HomeMy WebLinkAboutC-1207 - Street lights on Irvine Avenue from Cabrillo Street to Dover DriveMail to: City of Newport .06h 63 �4
3300 Newport Blvd.
Newport Beach, Cal. 92660
/Z a ;'
4R goo, 9049 ,.,�, 478
NOTICE OF COMPLETION
PUBLIC WORKS
RECORDED AT REQUEST OF
CITY OF NEWPORT BEACH
IN OFFICIAL RECORDS OF
ORANGE COUNTY, CALIF.
9:05 AM AUG 12 1969
J. WYLIE CARLYLE, County Recorder
To All Laborers and Material Men and to Every Other Person Interested: FREE
C4
YOU WILL PLEASE TAKE NOTICE that on August 1, 1969 ,
the Public Works project consisting of street lights on Irvine Avenue from Cabrillo
Street to Dover Drive, Contract No, C -1207
on which Steiny and Mitchel
was the contractor, and General Insurance Company of America
was the surety, was completed.
CITY F NEWPORT BEACH
at r+.i.n
Assistant ubli Works Director
VERIFICATION
I, the undersigned, say:
sant
I am the usbMic t Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on August 12, 1969 at Newport Beach, California.
2� � � 2,11 �z -
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the /CituGlerk of the City of Newport Beach; the City Council of said
City on August 11, 1969 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. August 12, 1969 at New,/port Beach, California.
0011 1"
6
q
December 1, 1969
Steiny and Mitchel, Inc.
221 North Ardmore Avenue
Los Angeles, California
Subject: Surety General Insurance Company of America
Bonds No. 839091
Project Street Lights on Irvine Avenue from
Cabrillo Street to Dover Drive
Contract No.: 1207
The City Council on August 11, 1969 accepted the work of
subject project and authorized the City Clerk to file a Notice
of Completion and to release the bonds 35 days after Notice of
Completion has been filed.
Notice of Completion was filed with the Orange County Recorder
on August 13, 1968 in Book 9049, Page No. 478. Please notify
your surety company that bonds may be released .
Laura Lagios
City Clerk
LL: dg
cc: Public Works Department
6 9
TO: CITY COUNCIL
FROM: Public Works Director
August 11, 1969
E -17
SUBJECT: ACCEPTANCE OF CONSTRUCTION OF STREET LIGHTS ON IRVINE AVENUE FROM
CABRILLO STREET TO DOVER DRIVE, C -1207
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days after
Notice of Completion has been filed.
DISCUSSION:
The contract for the construction of street lights on Irvine Avenue
from Cabrillo Street to Dover Drive has been completed to the satisfaction of the
Public Works Department.
The bid price was: $ 4,337.00
Amount of unit price items constructed 4,321.20
Amount of change orders: None
Total contract cost: 4,321.20
Amount budgeted in Account No. 02- 3397 -191: 10,500.00
The contractor is Steiny and Mitchel of Anaheim, California.
The contract date of completion was August 17, 1969. All work was
completed on August 1, 1969,
The Irvine Company is presently constructing the lights adjacent to
Mariners Square Apartments. The lights adjacent to Mariners School will be
constructed in the future by the school district as funds become available.
Jos ep Devlin
Publi orks Director
GPD:bjg
AUG 1 1 1969
By the CITY COUNCIL
CITY OF NEWPORT BEACH
0
0
CITY OF NEWPORT BEACH
CALIFORNIA city Hall
3300 W. Newport Blvd
Area Code 714
673 -2110
Date: August 12, 1969
Mr. J. Wylie Carlyle
County Recorder
P. 0. Box 238
Santa Ana, California 92702
Dear Mr. Carlyle:
Attached for recordation is Notice of Completion of Public
Works project consisting of streetlights on ir.vine Avenue
from Cabrillo Street to Dover Drive Contract No. 1207
on which Stainy and Mitchel was the Contractor
and General Insurance Company of was the surety.
America
Please record and return to us.
Very truly yours,
Laura Lagios
City Clerk
City of Newport Beach
LL dg
Encl.
INDUSTRIAL INDEMITY
to STOCK CO Yt
HOME OFFICE SAN FRANCISCO
COM PAN"
NED
INSURED STEINY & MITCHEL, INC.
221 N. ARDMORE
LOS ANGELES, CALIFORNIA, 90004
^rnTFCI^ATC
CERTIFICATE City f Newport Beach CERTIFICATE
ISSUED TO Y wP ISSUED BY .INDUSTRIAL INDEMNITY COMPANY.
,3300 West Newport Blvd., . P.O. BOX 2252, TERMINAL ANNEX
,Newport Beach, Calif. LOS ANGELES," CALIFORNIA,90054
Attpn Lion: Kenneth L. Perry _
INDUSTRIAL INDEMNITY COMPANY has issued coverage effective as of the dates and for the periods and limits specified
below and subject to all terms, conditions, provisions, exclusions and limitations of the described Binders or Policies whether shown
by endorsement or otherwise. Any requirements or provisions in any contract or agreement between the Insured and any other person,
firm or corporation will not be construed as enlarging, altering or amending the definition of insured or any other terms or conditions
of this certificate or the policy designated.
KIND OF INSURANCE
POLICY NUMBER
POLICY PERIOD
LIMITS OF LIABILITY
COMPENSATION
EFF 1
-1 -p,p(
CB 640 -344
-1 -%V
STATUTORY CALIFORNIA COMPENSATION ....
WORKMEN'S COMPENSATION
EXPI
EMPLOYER'S LIABILITY.... $2,000,000 PER OCCURRENCE
COMPENSATION
EFF
STATUTORY COMPENSATION STATEt SI OF
WORKMEN'S COMPENSATION
EXP
EMPLOYER'S LIABIL17Y .... E
PER OCCURRENCE
LIABILITY
EACH PERSON
EACH OCCURRENCE
BODILY INJURY LIABILITY--- -
AUTOMOBILE
$ E
EACH PERSON
EACH OCCURRENCE
BODILY INJURY LIABILITY....
EXCEPT AUTOMOBILE
EFF
$ S
EACH OCCURRENCE
PROPERTY DAMAGE LIABILITY- -
AUTOMOBILE
EXP
p
$
EACH OCCURRENCE
AGGREGATE
PROPERTY DAMAGE LIABILITY-
$
EXCEPT AUTOMOBILE
$
AUTOMOBILE PHYSICAL DAMAGE
COMPREHENSIVE
EFF
S
FIRE. LIGHTNING A TRANSPORTATION
f
THEFT (BROAD FORM(
EXP
B
COLLISION OR UPSET
ACTUAL CASH VALUE LESS S
DEDUCTIBLE
INLAND MARINE
EFF
EXP
$
EFF
EXP
$ O�
EHadive any loss under Physical Damage Coverage is payable as interests ma Coppeor t`clj �Y, dd�tisure'
me
the Lienholder nod,below in. accordance with Loss Po able Endorsement on reverseside, P4b L.
UENHOLOER
9- �vN �., of
CHr
As respects the following described outomobilelsl:
YEAR TRADE NAME BODY TYPE AND MODEL SERIAL NUMBER G j.. NE`'L� •, �E•
DESCRIPTION AND LOCATION OF OPERATIONS Construction of Street
from Cabrillo St. to Dolver Dr., C -1207
Lights on Irvine
�AAve. ,
y— V
This policy shall not be canceled nor reduced in coverage until after 10 days/Gttt�Y�t� f51ckan-
Gelation or reduction in coverage shall have been mailed to this certificate holder.
Certified this 4th June of 19 69
June INDUSTRIA INDEM COMPANY
\Producer ALLEN, SIMONDS, GATES & CO.
X031 R7 (1 -071 By
Authorize Repreaenlahve
Allaim T.Axo'ehlavw Co.
I N C O R P O R A T E D
Insurance
3200 WILSHIRE BOULEVARD oEEN,E.
TELEGRAPH ADDRESS Los Angeles, California HOODS CHICAGO. SAN FRANCISCO
TELEX 6]].136 ANCHORAGE
CORRESPONDENTS
/
TELEPHONE June 3 1969 PRINCIPAL CITIES
385 -2861 (AREA 213) U.S.A. AND CANP A\
9�
City of Newport Beach
I
City Hall
3300 W. Newport Boulevard
Newport Beach, California
Attention: Kenneth L. Perry, Assistant City Engineers
— RE: STEINY & MITCHEL, IN!
Gentlemen: Insurance Coverages
You will find enclosed:
❑ Policy as requested.
❑ Endorsement which should be
attached to your policy.
❑ Renewal policy continuing coverage
on same terms and conditions.
❑ Certificate copy of policy the original
having been sent to the mortgagee.
❑ Loss Payable Endorsement.
❑ Duplicate copy of policy.
® Certificate of Insurance as requested.
including additional insured clause
❑ and (10) day cancellation.
Very truly yours,
ALLEN T. ARCHER CO.
J. Antons
JA /BFG /s
encls
cc: Steiny & Mitchel, Inc.
k
L. ;� r
0 0
CERTIFICATE OF INSURANCE
Date: June 3, 1969
• City of Newport Beach Job: All Operations of the Insured
• City Hall, 3300 W. Newport Boulevard
See Reverse Side
• Newport Beach, California
Attention: Kenneth L. Perry, Assistant City Engineer
IN SURED: STEINY & MITCHEL, INC. , ETAL
221 N. Ardmore Ave. , Los Angeles, California
1801 Mariposa Street, San Francisco, California
1401 Baxter Street, Anaheim, California
THIS IS TO CERTIFY AS TO THE EXISTENCE OF INSURANCE WITH
HARBOR INSURANCE COMPANY AS DESCRIBED. BELOW:
COMPREHENSIVE GENERAL TTTFjTL7 V JNigURT.,1.I�E I1\TrTTiT)TTT(.
AUTOMOBILE LIABILITY
POLICY NOS. 106379 and 106427 EFFECTIVE FROM : 7 -1 -68 to 7 -1 -71
HARBOR INSURANCE COMPANY
LIMIT OF LIABILITY: $2,000,000.00 COMBINED SINGLE LIMIT
PERSONAL LIABILITY AND BROAD FORM PROPERTY DAMAGE LIABILITY
INCLUDING GENERAL OPERATIONS, BLANKET CONTRACTUAL, OWNER'S
AND CONTRACTOR'S PROTECTIVE, COMPLETED OPERATIONS, AND
OWNED, HIRED AND NON OWNED AUTOMOBILE LIABILITY INSURANCE.
THE FOLLOWING ENDORSEMENT IS ATTACHED TO EACH OF THE
ABOVE POLICIES:
"IT IS AGREED THIS POLICY MAY NOT BE CANCELLED NOR THE LIMITS
OF LIABILITY REDUCED UNTIL THE COMPANY HAS MAILED WRITTEN
NOTICE TO EACH CERTIFICATE HOLDER STATING WHEN (NOT LESS
THAN TEN (10) DAYS THEREAFTER) SUCH CANCELLATION OR REDUCTION
SHALL BE EFFECTIVE. DELIVERY OF SUCH NOTICE ON BEHALF OF
THE COMPANY SHALL BE EQUIVALENT TO MAILING. "
HARBOR INSURANCE COMPANY
BY Cv' T &, 'J4
For further information contact:
Agent: Allen T. Archer Co.
3200 Wilshire Blvd.
Los Angeles, California (213) 385 -2861
APPROVED �TO FORM
Dated: AG /Ant, /9.49A
CITATTORNEY P
See Reverse Side
� �irY
CONTRACT NO. 1207
CITY OF NEWPORT BEACH
CONTRACT DOCUMENTS
FOR
CONSTRUCTION OF STREET LIGHTS ON IRVINE AVENUE
FROM
CABRILLO STREET TO DOVER DRIVE
Approved by the City Council on this
28th day of April, 1969.
hi
1_aura Lagiosos, My
Cl-EKK
• PAGE I -A
SHEET I OF 2)
CITY OF NEWPORT BEACHs CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS WILL BE RECEIVED AT THE OFFICE OF THE CITY CLERKS CITY HALLS NEWPORT BEACH
CALIFORNIAN UNTIL 10:00 A.M.# ON THE 19th DAY OF MBY 1969, AT WHICH TIME THEY WILL
BE OPENED AND READS FOR PERFORMING WORK AS FOLLOWS:
CONSTRUCTION OF STREET LIGHTS ON IRVINE AVENUE
FROM
CABRILLO STREET TO DOVER DRIVE
CONTRACT NO. 1207
NO BID WILL BE RECEIVED UNLESS IT IS MADE ON A PROPOSAL FORM FURNISHED BY THE PUBLIC WORKS
DEPARTMENT. EACH BID MUST BE ACCOMPANIED BY CA3H0 CERTIFIED CHECK OR BIDDER'S BOND MADE
PAYABLE TO THE CITY OF NEWPORT BEACHO FOR AN AMOUNT EQUAL TO AT LEAST 10 PERCENT OF THE
AMOUNT BID.
THE DOCUMENTS INCLUDED WITHIN THE SEALED BIDS WI CH REQUIRE COMPLETION AND EXECUTION ARE
THE FOLLOWINGS
1. - PROPOSAL
2. PAGE 3 - DESIGNATION OF SUBCONTRACTORS
3� PAGE 4 - BIDDER'S BOND
4 PAGE 9 - NON - COLLUSION AFFIDAVIT
5. PAGE 10 - CONTRACTOR'S FINANCIAL 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 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 QUANTI-
TIES ARE APPROXIMATE ONLYS BEING GIVEN SOLELY AS A BASIS FOR THE COMPARISON OF 8103.
NO BID WILL BE ACCEPTED FROM A CONTRACTOR WHO HAS NOT BEEN LICENSED IN ACCORDANCE WITH THE
PROVISIONS OF CHAPTER 9, DIVISION III OF BUSINESS AND PROFESSIONS' CODE. THE CONTRACTOR
SHALL STATE HIS LICENSE NUMBER AND CLASSIFICATION IN THE PROPOSAL.
PLANS., SPECIAL PROVISIONS2 AND CONTRACT DOCUMENTS MAY BE OBTAINED AT THE PUBLIC WORKS DE-
PARTMENT2 CITY HALLS NEWPORT BEACNj, CALIFORNIA$ AT ND COST TO LICENSED CONTRACTORS. A NON-
REFUNDABLE CHARGE OF $2.00 WILL BE REQUIRED FOR EACH SET OF PLANSA SPECIAL PROVI310NSA AND
CONTRACI'DOCUMENT3 FOR OTHERS THAN LICENSED CONTRACTORS• IT IS REQUESTED THAT THE PLANS AND
SPECIAL PROVISIONS BE RETURNED WITHIN 2 WEEKS AFTER THE 131D OPENING.
THE CITY OF NEWPORT BEACH RESERVES THE RIGHT TO REJECT ANY ON ALL BIOS AND TO WAIVE ANY
INFORMALITY IN SUCH BIDS.
IN ACCORDANCE WITH THE PROVISIONS OF SECTION 17P OF THE LABOR CODE, THE CITY COUNCIL OF
THE CITY OF NEWPORT BEACH HAS ASCERTAINED THE GENERAL PREVAILING RATE Or PER DIEM WAGES IN
THE LOCALITY IN WHICH THE WORK IS TO BE PERFORMED FOR EACH CRAFT OR TYPE OF WORKMAN OR
NECHANIC NEEDED TO EXECUTE 711E CONTRACT AND "AS .SET FORTH THESE :TERS IN RESOLUTION NO. 6519.
A COPY OF SAID RESOLUTION IS AVAILABLE IN THE OFFICE OF THE CITY CLERK IN THE CITY OF NEWPORT
BEACH.
0 0
Page lb
The following is the schedule of prevailing wage rates, 1968 -69, for a selective
list of classifications. Together with the information included in the Resolution
No. 6519, this schedule is to be considered a part of these contract specifications.
Prevailing Wage Rates - 1968 -69
Classification (Selective Listing) (5/1/68)
Carpenters 5.33
Cement. Mason Journeyman 5.13
Laborers
General or Construction 3.97
Asphalt Raker & Ironer 4.18
Flagman 3.97
Guinea Chaser 4.05
Laying of all non - metallic pipe 4.28
Tunnel Classifications
Vibratorman, Jack Hammer, Pneumatic Tools
(except driller) 4.695
Operating Engineers (7/1/6B)
Oiler and siqnalman (Group 1) 4.68
Skiploader (Less 4/5 yd.) (Croup 2) 4.92
Rodman and Chainman'(Group 3) 5.16
Instrumentman (Group 4) 5.27
Grade Checker (Group 5) 5.46
Pavement - breaker operator (Group 5) 5.46
Grade -all operator (Group 6) 5.56
Teamsters
(5/19/68)
Dump Truck Driver (Less than 4 yds.)
4.65
Water truck driver (2500 gal. to 4000 gal.)
4.83
Building and Construction tradPS
(sn /fia)
Bricklayer & Stone Mason
5.30
Electrician
(1/1/68)
Journeyman Wireman
(5/23/68;
Lather
5.08
Painters
(7/1/68;
Journeyman - spray
5.79
Pipe trades
Plumber
5.79
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
PROPOSAL 0
CONTRACT NO. 1207
CONSTRUCTION OF STREET LIGHTS ON IRVINE AVENUE
FROM
CABRILLO STREET TO DOVER DRIVE
To the Honorable City Council
City of Newport Beach
California
The undersigned declares that he has carefully examined the location of the work, has
read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby
proposes to furnish all materials and do all the work required to complete Contract No. 1207
in accordance with the Plans and Specifications, and will take in full payment therefor the
following unit prices for each item complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. 5 Each Construct Street Light including
foundation, pull box and ballast
@ Five hundred twelve Dollars
and
no Cents $ 512.00 $ 2,560.00
Per ac
2. 3 Each Construct No. 3�2 -PB Pull Box
@ Forty Dollars
and
no Cents $ 40.00 $ 120.00
Per ac
3. 480 Construct 1" Conduit With
Lineal Feet Single Cable
@ Three Dollars
and
no Cents $ 3.00 $ 1,440.00
Per Lineal Foot
4, 70 Construct 1 -14" Conduit with
Lineal Feet Double Cable
@ Three Dollars
and
ten Cents $ 3.10 $_217.00
Per Lineal Foot
TOTAL PRICE WRITTEN IN WORDS
Four thousand three hundred thirty seven Dollars
and
no Cents $ 4,337.00
TOTAL
2/7/67
ALL BIDS ARE TO BE COMPUTED ON THE BASIS OF THE GIVEN ESTIMATED QUANTITIES OF WORK,
AS INDICATED IN THIS PROPOSALO TIMES THE UNIT PRICE AS SUBMITTED BY THE BIDDER* IN CASE
OF A DISCREPANCY BETWEEN WORDS AND FIGURES, THE WORDS SHALL PREVAIL. IN CASE OF AN ERROR
IN THE EXTENSION OF A UNIT .PRICEY 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 ONLY,
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 (IO) DAYS, NOT INCLUDING SUNDAY, AFTER HAVING RECEIVED
NOTICE THAT THE CONTRACT IS READY FOR SIGNATURE' THE PROCEEDS OF CHECK OR BOND ACCOMPANY-
ING TH93 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 CONTRACTORS, LICENSE N0. 161273 CLASSIFICATION C10
ACCOMPANYING THIS PROPOSAL IS Bidder's Bond
CASH, CERTIFIED CHECK, CASHIER'S CHECK OR BOND
IN AN AMOUNT NOT LESS THAN IO 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'S COMPENSATION OR TO
UNDERTAKE SELF - INSURANCE IN ACCORDANCE WITH THE PROVISIONS OF THAT CODE, AND AGREES TO
COMPLY WITH SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE OF THE WORK OF THIS CONTRACT.
DU 2 -2331
PHONE NUMBER -
5 -19 -69
DATE
Steiny and Mitchel, Inc.
Electrical Contractors
Electrical Enaineers
221 North Ardmore Avenue
Los Angeles, 4 Calif.
Steiny and Mitchel. Inc.
BIDDER'S NAME
(SEAL)
BY: (s) T.H. Gray A.V.P.
AUTHORIZED SIGNATURE
AUTHORIZED SIGNATURE
CORPORATION
BIDDER'S ADDRESS TYPE OF ORGANIZATION
(INDIVIDUAL, CORPORATION, CO-PARTNERSHIP)
LIST BELOW NAMES OF PRESIDENT, SECRETARY, TREASURER AND MANAGER IF A CORPORATION,
AND NAMES OF ALL CO -PARTNERS IF A CO-PARTNERSHIP:
Steiny and Mitchel, Inc.
J.O. Steiny, Pres., Treas.,Mgr.
R.B. Robinson Sec'v
R. English, V.P.
• 0 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 BID, SUBJECT TO THE APPROVAL OF
THE CITY ENGINEER, AND IN ACCORDANCE WITH THE APPLICABLE PROVISIONS OF THE
SPECIFICATIONS. NO CHANGE MAY BE 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•
0
12.
_ Steiny and Mitchel, Inc.
BIDDERS NAME
BY: (s) T.H. Gray A.V.P.
AUTHORIZED SIGNATURE
CORPORATION
TYPE OF ORGANIZATION
(INDIVIDUAL, COPARTNERSHIP OR CORPORATION)
Steiny and Mitchel, Inc.
Electrical Contractors
Electrical Engineers
221 North Ardmore Avenue
ADDRESS Los Angeles 4, Cali
M
OR ORIGINAL COPY SEE CITY CLERKIPFILE COPY
PAGE 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
THAT WE, Steiny and Mitchel, Inc. , AS PRINCIPAL,
AND General Insurance Company of America , AS SURETY, ARE HELD
AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OF TEN PER CENT
OF THE AMOUNT OF THE BID INDGLLARS ($ --- - - - - -- }, 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
street lights on Irvine Avenue from Cabrillo Street to Dover Drive
Contract No. 1027
III THE 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 VOIDS OTHERWISE IT BE 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 THIS19th DAY OF
, 1969.
CORPORATE SEAL (IF CORPORATION)
(ATTACH ACKNOWLEDGEMENT OF
ATTORNEY IN FACT)
Z
TITLE
INC IPAL
SURETY
PAGE 5
EXECUTED IN TRIPLICATE BOND #839091
LABOR AND MATERIAL BOND "The Premium charRee. for this
Bond is included in that shown
OR the Performance bond."
KNOW ALL MEN BY THESE PRESENTS, THAT
WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA,
BY MOTION ADOPTED May 26, 1969
HAS AWARDED TO Steiny and Mitchel, Inc. ,
HEREINAFTER DESIGNATED AS THE "PRINCIPAL", A CONTRACT FOR
Construction of Street Lights on Irvine Avenue from Cabrillo Street to Dover Drive
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, lE STEINY AND MITCHEL. INC.
AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE CONTRACTOR AND
GENERAL INSURANCE COMPANY OF AMERICA
AS SURETY, ARE HELD FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF
TWO THOUSAND ONE HUNDRED SIXTY EIGHT AND
50/100 - --- DOLLARS ($ 2,168,50 ),
SAID SUM BEING ONE -HALF OF THE ESTIMATED AMOUNT PAYABLE BY THE CITY OF NEWPORT
BEACH UNDER THE TERMS OF THE CONTRACT, FOR WHICH PAYMENT WELL AND TRULY TO BE MADE
WE BIND OURSELVES, OUR HEIRS, EXECUTORS AND ADMINISTRATORS, SUCCESSORS OR ASSIGNS,
JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS.
THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE 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.
I
• • PAGE 6
(LABOR AND MATERIAL BOND s CONTINUED)
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 NOTICE 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 P
SURETY ABOVE NAMED, ON THE 3rd DAY OF June , 196.
EAL)
EAL)
EAL)
GENERAL INSURANCE COMPANY OF AMERICI SEAL)
BY: �h Qd.__ 1���SE AL)
Charles L. Hezmalhalch Attorney in act
APPROVED AS TO FORM:
CITY01ATTORNE
THIS BOND WAS APPROVED BY THE CITY COUNCIL
OF THE CITY OF NEWPORT BEACH BY MOTION ON
DATE
ATTEST:
CITY CLERK
(SEAL)
SURETY
S
ACKNOWLEDGMENT BY SURETY
STATE OF CALIFORNIA
s s.
COUNTY OF LOS ANGELES
On this 3rd day of June 1 1969 , before me per-
sonally appeared Charles L. Hezmalhaleh known to me to be the attorney -in -fact
of General Insurance Company of America, the corporation that executed the within instrument, and ac-
knowledged to me that such corporation executed the same.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in
the aforesaid County, the day and year in this certificate first above written.
Qllu
0,'17 :MMIIIWWIIYU4WWwjCJAL SEAL e
Notary Public in the State of California
< I.cry r a c rim
".!
PII ^' pr rlii 'n County of Los Angeles
g Los Ange:las County
(Seal) y EoMrni sioa Expires Decealber i3. 1971
YNWIIX( IIIIIIIIIIIIIYW11111111111111111111111111111111M11111111111111111�1111111111111XF
S-766 RI 7/66
0
EXECUTED IN TRIPLICATE
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, THAT
• PAGE 7
BOND 46839091
Initial Premium $16.00
subject to adjustment upon complgtion
of contract on final contract price.
WHEREAS, THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH, STATE OF CALIFORNIA,
BY MOTION ADOPTED May 26, 1969
HAS AWARDED TO Stein and Mitchel. Tnc. ,
HEREINAFTER DESIGNATED AS THE "PRINCIPAL", A CONTRACT FOR
IN THE CITY OF NEWPORT BEACH, IN STRICT CONFORMITY WITH THE DRAWINGS AND SPECIFI-
CATIONS AND OTHER CONTRACT DOCUMENTS NOW ON FILE IN THE OFFICE OF THE CITY CLERK
OF THE CITY OF NEWPORT BEACH.
WHEREAS, SAID PRINCIPAL HAS EXECUTED OR IS ABOUT TO EXECUTE SAID CONTRACT AND
THE TERMS THEREOF REQUIRE THE FURNISHING A BOND FOR THE FAITHFUL PERFORMANCE OF
SAID CONTRACT;
NOW, THEREFORE, WE, STEIff AND MITCHZjL, INC_
AS PRINCIPAL, HEREINAFTER DESIGNATED AS THE "CONTRACTOR", AND
GENERAL INSURANCE COMPANY OF AMERICA
AS SURETY, ARE HELD AND FIRMLY BOUND UNTO THE CITY OF NEWPORT BEACH, IN THE SUM OF
TWO THOUSAND ONE HUNDRED SIXTY EIGHT AND
50/100 - - -- DOLLARS ($ 2,168.$0 ),
SAID SUM BEING EQUAL TO 50% OF THE ESTIMATED AMOUNT OF THE CONTRACT, TO BE PAID t;0
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 -7
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 SHALL INDEMNIFY AND SAVE HARMLESS THE CITY OF NEWPORT BEACH, ITS OFFICERS AND
AGENTS, AS THEREIN STIPULATED, THEN THIS OBLIGATION SHALL BECOME NULL AND VOID;
OTHERWISE IT SHALL REMAIN IN FULL FORCE AND VIRTUE.
•
(PERFORMANCE BOND - CONTINUED)
0 PAGE S
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 BY THE PRINCIPAL AND
SURETY ABOVE NAMED, ON THE 3rd DAY OF June , 196_.
APPROVED AS TO FORM:
CIO ATTORN
t
GENERAL INSURANCE COMPANY OF AMERICA
SEAL)
SEAL)
SEAL)
BY: Cg',k A ('_.AFD_
SURETY
Charles L. Hezmalhalch - Attorney in Fact
i
I
L
ACKNOWLEDGMENT BY SURETY
STATE OF CALIFORNIA
ss.
COUNTY OF LOS ANGELES
On this 3rd day of June 1969 , before me per-
sonally appeared Charles L. HeZmalhalCh known to me to be the attorney -in -fact
of General Insurance Company of America, the corporation that executed the within instrument, and ac-
knowledged to me that such corporation executed the same.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in
the aforesaid County, the day and year in this certificate first above written.
�YWITY IIYYYWWIyyIWI Y ..1 'I I TI'111 W1111111� y' '%7//_,' // J /A�/
`,. l.i�ii Id ILL ol�I�UA�7 �r�f' / /Y✓fY
C. J
I Notary Public in the State of California
County of Los Angeles
(Seal) s Los Angc:es. Ca.;.oty e
My eommissiea Expires Deceaber l:i, 1971
5-760 RI 7/66 '�uumlwnnnnuxnulmpnnln 111111 limn... m4 mllnnnmmnmp3
NON- COLLUSION AFFIDAVIT
• PAGE 9
THE BIDDERS, BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRESf WN AT THE TIME OF
FILING THIS BID, BEING DULY SWORN ON THEIR OATHS SAYS THAT NEITHER THEY NOR ANY
OF THEME HAVE IN ANY WAY, 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 AFFIANTS OR EITHER OF THEM, HAS PAID OR IS TO PAY TO
SUCH BIDDER OR PUBLIC OFFICER ANY SUM OF MONEY, OR HAS GIVEN OR IS TO GIVE TO SUCH
OTHER BIDDER OR PUBLIC OFFICER ANYTHING OF VALUE WHATEVER, OR SUCH AFFIANT OR 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 15 NOT PROCESSED THROUGH SAID BID DEPOSITORY, 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 DID OR AWARDING OF THE CONTRACT, NOR HAS THJ
BIDDER ANY AGREEMENT OR UNDERSTANDING OF ANY KIND WHATSOEVER, WITH ANY PERSON
WHOMSOEVER TO PAY, DELIVER TO, OR SHARE WITH ANY OTHER PERSON IN ANY WAY OR MANNER,
ANY OF THE PROCEEDS OF THE CONTRACTS SOUGHT BY THIS BID.
J
Steiny and Mitchel Inc.
Electrical Contractors
Electrical Engineers
221 North Ardmore Avenue
Los Angeles 4, Calif.
SUBSCRIBED AND SWORN TO BEFORE ME BY
THIS 19th DAY OF May
196 9 .
MY COMMISSION EXPIRES:
10 June 1969 (s) Gerald A. Smith
NOTARY PUBLIC
• FOR RIGINAL COPY SEE CITYj*ERK'S FILE COPY
PAGE 10
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
TECHNICAL ABILITY AND EXPERIENCE
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 RESPONSIBILITY., EXPERIENCES SKILL) 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.
In excess of two hundred completed jobs of similar character during the year 1968
I GNED
n
I�
C O N T R A C T
• PAGE II
THIS AGREEMENT, MADE AND ENTERED INTO THIS /OG(i. DAY OF 196,
BY AND BETWEEN THE CITY OF NEWPORT BEACH, CALIFORNIA, HEREINAFTER DESIGNATED AS THE
CITY, PARTY OF THE FIRST PART, AND Steiny and Mitchel, Inc.
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
Construction of Street Lights on Irvine Avenue from Cabrillo Street to Dover Drive
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.
2. 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 SAID 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, CONTRACTOR'S 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.
2/7/67 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, DAMAGE, INJURY, AND LIABILITY OF EVERY KIND, NATURE, AND DESCRIPTION, DIRECTLY OR
INDIRECTLY ARISING FROMTHE PERFORMANCE OF THE CONTRACT OR WORK, REGARDLESS OF RESPONSI-
BILITY FOR NEGLIGENCE; AND FROM ANY AND ALL CLAIMS, LOSS, DAMAGE, INJURY, AND LIABILITY,
HOWSOEVER THE SAME MAY BE CAUSED, RESULTING DIRECTLY OR INDIRECTLY FROM THE NATURE OF THE
WORK COVERED BY THE CONTRACT, 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.
CITY F PORT BEACH, CALIFORNIA
By* 0o\_�
MAYOR
ATTEST:
CITY LERK
STEINY and MITCHEL, Inc.
ONTRACTOR
APPROVED AS TO FORM:
ry .
PTY ATT I Elf
SPECIAL PROVISIONS
FOR
CONTRACT NO. 1207
CONSTRUCTION OF STREET LIGHTS ON IRVINE AVENUE
FROM
CABRILLO STRErT_TO DOVER DRIVE
SCOPE OF WORK
The Contractor shall furnish all labor, tools and other equipment, and all materials
of every description as required or necessary to excavate, backfill, construct, lay,
erect, install and test, and to clean up and leave in an operable and acceptable
condition all parts of the work as shown on the plans, City of Newport Beach Drawing
No. E- 5011 -S consisting of two sheets, and in accordance with the Standard Speci-
fications and Standard Drawings of the City of Newport Beach and these Special
Provisions.
II. TIME OF COMPLETION
The Contractor shall complete the work within 60 calendar days from the date of
execution of the contract by the City.
III. MATERIALS
A. LIGHTING STANDARDS: The lighting standards shall be prestressed concrete poles
conforming to t e dimensions shown on STD - 205 -L. The poles shall be equipped
with an 8 -foot long aluminum mast -arm arranged to accommodate a 2" slip- fitter
type luminaire. The standards shall be Pacific Union Metal Company design number
68D8 or approved equal.
B. LUMINAIRES: Luminaires shall be mercury vapor horizontal- burning type. Luminaires
.sFaTT -e provided for slip- fitter end mounting on 2 -inch pipe mast arms. Glassware
shall be the refractor type with inner or outer prisms. All parts of the luminaire
shall be manufactured from corrosion - resistant materials. The luminaires shall be
General Electric Company M -400, 6.6 series, without power -pack ballast, or approved
equal.
C. LAMPS: Lamps shall be 400 watt color improved mercury vapor.
D. BALLAST: Ballasts shall be installed in pull -boxes located at the base of each
Ord. Ballasts shall be designed for 6.6 primary current and for 400 watt
lamps. The ballasts shall be epoxy encapsulated and equipped with satchel handles
for mounting off the floor of the pull-boxes. The splice installation shall be
capable of satisfactory operation under continuous submersion in water.
E. CONDUIT: All conduit and the installation thereof shall conform to Sections 209 -1
an 307 =2.3 of the Standard Specifications except as modified herein. All
new conduit designed to carry two insulated cables, shall be 1; inches in diameter.
All new conduit designed to carry one insulated cable shall be a minimum of one
inch in diameter.
Conduit to be located under existing sidewalk shall be laid not less than 4 inches
below the adjacent gutter subgrade. In all other areas, the conduit shall be laid
not less than 30 inches below the existing surface.
Conduit shall be jacked or drilled under Portland cement concrete curbs, gutters,
cross- gutters and driveway approaches. Conduit to be laid under existing concrete
sidewalks may be installed in an open cut or by jacking or drilling. Conduit in
all other parkway areas may be installed in an open cut.
4L UM /NUM
CAP
db -ON •
iW6CX'URY -1e1"1NA 1RE
(400 WATT - 20, 000 &MENSf
G E. TYPE M 400 O
CO,oREC Ep�Ep4 44pL�COLOR
r2. O. YPE 1111 O/ST? /BUT /ON NO. T
6. AMP $,9X/95 EPDXY ENCAP5ULAT6D
/N BRO0KS BROS. NO, 5 OR EQUAL
PY/LL 60X W/T!J COME M,412&GL)
_ STREET L/6f/T- f/ /6f/ VO4TA6E'
i
/2 W/RES�r'
lI a
41
0 2 -O
14 78'
N1 x
m covDulr
eo
e 4 -/ "{6 `p 6ALV ANGl/OR BOLTS C '+
.¢' 2 CX NUrS PER ROO. P,GOJ. 1 - •
3 L'a.' ABOVE TOP of FDUND4r1oN. o • .
cLA$6 &- C- 3000 CONc.
3/4'XG=4'"IN. C4ZV ° 0
x� 4R NA AD � NC!u
6190 NO ROD SOrOr EMMT /ON BASE Aflyd L
CITY OF NEWPORT BEACH DRAWN-A--/-A'% DATE
PUBLIC WORKS DEPARTMENT APPROVED
�C`O.f�1/L1ERC /AL %U6�/T /NG _ ST.4N0.4aD.::... P euc WORKS DIRE o
R.E. NO.
—_ "TYPE. __ ------ ._ . . DRAWING NO.STO• n2OSr4.
id .
m
_
N
V
4
I I -
.�i � '
i
/2 W/RES�r'
lI a
41
0 2 -O
14 78'
N1 x
m covDulr
eo
e 4 -/ "{6 `p 6ALV ANGl/OR BOLTS C '+
.¢' 2 CX NUrS PER ROO. P,GOJ. 1 - •
3 L'a.' ABOVE TOP of FDUND4r1oN. o • .
cLA$6 &- C- 3000 CONc.
3/4'XG=4'"IN. C4ZV ° 0
x� 4R NA AD � NC!u
6190 NO ROD SOrOr EMMT /ON BASE Aflyd L
CITY OF NEWPORT BEACH DRAWN-A--/-A'% DATE
PUBLIC WORKS DEPARTMENT APPROVED
�C`O.f�1/L1ERC /AL %U6�/T /NG _ ST.4N0.4aD.::... P euc WORKS DIRE o
R.E. NO.
—_ "TYPE. __ ------ ._ . . DRAWING NO.STO• n2OSr4.
. • SP2of3
In the event obstructions are encountered during jacking or drilling operations,
upon approval of the Engineer, small test holes may be cut in the pavement to
locate obstructions. Extreme care shall be taken to avoid damaging any existing
facilities. Excessive use of water, such that pavement might be undermined or
subgrade softened, will not be permitted.
Conduit shall be either rigid metal or rigid polyvinyl chloride. In the event
that polyvinyl chloride conduit is used, a continuous bare. #6 copper ground wire
must be carried between pull- boxes. Neither type of conduit need be encased in
inert material.
F. CABLE: The cable shall conform to the requirements of Section 209.1.4 except as
mo 1 ied herein. The conductors between ballasts and luminaires shall be No. 10
AWG with 4/64 -inch minimum thicKness of insulation.
An excess of 2 feet of each of the #8 cables shall be neatly coiled in each
pull -box. In addition, a minimum excess of 2 feet of each of the #10 conductors
shall be neatly coiled and suspended in the base of all standards.
G. PULL - BOXES: Pull -boxes shall be installed at the locations shown on the drawings.
It shaT -Te the option of the Contractor, at his expense, to install additional
pull -boxes that he may desire to facilitate his work. Pull -boxes and extensions
shall be precast reinforced concrete boxes of the sizes and details shown on the
drawings.
The pull -boxes shall be Brooks Products, Inc. No. 3k -PB and No. 5 -PB or approved
equal. All ferrous metal parts shall be galvanized.
Pull -boxes that contain ballasts shall be No. 5 -PB. Pull -boxes that do not
contain ballasts shall be No. 3z -PB. Each No. 5 -PB pull -box shall include a
9 -inch deep extension.
Except as shown on the drawings, pull -boxes shall be installed so that covers
are level with curb or sidewalk grade, or when no finished grade is established,
covers shall be one inch above surrounding ground.
H. FOUNDATIONS: Foundations for lighting standards shall be Class 6.0 -B -3000 Portland
cement concrete conforming to Section 201 of the Standard Specifications.
The foundations shall be 3' -0" square by 5' -0" deep, shall rest on firm ground,
and shall be poured monolithically. After the standard is in proper position,
grout shall be placed under the base plate. The exposed portion shall be formed
to present a neat appearance.
Grout shall consist of one part by volume of Portland cement and 3 parts of clean
sand, shall contain only sufficient moisture to permit packing, and shall be cured
by keeping it damp for 3 days.
Conduit ends and anchor bolts shall be placed in proper position and to proper
height, and shall be held in place by means of a template until the concrete sets.
Anchor bolts shall conform to the specifications of ASTM Designation A307 and shall
be provided with 2 nuts and 2 washers each. Plumbing of standards shall be
accomplished by adjusting these nuts before grouting but after the foundation is
finished to final grade. Shims, or any other similar devices for plumbing or
baking, will not be permitted.
Where obstructions prevent the construction of a planned foundation, the Contractor
shall construct an effective foundation satisfactory to the Engineer.
• • SP 3 of 3
IV. REMOVING AND REPLACING IMPROVEMENTS
Improvements such as sidewalks, curbs, gutters, Portland cement concrete and asphalt
concrete pavement, bituminous surfacing, base material, lawns and plants, and any
other improvements removed, broken or damaged by the Contractor's operations shall be
replaced or reconstructed with the same kind of material as originally found on the
work or with materials of equal quality. The new work shall be left in a serviceable
condition satisfactory to the Engineer.
Where it is necessary to remove concrete sidewalk to permit installation of conduit
parallel to existing curbs, concrete removal may be limited to a strip of uniform
width. Each edge of the strip to be removed shall be sawcut unless it is an existing
cold joint. In all other cases, whenever a part of a square or slab of existing
concrete sidewalk or driveway is broken or damaged, the entire square or slab shall
be removed and the concrete reconstructed.
The outline of all areas to be removed in Portland cement concrete sidewalks and
pavements shall be cut to a minimum depth of 1; inches with an abrasive type saw
prior to removing the sidewalk and pavement material. The cut for the remainder of
the required depth may be made by a method satisfactory to the Engineer. Cuts shall
be neat and true with no shatter outside the removal area.
V. PARKING PROHIBITION
In areas where parked vehicles will interfere with the Contractor's operations,
parking may be prohibited. At least 24 hours prior to blocking a parking area, the
Contractor shall notify the Police Department.
Parking shall not be restricted at any one location for more than 3 days. The Con-
tractor shall furnish and place all signs, barricades, etc., required to prohibit
parking. The method of blocking the parking lane shall be approved by the Engineer.
VI. PAYMENT
Payment for conduit and cable between pull -boxes shall be based on horizontal distance
between centers of pull- boxes. Payment for conduit shall include the required number
of cables as shown on the plans, enough cable to make the required connections in the
pull- boxes, and shall include the cost of restoring or replacing sidewalk removed in
order to place conduit.
Payment for each street light shall include furnishing and installing No. 5 -PB pull -
box, ballast, conduit and cable between pull -box and luminaire, foundation, standard,
mast.arm, luminaire, lamp, and all fittings and appurtenances.
Payment for miscellaneous items of work not separately provided for in the Proposal
shall be included in the price bid for other items of work.
VII. STANDARD SPECIFICATIONS
Copies of the City's Standard Specifications can be purchased at the City of Newport
Beach, Public Works Department, ($2.00) and the APWA /AGC Standard Specifications,
including the 1968 and 1969 supplements may be obtained from Building News Inc.,
3055 Overland Avenue, Los Angeles 90034, telephone (213) 870 -9871. The published
price is $6.15 plus tax and shipping.
0 0
Date June 20, 1969
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. qn7
Attached is �siged copy of subject contract for transmittal to the contractor.
and office.
Contractor: gqEINy AND M170M INC.
Address: 221 North Ardmore Avenue - Las Angeles, Calif.
Amount: $ y .117 no
Effective Date: June 18, 1969
Resolution No. 6990
Laura l agios
LL:dg
Att.
cc: Finance Department
June 17, 1969
TO: CITY CLERK
FROM: Public Works Department
SUBJECT: CONSTRUCTION OF STREET LIGHTS ON Y*INE AVENUE FROM CABRILLO
STREET TO DOVER DRIVE C -1207
Attached are three sets of contract documents and one set of
insurance forms for the subject project.
These documents have been reviewed and approved, as noted, by
the City Attorney's office.
When all documents have been executed by the Mayor and your
office, please return the Public Works and Contractor's copies
to me.
Kenneth L. Perry
Assistant City Engineer
KLP /ldg
Att.
-;_
.0 a
CONTRACT NO. 1207
CITY OF NEWPORT BEACH
CONTRACT DOCUMENTS
FOR
CONSTRUCTION OF STREET LIGHTS ON IRVINE AVENUE
FROM
CABRILLO STREET TO DOVER DRIVE
Approved by the City Council on this
28th day of April, 1969.
Lau�o`s, City CI c
ST INY AND MITCHEL,
���' . AR OMORE AV E., LOS ANGELES INC I0
PAGE I -A
SHEET I Of 2)
CITY OF NEWPORT BEACHS CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS WILL BE RECEIVED AT THE OFFICE OF THE CITY CLERKS CITY HALLS NEWPORT BEAC/1p
CALIFORNIAO UNTIL 1000 A.M.p ON THE 19th DAY OF MBY A 1969, AT WHICH TIME THEY WILL
BE OPENED AND READS FOR PERFORMING WORK AS FOLLOWS!
CONSTRUCTION OF STREET LIGHTS ON IRVINE AVENUE
FROM
CABRILLO STREET TO DOVER DRIVE
CONTRACT NO. 1207
NO BID WILL BE RECEIVED UNLESS IT 1S MADE ON A PROPOSAL FORM FURNISHED BY THE PUBLIC WORKS
DEPARTMENT. EACH BID MUST BE ACCOMPANIED BY CASH CERTIFIED CHECK OR BIDDERS BOND MADE
PAYABLE TO THE CITY OF NEWPORT BEACHO FOR AN AMOUNT EQUAL TO AT LEAST 10 PERCENT Of THE
AMOUNT BID.
THE DOCUMENTS INCLUDED WITHIN THE SEALED BIDS MACH REQUIRE COMPLETION AND EXECUTION ARE
THE FOLLOWING:
I.
- PROPOSAL
2. PAGE 3
- DESIGNATION OF SUB - CONTRACTORS
3. PAGE (1
- BIDDER'S BOND
[{ PAGE 9
- NON - COLLUSION AFFIDAVIT
5. PAGE 10
- CONTRACTOR'S FINANCIAL 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 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 QUANTI-
TIES ARE APPROXIMATE ONLYP BEING GIVEN SOLELY AS A BASIS FOR THE COMPARISON OF 8105.
NO BID WILL BE ACCEPTED FROM A CONTRACTOR WHO.HAS NOT BEEN LICENSED IN ACCORDANCE WITH THE
PROVISIONS OF CHAPTER 9, DIVISION III Of BUSINESS AND PROFESSIONS' CODE. THE CONTRACTOR
SHALL STATE HIS LICENSE NUMBER AND CLASSIFICATION IN THE PROPOSAL.
PLANSO SPECIAL PROVISIONSS AND CONTRACT DOCUMENTS MAY BE OBTAINED AT THE PUBLIC WORKS DE-
PARTMENTj CITY HALLS NEWPORT BEACHO CALIFORNIAS AT NO COST TO LICENSED CONTRACTORS. A NON-
REFUNDABLE CHARGE OF $2.00 WILL BE REQUIRED FOR EACH SET OF PLAN30 SPECIAL PROVISIONSA AND
CONTRACr'DOCUMENTS FOR OTHERS THAN LICENSED CONTRACTORS. IT IS REQUESTED THAT THE PLANS AND
SPECIAL PROVISIONS BE RETURNED WITHIN 2 WEEKS AFTER THE BID OPENING.
THE CITY OF NEWPORT BEACH RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS AND TO WAIVE ANY
INFORMALITY IN SUCH 8105.
IN ACCORDANCE WITH THE PROVISIONS OF SECTION 1770 OF THE LABOR CODES THE CITY COUNCIL OF
THE CITY OF NEWPORT BEACH "AS 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 HAS SET FORTH THESE ITERS IN RESOLUTION NO. 6519.
A COPY Of SAID RESOLUTION IS AVAILABLE IN THE OFFICE OF THE CITY CLERK IN THE CITY OF NEWPORT
BEACH.
• 0
Page lb
The following is the schedule of prevailing wage rates, 1968 -69, for a selective
list of classifications. Together with the information included in the Resolution
No. 6519, this schedule is to be considered a part of these contract specifications.
Prevailing Wage Rates - 1968 -69
Classification (Selective Listing) (5/1/68
Carpenters 5.33
Cement Mason Journeyman 5.13
Laborers
General or Construction 3.97
Asphalt Raker & Ironer 4.18
Flagman 3.97
Guinea Chaser 4.05
Laying of all non - metallic pipe 4.28
Tunnel Classifications
Vibratorman, Jack Hammer, Pneumatic Tools
(except driller) 4.695
Operating Enaineers (7/1/68)
Oiler and signalman (Group 1) 4.68
Skiploader (Less 4/5 yd.) (Group 2) 4.92
Rodman and Chainman (Group 3) 5.16
Instrumentman (Group 4) 5.27
Grade Checker (Group 5) 5.46
Pavement - breaker operator (Group 5) 5.46
Grade -all operator (Group 6) 5.56
Teamster
(5/19/68)
Dump Truck Driver (Less than 4 vds.)
4.b5
Water truck driver (2500 gal. to 4000 gal.)
4.83
Building and Construction trades
(s4i/68)
Bricklayer & Stone Mason
5.30
Electrician
1/1/68)
Journeyman Wireman
.75
(5/23/68;
Lather
5.08
Painters
17/1/68;
Journeyman - spray
5.79
Pipe trades
Plumber
5.79
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
PROPOSAL
CONTRACT NO. 1207
CONSTRUCTION OF STREET LIGHTS ON IRVINE AVENUE
FROM
CABRILLO STREET TO DOVER DRIVE
To the Honorable City Council
City of Newport Beach
California
The undersigned declares that he has carefully examined the location of the work, has
read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby
proposes to furnish all materials and do all the work required to complete Contract No. 1207
in accordance with the Plans and Specifications, and will take in full payment therefor the
following unit prices for each item complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
5 Each Construct Street Light including
foundation, pull box and ballast
@ gj- o- jLjz-k,4c Dollars
and
Cents $ 51�, r� o g `) X560 0th
Per •ac
2. 3 Each Construct No. 3; -PB Pull Box
@ Dollars
and
Cents $ 4-0.00 0 -0
Per Each
3. 480 Construct 1" Conduit With
Lineal Feet Single Cable
@ -T Dollars
and
Cents $ "- o 6 $ 0 44-0 . 0 0
Per Lineal oot
4. 70 Construct 1 -;" Conduit with
Lineal Feet Double Cable
@ -T}{Lj'F Dollars
and
j - Cents $
Per Lineal Foot
TOTAL PRICE WRITTEN IN WORDS
TOTAL
N��cZ►an�cati�o= c+�cr� ollars
and
- �j Cents $
`/7/67
ALL BIDS ARE TO BE COMPUTED ON THE BASIS OF THE GIVEN ESTIMATED QUANTITIES OF WORK,
AS INDICATED IN THIS PROPOSAL, TIMES THE UNIT PRICE AS SUBMITTED BY THE BIDDER. IN CASE_
OF A DISCREPANCY BETWEEN WORDS AND FIGURES, THE WORDS SHALL PREVAIL. IN CASE OF AN ERROR
IN THE EXTENSION OF A UNIT,PRICE, 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 ONLY,
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 SUNDAY, AFTER HAVING RECEIVED
NOTICE THAT THE CONTRACT IS READY FOR SIGNATURE, 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 CONTRACTORS, LICENSE N0. I L'I '1 �> CLASSIFICATION CII i7
ACCOMPANYING THIS PROPOSAL IS D D
CASH, CERTIFIED CHECK, CASHIERS CHECK OR BOND
IN AN AMOUNT NOT LESS THAN 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'S COMPENSATION OR TO
UNDERTAKE SELF — INSURANCE IN ACCORDANCE WITH THE PROVISIONS OF THAT CODE, AND AGREES TO
COMPLY WITH SUCH PROVISIONS BEFORE COMMENCING THE PERFORMANCE OF THE WORK OF THIS CONTRACT.
PHONE NUMBER
5 -�--I -� , �
DATE
STEiWT AND MIF6 i ft, !NC.
ELECTRICAL CONTRACTORS
ELECTRICAL ENGINEER$
ZZ
BIDDER'S NAME
(SEAL)
vpl
AUTHORIZ D SIGNATURE
HORIZED .)IGNATURE
1 North Ardmom Aveooe
tom. A.,e.1.. -cent
BIDDER S ADDRESS TYPE OF ORGANIZATION
(INDIVIDUAL, CORPORATION, CO— PARTNERSHIP)
LIST BELOW NAMES OF PRESIDENT, SECRETARY, TREASURER AND MANAGER IF A CORPORATION,
AND NAMES OF ALL CO— PARTNERS IF A CO— PARTNERSHIP:
.._
J. 0. STEINY, PRES., TREAS.• Mr,
--- R e—uam uv
AL "GL 814, V: rI
PAGE' 3
DESIGNATION OF SUB - CONTRACTORS
THE UNDERSIGNED CERTIFIES THAT HE HAS USED THE SUS -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 BIDS SUBJECT TO THE APPROVAL OF
THE CITY ENGINEERS AND IN ACCORDANCE WITH THE APPLICABLE PROVISIONS OF THE
SPECIFICATIONS. NO CHANGE MAY BE MADE IN THE &E SUB- CONTRACTORS EXCEPT UPON
THE PRIOR APPROVAL OF THE CITY COUNCIL OF THEITY OF NEWPORT BEACH.
STEM OF WORK
2.
3=
4.
5-
6.
SUB- CONTRACTOR
IF-
ADDRESS
I•_. RjtSt�
BIDDER °S NA
1 L• .�
AUTHORIZED SIGNA URE .
G�2- 4� YAT ION
.Gi•� I
�Y ►E OF OROAY t
`INDIVIDUALS COPARTNERSHSP OR CORPSNATION)
STEINY AND MITCHEL, INC.
ADDRESS
ELECTRICAL ENGINEERS
221 Nortb Ardmore Avenue
Los Angeles 4, Calif.
J
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
THAT WE STRTNY AND MTTCHR _ INS
"Th Crmiem Ci:arled for this
Bend t, {If ':i in that shoe.,
PAGE 4
Bond # 623057
AS PRINCIPAL,
AND_ 11ENERAT. TNSirRANCR COMPANY OF AMERICA , AS SURETY, ARE HELD
AND FIRML,YBOUND UNTO THE CITY OF NEWPORT BEACH, CALIFORNIA, IN THE SUM OFTEN PRR CRNT (10X)
017 THE AMOUNT OF THE BID IN DOLLARS — -- ), LAWFUL MONEY OF THE UNITED
STATES FOR THE PAYMENT OF WHICH SUM WELL AND TRULY TO BE MADE, WE BIND OURSELVES,
JOINTLY AND SEVERALLY, FIRMLY BY THESE PRESENTS.
THE CONDITION OF THE FOREGOING OBLIGATION 15 SUCH,
THAT IF THE PROPOSAL OF THE ABOVE BOUNDEN PRINCIPAL FOR THE CONSTRUCTION OF
street lights on Irvine Avenue from Cabrillo Street to Dover Drive
Contract No. 1027
IN THE 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
B 105" WITHIN TEN ( I ) ) DAYS (NOT INCLUDQNG�'. SATURDAY AND SUNDAY) FROM T.HE DATE OF THE
MAIL %ING7 OF A NOTICE TO THE ABOVE BOUNDEN PRINCIPAL BY AND FROM SAID CITY OF NEWPORT
BEACH THAT SAID CONTRACT IS READY FOR EXECUTION, THEN TH.IS OBLIGATION SHALL BECOME NULL
AND VOID; OTHERWISE IT BE 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 19th DAY OF
May p 19-0•
CORPORATE SEAL (IF CORPORATION)
(ATTACH ACKNOWLEDGEMENT OF
ATTORNEY IN FACT)
STEINY AND MITCHEL INC.
P INCIPAL p
BY: V
GENERAL INSURANCE COMPANY OF AMERICA
SURETY L, _
By
Charles L. Hezmalhalch At orney -in -Fact
TITLE
` ✓.
1`
t
ACKNOWLEDGMENT BY SURETY
STATE OF CALIFORNIA
ss.
COUNTY OF LOS ANGELES
On this 19th day of May I 1969 , before me per-
sonally appeared Charles L. Bez lhalah known to me to be the attorney- in-fact
of General Insurance Company of America, the corporation that executed the within instrument, and ac-
knowledged to me that such corporation executed the same.
IN WITNESS WHEREOF, 1 have hereunto set my hand and affixed my official seal, at my office in
the aforesaid Cou ®nHy.the da<u,,,�AMj, Jf�at .ta 1.({j{s cgf��,���te first above written.
i , °�.. CO /.r° i !/.lam
' No;cr' _ , enla _ Notary Public in the State of Caltfotnta
\ County of Los Angeles
Las A; .,i, -s County -
(Seal)
5760 R 1 7/66
1 Expires Dsca.-��ber B. 197'.
r ]
NON- COLLUSION AFFIDAVIT
•
PAGE 9
THE BIDDERS, BY ITS OFFICERS AND AGENTS OR REPRESENTATIVES PRESENT AT THE TIME OF
FILING THIS BID, BEING DULY SWORN ON THEIR OATHS SAY, THAT NEITHER THEY NOR ANY
OF THEM, HAVE IN ANY WAY, DIRECTLY OR INDIRECTLY, ENTERED INTO ANY ARRANGEMENT OR
AGREEMENT WITH ANY OTHER BIDDER., OR WITH'ANY PUBLIC OFFICER OF SUCH CITY OF NEWPORT
BEACH WHEREBY SUCH AFFIANT OR AFFIANTS OR EITHER OR THEM, HAS PAID OR IS TO PAY TO
SUCH BIDDER OR PUBLIC OFFICER ANY SUM OF MONEY, OR HAS GIVEN OR IS TO GIVE TO SUCH
OTHER BIDDER OR PUBLIC OFFICER ANYTHING OF VALUE WHATEVER, OR SUCH AFFIANT OR AF-
FIANTS OR EITHER OF THEN 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 DEPOSITORY, OR WHICH PREVENT ANY SUB-
CONTRACTOR OR MATERIALMAN FROM BIDDING TO ANY CONTRACTOR WHO DOES NOT USE THE
FACILITIES OF OR ACCEPT BIOS 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 SUGG ESTED, OFFERED, PAID, OR DELIVERED TO ANY PERSON WHOMSOEVER TO
INFLUENCE THE ACCEPTANCE OF THE SAID BID OR AWARDING OF THE CONTRACT, NOR HAS THIS
BIDDER ANY AGREEMENT OR UNDERSTANDING OF ANY KIND WHATSOEVER, WITH ANY PERSON
WHOMSOEVER TO PAY, DELIVER TO, OR SHARE WITH ANY OTHER PERSON IN ANY WAY OR MANNER,
ANY OF THE PROCEEDS OF THE CONTRACTS SHOUGHT BY THIS BID.
SUBSCRIBED AND SWORN TO BEFORE ME BY
STEINY AND MITCHEL, INC,_
XLXCTBICAL :NGINYBRS
221 North Ar.i...n« i =nom
Los Angeles 4, Calif.
TH IS 'i-�„ DAY OF
MY COMMISSION- EXP7.RES: \CJ Ji�Ne \�v-1
G -nRF.LD A. SMITH
NOTARY PUZUC -CALIFORNIA rI PRINCIPAL OFFICE IN
���•"'"" LOS ANGELES COUNTY
v
NOTARY PUBLIC
L
P
PAGE 10
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
TECHNICAL ABILITY AND EXPERIENCE
(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 RESPONSIBILITY, EXPERIENCE, SKILLS 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.
T �uY 0 �A--r
�Sy- �v /p
SIGN D
STEINY AND MITCHEL, INC.
7LECTRICAL CONTRACTORS
ELECTRICAL ENGINEERS
221 North Ardmore Avmue
Los Angeles 4, Calif.
2! .161 • 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, DAMAGE, INJURY, AND LIABILITY OF EVERY KIND, NATURE, AND DESCRIPTION, DIRECTLY OR
INDIRECTLY ARISING FROMTHE:PERFORMANCE OF THE CONTRACT OR WORK, REGARDLESS OF RESPONSI-
BILITY FOR NEGLIGENCE; AND FROM ANY AND ALL CLAIMS, LOSS, DAMAGE, INJURY, AND LIABILITY,
HOWSOEVER THE SAME MAY BE CAUSED, RESULTING DIRECTLY OR INDIRECTLY FROM THE NATURE OF THE
WORK COVERED BY THE CONTRACT, 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:
MAYOR
CITY CLERK
BY:
APPROVED AS TO FORM:
CITY ATTORNEY
CONTRACTOR
TITLE
TITLE
(SEAL)
i •
SPECIAL PROVISIONS
FOR
CONTRACT NO. 1207
CONSTRUCTION OF STREET LIGHTS ON IRVINE AVENUE
FROM
CABRILLO STREW TO DOVER DRIVE
SCOPE OF WORK
The Contractor shall furnish all labor, tools and other equipment, and all materials
of every description as required or necessary to excavate, backfill, construct, lay,
erect, install and test, and to clean up and leave in an operable and acceptable
condition all parts of the work as shown on the plans, City of Newport Beach Drawing
No. E- 5011 -5 consisting of two sheets, and in accordance with the Standard Speci-
fications and Standard Drawings of the City of Newport Beach and these Special
Provisions.
II. TIME OF COMPLETION
The Contractor shall complete the work within 60 calendar days from the date of
execution of the contract by the City.
III. MATERIALS
A. LIGHTING STANDARDS: The lighting standards shall be prestressed concrete poles
conforming to t e dimensions shown on STD - 205 -L. The poles shall be equipped
with an 8 -foot long aluminum mast -arm arranged to accommodate a 2" slip- fitter
type luminaire. The standards shall be Pacific Union Metal Company design number
68D8 or approved equal.
LUMINAIRES: Luminaires shall be mercury vapor horizontal- burning type. Luminaires
shall be provided for slip- fitter end mounting on 2 -inch pipe mast arms. Glassware
shall be the refractor type with inner or outer prisms. All parts of the luminaire
shall be manufactured from corrosion- resistant materials. The luminaires shall be
General Electric Company M -400, 6.6 series, without power -pack ballast, or approved
equal.
LAMPS: Lamps shall be 400 watt color improved mercury vapor.
BALLAST: Ballasts shall be installed in pull -boxes located at the base of each
R-a—nFard. Ballasts shall be designed for 6.6 primary current and for 400 watt
lamps. The ballasts shall be epoxy encapsulated and equipped with satchel handles
for mounting off the floor of the pu - oxes. The splice installation shall be
capable of satisfactory operation under continuous submersion in water.
CONDUIT: All conduit and the installation thereof shall conform to Sections 209 -1
and 307 -2.3 of the Standard Specifications except as modified herein. All
new conduit designed to carry two insulated cables, shall be 1, inches in diameter.
All new conduit designed to carry one insulated cable shall be a minimum of one
inch in diameter.
Conduit to be located under existing sidewalk shall be laid not less than 4 inches
below the adjacent gutter subgrade. In all other areas, the conduit shall be laid
not less than 30 inches below the existing surface.
Conduit shall be jacked or drilled under Portland cement concrete curbs, gutters,
cross - gutters and driveway approaches. Conduit to be laid under existing concrete
sidewalks may be installed in an open cut or by jacking or drilling. Conduit in'
all other parkway areas may be installed in an open cut.
• • SP2of3
In the event obstructions are encountered during jacking or drilling operations,
upon approval of the Engineer, small test holes may be cut in the pavement to
locate obstructions. Extreme care shall be taken to avoid damaging any existing
facilities. Excessive use of water, such that pavement might be undermined or
subgrade softened, will not be permitted.
Conduit shall be either rigid metal or rigid polyvinyl chloride. In the event
that polyvinyl chloride conduit is used, a continuous bare. #6 copper ground wire
must be carried between pull- boxes. Neither type of conduit need be encased in
inert material.
F. CABLE: The cable shall conform to the requirements of Section 209.1.4 except as
modM ed herein. The conductors between ballasts and luminaires shall be No. 10
AWG with 4/64 -inch minimum thicKness of insulation.
An excess of 2 feet of each of the #8 cables shall be neatly coiled in each
pull -box. In addition, a minimum excess of 2 feet of each of the #10 conductors
shall be neatly coiled and suspended in the base of all standards.
G. PULL - BOXES: Pull -boxes shall be installed at the locations shown on the drawings.
It shaTT7e the option of the Contractor, at his expense, to install additional
pull -boxes that he may desire to facilitate his work. Pull -boxes and extensions
shall be precast reinforced concrete boxes of the sizes and details shown on the
drawings.
The pull -boxes shall be Brooks Products, Inc. No. 3h -PB and No. 5 -PB or approved
equal. All ferrous metal parts shall be galvanized.
Pull -boxes that contain ballasts shall be No. 5 -PB. Pull -boxes that do not
contain ballasts shall be No. 32 -PB. Each No. 5 -PB pull -box shall include a
9 -inch deep.extension.
Except as shown on the drawings, pull -boxes shall be installed so that covers
are level with curb or sidewalk grade, or when no finished grade is established,
covers shall be one inch above surrounding ground.
H. FOUNDATIONS: Foundations for lighting standards shall be Class 6.0 -B -3000 Portland
cement concrete conforming to Section 201 of the Standard Specifications.
The foundations shall be 3' -0" square by 5' -0" deep, shall rest on firm ground,
and shall be poured monolithically. After the standard is in proper position,
grout shall be placed under the base plate. The exposed portion shall be formed
to present a neat appearance.
Grout shall consist of one part by volume of Portland cement and 3 parts of clean
sand, shall contain only sufficient moisture to permit packing, and shall be cured
by keeping it damp for 3 days.
Conduit ends and anchor bolts shall be placed in proper position and to proper
height, and shall be held in place by means of a template until the concrete sets.
Anchor bolts shall conform to the specifications of ASTM Designation A307 and shall
be provided with 2 nuts and 2 washers each. Plumbing of standards shall be
accomplished by adjusting these nuts before grouting but after the foundation is
finished to final grade. Shims, or any other similar devices for plumbing or
baking, will not be permitted.
Where obstructions prevent the construction of a planned foundation, the Contractor
shall construct an effective foundation satisfactory to the Engineer.
• • SP3of3
IV. REMOVING AND REPLACING IMPROVEMENTS
Improvements such as sidewalks, curbs, gutters, Portland cement concrete and asphalt
concrete pavement, bituminous surfacing, base material, lawns and plants, and any
other improvements removed, broken or damaged by the Contractor's operations shall be
replaced or reconstructed with the same kind of material as originally found on the
work or with materials of equal quality. The new work shall be left in a serviceable
condition satisfactory to the Engineer.
Where it is necessary to remove concrete sidewalk to permit installation of conduit
parallel to existing curbs, concrete removal may be limited to a strip of uniform
width. Each edge of the strip to be removed shall be sawcut unless it is an existing
cold joint. In all other cases, whenever a part of a square or slab of existing
concrete sidewalk or driveway is broken or damaged, the entire square or slab shall
be removed and the concrete reconstructed.
The outline of all areas to be removed in Portland cement concrete sidewalks and
pavements shall be cut to a minimum depth of N inches with an abrasive type saw
prior to removing the sidewalk and pavement material. The cut for the remainder of
the required depth may be made by a method satisfactory to the Engineer. Cuts shall
be neat and true with no shatter outside the removal area.
V. PARKING PROHIBITION
In areas where parked vehicles will interfere with the Contractor's operations,
parking may be prohibited. At least 24 hours prior to blocking a parking area, the
Contractor shall notify the Police Department.
Parking shall not be restricted at any one location for more than 3 days. The Con-
tractor shall furnish and place all signs, barricades, etc., required to prohibit
parking. The method of blocking the parking lane shall be approved by the Engineer.
VI. PAYMENT
Payment for conduit and cable between pull -boxes shall be based on horizontal distance
between centers of pull- boxes. Payment for conduit shall include the required number
of cables as shown on the plans, enough cable to make the required connections in the
pull- boxes, and shall include the cost of restoring or replacing sidewalk removed in
order to place conduit.
Payment for each street light shall include furnishing and installing No. 5 -PB pull -
box, ballast, conduit and cable between pull -box and luminaire, foundation, standard,
mast arm, luminaire, lamp, and all fittings and appurtenances.
Payment for miscellaneous items of work not separately provided for in the Proposal
shall be included in the price bid for other items of work.
VII. STANDARD SPECIFICATIONS
Copies of the City's Standard Specifications can be purchased at the City of Newport
Beach, Public Works Department, ($2.00) and the APWA /AGC Standard Specifications,
including the 1968 and 1969 supplements may be obtained from Building News Inc.,
3055 Overland Avenue, Los Angeles 90034, telephone (213) 870 -9871. The published
price is $6.15 plus tax and shipping.
i
i
,4LU��UM
,- p" •
1WFA 7lRY
EE 0f & / CM
r -- LUM`IA l/JQT E
Ep04Z- C01-0,Q
7rV ENSfO6P.3
704,12 C 096764 %A.
2.375 O.O.
MAQ8EL 1T6 NO. 68 -O -6 O,QAPP,PO[/G,0 EG,WL.
WOO WATT
B�5B� �OR QUN 5 O 5 �1- ED
PULL BOX W /T,V COMG;Q MAR/CED.
$T.GE6T 416NT - f/ /6L/ VOLTAGE '
q1
N
42'014. # BW1.6 /T
0
V
4
I�
e ! 2! O
� Q
h
2 =0" 14 7Y,8"
nl ObOQ OPEN /n/O
GONOU /T (CURB 5 /DEJ
Po
� D.D
i e
/I O IT, GAC ✓. ANCIJOQ BOLT5
.%12
w EX 1475 PER ROD. 10,90 -1 I ' • \
2Y2 ABOVE TOP OF FOUNOAT /ON.
GGA55 6-6-9000 GONG.
�.•; . D16 _.... 3/q '.rG'4'MiN. GALV
C>Po[1,V0 ,g;VD W
4..7a,,064D .0 W.
GRDUNL) ,POD 3' -6" ELE!/AT /ON BASE DE'T,Q /L
sp.
CITY OF NEWPORT BEACH DRAWN—A--/M DATE
PUBLIC WORKS DEPARTMENT APPROVE
P BLIC WORKS DIRE 0
R.E. NO.
TYPE .�.._._— �• :�.___..__.....- .DRAWING NO.STO• —Z05r4
0
0
L
r!
z
c>
z
r�
r�
LVA
N
L
o?
U
L
y
z
m°-4r-
G D - O
mF�in
-a
7 _
Ln
3
3
n
�o
n
nr
�nuwu
SEEN
�YIRI
Ilgll
YI
nm
un
on
�II��IIII
N
_
r!
z
c>
z
r�
r�
LVA
N
L
o?
U
L
y
z
m°-4r-
G D - O
mF�in
-a
7 _
Ln
3
3
n
�o
n
nr
April 28, 19699
T0: CITY COUNCIL E-
FROM: Public Works Department COUNCIL:
SUBJECT: STREET LIGHTING ON IRVINE AVENUE (C -1207)
DISPOSITION:
'z w2 / - " W
RECOMMENDATIONS: i �? : r� A I�V -
1. Approve the Plans and Specifications. s
2. Authorize the City Clerk to advertise for bids to be opened
at 10:00 A.M., May 19, 1969.
DISCUSSION:
This project provides for the installation of street lighting on the easterly
side of Irvine Avenue adjacent to Mariners Park, and at the intersection of Mariners
Drive with Irvine Avenue. A total of $10,500 is included in the current budget,
predicated on the inclusion of additional work in the project. The proposed financing
was based on cash contributions by The Irvine Company and the Newport -Mesa Unified School
District as follows:
City $ 4,000
School District 4,500
The Irvine Company 2,000
$10,500
The school district is unable to furnish its share of the money at this time.
The Irvine Company is planning to use its own contractor to construct street lights
adjoining its apartment complex north of Westcliff Plaza.
It is therefore recommended that the city construct a total of five street
lights on Irvine Avenue; three adjacent to Mariners Park, one at the Dover Drive inter-
section, and one at the northeast corner of Mariners Drive. The system is designed so
that the four missing lights adjacent to the school may be installed at a later date.
The light to be located at the Mariners Drive intersection was originally proposed to
be included with those to be financed by the school district. However, because of the
importance of this light to the safe operation of the intersection, it is recommended
that it be included in the current project.
The estimated cost to the city for the five lights is $6,000.
The work will be performed by a private contractor. The plans were prepared
by the city. The estimated date of completion is July 30, 1969.
1. l
6)P seph T evlin
blic Wo Director
P /ldg
1
21
3I
i
41
5I,
6 11
1
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
231
2411
2511
2611
27
281
29
30
31;
32''
RESOIOWS NO. 699 0
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH A14ARDINC A CONTRACT FOR THE
CONSTRUCTION OF STREET LIGHTS ON IRVINE
AVENUE FROM CAMILLO STREET TO DOVER DRIVE,
CONTRACT NO. 1207
WHEREAS, pursuant to the notice inviting bids for -'wrk
In connection with the construction of street lights on Irvine
Avenue from Cabrillo Street to Dover Drive, in accordance with the
plans and specifications heretofore adopted, ?bids were received
on the 19th day of May, 1969, and publicly opened and declWed;
and
WHEREAS, it appears that the lowest responsible bide
therefor is Steiny and Mitchel, Inc.;
NOWO THEREFORE, BE IT RESOLVED by the City Council of
the City of Newport Beach that the bid of Steiny and Mitchel, Inc.,
for the work in the amount of $4,937.00 be accepted and that the
contract for the construction work be awarded to said bidder;
BE IT POTHER RESOLVED that the Mayor and City Clerk
are hereby authorized and directed to execute a contract in
accordance with the specifications, bid and this sward on behalf
of the City of Newport Beach, and that the City Clark be directed
to furnish an executed copy to the successful bidder.
ADOPTED this 26th day of May, 1969.
ATTEST:
C ty er
yor
THS : mh
5/26/69
LEGISOTICE LEGAL NOTICE
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE 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
19th day of May, 1969, at which time they will be opened and
read, for performing work as follows:
CONSTRUCTION OF STREET LIGHTS ON IRVINE AVENUE
FROM
CABRILLO STRFET TO DOVER DRIVE
CONTRACT N0, 1207
No bid will be received unless it is made on a proposal form
furnished by the Public Works Department. Each bid must be
accompanied by cash, certified check or Bidder's Bond made
pa able to the City of Newport Beach, for an amount equal to
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. Page 10 — Contractor's Financial 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 and Cor-
required the
porate Seal shall be affixed to all 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
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 9, Divi-
sion III Business Professions' Code. The
/ ✓
of and Contractor
shall 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
- `1
Beach, California, at no cost to licensed contractors. A non-
refundablecharSe of 32.00will 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 weeks after the bid opening.
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-
�-
certained the general prevailing rate of per diem wages in the
locality in which the work is to be performed for each craft or
J
type of workman or mechanic needed to execute the contract and
has set forth these items 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,
1968-69, for a selective list of classifications. Together with
the information included in the Resolution No. 6519, this
schedule is to be considered a part of these contract speci-
fications.
Prevailing Wage Rates — 1968.69
Classification (Selective Listing) (5/1/68)
Carpenters 5.33
Cement Mason Journeyman 5.13
Labors rs
General or Construction 3.97
Asphalt Raker & Ironer 4.18
Flagman 3.97
Guinea Chaser 4.05
Laying of all non-metallic pipe 4.28
Tunnel Class!Rcations
Vibratorman, Jack Hanmter, Pneumatic Tools
(except driller) 4.695
Operating Engineers (711168)
Oiler and signalman (Group 1) 4.68
Skiploader (Less 4/5 yd.) (Group 2) 4.92
Rodman and Chairman (Group 3) .5.16
Instrumentman (Group 4) 5.27
Grade Checker (Group 5) 5.46
Pavement- breaker operator (Group 5) 5.46
Grade -all operator (Group 6) 5.56
Teamsters . (5/19/68)
Dump Track Driver (Less than 4 yds.) 4.65
Water truck driver (2500 gal, to 4000 gal.) 4.83
Building and Construction trades ._. (511168)
Bricklayer:& Stone Mason 5.30
Electrician (111168)
Journeyman Wireman 6.75
(5/23/68)
Lather 1 5.08
Painters (711168)
Journeyman — spray 5.79
Pipe trades
Plumber 5.79
Any classification omitted herein shall be the prevailing
craft rate.
Overtime, Sunday and Holiday rates are at preveiliag craft
rates.
CITY OF NEWPORT BEACH, CALIFORNIA
Laura Logics, City Clerk
PUBLISH: May 8, 1969, in the Newport Ensign
I
0
TO: CITY COUNCIL
May 26, 1969
FROM: Public Works Department E J 3 (¢ )
SUBJECT: CONSTRUCTION OF STREET LIGHTS ON IRVINE AVENUE FROM CABRILLO STREET TO
DOVER DRIVE (C -1207)
RECOMMENDATION:
Adopt a resolution awarding the contract to Steiny and Mitchel, Inc.
for $4,337.00, and authorizing the Mayor and the City Clerk to
execute the contract.
DISCUSSION:
Two bids were received and opened in the office of the City Clerk at
10:00 A.M. on May 19, 1969.
Bidder Total
Steiny and Mitchel, Inc., Los Angeles $4,337.00
Smith Electric Supply, Stanton 4,860.00
The low bid is approximately 28% lower than the Engineer's estimate of
$6,000. Funds appropriated in Account No. 02- 3297 -191 are $10,500, of which the
City share was estimated to be $4,000. The remaining work proposed was to be the
responsibility of The Irvine Company ($2,000), and the School District ($4,500).
The Irvine Company has indicated that they plan to use their own contractor for
installation of lights on their frontage, and the School District has indicated
that they do not presently have funds available for their portion.
This project provides for construction of five street lights on Irvine
Avenue; three adjacent to Mariners Park, one at the Dover Drive intersection, and
one at the northeast corner of Mariners Drive.
The plans were prepared by the City.
The estimated date of completion is August 1, 1969.
COUNCIL:
5.�2 (�..G
l'- 6 9 1/ 0
FILE:
l �
eph evlin
lic or s Department
/ldg