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