa Peninsula and Balboa
Island in replacement of marbleite (concrete) poles. The
Association concluded that the fiberglass pole is satisfactory.
The contract specifies that all work be completed within
100 consecutive calendar days after the commencement of field work
or by December 1, 1993, whichever occurs first. All other matters
remain unchanged from the April 26th agenda item (copy attached).
i
• Benjamin B. Nolan
Public Works Director
LD
Attachments (2)
J ff Staneart
U ilities Director
A�
C
ell,
� �.9pogs
Sf�
a IAA L nB nA
OISL D
a0��11��1�0 D
D000 00000 000
CHANNEL �h'r
E- m E- rFn E-
HLJ BALBO, HHLVD,
E �
W �J�
oc
ALB D 0
A BLVD
PROW
pEN PROW
INSULA
PACIFIC
OCEo
a
CITY ®F NEWPORT BERG -0
PUBLIC WORKS DEPRRTMENT
PUBLIC WORKS
EXHI B I T "A DRTE 12 May 1993 SCRLE N.T.S.
DRRWN M. GRRCIR
0
April 26, 1993
CITY COUNCIL AGENDA
ITEM NO. 14
TO: Mayor and Members of the City Council
FROM: Public Works Department
SUBJECT: BALBOA PENINSULA STREET LIGHT REPLACEMENT (C -2925)
RECOMMENDATIONS:
1. Approve plans and specifications.
2. Authorize City Clerk to advertise for bids to be
received and opened 11:00 a.m. June 1, 1993.
DISCUSSION:
The proposed contract will replace all of the existing
street lighting system between the "B" Street parking lot and
Channel Road. The existing high voltage series system is badly
deteriorated. The ornamental concrete standards are cracking and
• spalling and many failures have occurred in the underground
cable.
The new system will include fiberglass poles that will
will match the appearance of the existing concrete poles. The
new luminaires will be high pressure sodium vapor. New conduit
will be installed for a multiple 240 volt system. The street
lighting standards with the mast arms on Balboa Boulevard between
"B" Street and "G" Street will not be replaced. However the
mercury vapor luminaires on these standards will be replaced with
high pressure sodium vapor units.
The estimated cost of the project is $470,000. The
current budget includes $440,000 that can be used for this
contract. Since the estimated cost is in excess of the available
funds, the bid will include two phases. If the low bid exceeds
the funds available, Phase II can be deleted. This phase
includes the system from the "B" Street parking lot to "G"
Street.
• a r
4ra=nB. JNolan
Public Works Director
DCS:so
W)
"ITY OF -
April 26, 1993
CITY COUNCIL AGENDA
ITEM NO. 14
TO: Mayor and Members of the City Council
FROM: Public Works Department
SUBJECT: BALBOA PENINSULA STREET LIGHT REPLACEMENT (C -2925)
RECOMMENDATIONS:
1. Approve plans and specifications.
2. Authorize City Clerk to advertise for bids to be
received and opened 11:00 a.m. June 1, 1993.
DISCUSSION:
The proposed contract will replace all of the existing
street lighting system between the "B" Street parking lot and
Channel Road. The existing high voltage series system is badly
deteriorated. The ornamental concrete standards are cracking and
is spalling and many failures have occurred in the underground
cable.
The new system will include fiberglass poles that will
will match the appearance of the existing concrete poles. The
new luminaires will be high pressure sodium vapor. New conduit
will be installed for a multiple 240 volt system. The street
lighting standards with the mast arms on Balboa Boulevard between
"B" Street and "G" Street will not be replaced. However the
mercury vapor luminaires on these standards will be replaced with
high pressure sodium vapor units.
The estimated cost of the project is $470,000. The
current budget includes $440,000 that can be used for this
contract. Since the estimated cost is in excess of the available
funds, the bid will include two phases. If the low bid exceeds
the funds available, Phase II can be deleted. This phase
includes the system from the "B" Street parking lot to "G"
Street.
Benjamin B. JNolan
Public Works Director
DCS:so
Authorized to Publish Advertisements of all kinds'Itiduding public notices by
Decree of the Superior court of Orange County, California, Number A-6214,
September 29, 1961, and A -24831 June 11, 1963
STATE OF CALIFORNIA
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 below entitled matter. I
am a principal clerk of the NEWPORT
BEACH —COSTA MESA DAILY PILOT, a
newspaper of general circulation, printed
and published in the City of Costa Mesa,
County of Orange, State of California, and
that attached Notice is a true and complete
copy as was printed and published on the
following dates:
May 27, 1993
June 1, 1993
I declare, under penalty of perjury, that the
foregoing is true and correct.
Executed on June 1 1993
at Costa Mesa, Ca
Signature
0
Jeated bids may be re-1
calved at the office of the
City ciark, 3300 Newport
Boulevard, p.0. Box 1768,
Newport Beach, CA 92659 -
,;Mort 11:00 A.M, on
the 16th day of June, 1993,
at which ppOme such bids
f �IBALBOA n PENINSULA
STREET LIGHT REPLACE-
MENT, Contract No. 2925,
Engineer's Estimate
$470,OOD
Approved by the City
Council this 24th day nr
Wanda E, paggio,
City Cbrk
ProsP MVe bidders may
obtain one set of bid docu-
ments at no cost at the of.
fice of the Public Works
Department, 3300 Newport
Boulevard, P.O. Box 1768,
Newport Beach, CA 92659.
For further information,
call Jeff Staneart at 644-
3301.
Published Newport
Beach-Costa Mesa Daily
Pilot May 27, June 1, 1993.
Thtug89
PROOF OF PUBLICATION