Loading...
HomeMy WebLinkAboutC-1117 - Traffic signal & street lighting, San Joaquin, Santa RosaMAIL TO Laura Lagios, City Clerk 3300 W. Newport Blvd. Newport Beach, California 92660 19822 acr, 8480 PACE 58 I rIN RDED AT REQUE3T OF otr a s[wvoar se>tal FFICAL RECORD$ OF NGE COUNTY, CALIF. NOTICE OF COMPLETION 19:05 AM DEC 29 1967 J. WYLIE CARLYLE, County Recorder PUBLIC WORKS FREE To All Laborers and Material Men and to Every Other Person Interested: Cl YOU WILL PLEASE TAKE NOTICE that on October 26, 1967 the Public Works project consisting of Installation of Traffic Signals and Street Lighting on San Joaquin Hills Road at MacArthur Blvd and Santa Rosa Drive (C -1117) on wmcn was, the contractor, was the surety, was CITY OF NEWPORT BEACH I, the undersigned, say: I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury, that the foregoing ia true and correct. Executed on December 28. 1967 at Newport Beach, California. U VERIFICATION(OF I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on December 27, 1967 accepted the above described work as completed and ordered that a. Notice of Completion be filed. I declare.under penalty of perjury that the foregoing is true and.correct:,_ Executed-on December 28. 1967 at Newport Beach, f7l P " F 70 r lf! 1 December 277, 1967 TO: CITY COUNCIL n / FROM: Public Works Department SUBJECT: ACCEPTANCE OF INSTALLATION OF TRAFFIC SIGNALS AND STREET LIGHTING ON SAN JOAQUIN HILLS ROAD AT MAC ARTHUR BOULEVARD AND SANTA ROSA DRIVE (C -1117) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize The City Clerk to release the bonds 35 days after the Notice of Completion has been filed. DISCUSSION: The contract for the installation of traffic signals and street lighting on San Joaquin Hills Road at MacArthur Boulevard and Santa Rosa Drive has been completed to the satisfaction of the Public Works Department. The bid price was: Amount of items constructed: Amount of change orders: Total contract cost: Engineering: Total project cost: Financing Budgeted Gas Tax Fund $66,001.00 Irvine Company 11,000.00 $68,901.00 68,901.00 2,262.95 71,163.95 5,578.46 $76,742.41 Expended $65,761.10 10,981.31 Ralanr_P $239.90 18.69 Under the terms of a cooperative agreement, The Irvine Company contributed one -third of the cost of the Santa Rosa Drive signal. There were three extra work orders. After the contract was awarded, the State requested that changes be made to the plans for the MacArthur•Boulevard signal. A change order in the amount of $1,196.00 was approved by the Council and issued. After completion of the planned work, the State requested additional detectors at the MacArthur signal. A change order in the amount of $581.00 was approved by the Council and issued. In order to coil spare wire to be used in the future modification of the Santa Rosa Drive signal, it was necessary to install larger pull boxes. A change order in the amount of $485.95 was issued. The Contractor is Paul Gardner Corporation of Ontario, California. Engineering was by DeLeuw, Cather and Company of San Francisco, California The contract completion date was October 15, 1967. Due to a delay in obtaining parts from the East Coast, the worker (qp oR leted until October 26, 1967. oseph Devlin blic ks Director GPD /ldg -2 -7 -6 A c-a IoTe4 SUBS (NOK fILE:1 -19 (eeK �WTP l e oT afCum/1/ttw�✓ - .L 7—o /Fe/elt -i �virdi 3S�MfS WfbEC Nub fi /ed TO: CITY COUNCIL FROM: Public Works Department SUBJECT: TRAFFIC SIGNAL AT SAN JOAQUIN HILLS ROAD AND MAC ARTHUR BLVD., CONTRACT 1117 RECOMMENDATION: Approve a Change Order in the amount of $581.00 to Contract 1117. DISCUSSION: The Standard Specifications require Council approval of all extra work orders in excess of $500.00. Subsequent to the Contractor's installation of vehicle detectors in the southbound through lanes of MacArthur Blvd., the State Division of Highways modified the striping plan for the southbound lanes. As a result of the striping modification, it will be necessary to install an additional vehicle detector to provide adequate detection of the southbound lanes. The total cost of the Change Order will be $58100. Sufficient gas tax funds are available in Acct. #19- 3681 -045 and no budget amendment will be required. l COUNCIL: )cb sep h Devlin fp - 3.6 l is Wo ks Director DISPOSITION: y C ji 7 HTC /1 dg 5 G-1117 October 23, 1967 9 v TO: CITY COUNCIL FROM: Public Works Department SUBJECT: TRAFFIC SIGNAL AT SAN JOAQUIN HILLS ROAD AND MAC ARTHUR BLVD., CONTRACT 1117 RECOMMENDATION: Approve a Change Order in the amount of $581.00 to Contract 1117. DISCUSSION: The Standard Specifications require Council approval of all extra work orders in excess of $500.00. Subsequent to the Contractor's installation of vehicle detectors in the southbound through lanes of MacArthur Blvd., the State Division of Highways modified the striping plan for the southbound lanes. As a result of the striping modification, it will be necessary to install an additional vehicle detector to provide adequate detection of the southbound lanes. The total cost of the Change Order will be $58100. Sufficient gas tax funds are available in Acct. #19- 3681 -045 and no budget amendment will be required. l COUNCIL: )cb sep h Devlin fp - 3.6 l is Wo ks Director DISPOSITION: y C ji 7 HTC /1 dg 5 NET COST INCREASE,BID ITEM 2 .00 TOTAL COST INCREASE CONTRACT #1117 l]m$l 196.00 APPROVAL: HUNTER T. COOK, PROJECT ENGINEER DELETED 2 - 7' POLES 2 5.00 1 - 30' POLE WITH LUMINAIRE 913.00 225 LF, LOOP DETECTOR 272.00 1 - 31 PULLBOXES 390.00 1 - LOTS PAINT POLES ABOVE 10'ELEV. 130.00 1 - METERING CABINET 117.00 NET COST X4QEAS CONT TOR: BY i CITY OF NEWPORT BEACH DATE PUBLIC WORKS PROJECT CHANGE ORDER CHANGE ORDER NO. 1 DATE JULY 18. 1967 5721 26- 3381 -o45 = $416 CONTRACT NO. 1117 PURCHASE ORDER NO. 5722 BUDGET NOEQ -3g� 045 - 11797- CONTRACTOR'S NAME PAUL GARDNER CORPORATION PROJECT NAME AND NO. INSTALLATION OF TRAFFIC SIGNALS AND STREET LIGHTING AT THE tNTFRsrm oN OF SAN JOAQUIN HILLS RD. WITH SANTA ROSA DRIVE AND WITH MACARTHUR ROAD. I ACTION: AS A RESULT OF CHANGES IN DESIGN REQUIRED BY THE DIVISION OF HIGHWAYS AT THE MACARTHUR BLVD. SIGNAL AND CITY DESIGN CHANGES TO THE SANTA ROSA DRIVE 61ONALO P RFORM THE WORK SHDWN ON jNB ADDED �ID ITEM 1 SANTA ROSA & AN DRAWING R- 5110 -S SHEETS 1 -4Z JOAQUIN ADDE6 BID ITEM L MACARTHUR & SAN JOAQUIN ' PRESSURE DETECTORS 52 .00 1 PEDESTRIAN PUSHBUTTON POST 77.00 ftvAmw4!#xxxxxxxxxxxj39.4w 11 EXTERNAL LUMINAIRE BALLAST 55.00 3 PEDESTRIAN PUSHBUTTON 3 - #6 PULLBOXES 105.00 POSTS9 CONDUIT & WIRE 211-00 2 - #5 PULLBOXES 780.00 } 233.00. 10 - #5 PULLBox EXTENSIONS 165.00 DELETED 1 - SIGNAL HEAD 130.00 1}�tk�C}L70HRSIaXXXXX� 7C I 380 FTC 2't CONDUITSINSTALLED __290.00 NET COST INCREASE•BID ITEM 1 �XtI4 233.00 3130.00 NET COST INCREASE,BID ITEM 2 .00 TOTAL COST INCREASE CONTRACT #1117 l]m$l 196.00 APPROVAL: HUNTER T. COOK, PROJECT ENGINEER DELETED 2 - 7' POLES 2 5.00 1 - 30' POLE WITH LUMINAIRE 913.00 225 LF, LOOP DETECTOR 272.00 1 - 31 PULLBOXES 390.00 1 - LOTS PAINT POLES ABOVE 10'ELEV. 130.00 1 - METERING CABINET 117.00 NET COST X4QEAS CONT TOR: BY Pa F DATE July cc: Purchasing MIMI We , vice t/res a 0 TO: CITY COUNCIL FROM: PUBLIC WORKS DIRECTOR 77 AUGUST 111, 1967 i-9 SUBJECT: TRAFFIC SIGNALS AND STREET LIGHTING ON SAN JOAQUIN HILLS ROAD AT MAcARTHUR BOULEVARD AND SANTA ROSA DRIVE, CONTRACT 1117. RECOMMENDATION: APPROVE A CHANGE ORDER IN- d,H1p. AMOUNT OF $1,196.00 TO THE SUBJECT CONTRACT. DISCUSSION: THE STANDARD SPECIFICATIONS REQUIRE COUNCIL APPROVAL OF ALL CONTRACT EXTRA WORK ORDERS FOR AN AMOUNT GREATER THAN 500.00. ON JUNE 12, 19% THE COUNCIL AWARDED THE ABOVE CONTRACT TO PAUL GARDNER CORPORATION FOR 00,901.00. SUBSEQUENT TO THAT TIME, THE STATE DIVISION OF HIGHWAYS REQUESTED SEVERAL DESIGN CHANGES TO THE MACARTHUR BOULEVARD SIGNAL, THE MOST SIGNIFICANT OF WHICH WAS THE SUBSTITUTION OF PRESSURE DETECTOR PADS ON MACARTHUR BOULEVARD FOR THE LOOP DETECTORS PREVIOUSLY PLANNED TO BE USED. IN ADDITION, A MINOR CHANGE TO PEDESTRIAN PUSHBUTTON DETAILS HAS BEEN MADE AT THE SANTA ROSA DRIVE SIGNAL. WITH REGARD TO THE DETECTOR CHANGE ON MACARTHUR BOULEVARD, BOTH THE LOOP TYPE DETECTORS AND THE PRESSURE DETECTORS HAVE CERTAIN FUNCTIONAL ADVAN- TAGES, DEPENDING ON THE CIRCUMSTANCES INVOLVED IN THE PARTICULAR INSTALLATION. THE STATE FEELS THAT THE PRESSURE DETECTORS WOULD BE MORE ADVANTAGEOUS IN THIS LOCATION FROM THEIR POINT OF VIEW• THE TOTAL COST OF THE CHANGES, 1,196.00, HAS BEEN REVIEWED AND IS FELT TO BE REASONABLE. SUFFICIENT FUNDS ARE AVAILABLE IN THE APPROPRIATION FOR THE PROJECT.. No13UDGET AMENDMENT WILL BE NEEDED. �� e• vC/..G1^4 JOSEPH T. DEVLIN�a PUBLIC WORKS DIRECTOR JTD /BBN /LDG G yr 11 196 t BRANDER & (&MPANY ........ J� 3600 WILSHIRE BOULEVARD,...z', LOS ANGELES, CALIF. 90005 • 388 -9411 VERIFICATION- To: CITY OF NEWPORT BEACH ' 3300 WEST NEWPORT BOULEVARD NEWPORT BEACH, CALIFORNIA INSURANCE This is to certify that the following policies have been ise.Ved to: PAUL GARDNER CORPORATION 901 SOUTH SULTANA AVENUE ONTARIO, CALIFORNIA SUBJECT OF INSURANCE SIGNALS & LIGHTING - CO *RACT 1117 av Date: June 1b, 1967 APPROVED AS TO 40-; 1 Date: (�; - a3 CITY OR -:PGC 7321 TYPE OF POLICY COMPANY AND POLICY NUMBER POLICY PERIOD LIMITS OF LIABILITY WORKMEN'S COMPENSATION AND Industrial EFF:..7 /1 i/67 STATUTORY. Indemnity EMPLOYERS' LIABILITY _ -7./1/6$ E %l ONE ACCIDENT AND S AGGREGATE DISEASE CP 625 -2211 UNLIMITED IN CALIFORNIA COMPREHENSIVE GENERAL LIABILITY Industrial EFF. 71/67 _ Including contractual, proleclire, Indemnity st 300,000 EACH PERSON. completed operations and products. Exp. 7/l/68 S 500,000 EACH OCCURRENCE BODILY INJURY LG 626 -7400 AGGREGATE COMPLETED S SOO OOO OPERATIONS AND PRODUCTS S 200,000 EACH OCCURRENCE PROPERTY DAMAGE AGGREGATE COMPLETED OPERATIONS AND S 200,000 PRODUCTS COMPREHENSIVE Industrial 7/1./67 AUTOMOBILE Indemnity EFF. 300,000 LIABILITY S. EACH PERSON BODILY INJURY LG 626-7400 EXP. 7/1/68 $ 500,000 EACH OCCURRENCE - PROPERTY DAMAGE $ 50,000 EACH OCCURRENCE IT IS HEREBY UNDERSTOOD AN ) AGREED THAT IaE POLICIES.10 WHICH THIS CERTIFICATE REFERS MAY NOT BE CANCELLE MATERIALLY CHANGED, NOR 1HE AMOUNT OF COVERAGE THEREOF REDUCED, NOR THE POLICY AL , OWED TO LAPSE UNTIL TEN (1) DAYS AFTER RECEIPT BY THE CITY CLERK OF THE CITY OF 4EWPORT BEACH, CITY HALL, NIWPORT BEACH, CALIFORNIA, OF A REGISTERED WRITTEN NOTICE F SUCH CANCELLATION OR REDUCTION IN COVERAGE. IT IS UNDERSTOOD AND AGREE THAT THE CI OF NEWPORT BEACH IS NAMED AS AN ADDITIONAL INSURED. XIiW4�% 6PL> ISd6ttMx@ tRbXLXMKPIAL�ETkiL1X% b1LJtJl�lri'. 4X #t)4�LXIBLitl/ZE7{Pii57t/R�7t9C BRANDER & C PANY XEJODRKX9 (7F1LitdL�4E7(Ab7SD�Df�WL�(17L /AV14��I6F� rLi14��rYd6AVYdb%0 7dUED4X ( l XsmxGaLwRXOC: RTkDii4gX> Yc�r7El�xdkX2fi�74�4ifwfi7410xxXxm�JCxebvx �i � x7saga' xsLOCOCNaw4irRx�WL�r +diifdWFa41WF�ExYAb)FA'il��x by �- � � y.-� Para LDOIBev.TlasJ a1i� 5 e S : e 'ar t 31,,67 (7) �I l AGREEMENT I 2i 3!j THIS AGREEMENT made this !a day of v , 411: 1967, by and between THE IRVINE COMPANY, a West Viilginia corpor- 5�j ation, hereinafter "Company", and the CITY OF NEWPORT BEACH, a I 61 municipal corporation, hereinafter "City ". 7� RECITALS 8 The Company is presently engaged in constructing 9� improvements on lands held by it in the area bounded by the 10 Pacific Coast Highway, Jamboree Road, MacArthur Boulevard, and 11� future San Joaquin Hills Road. The area is called the Newport 1211 Center. In accordance with the City's conditions of approval 13 for Tentative Tract Map 6015 (Newport Center), financing of the 14i traffic signals presently required at San Joaquin Hills Road �I 15! and "East Street" (Santa Rosa Drive) is to be shared 2/3 by the 161 City and 1/3 by the Company. The parties hereto wish to estab- I 171 lish the terms and conditions upon which they will share the 1811: cost of constructing said traffic signal installation. 191 W I T N E S S E T H: 201 1. City hereby agrees to construct or cause to be con - 21�I structed the traffic signal installation in accordance with the 22! plans and specifications as prepared by DeLeuw, Cather & Company, jl 2311 as set forth in Flans and Specifications entitled Traffic Signal 2411 Installation, San Joaquin Hills Road and Santa Rosa Drive, Sheets 25: 1 to 4, dated May, 1967. Said contract shall be let at the I 26!� earliest practicable date, to allow its completion on or before ;I 27'I September 1, 1967. 281 2. The Irvine Company shall arrange for the preparation I 291 of all plans and specifications for said traffic signal instal- 1 301 lation, which plans and specifications shall be subject to the 311 approval of Company and City prior to award of a public works 32�� contract for the construction work of the project. I! li 21 I 3 I 41 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 t 0 3. The City shall award a public works contract for the project in conformity with the public bid procedure as set forth in Section 1110 of the City Charter. 4. Company shall reimburse City for one -third of the total cost of the traffic signal installation. Total cost shall be defined to include, in addition to the construction cost of the project, the cost of engineering, inspection, surveying, and staking. 5. Company shall advance City 50% of Company's esti- mated share of the construction cost, based on the successful bidder's prices, upon award of contract. Company shall pay to City the balance of Company's total share of the project's cost upon completion of the work. 6. City agrees to indemnify Company against and to hold Company harmless from any loss of or damage to any property or injury or death of any person whomsoever proximately caused in whole or in part by negligence of City, its employees, agents or contractors or by any act or omission for which City, its employees, agents or contractors are liable without fault in the construction of the traffic signal installation, save and except in those instances where such loss or damage or injury or death is proximately caused in whole or in part by any negligence of Company, its employees or agents or by any act or omission for which Company, its employees or agents are liable without fault. IN WITNESS WHEREOF Company has caused this Agreement to be executed by its officers thereunto duly authorized and City has caused this Agreement to be executed by its officials there- unto duly authorized by resolution of the City Council, as of the day and year first above written. CITY OF NEWPORT BEACH APPROVED AS TO FORM: � lr By C C�iZ00hl��tok uakV y Tully6ni. 5eyp5fur City Attorne Attest:� � r i er c 2. 1 4 4 5 6 7 10 11 12 13 14 15 16 17 18 19 20 21 22 25 24 25 26 27 28 29 3.0 31 32 • THE IRVI C PIPANY 4 JAE Co NE' By Vice President S E A L By Ks—sistant_,Secretary eST V, R 3. C 1 2 3 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 No. 6576 k UAMI %CRIZUX TM XXZCVrM OF AND SANTA W&A. MM on .•: hold N- , the traffic sigalLs 4 be lutwaoc♦tiou of San Job Bill* A*" yard Sentt& �" Drive., with We aeat $ to be m bi "Ud aempAV sad tba City of Newport B*wA; and WINUASO there Ms beef pre#eatell to do City gaumiL of the City of SaWert Neh en agreement boongn do City and ThO 7arvuw Camp setting forth, the terma and conditions of the cougumaaisat a" "Amo : as of mob trefi" Mon, IZOSA'i S tUMI VNIMAgo y. *xwual advantage of the Partleol appsoved a the Myor and City Clark an hereby authorixed and directed to a' A.. on behelf of tbo City of Newport AJMMW this 12th day of w AT!' ST a 1%76 0 40 TO: CITY COUNCIL FROM: PUBLIC WORKS DIRECTOR JUNE 12, 1967 SUBJECT: CONSTRUCTION OF NEWPORT CENTER TRAFFIC SIGNALS ON SAN JOAQUIN HILLS ROAD AT MAC ARTHUR BOULEVARD AND AT SANTA ROSA DRIVE, C -1117 RECOMMENDATIONS: 1. ,ADOPT A RESOLUTION AUTHORIZING THE MAYOR AND THE CITY CLERK TO EXECUTE A COOPERATIVE FINANCING AGREEMENT WITH THE IRVINE COMPANY FOR CONSTRUCTION OF THE SIGNAL AT SANTA ROSA DRIVE. 2. AUTHORIZE CONSTRUCTION ON PRIVATE PROPERTY PENDING DEDICATION OF THE RIGHT - OF -WAY ON THE FINAL TRACT MAP, AND AUTHORIZE THE PUBLIC WORKS DIRECTOR TO EXECUTE AN ENTRY PERMIT FROM THE IRVINE COMPANY ON BEHALF OF THE CITY. 3. ADOPT A RESOLUTION AWARDING THE CONTRACT TO PAUL GARDNER CORPORATION FOR $68,901.00, SUBJECT TO APPROVAL OF THE ENCROACHMENT PERMIT BY THE STATE; AND AUTHORIZING THE MAYOR AND THE CITY CLERK TO EXECUTE THE CONTRACT. DISCUSSION: INDICATED BELOW ARE THE PROJECT COSTS AND FINANCING: CONSTRUCTION CONTRACT ENGINEERING CONTINGENCIES TOTAL COST $68,901.00 6,000.00 2,099.00 $77,000.00 THREE 8103 WERE RECEIVED AND READ BY THE CITY CLERK AT 10:00 A.M. ON JUNE 7, 1967- PAUL GARDNER CORPORATION ONTARIO $68,901.00 SMITH ELECTRIC SUPPLY STANTON $71,700.00 STEINY AND MITCHEL, INC. LOS ANGELES $76,442.00 THE LOW BID IS 10% LESS THAN THE ENGINEERS ESTIMATE OF $76,600 PREPARED BY DE LEUW, CATHER & COMPANY; AND 160 MORE THAN THE CITY'S PRELIMINARY CONSTRUCTION COST ESTIMATE OF $540000. BECAUSE OF THE URGENCY IN CONTRACTING THIS PROJECT THE DETAILED ENGINEERS ESTIMATE WAS NOT YET AVAILABLE AT THE TIME OF ADVERTISING FOR BIDS4 INDICATED BELOW ARE THE PROJECT COSTS AND FINANCING: CONSTRUCTION CONTRACT ENGINEERING CONTINGENCIES TOTAL COST $68,901.00 6,000.00 2,099.00 $77,000.00 0 0 TO: CITY COUNCIL SUBJECT: CONTRACT 1117 PAGE 2 CONSTRUCTION OF THE SIGNAL AT SANTA ROSA DRIVE WILL BE FUNDED BY MEANS OF THE COOPERATIVE FINANCING AGREEMENT WITH THE IRVINE COMPANY. THE CITY SHARE OF THE COST IS TWO- THIRDSO OR APPROXI MATELY $22 ,,000; AND THE IRVINE COMPANY SHARE IS ONE - THIRDS OR APPROX114ATELY $11,000. THE CITY WILL BEAR THE ENTIRE COST OF THE MACARTHUR BOULEVARD SIGNAL. ALSO SCHEDULED FOR CONSTRUCTION AT THIS TIME IS A SIGNAL AT COAST HIGHWAY AND NEWPORT CENTER DRIVES WITH THE ENTIRE COST AND THE CONSTRUCTION CONTRACT TO BE HANDLED BY THE IRVINE COMPANY. THESE OBLIGATIONS ARE IN ACCORDANCE WITH THE CONDITION OF APPROVAL FOR THE NEWPORT CENTER TENTATIVE TRACT MAP. IT HAD ORIGINALLY BEEN PLANNED TO SCHEDULE THIS PROJECT IN THE 1967 -68 FISCAL YEAR. DUE TO THE LONG LEAD TIME PRESENTLY EXISTING FOR DELIVERY OF ELECTRONIC COM- PONENTS, IT HAS BEEN NECESSARY TO ADVANCE THE SCHEDULE IN ORDER TO COMPLETE THE SIGNALS FOR THE OPENING OF THE CENTER. THE PROPOSED CAPITAL.PROJECTS BUDGET FOR FISCAL YEAR 1967 -68 INCLUDES $502000 OF SECTION 186.1 GAS TAX FUNDS FOR THE CITY SHARE OF THE NEWPORT CENTER SIGNALS. BASED ON THE LOW BID RECEIVEDP THE TOTAL CITY SHARE, INCLUDING ENGINEERING AND CONTINGENCIES IS APPROXIMATELY $66,000. IN ORDER TO PROVIDE FOR THE INCREASED COST IT IS RECOMMENDED THAT THE PROJECT FOR CONSTRUCTION OF A TRAFFIC SIGNAL AT THE INTERSECTION OF PLACENTIA AND SUPERIOR AVENUES BE DELETED FROM THE PROPOSED 1967 -68 CAPITAL IMPROVEMENT BUDGET. THE INSTALL- ATION OF A 4 -WAY STOP AT THE INTERSECTION HAS RESULTED IN SATISFACTORY OPERATIONAL CHARACTERISTICS AND HAS LESSENED THE IMMEDIATE NEED FOR THE SIGNAL. BOTH THE ORANGE COUNTY ROAD DEPARTMENT AND THE CITY TRAFFIC ENGINEER CONCUR IN DEFERRAL OF CONSTRUCTION OF THE SIGNAL. ANOTHER FACTOR TENDING TO FAVOR DEFERRAL OF THE WORK IS THE CURRENT UNCERTAINTY AS TO THE TIMING OF THE,WIDENING OF THE EASTERLY SIDE OF SUPERIOR AVENUE SOUTHERLY OF THE INTERSECTION ) WMICH IS PLANNED TO BE DONE IN CONJUNCTION WITH THE DEVELOPMENT OF THE NEWPORT NATIONAL BANK SITE ON THE'CAGNEY PROPERTY. A BUDGET AMENDMENT APPROPRIATING THE NECESSARY FUNDS AND SETTING UP THE IRVINE COMPANY CONTRIBUTION HAS BEEN PREPARED FOR COUNCIL 'CONSIDERATION. ENGINEERING FOR THE 'PROJECT HAS BEEN PERFORMED BY DELEUW., CATHER & COMPANY AS AUTHORIZED BY THE COUNCIL ON FEBRUARY 142 1967. THE ENGINEERS WERE RETAINED BY THE CITY FOR DESIGN OF THE MACARTHUR SIGNAL AND BY THE IRVINE COMPANY FOR THE OTHER SIGNALS. THE CONTRACT DATE OF FINAL COMPLETION IS OCTOBER 15, 1967. THE SPECIFI- CATIONS PROVIDE THAT THE SIGNALS MUST BE IN OPERATION BY SEPTEMBER I, 1967, WITH' TEMPORARY'CONTROLLERS IF NEEDED, IN ORDER TO MEET THE DEADLINE FOR THE SCHEDULED OPENING OF THE CENTER ON SEPTEMBER 13..' 1 2 _ � OSEPH DEI IN UBLIC RKS DIRECTOR ATTEST TO OPENIN OF BIDS:, A DEPUTY CITY CLERK BBN:14AJ ft: f 6 r paxamm is the notice inv#." bids for vw k 7 00asist4ag of aw iastalia'fioa of traffic sisals scut stre" 8 liahtlft at #its ingenw4tion of im Jats*ua lulls Read w uu donut 9 Rata Oro* acrd W&tb maduawr aptlat rd tar dw aty of xwpart 10 ftwh. in With CAa Pis aid sp044fias u! harartaaFove 11 4d*VW* bide wnxe a "ved an the ith day of June* M*70 aid 12 pibUaly opsMd WA dsOAmW; acrid 13 wwmws it ""a" that the law ast mapossiblo bidder 14 fatm%V is Pod ftr4ow Q0 poaatdaat 15' MWo ' ► BE IT MAWOU that the bdA of i"o" 16 G&rdftx 94tUft xa the smamt, of $6$$901 be aseeptatd and that 17 the 40M Mat for ties amtra4tise work be anapr"d to ssUA bidder. 18 OR 11 NUTUR& IMMM that site r and City aleck 19 am bemby 460thweised Md dL W td SO atU*Mt* a eeaaitytraat is 201 ag4oVla*M With the %"MjjLG&tiA+usy bind Md this go"d on behalf 21I et tiw City of tart Beach,, atasd treat On City Clssk be directed 221 to ft=ish do esoMtod aspy to do atxsaM**k i bi;d3ar. '23 ABUIRD this ..,..ri.. day of 2pb7. 24 12th June 25 26 �.�.+.... e......a,....�..... ATTEST 27 28 CrVy MAIN 29 WO, 31 32 THE IRVINE COMPANY f May 6, 1968}`^ City of Newport Beach 3300 West Newport Boulevard Newport Beach, California Attention Mr. B. B. Nolan I RVINE, CALIFORNIA 92664 919.54. -0120 Subject: Traffic Signal San Joaquin Hills Road and Santa Rosa Drive Gentlemen: By an invoice dated January 3, "1968, The Irvine Company was requested to transmit the sum of $10;981.31 as its share in the cost of constructing the traffic signal in the subject inter- section. We have reviewed a letter by Mr. Hunter Cook of your office indicating that the total cost of the project was $32,943.93, and therefore the Irvine Company's share would be one -third of that amount. However, we would appreciate your reviewing the, indicated cost of $2,935.90 as being the engineering.for this ascertaining if it was the City of Newport Beach or the Irvine Company who paid DeLeuw Cather for this work. If it was the Irvine Company, we should have that amount reflected as a credit toward our applicable share of the project cost. Please notify this office of this information so that we may properly process the payment of our share of this job. Very truly yours, Frank E. Hughes Vice President, Project Development FEH /cjz cc: City Clerk f, %4 W O z 0 0- "I 7D col W, 22 IV) 1p C5 w LLJ Lu z 0 C) LLI Ef F® um z 0 D HH111; 11 I Ef F® um 0 c- tY 22, 1967 -r - // TO: CITY COUNCIL FROM: PUBLIC WORKS DIRECTOR SUBJECT: CONSTRUCTION OF NEWPORT CENTER TRAFFIC SIGNALS, C -1117 RECOMMENDATIONS: 1. APPROVE THE PLANS AND SPECIFICATIONS. 2. AUTHORIZE THE CITY CLERK TO ADVERTISE FOR BIDS TO BE RECEIVED AT 10:00 A.M. ON WEDNESDAY, JUNE 71 1967- DISCUSSION: THIS PROJECT WILL PROVIDE FOR THE CONSTRUCTION OF TWO TRAFFIC SIGNALS IN THE NEWPORT CENTER AREA. THE LOCATIONS ARE: 1. MACARTHUR BOULEVARD AT SAN JOAQUIN HILLS ROAD. 2. SAN JOAQUIN HILLS ROAD AT SANTA ROSA DRIVE (EAST STREET). CONSTRUCTION OF THE SIGNAL AT SANTA ROSA DRIVE WILL BE FUNDED BY.MEANS OF A COOPERATIVE FINANCING AGREEMENT WITH THE IRVINE COMPANY. THE CITY SHARE IS TWO - THIRDS OF THE COST AND THE IRVINE COMPANY SHARE IS ONE - THIRD. THE CITY WILL BEAR THE ENTIRE COST OF THE MACARTHUR BOULEVARD SIGNAL. ALSO SCHEDULED FOR CON- STRUCTION AT THIS TIME IS A SIGNAL AT COAST HIGHWAY AND NEWPORT CENTER DRIVE, WITH THE ENTIRE COST AND THE CONSTRUCTION CONTRACT TO BE HANDLED BY THE IRVINE COMPANY., THESE OBLIGATIONS ARE IN ACCORDANCE WITH THE CONDITIONS OF APPROVAL FOR TENTAT,IVE.TRACT 6015 (NEWPQRT CENTER). ENGINEERING FOR THE PROJECT WAS PERFORMED BY DELEUW, CATHER & COMPANY. THE ENGINEERS WERE RETAINED BY THE CITY, AS APPROVED BY THE COUNCIL ON FEBRUARY 14, 1967, FOR DESIGN OF THE MACARTHUR SIGNAL; AND BY THE IRVINE COMPANY FOR DE- SIGN OF THE OTHER SIGNALS. �p IT HAD ORIGINALLY BEEN PLANNED TO SCHEDULE THIS PROJECT FOR THE 1967- 68 FISCAL_YEAR. HOWEVER, BECAUSE OF THE LONG LEAD TIME EXISTING AT PRESENT FOR DELIVERY OF ELECTRONIC COMPONENTS, IT HAS BEEN NECESSARY TO ADVANCE THE SCHEDULE IN ORDER TO COMPLETE THE SIGNALS FOR THE OPENING OF THE CENTER. � 7 �� 6 0 0 TO: THE CITY COUNCIL SUBJECT: CONTRACT NO. 1117 PAGE 2 THE ESTIMATED COSTS, INCLUDING ENGINEERING2 ARE $50.,000 FOR THE CITY SHARES AND $10,000 FOR THE IRVINE COMPANY SHARE. SUFFICIENT SECTION 186.1 GAS TAX REVENUES ARE AVAILABLE TO FINANCE THE CITY SHARE. A BUDGET AMENDMENT AND THE COOPERATIVE FINANCING AGREEMENT WILL BE PRESENTED FOR COUNCIL CONSIDERATION UPON RECEIPT OF BIDS. THE ESTIMATED DATE OF COMPLETION IS SEPTEMBER 1, 1967- JOSEPH T. DEVLIN/ PUBLIC WORKS DIRECTOR BBN:NAJ T �. *ITY CLERIC OsttGItJA>_ CONTRACT NO. 1117 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR INSTALLATION OF TRAFFIC SIGNALS AND STREET LIGHTING AT THE INTERSECTION OF SAN JOAQUIN HILLS ROAD WITH SANTA ROSA DRIVE AND WITH MAC ARTHUR BOULEVARD APPROVED BY THE CITY COUNCIL ON THIS 22ND DAY OF MAYy 1967 /�ww it CLERK LAURA LAOIOSO TY CLERK 0 • PAGE I —A SHEET I OF 2) CITY OF NEWPORT BEACHS CALIFORNIA NOTICE OF INVITING BIDS SEALED BIDS WILL BE RECEIVED AT THE OFFICE OF THE CITY CLERKS CITY HALLS NEWPORT BEACH, CALIFORNIA$ UNTIL 10:00 A.M., ON THE 7TH DAY,OF JUNE.0 1967, AT WHICH TIME THEY WILL BE PUB- LICLY OPENED AND READS FOR PERFORMING WORK AS FOLLOWS: INSTALLATION OF TRAFFIC SIGNALS AND STREET LIGHTING AT THE INTERSECTION OF SAN JOAQUIN HILLS ROAD WITH SANTA ROSA DRIVE AND WITH MAC ARTHUR BOULEVARD CONTRACT NO. 1117 NO BID WILL BE RECEIVED UNLESS IT IS MADE ON A PROPOSAL FORM FURNISHED BY THE PUBLIC WORKS DEPARTMENT. EACH BID MUST BE ACCCMPANIED BY CASH., CERTIFIED CHECK OR BIDDERS BOND MADE PAYABLE TO THE CITY OF NEWPORT BEACHp FOR AN AMOUNT EQUAL TO AT LEAST IO PERCENT OF THE AMOUNT BID. THE DOCUMENTS INCLUDED WITHIN THE SEALED BIDS WHICH REQUIRE COMPLETION AND EXECUTION ARE THE FOLLOWING: 1. - PROPOSAL 4. PAGE 9 - NON - COLLUSION AFFIDAVIT 2. PAGE 3 - DESIGNATION OF SUB - CONTRACTORS 5. PAGE IO - CONTRACTORS FINANCIAL 3. PAGE 4 - BIDDER'S BOND STATUS THE DOCUMENTS SHALL BE AFFIXED WITH THE APPROPRIATE SIGNATURES AND TITLES OF THE PERSONS SIGNING ON BEHALF OF THE BIDDER. FOR CORPORATIONS, THE SIGNATURES OF THE PRESIDENT OR VICE - PRESIDENT, AND SECRETARY OR ASSISTANT SECRETARY ARE REQUIRED AND THE CORPORATE SEAL SHALL BE AFFIXED TO ALL DOCUMENTS REQUIRING SIGNATURES. IN THE CASE OF A PARTNERSHIPS THE SIGNA- TURE OF AT LEAST ONE GENERAL PARTNER .S REQUIRED. ALL BIDS ARE TO BE COMPARED ON THE BASIS OF THE ENGINEERS ESTIMATE. THE ESTIMATED QUANTITIES ARE APPROXIMATE ONLY., BEING GIVEN SOLELY AS A BASIS FOR THE COMPARISON OF BIDS. NO BID WILL BE ACCEPTED FROM A CONTRACTOR WHO HAS NOT BEEN LICENSED IN ACCORDANCE WITH THE PROVISIONS OF CHAPTER 90 DIVISION III OF BUSINESS AND PROFESSIONS' CODE. THE CON- TRACTOR SHALL STATE HIS LICENSE NUMBER AND CLASSIFICATION IN THE PROPOSAL. PLANS 2 SPECIAL PROVISIONSp AND CONTRACT DOCUMENTS MAY BE OBTAINED AT THE PUBLIC WORKS DEPARTMENTS CITY HALLS NEWPORT BEACHp CALIFORNIAp AT NO COST TO LICENSED CONTRACTORS. A NON- REFUNDABLE CHARGE OF $2.00 WILL BE REQUIRED FOR EACH SET OF PLANSO SPECIAL PROVISIONS AND CONTRACT DOCUMENTS FOR OTHERS THAN LICENSED CONTRACTORS. IT IS REQUESTED THAT THE PLANS AND SPECIAL PROVISIONS BE RETURNED WITHIN 2 WEEKS AFTER THE BID OPENING. A NON- REFUNDABLE CHARGE OF $2.00 WILL BE REQUIRED FOR EACH SET OF CITY OF NEWPORT BEACH STANDARD SPECIFICATIONS. THE CITY OF NEWPORT BEACH RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS AND TO WAIVE ANY INFORMALITY IN SUCH BIDS. IN ACCORDANCE WITH THE PROVISIONS OF SECTION 1770 OF THE LABOR CODES THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH HAS ASCERTAINED THE GENERAL PREVAILING RATE OF PER DIEM WAGES IN THE LOCALITY IN WHICH THE WORK IS TO BE PERFORMED FOR EACH CRAFT OR TYPE OF WORKMAN OR MECHANIC NEEDED TO EXECUTE THE CONTRACT AND IS SET FORTH IN RESOLUTION NO. 6519. A COPY OF SAID RESOLUTION IS AVAILABLE IN THE OFFICE OF THE CITY CLERK IN THE CITY OF NEWPORT BEACH. THE FOLLOWING IS THE SCHEDULE OF PREVAILING WAGE RATES, 1966 -67, FOR A SELECTIVE LIST OF CLASSIFICATIONS. TOGETHER WITH THE INFORMATION INCLUDED IN RESOLUTION NO. 6519 1 THIS SCHEDULE IS TO BE CONSIDERED A PART OF THESE CONTRACT SPECIFICATIONS. PREVAILING WAGE RATES - 1966 -67 CLASSIFICATION (SELECTIVE LISTING). (5/1/66) (5/1167 CARPENTERS 4.83 CEMENT MASON JOURNEYMAN 4.60 4.84 LABORERS GENERAL OR CONSTRUCTION 3.70 3 85 ASPHALT RAKER & IRONER 3.91 4.06 FLAGMAN 3.70 3.85 3 GUINEA CHASER e78 LAYING OF ALL NON- METALLIC PIPE 9.01 4.9 19 TUNNEL CLASSIFICATIONS VISRATORMAN, .TACK HAMMER, PNEUMATIC TOOLS, . EXCEPT DRILLER) 4.315. 4.4445 OPERATING ENGINEERS t 66(7/t/67) OILER AND SIGNALMAN (GROUP 1) 4 g53 SKIPLOADER LESS 3/4 YD;) (GROUP 2) 4.62 4.77 RODMAN AND CHAINMAN OROUP..3)• 4.86 � 5.01 INSTRUMENTMAN (GROUP 4) 4.97y 5.12 GRADE CHECKER GROUP 5) 5.10 5.31 PAVEMENT- BREAKER OPERATOR (GROUP 5) 5.16 5. 1 GRADE -ALL OPERATOR (GROUP 6) 5.26 5. 1 TEAMSTERS (5/1/66) pLi I 6,) DUMP TRUCK DRIVER (LESS THAN 4 YDS) .3+4"5" 4.50 WATER TRUCK DRIVER (250Q GAL. TO 4000 GAL.) 4.53 4.68 BUILDING AND CONSTRUCTION TRADES F 1 66 (5/1/67) BRICKLAYER & STONE MASON 15 5.15 ELECTRICIAN U11166) t 6 ) JOURNEYMAN WIREMAN .11 55 (4/28/66) LATHER 5 PAINTERS 166 (7/1/67) JOURNEYMAN - SPRAY 5.22 5.33 PIPE TRADES PLUMBER 5.55 5.64 ANY CLASSIFICATION OMITTED HEREIN SHALL BE THE PREVAILING CRAFT RATE. OVERTIME, SUNDAY AND HOLIDAY RATES ARE AT PREVAILING CRAFT RATES. CITY OF NEWPORT BEACH, CALIFORNIA LAURA LAGIOS, CITY CLERK 1 L CITY OF NEWPORT BEACH 0 INSTALLATION OF TRAFFIC SIGNALS AND STREET LIGHTING AT THE INTERSECTION OF SAN JOAQUIN HILLS ROAD WITH SANTA ROSA DRIVE AND WITH MAC ARTHUR BOULEVARD CONTRACT NO. 1117 PROPOSAL TO THE CITY COUNCIL CaTY OF NEWPORT BEACH 3300 W. NEWPORT BOULEVARD NEWPORT BEACH) CALIFORNIA GENTLEMEN: THE UNDERSIGNED DECLARES THAT HE HAS CAREFULLY EXAMINED THE LOCATIONS OF THE WORK,-HAS EXAMINED THE PLANS AND SPECIFICATIONS HAS READ THE INFORMATION FOR BIDDERS AND HEREBY AGREES TO FURNISH ALL LABOR, MATERIALS, EQUIPMENT, TRANSPORTATION AND SERVICES TO DO ALL THE WORK REQUIRED TO COMPLETE CONTRACT NO. 1117, INSTALLATION OF TRAFFIC SIGNALS AND STREET LIGHTING AT THE INTERSECTION OF SAN JOAQUIN HILLS ROAD WITH SANTA ROSA DRIVE AND WITH MACARTHUR BOULEVARDX IN ACCORDANCE WITH THESE PLANS, THE SPECIFICATIONS OF THE CITY OF NEWPORT BEACH., AND THESE SPECIAL PROVISIONS AND THAT HE WILL TAKE IN FULL PAY- MENT THEREFOR THE FOLLOWING PRICES FOR EACH ITEM COMPLETE IN PLACES TO WIT: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL N0. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE I.. LUMP SUN INSTALLATION OF TRAFFIC SIGNALS AND STREET LIGHTING AT SAN JOAQUIN }TILLS _ROAD AND SANTA ROSA DRIVE TWENTY NINE THOUSAND THREE ® HUNDRED FIFTY -NINE DOLLARS AND No CENTS $_ 29,359.00 $ 292359.00 LUMP SUM 2. LUMP SUN INSTALLATION OF TRAFFIC SIGNALS AND STREET LIGHTING AT SAN JOAQUIN HILLS ROAD AND MACARTHUR BOULEVARD THIRTY NINE THOUSAND FIVE ® HUNDRED FORTY -TWO DOLLARS AND NO CENTS $329542-00 $3-9.,542.00 LUMP SUN TOTAL PRICE WRITTEN IN WORDS: SIXTT' =EIGHT THOUSAND NINE HUNDRED ON DOLLARS TOTAL AND NO CENTS $ 68.901.00 2/7/67 ALL BIDS ARE TO BE COMPUTED ON THE BASIS OF THE GIVEN ESTIMATED QUANTITIES OF WORKS, AS INDICATED IN THIS PROPOSALS, TIMES THE UNIT PRICE AS SUBMITTED BY THE BIDDER. IN CASE OF A DISCREPANCY BETWEEN WORDS AND FIGURESS, THE WORDS SHALL PREVAIL. IN CASE OF AN ERROR IN THE EXTENSION OF A UNIT .PRICES, THE CORRECTED EXTENSION SHALL BE CALCULATED AND THE BIDS WILL BE COMPUTED AS INDICATED ABOVE AND COMPARED ON THE BASIS.OF THE CORRECTED TOTALS. THE ESTIMATED QUANTITIES OF WORK INDICATED IN THIS. PROPOSAL ARE APPROXIMATE ONLYS, BEING GIVEN SOLELY AS A BASIS FOR COMPARISON OF BIDS. THE UNDERSIGNED HAS CHECKED CAREFULLY ALL OF THE ABOVE FIGURES AND UNDERSTANDS THAT THE CITY WILL NOT BE RESPONSIBLE FOR ANY ERRORS OR OMISSIONS ON THE PART OF THE UNDERSIGNED IN MAKING UP THIS BID. THE UNDERSIGNED AGREES THAT IN CASE OF DEFAULT IN EXECUTING THE REQUIRED CONTRACT WITH NECESSARY BONDS WITHIN TEN (10) DAYS, NOT INCLUDING SUNDAYS, AFTER HAVING RECEIVED NOTICE THAT THE CONTRACT IS READY FOR SIGNATURES, THE PROCEEDS OF CHECK OR BOND ACCOMPANY- ING THIS BID SHALL BECOME THE PROPERTY OF THE CITY OF NEWPORT BEACH. LICENSED IN ACCORDANCE WITH THE STATUTES OF THE STATE OF CALIFORNIA PROVIDING FOR THE REGISTRATION OF CONTRACTORSS, LICENSE N0. 172258 CLASSIFICATION 6-10 ACCOMPANYING THIS PROPOSAL IS BIDDERS BOND CASHS, CERTIFIED CHECKS, CASHIERS CHECK OR BOND IN AN AMOUNT NOT LESS TITAN 10 PERCENT OF THE TOTAL BID PRICE. THE UNDERSIGNED IS AWARE OF THE PROVISIONS OF SECTION 3700 OF THE LABOR CODE WHICH REQUIRE EVERY EMPLOYER TO BE INSURED AGAINST LIABILITY FOR WORKMEN 15 COMPENSATION OR TO UNDERTAKE SELF- INSURANCE IN ACCORDANCE WITH THE PROVISIONS OF THAT CODES, AND AGREES TO COMPLY WITH SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE OF THE WORK OF THIS CONTRACT. 714 984 -1714 PHONE NUMBER JUNE 7. 1967 DATE 9OI S. SULTANA AVENUE PAUL GARDNER CORPORATION BIDDERS NAME (SEAL) (S) PAUL R. GARDNER AUTHORIZED SIGNATURE PAUL R. GARDNERy PRESIDENT (S) PAUL R. GARDNER AUTHORIZED SIGNATURE PAUL R. GARDNER JR.S, SECRETARY ONTARIOS, CALIFORNIA CORPORATION BIDDERS ADDRESS TTPE OF ORGANIZATION (INDIVIDUALS, CORPORATIONS, CO- PARTNERSHIP) LIST BELOW NAMES OF PRESIDENTS, SECRETARYS, TREASURER AND MANAGER•IF A CORPORATIONS, AND NAMES OF ALL CO- PARTNERS IF A CO- PARTNERSHIPS PAUL R. GARDNER - PRESIDENTS TREASURERS, MANAGER PAUL R. GARDNER. JR. - VICE PRESIDENTS, SECRETARY • PAGE 3 DESIGNATION OF SUB - CONTRACTORS THE UNDERSIGNED CERTIFIES THAT HE HAS USED THE SUB -BIDS OF THE FOLLOWING LISTED CONTRACTORS IN MAKING UP HIS BID AND THAT THE SUB - CONTRACTORS LISTED WILL BE USED FOR THE WORK FOR WHICH THEY SIDI SUBJECT TO THE APPROVAL OF THE CkTY ENGINEERS AND IN ACCORDANCE WITH THE APPLICABLE PROVISIONS OF THE SPECIFICATIONS. NO CHANGE MAY SE MADE IN THESE SUB - CONTRACTORS EXCEPT UPON THE PRIOR APPROVAL OF THE ENGINEER. ITEM OF WORK SUB - CONTRACTOR ADDRESS !. NONE 2. 3- 4. 5• 6. 7• 8. 9• 10. I1. 12. PAUL GARDNER CORPORATION BIDDERS NAME (S) PAUL R. GARDNERy AUTHORIZED SIGNATURE I PAUL R. GARDNER$ PRESIDENT \S) PAUL R. GARDNERy JR. PAUL R. GARDNERy JR. SECRETARY CORPORATION TYPE OF ORGANIZATION (INDIVIDUALS COPARTNERSHIP OR CORPCRATION) 901 S. SULTANA AVENUE ONTAR109 CALIFORNIA ADDRESS • PAGE 4 FOR ORIGINAL, SEE CITY CLERK'S OFFICE BIDDER'S BOND TO ACCOMPANY PROPOSAL BOND 50290090 -B KNOW ALL MEN BY THESE PRESENTS, THAT WE, PAUL GARDNER CORPORATION , AS PRINCIPAL, AND FEDERAL INSURANCE COMPANY I , AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY'-OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OF TEN PERCENT OF THE AMOUNT OF THE BID DOLLARS 10% Jj LAWFUL MONEY OF THE UNITED STATES FOR THE PAYMENT OF WHICH SUM WELL AND TRULY TO BE MADE, WE BIND OURSELVES, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, THAT IF THE PROPOSAL OF THE ABOVE BOUNDEN PRINCIPAL FOR THE CONSTRUCTION OF INSTALLATION OF TRAFFIC SIGNALS AND STREET LIGHTING AT THE INTERSECTION OF SAN JOAQUTQ- HILLS.ROAD WITH SANTA ROSA DRIVE AND WITH MACARTHUR BOULEVARD, CONTRACT NO. 1117 IN TIIE CITY.OF NEWPORT BEACH, IS ACCEPTED BY THE CITY COUNCIL OF SAID CITY, AND IF THE ABOVE BOUNDEN PRINCIPAL SHALL DULY ENTER INTO AND EXECUTE A CONTRACT FOR SUCH CONSTRUC- TION AND SHALL EXECUTE AND DELIVER THE TWO (2) BONDS DESCRIBED IN THE "NOTICE INVITING BIDS" WITHIN TEN (10) DAYS NOT INCLUDING SATURDAY AND SUNDAY),FROM THE DATE OF THE MAILING OF A NOTICE TO THE ABOVE BOUNDEN PRINCIPAL BY AND FROM SAID CITY OF NEWPORT BEACH THAT SAID CONTRACT IS READY FOR EXECUTION, THEN THIS OBLIGATION SHALL BECOME NULL AND VOID; OTHERWISE IT DE AND REMAIN IN FULL FORCE AND EFFECT, AND THE AMOUNT SPECIFIED HEREIN SHALL BE FORFEITED TO THE SAID CITY. IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND AS AN INDIVIDUAL, IT IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOF, WE HEREUNTO SET OUR HANDS AND SEALS THIS 7TH DAY OF JUNE , 1967 . CORPORATE SEAL (IF CORPORATION) PAUL GARDNER CORPORATION PRINCIPAL ATTACH ACKNOWLEDGEMENT OF (S) PAUL R. GARDNER, PRESIDENT ATTORNEY IN FACT) (S) PAUL R. GARDNER, JR. SECRETARY FEDERAL INSURANCE COMPANY SURETY BY (S) WILLIAM.A. MILLER WILLIAM . MILLER TITLE ATTORNEY - IN - FACT • PAGE 7 PERFORMANCE BOND BOND 8031 -72 -32 PREMIUM: $ 258.00 KNOW ALL MEN BY THESE PRESENTS, THAT =t... WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTED JUNE 12, 1967 HAS AWARDED TO PAUL GARDNER CORPORATION , HEREINAFTER DESIGNATED AS THE "PRINCIPAL , A CONTRACT FOR INSTALLATION OF TRAFFIC SIGNALS AND STREET LIGHTING AT THE INTERSECTION OF SAN JOAQUIN HILLS ROAD WITH SANTA ROSA DRIVE AND WITH MACARTNUR BOULEVARD, CONTRACT No,'TIF7 IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI- CATIONS AND OTHER CONTRACT DOCUMENTS NOW ON FILE IN THE OFFICE OF THE CITY CLERK OF THE CITY OF NEWPORT BEACH. WHEREAS, SAID PRINCLPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND THE TERMS THEREOF REQUIRE THE FURNISHING A BOND FOR THE FAITHFUL PERFORMANCE OF. SAID CONTRACT; NOW, THEREFORE, WE, PAUL GARDNER CORPORATION AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE "CONTRACTOR", AND FEDERAL INSURANCE COMPANY AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF Thirty -four Thousand, Four Hundred Fifty and 50/100 d-------------- - - - - -- DOLLARS 0 34,450.50 - - - - - -- ), SAID SUM BEING EQUAL TO Sop OF THE ESTIMATED AMOUNT OF THE CONTRACT, TO BE PAID t0. THE SAID CITY OR ITS CERTAIN ATTORNEY, ITS SUCCESSORS, AND ASSIGNS; FOR WHICH PAY_: MENT, WELL AND TRULY TO BE MADE, WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND AD -, MINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRE- SENTS. THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE ABOVE BOUNDEN PRINCIPAL, HIS OR ITS HEIRS, EXECUTORS, ADMINISTRATORS, SUCCESSORS, OR ASSIGNS, SHALL IN ALL THINGS STAND TO AND ABIDE BY, AND WELL AND TRULY KEEP AND PERFORM THE COVENANTS, CONDITIONS AND AGREEMENTS IN THE SAID CONTRACT AND ANY ALTERATION THEREOF MADE AS THEREIN PRO- VIDED ON HIS OR THEIR PART, TO BE KEPT AND PERFORMED AT THE TIME AND IN THE MANNER THEREIN SPECIFIED, AND IN ALL RESPECTS ACCORDING TO THEIR TRUE INTENT AND MEANING, AND SMALL INDEMNIFY AND SAVE HARMLESS THE CITY OF NEWPORT BEACH, ITS OFFICERS AND AGENTS, AS THEREIN STIPULATED, THEN THIS OBLIGATION SHALL BECOME NULL AND VOID; OTHERWISE IT SMALL REMAIN IN FULL FORCE AND VIRTUE. PAGE 8 (PERFORMANCE BOND - CONTINUED) AND SAID SURETY, FOR VALUE RECEIVED, HEREBY. STIPULATES AND AGREES THAT NO CHANGE, EXTENSION OF TIME, ALTERATION OR ADDITION 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 CHANGE, EXTENSION OF TIME, ALTERATION OR ADDITION.TO THE TERMS OF THE CON- : TRACT 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 ON ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS WHEREOF, THIS INSTRUMENT HAS BEEN DULY EXECUTED SY'THE PRINCIPAL AND SURETY ABOVE NAMED, ON THE 19th DAY OF June 196-7 PAUL GARDNER CORPORATION (SEAL (SEAL) ` FEDERAL INSURANCE COMPANY (SEAL) SURETY .C. _. William A. Miller; Attorney�'kirFaet APPROVED Ap,�ORMC I ACKNOWLEDGMENT OF ANNFJ= STATE OF CALIFORNIA LOS ANGELES COUNTY OF--.— *t t. 19th Aa June ..--y in the year one thousand nine hundred before IA U a Notary Public in and for the County of residing therein,, duly commissioned andegorn, personally appeared I TO . ........ known to me to be the ..... . ............ ........ of FEDERAL INSURANCE COMPANY, the Corporation that executed the within instrument, and also known to me to be the person..— who executed the within instrument on behalf of the Corporation therein named and acknowledged to me that such Corporation executed the sum LM )g&rff@ WHEREOF, I have hereunto set my hand and affixed my official seal in the County of day and year in GLORIA H. F0GI,rr- ]A WTARY PUSLIC-CAIAFORNI _t IN PRI.NCIPAL OFFICE IN LOS ANGELES COVN,1Y gw� My Commission Expires Feb. 21, 1969 Ant ab*ove ridev. 7/77en,*�f-� PRINTED IN U. S. A. 0 9 PAGE 5 LAB% AND MATERIAL BOND BOND 8031 -72 -32 KNOW ALL MEN BY THESE PRESENTS, THAT WHEREAS, THE CITY COUNCIL.OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA, BY MOTION ADOPTED JUNE 12p 1967 HAS AWARDED TO PAUL GARDNER CORPORATION HEREINAFTER DESIGNATED AS THE "PRINCIPAL"" A CONTRACT FOR INSTALLATION OF TRAFFIC SIGNALS AND STREET LIGHTING AT THE INTERSECTION OF SAN JOAQUIN HILLS ROAD WITH SANTA ROSA DRIVE AND WITH MACARTHUR BOULEVARD• IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI- CATIONS AND OTHER CONTRACT DOCUMENTS ON FILE IN THE OFFICE OF THE CITY CLERK. WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND THE TERMS THEREOF REQUIRE THE FURNISHING OF A BOND WITH SAID CONTRACT, PROVIDING THAT IF SAID PRINCIPAL OR ANY OF HIS OR ITS SUBCONTRACTORS, SHALL FAIL TO PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER, OR OTHER SUPPLIES OR TEAMS USED IN, UPON, FOR, OR ABOUT THE 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 PAUL GARDNER CORPORATION AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND FEDERAL INSURANCE COMPANY AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF Thirty -four Thousand, Four Hundred Fifty and 50/100 -------------- - - - - -- DOLLARS ($ 34,450.50 - ---- J, SAID SUM BEING ONE -HALF OF THE ESTIMATED AMOUNT PAYABLE BY THE CITY OF NEWPORT BEACH UNDER THE TERMS OF THE CONTRACTS FOR WHICH PAYMENT WELL AND TRULY TO BE MADE WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND ADMINISTRATORS, SUCCESSORS OR ASSIGNS, JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS. THE CONDITION OF THIS 08LIGATION IS SUCH, THAT IF THE PERSON OR HIS SUBCON- TRACTORS., FAIL TO PAY FOR ANY MATERIALS, PROVISIONS, PROVENDER, OR OTHER SUPPLIES, OR TEAMS, USED IN, UPON, FOR, OR ABOUT THE PERFORMANCE OF THE WORK CONTRACTED TO BE DONE, OR FOR ANY OTHER WORK OR LABOR THEREON OF ANY KIND, OR FOR AMOUNTS DUE UNDER THE UNEMPLOYMENT INSURANCE CODE WITH RESPECT TO SUCH WORK OR LABOR, THAT THE SURETY OR SURETIES WILL PAY FOR THE SAME, IN AN AMOUNT NOT EXCEEDING THE SUM SPECI- FIED IN THE BOND, AND ALSO, IN CASE SUIT IS BROUGHT,UPON THE BOND, A REASONABLE ATTORNEYS FEE, TO BE FIXED BY THE COURT, AS REQUIRED BY THE PROVISIONS OF SECTION 4204 OF THE GOVERNMENT CODE OF THE STATE OF CALIFORNIA. (LABOR AND MATERIAL BOND - CONTINUED) 9 PAGE 6 THIS BOND SHALL INURE TO THE BENEFIT OF ANY AND ALL PERSONS, COMPANIES, AND CORPOR- ATION ENTITLED TO FILE CLAIMS UNDER SECTION 1192.1 OF THE CODE OF CIVIL PROCEDURE' ? SO AS TO GIVE A RIGHT OF ACTION TO THEM OR THEIR ASSIGNS IN ANY SUIT BROUGHT UPON - THIS BOND, AS REQUIRED BY THE PROVISIONS OF SECTION 4205 OF THE GOVERNMENT CODE OF THE STATE OF CALIFORNIA. AND THE 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 NOT -ICE OF ANY SUCH CHANGE, EXTENSION OF TIME, ALTERATIONS OR ADDITIONS TO THE TERMS OF THE CONTRACTOR OR TO THE WORK OR TO THE SPECIFICATIONS. IN THE EVENT THAT ANY PRINCIPAL ABOVE NAMED EXECUTED THIS BOND.AS AN INDIVIDUAL, IT IS AGREED THAT THE DEATH OF ANY SUCH PRINCIPAL SHALL NOT EXONERATE THE SURETY FROM ITS OBLIGATIONS UNDER THIS BOND. IN WITNESS.WHEREOF, THIS INSTRUMENT HAS BEEN DULY EXECUTED BY THE PRINCIPAL Amn SURETY ABOVE NAMED, ON THE 19th DAY OF June -, 196 . _7. APPR PAUL GARDNER 1 1'A / (S rALY- (SEAL FEDERAL INSURANCE COMPAN�Y��/ (SEAL), FORM' SURETY - - _- illiam A. Miller, Attorney-in-Fdot- RNEY i THIS BOND WAS APPROVED BY THE CITY COUNCIL _ OF THE CITY OF NEWPORT BEACH BY MOTION ON DATE ATTEST' CITY CLERK P' ACKNOWLEDGMENT OF ANNEXED INSTRUMENT STATE OF CALIFORNIA LOS ANuzLj4 COUNTY OF—_ OnthLL 19th n� SIXTY-SEVEN day of in the year one thousand nine hundred before . ........... . , a Notary Public in and for the County residing therebs, duly commissioned jf.Tjk?eno% appeared _N Z WILLIAM A. MILLER CT _-_known to me to be the..---. of FEDERAL INSURANCE COMPANY, the Corporation that executed the within instrument, and also known to me to be the person--- who executed the within instrument on behalf of the Corporation therein named and acknowledged to me that such Corporation executed the same. Lff MW WHEREOF, I have hereunto set my hand and affixed my official seal in the County of . .. ........... ___--the day and yeas in cato fint above Wn * tt3RL GLORIA H. FOGLE _:ndl NOTARY PUBLIC- CALIFORNIA PRINCIPAL OFFICE IN Notary Public in and fwt6 R of ' LCS ANGELES COUNTY IS ..State a ornia erA My Commission Expires Feb. 27, 1969 PRINTED IN U. S. A. NON- COLLUSION AFFIDAVIT PAGE 9 THE BIDDERS] BY ITS OFFICERS AND AGENTS,OR REPRESENT'AT IVES PRESLI'RT AT THE TIME OF FILING THIS BIDp BEING DULY SWORN ON THEtR OATHS SAY) THAT NEITHER THEY NOR ANY OF THEMI HAVE IN ANY WAYS DIRECTLY OR INDIRECTLY ENTERED INTO ANY ARRANGEMENT OR AGREEMENT WITH ANY OTHER BIDDER, OR WITH ANY PUBLIC OFFICER OF SUCH CITY OF NEWPORT BEACH WHEREBY SUCH AFFIANT OR AiFIANTS OR EITHER OF THEME HAS PAID OR IS TO PAY TO SUCH BIDDER OR PUBLIC OFFICER ANY SUM OF MONEY) OR HAS GIVEN OR IS TO GIVE TO SUCH OTHER BIDDER OR PUBLIC OFFICER ANYTHING OF VALUE WHATEVER OR SUCH AFFIANT OR AF- FIANTS OR EITHER OF THEM HAS NOT DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGE- MENT OR AGREEMENT WITH ANY OTHER BIDDER OR BIDDERS) WHICH TENDS TO OR DOES LESSEN OR DESTROY FREE COMPETITION IN THE LETTING OF THE CONTRACT SOUGHT FOR BY THE AT- TACHED BIDS THAT NO BID HAS BEEN ACCEPTED FROM ANY SUBCONTRACTOR OR MATERIALMAN THROUGH ANY BID DEPOSITORY, THE BYLAWS, RULES OR REGULATIONS OF WHICH PROHIBIT OR PREVENT THE CONTRACTOR FROM CONSIDERING ANY BID FROM ANY SUBCONTRACTOR OR MATERIAL - MAN WHICH IS NOT PROCESSED THROUGH SAID BID.DEPOSITORYO OR WHICH PREVENT ANY SUB- CONTRACTOR OR MATERIALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES NOT USE THE FACILITIES OF OR ACCEPT BIDS FROM OR THROUGH SUCH BID DEPOSITORY; THAT NO INDUCE- MENT OR ANY FORM OR CHARACTER OTHER THAN THAT WHICH APPEARS UPON THE FACE OF THE BID WILL BE SUGGESTED, OFFERED) PAID] OR DELIVERED TO ANY PERSON WHOMSOEVER TO INFLUENCE THE ACCEPTANCE OF THE SAID BID OR AWARDING OF THE CONTRACTp NOR HAS THIS BIDDER ANY AGREEMENT OR UNDERSTANDING OF ANY KIND WHATSOEVER, WITH ANY PERSON WHOMSOEVER TO PAY] DELIVER TOy OR SHARE WITH ANY OTHER PERSON IN ANY WAY OR MANNER ANY OF THE PROCEEDS OF THE CONTRACTS SOUGHT BY THIS BID. r' PAUL GARDNER CORPORATION (s) PAUL R. GARDNER PAUL R. GARDNER PRESIDENT (S) PAUL R. GARDNER. Jrt. PAUL R• GARDNERX JR.s SECRETARY SUBSCRIBED AND SWORN TO BEFORE ME BY ' THIS -]TH DAY OF JUNE 196,x. MY COMMISSION EXPIRES: .FEBRUARY 19. 1970 (s) JACQUELINE M. GARDNER NOTARY PUBLIC JACQUELINE M. GARDNER. • PAGE 10, BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY TECHNICAL ABILITY AND EXPERIENCE 5. (THE BIDDER IS REQUIRED TO STATE WHAT WORK OF A SIMILAR CHARACTER TO THAT INCLUDED IN THE PROPOSED CONTRACT HE HAS SUCCESSFULLY PERFORMED AND GIVE REFERENCE WHICH .. WILL ENABLE THE CITY COUNCIL TO JUDGE HIS RESP.ONSI.BILITYy EXPERIENCEp SKILLJ.AND BUSINESS STANDING.) THE UNDERSIGNED SUBMITS HEREWITH A STATEMENT OF HIS FINANCIAL RESPONSIBILITY. THE UNDERSIGNED SUBMITS BELOW A STATEMENT OF THE WORK OF SIMILAR CHARACTER TO THAT INCLUDED IN THE PROPOSED CONTRACT WHICH HE HAS SUCCESSFULLY PERFORMED. DATE COMPLETED TYPE WORK CONTRACT AMOUNT OWNER APRIL. 1967 TRAFFIC SIGNALS $48,651 CITY OF MONTCLAIR MARCH3 1967 ° ° $84,847 CITY OF SANTA ANA FEBRUARY, 1967 TRAFFIC SIGNALS ROADWORK. k $58,068 CITY OF CORONA JANUARYp 1967 TRAFFIC SIGNALS $55,467 CITY OF SAN BERNARDINO NOVEMBERS 1966 to n $39,600 CITY OF COVINA PAUL GARDNER CORPORATION (S) PAUL'R. GARDNER SIGNED PAUL R._GARDNERV PRESIDENT (S) PAUL R. GARDNER. JR. .� PAUL R. GARDNERO JR.O SECRETARY PAGE II CONTRACT THIS AGREEMENT) MADE AND ENTERED INTO THIS DAY OF , 196,2) BY AND BETWEEN THE CITY OF NEWPORT BEACH➢ CALIFORNIA) HEREINAFTER DESIGNATED AS THE CITY) PARTY OF THE FIRST PART) AND HEREINAFTER DESIGNATED AS THE CONTRACTOR) PARTY OF.THE SECOND PART. WITNESSETH; THAT THE PARTIES HERETO DO MUTUALLY AGREE AS FOLLOWS; I. FOR AND IN CONSIDERATION OF THE PAYMENTS AND AGREEMENTS HEREINAFTER MENTIONED TO BE MADE AND PERFORMED BY THE CITY) THE CONTRACTOR AGREES WITH THE CITY TO FURNISH ALL MATERIALS AND LABOR FOR THE CONSTRUCTION OF INSTALLATION OF TRAFFIC SIGNALS AND STREET LIGHTING AT THE INTERSECTION OF SAN JoAOLIN HILLS ROAD WITH SANTA ROSA DRIVE AND WITH MACARTHUR BOULEVARD ' AND TO PERFORM AND COMPLETE IN A GOOD AND WORKMANLIKE. MANNER ALL THE WORK PERTAINING THERETO.SHOWN ON THE PLANS AND SPECIFICATIONS THEREFOR; TO FURNISH AT'HIS OWN PROPER COST AND EXPENSE ALL TOOLS) EQUIPMENT) LABOR) AND MATERIALS NECESSARY THEREFOR) (EX- CEPT'SUCH MATERIALS) IF ANY) AS IN THE SAID SPECIFICATIONS ARE STIPULATED TO BE FUR- NISHED BY THE CITY), AND TO DO EVERYTHING REQUIRED BY THIS .AGREEMENT AND THE SAID PLANS AND SPECIFICATIONS. Z. FOR FURNISHING ALL SAID MATERIALS AND LABOR) TOOLS AND EQUIPMENT) AND DOING ALL THE WORK CONTEMPLATED AND EMBRACED IN THIS AGREEMENT) ALSO FOR ALL LOSS AND DAMAGE ARISING OUT OF THE NATURE OF THE WORK AFORESAID) OR FROM THE ACTION OF THE ELEMENTS) OR FROM ANY UNFORESEEN DIFFICULTIES WHICH MAY ARISE OR BE ENCOUNTERED IN THE PROSECU- TION OF THE WORK UNTIL ITS ACCEPTANCE BY THE CITY, AND FOR ALL RISKS OF EVERY DE- SCRIPTION CONNECTED WITH THE WORK; ALSO, FOR ALL EXPENSES INCURRED BY OR IN CONSE- QUENCE OF THE SUSPENSION OR DISCONTINUANCE OF WORK, 'EXCEPT SUCH AS IN SAID SPECIFI- CATIONS ARE EXPRESSLY STIPULATED TO BE BORNE BY THE CITY AND FOR WELL AND FAITHFULLY COMPLETING THE WORK AND THE WHOLE THEREOF, IN THE MANNER SHOWN AND DESCRIBED IN THE SAID PLANS AND SPECIFICATIONS) THE CITY WILL PAY AND THE CONTRACTOR SHALL RECEIVE IN FULL COMPENSATION THEREFORE THE LUMP SUM PRICE, OR IF THE BID IS ON THE UNIT PRICE BASIS, THE TOTAL PRICE FOR THE SEVERAL ITEMS FURNISHED PURSUANT TO THE SPECIFICATIONS, NAMED IN THE BIDDING SHEET OF THE PROPOSAL, AS THE CASE MAY BE. 3. THE CITY HEREBY PROMiSES AND AGREES WITH THE SAID CONTRACTOR TO EMPLOY) AND DOES HEREBY EMPLOY THE SA,D CONTRACTOR TO PROVIDE THE MATERIALS AND TO DO THE WORK ACCORDING TO THE TERMS AND CONDITIONS HEREIN CONTAINED AND REFERRED TO FOR THE PRICE AFORESAID, AND HEREBY CONTRACTS TO PAY THE SAME AT THE TIME, IN THE MANNER, AND UPON THE CONDITIONS SET FORTH IN THE SPECIFICATIONS; AND THE SAID PARTIES FOR THEMSELVES) THEIR HEIRS) EXECUTORS, ADMINISTRATORS, SUCCESSORS AND ASSIGNS, DO HEREBY AGREE TO THE FULL PERFORMANCE OF THE COVENANTS HEREIN CONTAINED. 4. THE NOTICE TO BIDDERS, INSTRUCTIONS TO BIDDERS) CONTRACTORS PROPOSAL) AND THE PLANS AND SPECIFICATIONS) AND ALL AMENDMENTS THEREOF) WHEN APPROVED BY THE PAR - TIES HERETO, OR WHEN REQUIRED BY THE CITY IN ACCORDANCE WITH THE PROVISIONS OF THE PLANS AND SPECIFICATIONS, ARE HEREBY INCORPORATED.IN AND MADE PART OF THIS AGREE= MENT. 217167 ' 0 0 PAGE 12 5. PURSUANT TO THE LABOR CODE OF THE STATE OF CALIFORNIA, THE CITY COUNCIL HAS ASCERTAINED THE GENERAL PREVAILING RATES OF PER DIEM WAGES FOR EACH CRAFT OR TYPE OF WORKMAN NEEDED TO EXECUTE THE CONTRACT AND A SCHEDULE CONTAINING SUCH INFORMATION IS INCLUDED IN THE NOTICE INVITING BIDS AND IS INCORPORATED BY REFERENCE HEREIN. 6. THE CONTRACTOR SHALL ASSUME THE DEFENSE OF AND 'INDEMNIFY AND SAVE HARMLESS THE CITY, THE DIRECTOR-OF PUBLIC WORKS, AND THEIR OFFICERS AND EMPLOYEES, FROM ALL CLAIMS, LOSS' DAMAGES INJURY, AND LIABILITY OF EVERY KINDS NATURES AND DESCRIPTION, DIRECTLY OR INDIRECTLY ARISING FROM THE-PERFORMANCE OF THE CONTRACT OR WORKS REGARDLESS OF RESPONSI- BILITY FOR NEGLIGENCE; AND FROM ANY AND ALL CLAIMS, LOSS, DAMAGES INJURYS AND LIABILITYS HOWSOEVER THE SAME MAY BE CAUSED, RESULTING DIRECTLY OR INDIRECTLY FROM THE NATURE OF THE WORK COVERED BY THE CONTRACTS REGARDLESS OF RESPONSIBILITY FOR NEGLIGENCE. IN WITNESS WHEREOF, THE PARTIES HERETO HAVE CAUSED THIS CONTRACT TO BE EXECUTED THE DAY AND YEAR FIRST ABOVE WRITTEN. ATTEST: CITY OF NEWPORT BEACH, CALIFORNIA BY: S10ai1 Q�1 V I C k- MAYOR PAUL a,09t uee Cprd wa -riyAJ CONTRACTOR APPROVED AS7TO FORM: ITY j SPECIAL PROVISIONS j: FOR CONTRACT NO. 1117. INSTALLATION OF TRAFFIC SIGNALS AND STREET LIGHTING f AT THE INTERSECTION OF SAN J04QUIN HILLS ROAD WITH SANTA ROSA DRIVE AND WITH MAC ARTHUR BOULEVARD Is DRAWINGS THE COMPLETE SET OF PLANS FOR BIDDING AND CONSTRUCTION `CONSISTS OF THE FOLLOWINGS CNB DRAWING R- 5106 -5 SHEETS 1 - 4 SAN JOAQUIN HILLS ROAD AND SANTA ROSA DRIVE TRAFFIC SIGNAL PROJECT CNB DRAWING R- 5107 —S SHEETS I — 4 SAN JOAQUIN HILLS ROAD AND MACARTHUR BOULEVARD ,TRAFFIC SIGNAL PROJECT CALIFORNIA DIVISION OF HIGHWAYS STANDARD PLANS DATED NOVEMBER 1966 ES - 1 - 3 ES - 38 - 8 ES - 13 - 1 ES -2A -2 ES- -3 ES -2B -2 ES -6 -5 ES -3A- I ES- 11 26 SPECIFICATIONS ALL WORK SHALL BE PERFORMED IN ACCORDANCE WITH THESE ' .SPECIAL PROVISIONS AND THE STANDARD SPECIFICATIONS OF THE CITY OF NEWPORT BEACH. 3• TIME OF COMPLETION ALL WORK EXCEPT INSTALLATION OF THE FINAL CONTROLLERS 'SHALL BE COMPLETED BY SEPTEMBER 1. IN THE EVENT DELIVERY OF THE FINAL CONTROLLERS CANNOT BE OBTAINED IN TIME TO MEET SAID COMPLETION DATES THE ENGINEER SHALL BE IMMEDIATELY NOTIFIED. THE SIGNAL AT SANTA ROSA DRIVE MAY BE TEMPORARILY OPERATED USING THE TYPE F STANDBY CONTROLLER. .. A TEMPORARYy FULL - TRAFFIC ACTUATED9 THREE -PHASE CONTROLLER SHALL BE PROVIDED FOR OPERATION AT MACARTHUR BOULEVARD WITH TWO PHASES ON'MACARTHUR AND ONE ON SAN JOAQUIN HILLS ROAD. INSTALLATION OF THE FINAL CONTROLLERS SHALL BE COMPLETED PRIOR TO OCTOBER 15, 1967• I .��.', r 1 - -- . SPECIAL PROVISIONS FOR : CONTRACT': NO. 1 117 TRAFFIC SIGNAL INSTALLATION INTERSECTION OF MacARTHUR BOULEVARD AND SAN JOAQUIN HILLS ROAD General Scope The work to be accomplished shall generally consist of but not necessarily limited to the following: Furnishing, erecting, installing, and testing a traffic signal installation at the intersection of MacArthur Boulevard and San Joaquin Hills Road as shown on the plans including safety lighting provisions. Raised islands and traffic bars and all paint striping work will be per - formed by the City or other contractors. The above work shall be performed as shown on the plans and in accordance with the provisions of Section 86 "Signals and Lighting" of the Standard Specifications of the California Division of Highways, dated July, 1964, and the following provisions and modifications. Materials and Installation - Location of Standards, pullboxes, conduits and controller may be changed slightly to suit field conditions, as approved by the City. Standards, Steel Pedestals and Posts - Standards, Steel Pedestals and Posts shall conform to Section 86 -2. 04 of The Standard Specifications. All ferrous materials shall be galvanized as provided in Section 86 -2. 15. Foundations - Foundations shall conform to Section 86 -2.03 of the Standard Specifications and the Standard Details except as modified herein. The top four (4) inches of the foundation shall not be placed until the standard is erected and leveled. Conduit - Conduits shall conform to Section 86 -2. 05 of the Standard Specifications except as modified herein. A length of conduit installed without conductors and having a radius of curvature of 900 or more shall have installed within a No. 12 AWG galvanized pull wire. Connections from metal conduit to asbestos- cement conduit shall be made at pullboxes. } Excavat3Tfi g and backfilling shall clform to Sections 86 -2.01 and 86 -2.02 of the Standard Specifications except as modified herein The maximum width of trench shall be 8 inches. 'Initial Backfill' shall be as specified below. "Subsequent Backfill" shall be native material which shall be free of stones, hard pan lumps, broken concrete or paving material. The backfill material shall be brought to the ele- vation of the bottom of the subbase material of the sidewalk or ave- ment. Backfill shall be placed in layers not exceeding eight (85 inches in depth and shall be thoroughly tamped in such a manner as to prevent future settlement. Should the Contractor elect to use all sand backfill, the eight (8) inch layer construction may be omitted and compaction may be obtained by ponding. Wherever the note "Not in contract. Partial conduits supplied by others" appears on the plans, it shall be the Contractors responsibility to determine the section of conduit already in•place and to insure that all conduits are in place. Upon completion of the work the Contractor shall, at his own expense, furnish to the City a map showing the locations and depths at which the conduit system has been placed. Conduit shall be two (2) inch asbestos cement Johns - Manville. Transite Conduit Type II or approved equal. Conduit connectors shall be Tapered Plastic Couplings for Type II conduit or approved equal. Cuttin.a and machining, of conduit shall be in accordance with manufacturer's recommendations. Pre - assembly of sections of conduit shall not be permitted except where jacking is required. When jacking is required a 3 -inch diameter galvanized metal pipe shall be jacked across the required distance. The conduit shall be threaded through the pipe and connected to the electrical conduit system. Conduit installed outside of street pavement shall be placed not less than 18 inches below the surface of the ground or sidewalk. The conduit shall be layed over 2 inches of uniformly spread sand. Native material may be used for backfill around and above the conduit. Conduit installed under street pavement shall be placed not less than 39 inches below the pavement surface. The conduft shall be layed over 2 inches of uniformly spread sand, and Class C Concrete shall be placed around and three inches over the top of the conduit. The remaining.trench may be backfilled with native material up to subgrade. Bondin and Groundin Bonding and Grounding of non - metallic conduit sha con 0% to Section 86 -2.10 of the Standard Specifications except.as modified herein. Bonding connections shall be made with No. 8 AWG bare copper wire or with copper ground straps of equal cross sectional area. -2- r J Wiring he third paragraph of Sectiow -2, 09 of the Standard Specifications shall a modified in that branch signaTlight conductors shall. be "T" spliced in pullboxes at point of divergence, Service - Service for traffic signals will be 120 -volt 2 -wire, metered service. Pole riser shall be provided complete in accordance with the Southern California Edison Company (SCE) Electrical Service Requirements Manual, Pages No, 203, 213 and 242. Signal service equip- ment shall be provided as shown on the plans. Service for Luminaries shall be'from extension of the same power source as the signal. All SCE charges and all other costs incident to the installation of the service shall be paid for by the Contractor, Painting - Factory or shop cleaning methods for ferrous or other metals will be acceptable if equal to the specified methods. New metal surfaces to be painted in the field shall be washed with a stiff brush using a solution of water containing two tablespoons of . heavy duty detergent powder per gallon. After washing, all surfaces shall be rinsed. The prime coat for metal surfaces shall be "du Pont Kromate Primer" No, 67710, or W. P. Fuller's "Fultec" Primer No, 4550, or equal approved by the engineer. Primer applied at the factory shall be touched up as required before the finishing coats are applied. Two finishing coats of either Du Pont's Olive Green "Dulux" No, 88 -19725 or National Lead Company's Nalco No, 4537 shall be applied to the new standards and mast arms above the base of the bracket - mounted signals. Factory finish on new equipment will be acceptable if of proper color and if equal in quality to the specified finish, Controller - ContrQller shall be special 8- phases Solid State Type full- actuated, with complete modular construction and phase modules as shown on the plan, with number of Model LD -1 inductive loop detector sensor units and cabinet type as shown on the plans, . THE BASIC CONTROLLER SHALL BE AUTOMATIC SIGNAL UIVISION SOLID STATE MODEL T 1055 MOUNTED ON AN MF -80 FRAMES OR APPROVED EQUAL2 WITH PHASE MODULES TO OPERATE AS PER PHASE DIAGRAM. ' STANDBY CONTROLLER - TYPE F PRE -TIMED STANDBY UNIT SHALL BE WIRED IN FOR EMERGENCY USE. Flasher and Switch- Operated Multi- Contact Relay - In addition to the requirements of Section 86- 3.07C(1) the flashing mechanism with -3- 'J/ ~ plug -in -base and 4 -in mounting shall be indepenot of the controller and shall remain in operation upon shutdown of the controller or removal of the controller from the cabinet., Traffic Actuated Controller Housing - In addition to the equip- meat required by Section 86 -3, 07E, momentary contact switches shall be installed in the controller cabinet to place calls on each detector and pedestrian push- button phase. All switches shall be mounted on a single. readily accessible bracket and identified with labels. Signal Heads - Final precise directional adjustment of the traffic signal heads and pedestrian signal heads shall be as directed by the City. Inductive Loop Detectors and Sensor Units - In addition to the requirements of Section 86 -4. 05B the following shall apply: The sensor units shall provide the features described for the Model LD -J loop vehicle detector sensor units as manufactured by the Automatic Signal, Pedestrian Push Buttons - In addition to the requirements of Section 86 -4. 06 the following shall apply: Pedestrian push button switch shall be a phenolic enclosed switching unit, single -pole, double - throw, with steel plunger actuator and screw -type terminals, shall be rated 15 amperes at 125 volts AC and shall have the following characteristics: Operating force shall be 9 to 13 ounces, release force shall be 4 -ounce minimum. The pre - travel shall be' 1 /64 -inch maximum. The overtravel shall be 7/32 -inch minimum. Differential travel shall be 0. 0004 to 0. 002 inch. Switching unit shall be provided with U -frame to permit recessed mounting in push- button housing. Mercury -Vapor Luminaires - All mercury -vapor luminaires shall meet the requirements of the EEI -NEMA Standards and shall produce the IES -ASA Type III light distribution pattern. All mercury -vapor lamps shall be 400 watt ASA designation H33 -1 GL /C, Ballasts shall be constant- wattage type designed for satisfactory operation on 120/240 volt, single phase, 60 cycle multiple service, Luminaires shall be integral- ballast type designed for 400 watt mercury vapor lamps and shall be furnished with individual photocell control, The following luminaires shall be considered acceptable: General Electric' Company, Type M -400, Cat, No, C704 G006 Westinghouse Electric Corporation, Type OV -25, Cat, No. 464D915G27 Line Materials Industries, Line 2A2, Cat. No. LM 15A4 -4- Coorotion with Southern Calif ornialsison Company - The Contractor shall make all necessary arrangements with SCE and shall cooperate with them for prompt and ex editions completion of the work, Payment - The lump sum price for the Traffic Signal Installation at MacArthur Boulevard and San Joaquin Hills Road shall include full com- pensation for furnishing all labor, materials, tools, equipment and inci- dentals, and for doing all the work involved in furnishing and installing the system as shown on the plans and as specified in the Standard Specifications and the provisions herein. Full compensation for all additional materials and labor not shown on the plans or called for in the Standard Specifications or the provisions herein outlined, but which are necessary to complete the work shall be ,considered as included in the lump sum price bid, and no additional compensation will be allowed therefor. i -5- r� % SPECIAL PROVISIONS FOR CONTRACT. NO. 1117.' I-1 TRAFFIC SIGNAL INSTALLATION INTERSECTION OF 7. SAN JOAQUIN HILLS ROAD AND SANTA ROSA DRIVE General Scope The work to be accomplished shall generally consist of but not necessarily limited to the following: Furnishing, erecting, installing, and testing a traffic signal installation at the intersection of San Joaquin Hills Road and Santa Rosa Drive as shown on the plans including safety lighting provisions. Raised islands and traffic bars and all paint striping work will be performed by the City or other contractors. The above work shall be performed as shown on the plans it and in accordance with the provisions of Section 86 Signals and Lighting" of the Standard Specifications of the California Division of Highways, dated July, 1964, and the following provisions and modifications. Materials and Installation - Location of Standards, pullboxes, conduits and controller may be chFn--ged slightly to suit field conditions, as approved by the City. Stand 1 Pedestals and Posts - Standards, Steel Pedestals an-d—MMISRH conform to Section 96-2.04,of the Standard Specifications except as modified herein. The standards for traffic signals and electroliers of the type XV as specified in the plans shall be modified in that light standards shall be of the "short radius davit" type, similar in appear- ance to WELD-RITE Company catalog number JS-30 6-5. Davit radius shall be not more than 30 inches. Wherever standakds of type XVII are speci- fied they shall be similar in appearance to WELD-RITE Company catalog number WR-JS-5-10-306-25 and the section of the pole below the traffic signal mastarm shall be 3 gage. Signal mastarm shall have a 5! upsweep. Standards shall be fabricated of domestic steel, in accordance with ASTM standards. Gauge of metal shall be not less than 11 guage as manufactured by Pacific.Union Metal Company, or 10 gauge as manufactured by WELD-RITE Company. is y. Standar shall be hot - dipped galv zed in accordance with ASTM Standard A -1 All sections of the st ards, steel pedestals and posts.except the front side of back plates of traffic signals and the inside of enclosures of pedestrian signals, will be painted in the field by the installing Contractor, in accordance with the following: procedure:, a Treatment- Before priming, give all metal a phosphoric acid and vinyl resin pretreatment with Primer Pretreat- ment (Formula 117 for Metals) (MIL- P- 15328b) - Frank W. Dunne Co. Formula N -427 or approved equal. Priming of Galvanized Steel and non - ferrous metal -Prime with Zinc Dust -Zinc Oxide Primer (FS TT- P -641b, Type II). Frank W. Dunne Co. Formula P -34 or approved equal. Time lapse between priming and application of second coat shall not exceed 48 hours or shall be as per manufacturer's printed directions. Finish Coat - A brush or spray coat of Exterior Synthetic Industrial Enamel similar or equal to rank W. Dunne Co. , Dun -Tec Synthetic Industrial Enamel, 1500 series. Color 1503 white or approved equal. Luminaire arms shall have an upsweep of five degrees (50), and shall be equipped with two inch (2") slipfitter tenons. The standard manu- facturer shall verify tenon length with the manufacturer of the selected luminaire. Strength of standards shall be suitable for attachment of Luminaire similar to General Electric M -400, with remote ballast.. A handhole shall be provided approximately eight inches (811) above the base of the pole for splicing and pulling conductors. Minimum dimensions of the handhole shall be three by five inches. Foundations - Foundations shall conform to Section 86 -2. 03 of the Standard Specifications and the Standard Details except as modified herein. The top four (4) inches of the foundation shall not be placed until the. standard is erected and leveled. Conduit - Conduits shall conform to Section 86 -2. 05 of the . Standard Specifications except as modified herein. A length of conduit installed without conductors and having a radius of curvature of 900 or more shall have installed within a No. 12 AWG galvanized pull wire. -2 - Conne ns from metal conduit to asb s- cement conduit T shall be made at poxes. Excavating and backfilling shall conform to Sections 86 -2. 01 and 86 -2. 02 of the Standard Specifications except as modified herein. The maximum width of trench shall be 8 inches. "Initial Backfill" shall be as specified below. "Subsequent Backfill" shall be native material which shall be free of stones, hard pan lumps, broken concrete or paving material. The backfill material shall be brought to the elevation of the bottom of the subbase material of the sidewalk or pavement. Backfill shall be placed in layers not exceeding eight (8) inches in depth and shall be thoroughly tamped in such a manner as to prevent future settlement. Should the Contractor elect to use all sand backfill, the eight (8) inch layer construction may be omitted and compaction may be obtained by ponding.. Wherever the note "Not in contract. Partial conduits ai:d/Vr 4uminairc supplied by others" appears on the plans, • it shall be the Con- tractors responsibility to determine the section of conduit already in place and to insure that all conduits are in place. Upon completion of the work the Contractor shall, at his own expense, furnish to the City a map showing the locations and depths at which the conduit system has been placed. Conduit shall be two (2) inch asbestos cement Johns - Manville Transits Conduit Type II or approved equal. Conduit connectors shall be Tapered Plastic Couplings for Type II conduit or approved equal. Cutting and machining of conduit shall be in accordance with manufacturer 's recommendations. Pre - assembly of sections of conduit shall not be permitted except where jacking is required. When jacking is required a 3 -inch diameter galvanized metal pipe shall be jacked across the required distance. The conduit shall be threaded through the pipe and connected to the electrical conduit system. Conduit installed outside of street pavement shall be placed not less than 18 inches below the surface of the ground or sidewalk. The conduit shall be layed over 2 inches of uniformly spread sand. Native material maybe used for backfill around and -above the conduit. Conduit installed under street pavement shall be placed not less than 39 inches below the pavement surface. The conduit shall be layed over 2 inches of uniformly spread sand, and Class C Concrete shall be placed around and three inches over the top of the conduit. The remain- ing trench may be backfilled with native material up to subgrade. Bonding and Grounding - Bonding and Grounding of non - metallic conduit shall conform to Section 86 -2. 10 of the Standard Specifications except as modified herein. Bonding connections shall be made with No. 8 AWG bare copper wire or with copper ground straps of equal cross sectional area. -3- r Wiringe The third paragraph of Secti #6 -2. 09 of the Standard Specifications shal a modified in that branch signal light conductors shall be "T" spliced in pullboxes at point of divergence. Service - Service for traffic signals will be 120 -volt, 2 -wire .metered. service. Pole riser shall be provided complete in accordance with Southern California Edison Company (SCE) Electrical Service Requirements Manual, Pages No. 204, 211, 212, 215 thru 223 and 243. Signal service equipment shall be provided as shown on the plans. Service for Luminaires shall be from extension of the same power source as the signal. All SCE charges and all other costs incident to the installation of the service shall be paid for by the Contractor. Painting - Factory or shop cleaning methods for ferrous or other metals will be acceptable if equal to the specified methods. The methods for treatment, priming and final painting as specified in the section on standards, steel pedestals and posts, shall be complied with, and shall apply to all ferrous materials including controller and service cabinets. Factory finish on new equipment will be acceptable if of proper color and if equal in quality to the specified finish. Controller - Controller shall be Type IV Solid State, 3 -phase full- actuated, with complete modular construction and phase modules as shown on the plan, with number of Model LD -1 inductive loop detector sensor units and cabinet type as shown on the plans. THE BASIC CONTROLLER SHALL BE AUTOMATIC SIGNAL DIVISION SOLID STATE MODEL T 1055 MOUNTED ON AN MF -80 FRAME, OR APPROVED EQUAL, WITH PHASE MODULES TO OPERATE AS PER PHASE DIAGRAM. STANDBY CONTROLLER - TYPE F PRE -TIMED STANDBY UNIT SHALL BE WIRED IN FOR EMERGENCY USE. ' Flasher and Switch - Operated Multi- Contact Relay - In addition to the requirements of Section 86 -3. 07C(1) the flashing mechanism with plug -in -base and plug -in mounting shall be independent of the controller and shall remain in operation upon shutdown of the controller or removal of the controller from the cabinet. Traffic Actuated Controller Housing - In addition to the equip- ment'required by Section 86 -3. 07E, momentary contact switches shall be installed in the controller cabinet to place calls on each detector and pedestrian push - botton phase. All switches shall be mounted on a single readily accessible bracket and identified with labels. Signals Heads - Final precise directional adjustment of the traffic signal heads and pedestrian signal heads shall be as directed by the City. Inductive Loop Detectors and Sensor Units - In addition to the requirements of Section 86 -4. 05B the following shall apply: -4- The seer units shall provide theAeatures described for the Model LD -1 loop cle detector sensor unidWs manufactured by the Automatic Signal. Pedestrian Push Buttons - In addition to the requirements of Section 86-4.06 the following shall apply: Pedestrian push button switch shall be a phenolic enclosed switching unit, single -pole, double- throw, with steel-plunger actuator and screw -type terminals, shall be rated 15 amperes at 125 volts AC and shall have the following .characteristics: Operating force shall be 9 to 13'ounces, release force shall be 4 -ounce minimum. The pre - travel shall be 1/64 -inch maximum. The overtravel shall be 7732 -inch minimum. Differential travel shall be 0.0004 to 0.002 inch. Switching unit shall be provided with U -frame to permit recessed mounting in bush - button housing. Mercury -Vapor Luminaires - All mercury -vapor luminaires shall meeC the requirements of the EEI -NEMA Standards and shall pro- duce the IES ASA Type III light distribution--pattern. All mercury -vapor lamps shall be 400 watt ASA designation H33 -1 GL /C. Ballasts shall be constant- wattage type designed for satisfactory operation on 120/240:: volt, single phase, 60 cycle multiple service. Luminaires shall be `: remote- ballast type designed for 400 watt mercury vapor lamps and shall be furnished with individual photocell control. Luminaires shall be' prefinished to match the finish painting of standards, posts and steel pedestals. Finish shall be durable requiring low maintenance. The following luminaires shall be considered acceptable: General Electric Company, Type M -400, Cat. No. C704 G006 .Westinghouse Electric Corporation, Type OV- 25,Cat. No. 460915= Line Materials Industries, Line 2A2, Cat. No. LM15A4 Coordination with Southern California Edison Company - The Contractor shall make all necessary arrangements wit S an shall cooperate with them for prompt and expeditious completion of the work. Payment -.The lump sum price for the Traffic Signal Installationi. at San Joaquin Hills Road and Santa Rosa Drive shall inelude.•full cam - pensation for furnishing all labor, materials, tools, equipment and in- cidentals, and for doing all the work involved in furnishing and installin€ the system as shown on the plans and as specified in the Standard Spec - ifications and the provisions herein. Full compensation for all additional materials and labor not shown on the plans or called for in the Standard Specifications or the provisions herein outlined, but which are necessary to complete the work shall be considered as included in the lump sum price bid, and no addi- tional compensation will be allowed therefor. A j CITY OF NEWPORT BEACH . PUBLiC'WORf<S DEF;'P,'RT`WNT ` NOTICE TO BIDDERS CONTRACT 1117 TRAFFIC SIGNALS ON SAN JOAQUIN ROAD AT SANTA ROSA DRIVE AND AT MACARTHUR BLVD. ADDENDUM NO. I MODIFY THE SPECIAL PROVISIONS AND PLANS AS FOLLOWS: A. ITEM 6 TRAFFIC SIGNAL INSTALLATION, INTERSECTION OF MACARTHUR BLVD. AND SAN JOAQUIN HILLS ROAD. ITEM 7 TRAFFIC SIGNAL INSTALLATIONS INTERSECTION OF SAN JOAQUIN HILLS ROAD AND SANTA ROSA DRIVE. 1. DELETE THE FIFTH PARAGRAPH UNDER THE SUBHEADING "CONDUIT". SAID PARAGRAPH BEGINS "WHEREVER THE NOTE "NOT IN CONTRACT....:'.". 2. ADD UNDER THE SUBHEADING "CONDUIT" THE FOLLOWING: "THE CONTRACTOR MAY INSTALL GALVANIZED STEEL CONDUIT IN LIEU OF THE ASBESTOS CEMENT CONDUIT SPECIFIED IN THE SPECIAL PROVISIONS. IF STEEL CONDUIT IS USED THE SPECIAL REQUIREMENTS FOR 3 DIAMETER STEEL CASING OR CONCRETE ENCASEMENT ARE WAIVED. B. THE PAVING ON SAN JOAQUIN HILLS ROAD HAS NOT YET BEEN COMPLETED. IT IS PRESENTLY SCHEDULED TO COMPLETE THE PAVING IN LATE JUNE. SHOULD THE CONTRACTOR DESIRE TO PLACE ANY ITEMS IN THE ROADWAY PRIOR TO FINAL PAVING THE ENGINEER SHALL BE NOTIFIED IMMEDIATELY AND THE WORK SCHEDULED AHEAD OF THE PAVING OPERATION. ON SAN JOAQUIN HILLS ROAD THE BASE COURSE OF PAVING HAS BEEN PLACED ON THE TWO LANES ADJACENT TO AND NORTHERLY OF THE MEDIAN. ON SANTA ROSA DRIVE THE BASE COURSE OF PAVING HAS BEEN PLACED ON THE TWO LANES ADJACENT TO THE CURB ON THE EASTERLY SIDE. THE CONTRACTOR SHALL COORDINATE HIS OPERATIONS WITH THE STREET PAVING CONTRACTOR. C. ON SHEETS 2 AND 3 OF THE PLANS FOR THE SIGNAL AT SANTA ROSA DRIVE, MODIFY THE PLANS AS DELINEATED FOR REVISION ,NO. 1. PLEASE INDICATE RECEIPT OF THIS ADDENDUM BY NOTING DATE OF RECEIPT ON THE PROPOSAL OR BY INCLUDING ONE COPY WITH YOUR BID PROPOSAL. BENJAMIN B. NOLAN CITY ENGINEER 6/5/67 NOTICE OF INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:00 a.m., on the 7th day of June, 1967, at which time they will be pub. licly opened and read, for performing work as follows; INSTALLATION OF TRAFFIC SIGNALS AND STREET LIGHTING AT THE INTERSECTION OF SAN JOAQUfN RILLS ROAD WITH SANTA ROSA DRIVE, AND WITH NACARTBIJR BOULEVARD CONT6 ACT NO. 1117 Nb bid will be received unless it is made on a proposal farm famished by the Public Works Department. Each bid must C. accompanied by cash, certified check or Bidder's Bond ma payable to the City of Newport Beach, for an amount equal t at least 10 percent of the amount bid. The documents included within the sealed bids which require completion and execution are the following: 1. — Proposal 2. Page 3 — Designation of Sub - contractors 3. Page 4 — Bidder's Bond 4. Page 9 _ Non - collusion Affidavit 5. Pa a 10 — Contractor'. Financial Status i The documents shall be, affixed with the appropriate signatures and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President epd Secretary or Assistant Secretary are required and the Cor- porate Seal shall be affixed to aft documents requiring signa- tures. In the case of a partnership, the .signature of at least one general partner is required. All bids are to be compared on the basis of the Engineer's estimate, The estimated quantities are approximate only, being givgn solely as a basis for the comparison of bids. N4 bid will be accepted from a Contractor who has not been - licensed in accordance with the provisions of Chapter 9, Divi aide 111 of Business end Professions' Code. The Contractor shell state his license number and classification in the propo- sal. Plans, Special Provisions, and Contract Documents may be obtained at the Public Works Department, City Hall, Newport Bench, California, at no cost to licensed contractors. A non - refundablecharge of $2.00%vill be required for each set of plans, Special Provisions, and contract documents for others than licensed contractors. It is requested that the plans and special provisions be returned within 2 Creeks after the bid opening, A non - refundable charge of $2.00 will be required for each set of City of Newport Beach Standard Specifications. The City of Newport Beach reserves the right to reject any or all bids and to waive any informality in such bids. In accordance with the provisions of Section 1770 of the Labor Code, the City Council of the City of Newport Beach has as- - Pained the general prevailing rate per diem wages in the le- :ality in which the work is to be ¢erformed for each craft or gon" rkman or mechanic ¢ceded to execute the contract a ¢d; h in Resolution No. 6519, f said Resolution is available in the o[(ice of the City e City o[ Newport Beach. ,„;: wing is the schedule of revai}ing wage rates, 19 selective list of classifPcatioas: Together with ¢ included in Resolution No. 6519, this schedule idered a part of these contract specifications. "sf; r `z ICi Frevailing Rage dates - 1966 -67 Classification (Selective Listing) (511166) (5/7/67) Carpenters 4.83 ( ement Mason Journeyman 4.60 4 "4 Laborers General or Construction 3.70 3 - sphalt Raker & Ironer 3.91 la an uinea Chaser 3.78 3 ayingof all non - metallic pipe 4.01 4,16 Ttnnel (:lassifications Vibratorman, Jack Hammer, Pneumatic Tools, (except driller) 4.315 4.4445 0 erasing Engineers (711166) (711167) Oiler and signalman (Group 1) Skiploader 4.38 4.53 (Less % yd.) (Group 2) Ho man and Chainman (Group 3) 4.62 4.86 4.77 5.01 Instrumentman (Group 4) 4.97 5.12 Grade Checker (Group 5) 5.16 5.31 Pavement - breaker operator (Group 5) 5.16 5.31 Grade -all operator (Group 6) 5.26 5.41 Teamsters (511166) (5/1/67) Dump Truck Driver (Less than 4 yds) 4.35 4.50 Water truck driver (2500 gal. to 4000 gal.) 4,53 4.68 Building and Construction trades (5/1/66) (5/1/67) Bricklayer & Stone Mason 5.15 5.15 Electrician (7/1/66) (7/1/67) Journeyman Wireman 6.11 6.55 (4/28/66) Lather 4.765 - - Painters (717166) (711167) - Journeyman - Spray 5.22 5.33 Pi a trades Plumber 5.55 5.64 Any classification omitted herein shall be the prevailing era t rate, Overtime, Snnday and Holiday rates are at prevailing craft rates" CITY OF NEWPORT BEACH, CALIFORNIA Laura Lagios, City Clerk Publish: May 25, 1967, in the Newport Harbor Ensign a2, i