Loading...
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