Loading...
HomeMy WebLinkAboutC-1250 - Assessment District No. 52 - Harbor HighlandsCITY OF NEWPORT BEACH TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 1250 Date November 2, 1970 Street Lighting Improvemnts - Harbor Highlands (Signed original by Joseph T. Devlin handed to us by Public Works - �he us�za] copies for tray smdittal afteir tl�e Wor' sin o ourrefile °s a hl or o us) At£ache are . executed copies o su ,sec con ra y transmittal to the contractor, Contractor: Smith Electric Company Address: 10792 Knott Avenue an on, Amount: $ 531,340.00 Effective Date: 10 -19 -70 Resolution No. 7274 adopted on 9 -14-70 '-�i /IM Laura ce/ CERTIFICATE OF INSURANCE T Xiesu Hart Fire Insurance Com an e" N ork Underwriters I m P Y ® t>gurancerompany ® Har!WAccident and Indemnity Company 6 T ity Fire Insurance Company RANCE GROUP �M Citizens Insurance Company of New Jersey TFORO CONNECT,CVi ' This is to certify that the company designated cO'0 herein by Co. Code has issued to the named insured 6 Named Insured and Address the policies enumerated below. ( Smith Electric Supply J 10792 Knott Avenue Stanton, California The policies indicated herein apply with respect to the hazards and for the coverages and limits of liability indicated by specific entry herein but this certificate of Insurance does not amend, extend or otherwise alter the terms and conditions of the insurance coverage in the policies identified herein. 'If with respect to Automobile Liability the Policy Number entered above includes the symbol GB, AZ, MVP, MAG or PGB, the word "occurrence" is amended ton�',"K Locatio erations, automobiles, contracts, etc, (For contracts, indicate type of agreement, party and ante.) RECEIVED �w CITY CLERK ,.. CITY OF 2 N.4'r" ^?j BEACH, / / t' T. I pgli y is canceled, 10 days City of Newport Beach - City Hall v en notice will be given to: 3300 Newport Blvd. Newport Beach, Calif. 92660 E '"-_' GORE & A- St")CIATES ERIC MOORE S ASSOCIATES? ` 12/22/71 IRSU ^ANCEB %CKERS Date -"41 E. CHAPMAN AVE. By ............. .......... 0. i:'INGE, CALIFORNIA 92667 Authorised Representative Perm 'r -" -' $tla W U. S. A 9-70 S. A. Coverages and Limits of Liability (SINGLE LIMIT) (DUAL LIMITS) Policy Number Bodily Injury and aodily Injury Lisbnity Property Damage Liability Hazards and Property Damage Liability -each occurrence a aggregate each pare°° 'each occurrence teach occurrence aggregate Policy Term General Liability 1/l/72- 1/1/73 Premises - Operations 72C 208899 8 ,0008 ,000E 60-0 .000$ nn n,0008 °1' — ,000'$50 ,000 Independent Contractors it 8 ,000E ,000E 600 .000$3 0S 100 '0008250 000 Completed Operations; $ 10008 E 100 825p Products it E S ,000 Aggregate: $ ,000 XXXX XXXX Contractual (as described below) n S ,0008 ,0008 S00 81 nnn,000E inn .0011 E2sn ,000 Automobile Liability Owned Automobiles " E ,000 XXXX E 500 ,000 Fyn a,000$ inn ,000 XXXX Hired Automobiles " E 000 xxxx E 600 .01)0g.()on•0fflS 100 .00o xxxx Non -Owned Automobiles E 000 xxxx L_50_0_ .000S19 000'00 xxxx IL-IRCL-001 Workmen's Compensation Compensation — Statutory and Employers' Liability Employers' Liability — 8 ,000 Umbrella Liability E ,000,000 'If with respect to Automobile Liability the Policy Number entered above includes the symbol GB, AZ, MVP, MAG or PGB, the word "occurrence" is amended ton�',"K Locatio erations, automobiles, contracts, etc, (For contracts, indicate type of agreement, party and ante.) RECEIVED �w CITY CLERK ,.. CITY OF 2 N.4'r" ^?j BEACH, / / t' T. I pgli y is canceled, 10 days City of Newport Beach - City Hall v en notice will be given to: 3300 Newport Blvd. Newport Beach, Calif. 92660 E '"-_' GORE & A- St")CIATES ERIC MOORE S ASSOCIATES? ` 12/22/71 IRSU ^ANCEB %CKERS Date -"41 E. CHAPMAN AVE. By ............. .......... 0. i:'INGE, CALIFORNIA 92667 Authorised Representative Perm 'r -" -' $tla W U. S. A 9-70 S. A. Named Insured and Address This cndnrscment forms a part of Policv No. ! -° L 2 G'r� issued 6Y TI14:fl:AIt "fFORD INSURANCE GI:UCP company desi,g- 'a` hated therein, and takes effect as of the effective date of said policy unless another effective date is stated herein. Effective date ....__ .............. ...:........................ A LM A. M., standard time at the address of the named insured ;,s stated herein. ADDITIONAL INSURED (CONTRACTOR'S PROTECTIVE) This endorsement modifies such insurance as is afforded by the protWons of the policy relating to the following: COMPREHENSIVE GENERAL t- TABILITY INSURANCE MANUFACTURERS' AND CONTRACTORS' LIABILITY INSURANCE 1. PERSONS INSURED: THE UNQUALIFIED WORD INSURED WHEREVER USED IN THE POLICY ALSO INCLUDES THE PERSON OR ORGANIZATIONS BELOW (HEREINAFTER CALLED "ADDITIONAL INSURED" BUT ONLY WITH RESPECT TO (1) OPERATIONS HEREINAFTER DESCRIBED FORMED FOR THE ADDITIONAL INSURED BY THE NAMED INSURED OR (2) ACTS OR OMISSIONS OF. THE ADDITIONAL INSURY5=CONNECTION WITH HIS RAL SUPERVISION OF SUCH OPE TR 1� 030—WS 2, EXCLUSIONS: WITH RESPECT TO THE ADDITIONAL INSURED. THIS INSURANCE DOES NOT APPLY: (A) TO BODILY INJURY TO ANY EMPLOYEE OF THE ADDITIONAL INSURED OR OF THE NAMED INSURED ARISING OUT OF OR IN THE COURSE UPTUCFERMYMENT. ' (B).TO LIABILITY ASSUMED BY THE ADDITIONAL INSURED UNDER ANY.CONTRACT OR AGREEMENT. (C) TO BODILY INJURY OR PROPERTY DAMAGE OCCURRING AFTER (1) KLL WORX -0N THE PAWTCT_(V_Tffff_THAN SERVICE -- MAINTENANCE OR REPAIRS TO B PERFORMED BY OR ON BEHALF OF THE ADDITIONAL INSURED AT THE SITE OF THE COVERED OPERATIONS HAS BEEN COMPLETED OR (2) THAT PORTION OF THE NAMED INSURED'S WORK OUT OF WHICH THE INJURY OR DAMAGE ARISES HAS B— EEN PUT TO I TS TWENDED USE BY ANY PERSON OR ORGANIZATION OTHER THAN ANOTHER CONTRACTOR OR SUBCONTRACTOR ENGAGED IN PERFORMING OPERATIONS FOR A PRINCIPAL AS A PART OF THE SAME PROJECT; 3. ADDITIONAL DEFINITION: WHEN USED IN REFERENCE TO THIS INSURANCE: "WORK" INCLUDES MATERIALS PARTS AND EQUIPMENT FURNISHED IN CONNECTION EREWITH. SCHEDULE NAME OF ADDITIONAL INSURED DESCRIBED OPERATIONS C I TY OF NEWPORT BEACH L3 125-0 DUR -i Nf', THE CITY FALL, CITY OF NEWPORT BEACH, CA, r41:ICY PER'IOO RATE PER $100 CONTRACT COST PREMIUM ESTIMATED CONTRACT COST BI PD BI PD 10,000, ,150 ,007 18:00 fop II.00 M" INCL Nothing herein contained shall be held to vary, waive, alter, or extend any of the terms, conditions, agreements or declarations of the policy, other than as herein stated. This endorsement shall not be binding unless countersigned by ¢duly authorized agent of the company: .provided that if this endorsement takes effect as of the effective date of the policy and, at issue of said policy, forms a part thereof, countersignature on the declarations page of said policy by a duly authorized agent of the company shall constitute valid countersignature of this endorsement. SARO 313 . ` THE ILIRTTORD � d; INSURANCE GROUP C"wersignedby... ... ..�"wt.:.:..�/�...1.4:�-a—�'` ............_......... :........ Ml.RTFORD. CONNECTICUT g Au oriz d Agent g X1Xx&X Printed in U. S A. 10.'66 NBCU: November 2, 1970 i TO: CITY CLERK FROM: Public Works Department SUBJECT: STREET LIGHTING IMPROVEMENTS IN HARBOR HIGHLANDS (CONTRACT 1250) Assessment District No. 52 Attached is your copy of the subject documents as well as the insurance certificates. The contract has already been executed on behalf of the city by Joseph T. Devlin, Superintendent of Streets of the City of Newport Beach, California. Kenneth L. Perry Assistant City Engineer KLP /ldg Att. c r C L &Rj< MMWM CONTRACT NO. 1250 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR ASSESSMENT DISTRICT NO. 52 STREET LIGHTING IMPROVEMENTS IN HARBOR HIGHLANDS APPROVED BY THE CITY COUNCIL ON THIS 27th DAY OF JULY 1970 �o ra ag�os, City clerxV SUBMITTED BY: Smith Electric Supply ontractor 2 Knott Avenue N ess Stanton, California 24pp CITY OF NEWPORT BEACH NOTICE INVITING SEALED BIDS Pursuant to the Improvement Act of 1911, Division 7 of the California Streets and Highways Code, and Resolution No. 7242 adopted on the 27th day of JJuul_y, 1970, by the City Counciro� the City of Newport Beach, Cali nia; wTich is on file in the Office of the City Clerk of said City, ordering the construction of certain street lighting improvements in Assessment District No. 52 in the City of Newport Beach, as shown on the plans and specifica- tions for said work which are on file in the Offices of the City Clerk and the Superintendent of Streets of the City of Newport Beach, all as more particularly described in Resolution of Intention No. 7197 adopted by the City Council on June 9, 1970 the City Council has determined that the cost of said work shall be assessed against properties within the district, and has further determined that serial bonds shall be issued bearing interest at the rate of 7% per year and extending over a period of 9 years from the 2nd day of January next succeeding the next September 1st following their date, to represent each assessment of $50 or more remaining unpaid at the expiration of the last date fixed for payment of the assessment. The City Council has further determined to have the redemption provisions of said bonds provide a premium of 5% of the unmatured principal in accordance with the provisions of Section 6464 of the Streets and Highways Code of the State of California. The City Council has determined the general prevailing rate of per diem wages in the locality in which said work is to be performed in accordance with the requirements of Section 1773 of the California Labor Code. Reference is made to Resolution No. 6982 adopted by the City Council of May 9, 1969 for further information concerning said determination. It shall be mandatory upon the contractor to whom the contract is awarded and upon any subcontractor working under him to pay not less than the rates specified in said resolution to all persons employed by them in the execution of the contract. NOTICE IS HEREBY GIVEN inviting sealed bids for doing all of the work described herein, to be presented to the City Clerk at the City Clerk's Office in the City Hall of said City, up to the hour of 11;00 a.m. on the 8th day of September, 1970, at which time the_1T3s an Tproposals so receive w e opened, examined and declared by the City Clerk at a public meeting to be held in the City Council Chamber. The proposals or bids offered shall be accompanied by a check payable to the order of said City, certified by a responsible bank, or a bond as required by law, for an amount not less than ten per cent (10x) of the aggregate of the proposal. Each bid shall be made out on a form to be obtained from the Engineer of Work of said City. All of the work will be done under the "Improvement Act of 1911." When the work is completed and accepted by the City Council and the assessment is confirmed, a warrant, assessment and diagram will be delivered to the contractor, or his assigns, for the total cost of the work, including all incidental expenses which he has advanced to the City, less any cash contributions made by the City. NOTICE IS FURTHER HEREBY GIVEN to the bidders that the successful bidder shall pay to the City at the time of executing the contract a cash payment for incidental expenses incurred by the City up to the date when the contract is signed, estimated to be $3,000.00. At the conclusion of the work and at the time the contractor receives the warrant, assessment and diagram, he shall pay to the City an additional cash payment for the balance of the incidental expenses. The contractor to whom an award may be made will be required to furnish with the contract two surety bonds, to wits one labor and materials bond and one faithful performance bond, each in the amount of 50% of the aggregate amount of the bid. The City Council of said City reserves the right to reject any and all bids and to waive any informality in a bid not affected by law. DATED this 5th day of August, 1970. LAURA LAGIOS, City Clerk of the City of Newport Beach, California THS:mh 8/4/70 -2- 0 0 CITY OF NEWPORT BEACH ASSESSMENT DISTRICT NO. 52 (HARBOR HIGHLAND STREET LIGHTING) CONTRACT NO. 1250 PROPOSAL To the Honorable City Council City of Newport Beach 3300 W. Newport Boulevard Newport Beach, California Gentlemen: The undersigned declares that he has carefully examined the location of the proposed work, that he has examined the plans and specifications and hereby agrees to furnish all labor, materials, equipment, transportation and services, and to do all work required for the cdnstruction of "Street Lighting System in Assessment District No. 52, City of Newport Beach, Orange County," in strict conformity with the plans and specifications prepared by the Engineer at the following prices: SCHEDULE OF WORK ITEMS ITEM QUANTITY ITEM DESCRIPTION 1.WT TOTAL NO. AND UNIT UNIT PRICE WRITTEN "IN WORDS" " PRICE" PRICE 1. 35 Type III residential type, Each 100 watt mercury street lights, per Standard 202 -L, complete in place, for the price of @ Three hundred thirty Dollars and no Cents $ 330.00 "" $ 11,550.00 er Each 2. 7 Type V commercial -type, 400 Each watt mercury street lights per Standard 204 -L, complete in place, for the price of @ Three hundred fifty Dollars and no Cents $ 350.00 $ 2,450.00 er Each. 3. 5480 1 -inch diameter underground Lineal Feet conduit with single run of cable, for the price of @ Two Dollars and no Cents er Lineal Foot Proposal - l $'2.00 $ 10,960.00 0 0 4. 2060 1 -1/4 inch diameter underground Lineal Feet conduit with double run of cable, for the price of @ Three Dollars and no Cents $ 3.00 $ 6,180.00 Per Lineal FooF 5. 1 Construct service point, Each for the price of @ Two hundred Dollars and no Cents $200:00 $ 200.00 Per Each TOTAL PRICE WRITTEN IN WORDS: Thirty one thousand three hundred forty Dollars and No ..... ......... ... Cents Proposal - 2 $' 319340.00 ITEM NO. QUANTITY AND UNIT ITEM UNIT PRICE DESCRIPTION WRITTEN IN WORDS UNIT.......... PRICE''' TOTAL PRICE 4. 2060 1 -1/4 inch diameter underground Lineal Feet conduit with double run of cable, for the price of @ Three Dollars and no Cents $ 3.00 $ 6,180.00 Per Lineal FooF 5. 1 Construct service point, Each for the price of @ Two hundred Dollars and no Cents $200:00 $ 200.00 Per Each TOTAL PRICE WRITTEN IN WORDS: Thirty one thousand three hundred forty Dollars and No ..... ......... ... Cents Proposal - 2 $' 319340.00 0 The undersigned agrees to complete the work in every detail within ONE HUNDRED AND TWENTY (120) CONSECUTIVE CALENDAR DAYS from the date of execution of the contract. If awarded the contract for the work, the undersigned agrees to sign said contract and furnish the neoessary bonds within not less than ten (10) days nor more than twenty -five (25) days after the first publication of the "Notice of Award" of said contract and to begin work within fifteen (15) days from the date of execution of the contract. LIST OP SUBCONTRACTORS The name and location of place of business of each subcontractor who will perform work or labor or render service to the general contractor in or about the construction of the work or improvements in an amount in excess of one -half of one percent (* of 14%) of the general contractor's total bid, and the portion of the work which will be done by each subcontractor is set forth as follows: Portion Name Location of Business (Type of Work) None Enclosed is bidder's bond, certified check or cashier's Check No. of the Bank, for $ payable to City.of Newport Beach, Orange County, California, which is not less than ten per cent (1� of this bid, and which is given as a guarantee that the undersigned will enter into the contract, if awarded to the undersigned. The undersigned bidder hereby represents as follows: (a) That no Councilmen, officer, agent, or employee of the City of Newport Beach is - personally interested, directly or in- directly, in this contract, or the compensation to be paid hereunder; and that no representation, oral or in writing, of the City Council, its officers, agents, or employees, has induced him to enter into this contract excepting only those contained in this form of contract and the papers made a part hereof by its terms; Proposal - 3 11 (b) That this bid is made without connection with any person, firm or corporation making a bid for the same work, and.is in all respects fair, and without collusion or fraud. Dated September 8 , 1970 Signature of Bidder SMITH ELECTRIC SUPPLY J. Harold Smith Business Address 10792 Knott Avenue, Stanton, Calif. 90680 Telephone (714) 827 -3820 Contractor's License No. 256378 License Expires June 30, 0 SMITH ELECTRIC SUPPLY by J. Harold Smith Electric Supply Co. Proposal — 4 • • Page 2 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 under- signed 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 bind 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 No. C -10 256378 Classification C -10 Accompanying this proposal is Bidders Bond (Cash, Certified ec as ier s 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. (714) 827 -3820 SMITH ELECTRIC SUPPLY Phone Number Bidder's Name (SEAL) September 8 /s/ J. Harold Smith Me Authorized Signature Authorized igna ure SMITH ELECTRIC SUPPLY by J. Harold Smith Electric Supply Co. Corporation Type of rganization (Individual, Corporation, or 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. Harold Smith President J. Harold Smith, Jr. Sec., Treasurer 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 1. None 2. 3. 4 5 [. 7. 8. 9. 10. 11. 12. I SMITH ELECTRIC SUPPLY Bidder's Name /s/ J. Harold Smith Authorized Signature Corporation Type of Organization (Individual, Co- partnership or Corp) 10792 Knott Ave.. Stanton. Calif. 90680 Address FOR ORIGINAL, SEE CITY CLERK'S FILE COPY • Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, SMITH ELECTRIC SUPPLY , as Principal, and INSURANCE COMPANY OF NORTH AMERICA , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of Bad Dollars ($ (10 %) ), 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 LIGHTING IMPROVEMENTS IN HARBOR HIGHLANDS - ASSESSMENT DISTRICT NO. 52 (C -1250) 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 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 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 8th day of September 1970 . Corporate Seal (If Corporation) SMITH ELECTRIC SUPPLY Principal by (Attach acknowledgement of /s/ J. Harold Smith Attorney in Fact) I. Jane Stokes, Notary Public Commission Expires June 27, 1973 INSURANCE COMPANY OF NORTH AMERICA Surety By Eric Moore Title Attorney -in -Fact Page 9 NON- COLLUSION AFFIDAVIT 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 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 affiants 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 attached 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 subcontractor 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 contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomesoever 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. SMITH ELECTRIC SUPPLY J. Harold Smith Subscribed and sworn to before me by this 8th day of September 19 70 . My commission expires: July 25, 1971 Paul J. Koudelka Notary Public FOR ORIGINAL, SEE CITY CLERK'S FILE COPY Page 10 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. Signed TECHNICAL ABILITY AND EXPERIENCE REFERENCES 0 Page IOa The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. Company is well known to Public Works Department; has performed numerous contracts for the city. Signed 0 0 BOND FOR FAITHFUL PERFORMANCE KNOW ALL MEN BY THESE PRESENTS, That we, SMITH ELECTRIC SUPPLY COMPANY, a corporation, as Principal, and INSURANCE COMPA Y OF NORTH AMERICA a corp9�atiop organized and existing under the awls of t e State of 1£nns IVa 1 and whose principal office is located at and authorized to do business in the State of California, as Surety, are jointly and severally bound unto the CITY OF NEWPORT BEACH, California, in the sum of FIFTEEN THOUSAND SIX HUNDRED SEVENTY DOLLARS ($15,670), lawful money of the United States of America, to be paid to the said City of Newport Beach, for which payment well and truly to be made, we bind ourselves, our and each of our, heirs, successors, executors, administrators and assigns, jointly and severally, by these presents. THE CONDITION OF THIS OBLIGATION is that if the above bounded Principal, its heirs, successors, executors, administrators or assigns, shall in all things stand to and abide by and well and truly keep and faithfully perform all of the covenants, conditions and agreements of that certain contract made between said Principal, as Contractor, and Joseph T. Devlin, as Superintendent of Streets of the City of Newport Beach, of even date herewith, for performing the following work, to -wit: All work described in said contract hereto attached and referred to for a more particular description of said work, or cause the same to be faithfully kept and performed in the manner and as herein specified, then the above obligation shall be void, otherwise to remain in full force and effect. WITNESS our hands and seals this day of Sf rt 1970. SMITH ELECT C SUPPLY COMPANY, a cor a ion, SMITH ELECBTRIC SUPPLY By / "- .1. HAROLD SIAITH ELECTRIC SUPPLY, CO. �s �� �.r o, Corporate Sea]) (Attach acknowledgement) (Attach acknowledgement) ncipal INSURANCE COMPANY OF NORTH AMERICA By ERI MOORE - Attorney -A't�O ney -in-fact �urefy The within and foregoing bond is to my satisfaction and I hereby approve the same this 16— day of ��g�� 1T�- �� n r) APPROVED AS TO FORM: 11, Tu y H. Seymour ttorney for Assessment Distri No. 52 vein, 5uperintenaent of 5tree of Newport Beach, California. *•y 1 °, :3 STATE OF CALIFORNIA COUNTYOF Oranges SS. On this 99th day of Septemher in the year? 970 before me r jAna StakPC , a Notary Public in and for the STATE OF CALIFORNIA personally appeared Eric Moore known to me to be the person whose name is subscribed to the within instru- ment as the Attorney -in -Fact of the INSURANCE COMPANY OF NORTH AMERICA, and acknowledged to me that he subscribed the name of the INSURANCE COMPANY OF NORTH AMERICA thereto as surety and his own name as Attorney -in -Fact. SS -125c Printed In V.S.A. Notary Public ai for the State of California 1 STOKES e, a -JANE NOTARY PUBLIC - CALIFORNIA PRINCIPAL OFFICE IN ORANGE COUNTY My commission Expirzs June 27, 1973 esoouepeeeeese YeveY VeeYYYe YY eevuer On this 99th day of Septemher in the year? 970 before me r jAna StakPC , a Notary Public in and for the STATE OF CALIFORNIA personally appeared Eric Moore known to me to be the person whose name is subscribed to the within instru- ment as the Attorney -in -Fact of the INSURANCE COMPANY OF NORTH AMERICA, and acknowledged to me that he subscribed the name of the INSURANCE COMPANY OF NORTH AMERICA thereto as surety and his own name as Attorney -in -Fact. SS -125c Printed In V.S.A. Notary Public ai for the State of California • • BOND FOR LABOR AND MATERIAL KNOW ALL MEN BY THESE PRESENTS, That we, SMITH ELECTRIC SUPPLY COMPANY, a corporation, as Principal, and 1USURANCE COMPANY OF NORTH AIJIMA > a co oration,organized and existing under the laws of the State of o and whose principal office is located at la and authorized to do business in the Stat of Ca Tfo nia, as Surety, are jointly and severally bound unto the CITY OF NEWPORT BEACH, California, in the sum of FIFTEEN THOUSAND SIX HUNDRED SEVENTY DOLLARS ($15,670), lawful money of the United States of America, to be paid to the said City of Newport Beach, for which payment well and truly to be made, we bind ourselves, our and each of our heirs, successors, executors, administrators and assigns, jointly and severally, by these presents. WHEREAS, the above bounded Principal has been awarded and is about to enter into that certain contract hereto annexed and made a part hereof, with Joseph T. Devlin, as Superintendent of Streets of the City of Newport Beach, to do all the work described in said contract hereto attached and referred to for a particular description of said work; NOW, THEREFORE, if the said principal or its subcontractors shall fail to pay for any materials, provisions, provender or other supplies or the use of implements or machinery used in, upon, for or about the performance of the work contracted to be done, or for any work or labor thereon of any kind, or for any amounts due under the unemployment insurance act of the State of California with reference to such work or improvements, the said Surety will pay the same to an amount not exceeding the sum above specified in this bond and, also, in case suit is brought upon this bond, a reasonable attorney's fee to be fixed by the court. This bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under the provisions of the "Improvement Act of 1911," Division 7 of the Streets and Highways Code of the State of California, and all such persons, companies and corporations and their assigns shall have a right of action in any suit brought upon this bond. WITNESS our hands and seals this -21i day of d, 1970. SMITH ELECTRIC SUPPLY BY J. HAROLD SMITH ELECTRIC SUPPIy Cf (Corporate Seal) (Attach acknowledgement) (Attach acknowledgement) SMITH ELECTRIC SUPPLY COMPANY, a J Z 3 ERIC GORE - Attorney jWY -i n -Fact Y The within and foregoing bond is to my satisfaction and I hereby approve the same this Oj day of G fZ, 1970. APPROVED VED AS TO FORM: o ep . v in, S T upe nten ent o Stre / of the Ci of Newport Beach, California l. r,v. _ u Y FL7 Seymo , Attorney for Assessment Di ict No. 49. STATE OF CALIFORNIA SS. COUNTY OF Orange uuorronnreasnmeeemacca: asaeaoam - 1. JANE STOKES °r NOTARY PUBLIC -CAa FORYIA e w � v e PRINCIPAL OFFICE IN ORANGE COUNTY My Commission Expiras June 27, 1973 rrrlrrlr)rtlrrrlrlrlrlr ) rmrlrsrttmrONrc On this 29th day of Sept?mbes in the year 197a before me 1 -Jane Stokes , a Notary Public in and for the STATE OF CALIFORNIA personally appeared Eric Moore known to me to be the person whose name is subscribed to the within instru- ment as the Attorney -in -Fact of the INSURANCE COMPANY OF NORTH AMERICA, and acknowledged to me that he subscribed the name of the INSURANCE COMPANY OF NORTH AMERICA thereto as surety and his own name as Attorney -in -Fact. n r t SO-126C Printed In U.S.A. Notary Public an for the State of California • • Page 11 CONTRACT THIS AGREEMENT, made and entered into this i "1 day of 0C70F'P- , 1970, by and between Joseph T. Devlin, as superintendent of Streets of the CITY OF NEWPORT BEACH, California, under and by virtue of the authority granted to him as such officer under the provision of the "Improvement Act of 1911," Division 7 of the Streets and Highways Code of the State of California, party of the first part, and SMITH ELECTRIC SUPPLY COMPANY, a corporation, hereinafter designated as the Contractor, party of the second part. WITNESSETH: That the parties hereto do mutually agree as follows: 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the said Joseph T. Devlin, as Superintendent of Streets of said City, and not otherwise, to furnish certain street lighting improvements and appurtenances and appurtenant work in connection therewith in "Assessment District No. 52," all as more particularly described in Resolution of Intention No. 7197 adopted by the City Council of said City on June 9, 1970, 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, (Except such materials, if any, as in the said Specifications are stipulated to be furnished by the City), and to do everything required by this Agree- ment 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 prosecution of the work until its acceptance by the party of the first part, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications 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 party of the first part 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 party of the first part 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. n • Page 12 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the Plans and Specifications, and all amendments thereof, when approved by the parties hereto, or when required by the party of the first part in accordance with the provisions of the Plans and Specifications, are hereby incorporated in and made part of this Agreement. 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rtes of per diem wages for each draft 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, and their officers and employees, from all claims, loss, damage, injury, and liability of every kind, nature, and description, directly or indirectly arising from the performance of the contract or work, regardless of responsibility 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 OF NEWPORT BEACH, CALIFORNIA r d Sepn �, v,,n, auperinLenaenL OT JLreeLb o the City of Newport Beach, California, p4,rty of t first part. 41TH ELECTRIC SUP ,' BY 7„ [ �19YIN ELECTRIC S11VP'4Y Smith Electric Supply Company, party of the second part. (Corporate Sea]) APPROVED AS TO FORM: Tully H. eymour ttorney for Assessment Distr' t No. 52 (SEAL) CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR ASSESSMENT DISTRICT NO. 52 STREET LIGHTING IMPROVEMENTS IN HARBOR HIGHLANDS I. SCOPE OF WORK PS 1 of 4 The work to be done under this contract consists of constructing a complete street lighting system in Harbor Highlands, Tracts 1763, 1805, and 1806. The work will be done under the Improvement Act of 1911, Division 7 of the Streets and Highways Code of the State of California. Payment to the Contractor is made by the City delivering a diagram,.assessment, and warrant to the Contractor. The street lighting improvements and appurtenances to be constructed consist of the following quantities: Description of Item 1. Type III Residential lighting standards 2. Type V Commercial lighting standards 3. 100 Watt mercury vapor luminaires with lamps 4. 400 Watt mercury vapor luminaires with lamps 5. 100 Watt regulator ballasts 6. 400 Watt regulator ballasts 7. No. 5 precast concrete pullboxes 8. No. 32 precast concrete pullboxes 9. 114 inch underground conduit with double run of cable 10. 1 inch underground conduit with single run of cable 11. Service point II. SPECIFICATIONS Quantity and Unit 35 each 7 each 35 each 7 each 35 each 7 each 42 each 5 each 2,060 L.F. 5,480 L.F. 1 each The contract requires completion of all the work in accordance with these Special Provisions, the City's Standard Special Provisions, the Plans, and the City's Standard Drawings and Specifications. The City's Standard Specifications are the Standard Specifications for Public Works Construction 1970 Edition. Copies of theme tan ar pec a may a purc ase from the u is Works Department at a cost of $2.00. 0 III. PLANS SP2of4 The complete set of Plans for bidding and construction consist of the following: 1. Drawing No. E- 5013 -S, Sheets 1 through 4. 2. Drawing No. STD 202 -L. 3. Drawing No. STD 204 -L. The above two standard drawings are bound with these specifications. IV. TIME OF COMPLETION The work shall be completed within 120 days after the execution of the contract by the City. V. LOCATION OF LIGHTING STANDARDS The location of the lighting standards and appurtenances shown in the drawings are approximate, and the exact locations will be established in the field by the Engineer. VI. PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS In addition to conforming with the requirements of Section 7-9 of the Standard Specifi- cations, the Contractor shall exercise particular care in the removal and replacement o —pl t material and improvements within the parkway areas. Conduit shall be bored or jacked under shrubs, trees, walks, and driveways rather than cutting and removing the improvements. Whenever a part of a square of slab of existing 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. VII. SERVICE POINT A service point shall be provided at the location shown on the drawings. The Contractor shall install a disconnect switch and metal switch enclosure at the service point as shown on the drawings. In addition, the Contractor shall pay the Southern California Edison Company for installing their metering facilities. This cost is estimated to be $16.50. The disconnect switch shall be designed to control amperage circuits of 0 to 30 Amps in a voltage range of 0 to 100000 Volts. The contact points shall be submerged in oil. The switch shall be an Econolite Catalogue No. 005 -6215 or approved equal. The insulating oil shall be Econolite 003 -1001 or approved equal. The metal switch enclosure shall be constructed of galvanized sheet metal and of the dimension shown on the drawings. A sign marked "DANGER HIGH VOLTAGE" in large letters shall be secured to the cover of the enclosure. The enclosure shall be Econolite Catalogue No. E- 3750 -G2 of approved equal. VIII. CONDUIT SP3of4. Conduit shall be Polyvinylchloride (PVC). PVC conduit shall be Schedule 40 with joints solvent - welded in accordance with the manufacturer's requirements. A separate continuous #8 AWG bare copper ground wire shall be installed in the conduit. IX. CABLE An excess of 24eet of each #8 cable shall be neatly coiled in the #5 pull -boxes adjacent to each lighting standard. 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. X. PULL -BOXES Pull -boxes shall be installed at the locations shown on the drawings. It shall be 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. 32 -PB and No. 5 -PB or approved equal. All ferrous metal parts shall be galvanized. 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. XI. EXCAVATING AND BACKFILLING: The excavations required for the installation of conduits, foundations, and other appurtenances shall be performed in such a manner as to cause the least possible injury to streets, sidewalks, landscaping, and other improvements. The trenches shall not be excavated wider than necessary for property installation of the electrical appurtenances and foundations. Excavating shall not be performed until immediately before installation of conduit and other appurtenances. The material from the exca- vation shall be placed in a position which will not cause damage or obstruction to vehicular and pedestrian traffic nor interfere with surface drainage. All surplus excavated material shall be removed and disposed of within 48- hours. Excavations after backfilling shall be kept well filled and maintained in a smooth and well- drained condition until permanent repairs are made. XII. FOUNDATIONS Foundations for lighting standards shall be Class "B" Portland Cement concrete conforming to Section 13. The foundations shall conform to the dimensions shown on the drawings, 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 as shown on the drawings. The exposed portion shall be formed to present a neat appearance. Grout shall consist of one part by volume of Portland Cement concrete and 3 parts of clean sand, shall contain only sufficient moisture to permit packing, and shall be curec by keeping it damp for 3 days. XIII. XIV. XV. 0 0 SP4of4 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 A 307 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 raking, will not be permitted. Where obstructions prevent the construction of a planned foundation, the Contractor shall construct an effective foundation satisfactory to the Engineer. 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 distribute printed notices to adjacent residences. The form and wording of the notice shall be approved by the Engineer. Parking shall not be prohibited for more than 2 blocks at any one time, nor be in effect at any one location for more than 3 days. The Contractor shall furnish and place all signs, barricades, etc. required to prohibit parking. The method of block the parking lane shall be approved by the Engineer. PAYMENT The prices bid for the various items of work shall include full compensation for all labor and materials necessary for construction of the items complete in place. Payment for incidental items of work not separately provided for in the proposal shall be included in the price bid for other items of work. Prices bid for items of new construction shall include removal and disposal of the existing improvements. PROPOSAL ITEMS AND CONSTRUCTION DETAILS A. Street Lights The unit price paid for constructing one street light complete in place shall include furnishing and constructing pull box, ballast, foundation, standard, mast arm, luminaire, lamp, conduit between pull box and standard, cable between ballast and lamp; and all other appurtenances necessary for a complete street lighting system. B. Conduit The unit price paid for conduit complete in place shall include furnishing and constructing conduit including cables and bare ground wire, grounding rods, and all other appurtenances as required for a complete street lighting system. AGU.N /NUM �� A4eQC[J2Y LUM /NAbQ6 TYPE M- 2-50 -.? � a o TioN/ /00 vArr - j f3300 tUMJAV C QCgA CM ?E0T60 t.[MAfr 57S At O.D. NO. 45 D 4 OR 4PPROVED EOUAL. /00 WATT Co. N L7/�E(t 5 B4t 246T �O6 OCT5 M . (OQ EAG4L .rvl-e 60X W /TN /O" EXTEN6 /ON. COVE,? A44R/K " $TiQEET t /6NT - N /6/•/ VOGT46E.- a C6 G, TN /CK 4(4' <,�OYJSL/EO tbGK UNL16R �XES. onj o /%2" VIA emlow /7 2- 0 C MleE5 �jI /.'3 RC . G.Mar { v J Cd�t/D!/ /T ao s BO[TS d ? PA �� PER �D. PROJ. 3 T Q ABOVE 7t7P OF FW.(NL3dT /QV .'.�.: ..•�..�:•�. .':R:.•.•R CL455 6 -8 -AdW WAV. ' �• 6�bUN0 km 3/4 "X -5 4' M /N. dWZ V. 2' 6• GG POUND A?o0 WIrN 4' 5� THREAD 6 NUT. EL S-114 T/014/ BASE DETA /L CITY OF NEWPORT BEACH DRAWN-4--/ M. DATE PUBLIC WORKS DEPARTMENT APPROVE TIAL LIGHTING STANDARD UBLIC WORKS DIRECTOR R.E. NO.q..t32- DRAWING 140. STD.-ZOZ-L_„ 0 APM15QY LuM /NA /RE - G E lY 4gOlTYLL� .� O /STR /BUP OA/ • W /TX/ WiOTT - ?O, 000 C044M CaGhftMMD 41AIOS 2.375 ' 0.0. MARBEL /r6 " GQ -D -E{ AP dpAwl/LO caw4. 1 0 2 -� m . ZcavDulr �°sF fve lf4 pa WCLw/1 I I O h � • . � /' � GgCV. ANCf/OQ BBCYlS �� � • . �� NUM .CL�i? ,q70. APa/. I • • ' CC4�i� G B 3GY10 LONG •. i ' �. � : ry' +. TN064DN(JT N ENO 3Q`' CZCtOT /ON BASE 4OZ7.4 LL CITY OF NEWPORT BEACH DRAWN DATE 3- /O PUBLIC WORKS DEPARTMENT E G'2jt",rj4Y,4L .ZMIM54149 5T 1V,04?D SLIC WORKS DIRE R.E. NO. _ DRAWINY !M� CERTIFICATE OF /INSURANCE / • NP/17eim// C.4"a &ffA GENERAL BUILDINGS, PHILADELPHIA, PA. 19105 GENERAL ACCIDENT THE CAMDEN FIRE CORPORATION, LIMITED aINSURANCE ASSOCIATION ❑PNSU ANCE COMPANY ❑ INSURANCE CIOMPANVRAL This is to certify to: (:ITV QV NEWPORT REACH City Ha 11 Address 3300 Newport Blvd Newport Beach Calif. 92660 that the company indicated above by the letter X has issued the following described policies: Name of Insured SMITH FT Pr -TTRTr. STTPPT V 10792 KnottAyAniin Address Stanton., (,Alif., (117168I POLICY NUMBER KIND OF INSURANCE LIMITS EFFECTIVE DATE* EXPIRATION DATE ' Workmen's Compensation and Employers' Liability • Public Liability Each Person Each Occurrence Aggregate GLA 39 227 50 Bodily Injury $500 ,000. $1,009000. $1,000,000. 6/14/70 6/14/71 Property Damage x x x x $ 100,000. $ 250,000. • Automobile Liability GLA 39 227 50 Bodily Injury $ 500 ,000. $1,000000. x x x x 6/14/70 6/14/71 Property Damage x x x x $ 10 000. x x x x * Form Amount Burglary $ Plate Glass * Absence of an entry in these spaces means that insurance is not afforded with respect to the coverages opposite thereto. ** Policy is effective and expires at 12:01 A.M„ standard time at the address of the named insured as stated herein. Description of Operations Covered: ALL OPERATIONS ^' This Certificate of Insurance neither affirmatively nor negatively omends,extends or alters the coverage afforded by the policy orpolicies described herein,and is issued subject to the exclusions, conditions and other terms of the insurance afforded under the policy or policies hereinbefore mentioned. Issued at C)rallgp C:rllifnrniA Date Spntpmhpr 2C, 1970 �,�� $, .�+.� /• Eric Moqfe Authorized Agent FORM G-4142 REV. 9/09 ENDORSEMENT _ NOT VALID UNLESS *ED BY A DULY AUTHORIZED REPRESEWIVE OF THE COMPANY Date and Place of Issue September 29, 1970 - Orange, California Effective From (St .d..dT;m....t . e.d ;nv.s.y) I Amending Policy No. SMITH ELECTRIC SUPPLY by GENERAL ACCIDENT: FIRE AND LIFE ASSURANCE CORPORATION, LIMITED, or THE CAMDEN FIRE INSURANCE ASSOCIATION, or POTOMAC INSURANCE COMPANY, or PENNSYLVANIA GENERAL INSURANCE COMPANY as the interest of any such company shall appear in the policy. (Th. id..W.. p..Hd.d for .b..• b r ,W. d E. b• 0.t•d .nIy when thf. end.n.m•nt r. i....d f...em.Am.nt t. eh• a.L'p ..b.w.•nt t. a. •lhvar• d.t•J In consideration, of an additional premium to be determined at audit, it is agreed that with respect to such insurance as is afforded by the policy under Coverage C, Bodily Injury Liability - Automobile, Coverage A, Bodily Injury Liability - except Automobile, Coverage D, Property Damage Liability - Automobile and Coverage B, Property Damage Liability - except Automobile: 1. The unqualified word "Insured" wherever used in the policy also includes the City of Newport Beach, California", but only as respects operations performed by our insured for the City of Newport Beach, California. 2. The inclusion of this additional insured shall not operate to increase the limits of the Company's liability. 3. It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled, materially changed, nor the policy allowed to lapse until ten (10) days after receipt by the City Clerk of the City of Newport Beach, City Hall, Newport Beach, California, or a registered written notice of such cancellation or reduction in coverage. APPROVED AS TO FORM Dated: A) )4/70 t CITY A4RNEY By....� ....... ....... _ s This endorsement is subject to all the agreements, conditions and exclusions of the policy unless such agree- ments, conditions and exclusions are expressly modified or expressly eliminated hereby. ERIC MOORE & ASSOCIATES /jw FORM c -1881-e RSV. 9-66 Authorized $epresentative Ak W4 i FREMONT INDEMNITY comPANY Il♦ TNt PNtNONT /UILDINO -� 1708 Wt /T [IONTN ST 17�T • LO/ ANO[L[ /. GALI►ONNIA 90017 • Itl // 408• 6721 DATE: SEPTEMBER 22, 1971 - `ill, TO: CITY OF NEWPORT BEACH CITY HALL NEWPORT BEACH, CALIFORNIA CERTIFICATE OF WORKMEN'S COMPENSATION INSURANCE J. HAROLD SMITH AND /OR•SMITH ELECTRIC EMPLOYER: SUPPLY COMPANY, A CORPOiZ�j"ION 10792 KNOTT AVENUE _ STANTON, CALIFORNIA 90680 POLICY NO. WP -71 -10499 POLICY PERIOD 10/1/71 TO 10/1/72 I ERIC MOORE & PRODUCER ASSOCIATES 0343/100 THIS IS TO CERTIFY that we have issued a valid Workmen's Compensation Insurance Policy in a form approved by the Insurance Commissioner of the State of California to the Employer named above for the policy period indicated. We will give you TEN days' advance notice should this Policy be cancelled prior to its normal expiration. Description of specific operations (if required); Countsesitnsd at Los Angslas, California by AUT110111Zm 11[Pt!/pITATIV! UN 105 - 1/70 am/ L F 4L Il+ FREMONT INDEMNITY COMPANY EXECUTIV[ VICE PAnICENT o FREMONT INDEMNITY COMPANY Il♦� THE FREMONT BUILDING 1706 WEST EIONTN ST119 L08 ANGELES. CALIFORNIA 90017 • 92181 662 -2731 DATE: SEPTEMBER 214 1970 TO: CITY OF NEWPORT BEACH CITY HALL NEWPORT BEACH, CALIF. EMPLOYER: J. HAROLD SMITH AND /OR SMITH ELECTRIC SUPPLY COMPANY, A CORPORATION 10792 KNOTT AVENUE STANTON, CALIF. 90650 POLICY NO. POLICY PERIOD WP 14121 10/1/70 CERTIFICATE OF WORKMEN'S COMPENSATION INSURANCE TO PRODUCER 10 /1 /71 ERIC MOORE S ASSOCIATES 0343-100 THIS IS TO CERTIFY that we have issued a valid Workmen's Compensation Insurance Policy in a form approved by the Insurance Commissioner of the State of California to the Employer named above for the policy period indicated. We will give you TEN days' advance notice should this Policy be cancelled prior to its normal expiration. Description of specific operations (if required); 0 Il.' FREMONT INDEMNITY COMPANY ColNlroni9nad at Los Angeles, California 57147 - r AUTHORIZED REPRESENTATIVE Em"TIVE VICE PRES19jNT UN IOS • 1/70 - _ 0 September 17, 1970 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, CA 92702 0 Attached for recordation is the Notice of Award of Contract in Proposed Assessment District No. 52 in the City of Newport Beach. This Notice was authorized by the City Council of the City of Newport Beach on September 14, 1970 by the adoption of Resolution No. 7274. Laura Lagios City Clerk LL:swk enc. 0 6 September 17, 1970 TO: CITY CLERK FROM: Public Works Department SUBJECT: ASSESSMENT DISTRICT NO. 52, STREET LIGHTING HARBOR HIGHLANDS C -1250 Attached is the original and two copies for "Notice of Award of Contract for Assessment District 52." One copy :must be recorded. The notice must also be published twice in the local newspaper. Kenneth L. Perry �J Project Engineer KLP /ldg Att. t f 1 is 21, 3 4 5 6 I:IN 7 a g �ja la 9 ,a NI 10 IA C 11 �I J. C 12 !o 13 46 1 i NOTICE OF AWARD OF BRACT IN PROPOSED AS38.88lXUT DISTRICT NO. 52 IN THE CITY OF NEWPORT BEACH Pursuant to the requirements of Section 5248 of the Streets and M*#vaya Code, notice is hereby given that contract has been awarded'by the City Council of the City of wport,Beach to Smith Electric Supply for the constructian,gf street lighting system in certain streets in that area of the ty of Newport Beach known as Harbor Highlands, District So. 52, d relating to the real property shown on the map as property fected by or benefited by or to be assessed to pay the costs d expenses of said work and improvements in Assessment District 52, which said map is entitled "MAP SHOWING BOUNDARY OF SESSMBNT DISTRICT NO. 52 IN THE CITY OF NEWRORT'BEACH, ORANGE LINTY, CALIFORNIA," identified as Drawing No. M- 5135 -X, dated ne 5, 1970, which map was heretofore approved by.the City uncil of the City of Newport Beach at the time of the approval the plaits, and which map is an file in the office of the City erk and in the office of the City Public Works Director. This shall constitute notice to all persons that all 14 property within the boundaries of the proposed assessment district :shall be assessed at the time of the confirmation of the assessment 15 under Chapter 16 (commencing at Section 5360) of Part 3 of Division 7 of the California Streets and Highways Code entitled 16 1 "The Improvement Act of 1911," to pay the costs of the improvement in proportion to the benefits which said property receives from the 17 improvement, notwithstanding the acquisition of any such property by the State or any of its agencies, or by any county, city, 181 *unicipality or other public or municipal corporation. 19 ; Reference is made to the minutes of the action taken by the City Council of the City of Newport Beach on file in my office 20 Ifor full particulars. 21 ! Dateds September 1970 22 23 24 Laura Lag os, City Clerk City of Newport Beach 25 26 27 28 29 30 31 321, r" i O m z z m M A m m 6 0.0 c 3 3 n ems. NIIIIIIINNYIIIIN�� " "inp "i�m�inn �IIIII��I�� ICY WIIIIIIIAN dll��llllrll m z z m M A m m 6 0.0 c 3 3 n S E P 141970 TO: CITY COUNCIL By the CITY COUNCIL CITY OF McwPgRT BEACH FROM: Public Works Department September 14, 1970 1-3 r�) SUBJECT: ASSESSMENT DISTRICT 52 (HARBOR HIGHLANDS STREET LIGHTING, CONTRACT 1250) RECOMMENDATIONS: Adopt a resolution awarding the contract to Smith Electric Supply for $31,340.00 and authorizing the Superintendent of Streets (Public Works Director) to execute the contract. DISCUSSION: Four bids were received and opened by the City Clerk at a public meeting held in the Council Chambers at 11:00 A.M. on September 8, 1970. The bids received for the work described in Resolution Nos. 7197 and 7242 have been checked and tabulated, and it was found that the bid of Smith Electric Supply is the lowest regular bid received for said improvement. Bidder Bid Smith.Electric Supply $ 31,340.00 Stanton Electric Service and Supply Company 320255.00 Pasadena E. D. Johnson and Company 45,676.00 Anaheim Steiny and Company 46,859.00 Anaheim The low bid is 11% under the engineer's estimate of $35,219.00. The contractor has done work for the city previously and is known to be well qualified and competent. No additional money is required to be advanced by the city. The contractor is not entitled to a contract until he has advanced to the city all incidental costs incurred by the city up to the time of entering into the contract. This amount is estimated to be $3,000.00. The City Council had previously approved contributing to the district the difference in cost between seven residential and commercial type lights on Irvine Avenue. 0 0 September 14, 1970 Page Two Subject: Assessment District 52 (Harbor Highlands Street Lighting, Contract 1250) The bid price difference is $20.00 each for a total city contribution of $140.00, This amount will be subtracted from the total incidental-costs charged to the assessment district. Work is estimated to commence by October 15, 1970 and be completed by February 15, 1971. lin Director oLOT3ESE3o. 7 2 7 4 e?, RnOLLMOW Ot TRB CITY C ;L C���'�VU CITY . U is �i4'��°'+','a S An/.Pi /1 !�i {.ViTL 7�AN.i FOR US sdCSM IN 's"ZSSJMM DSSTRICT NO. S9'VWWVAOIi'_ TO TrU .1w 1951" , they City `left 1188 opened, exeakibed And declared all sealed proposals or Mds at a public U:eetln9 hold on September 8, 1970, and has reported tbo results of the bidding to the City Councilr and WHJNWM, said v-.^rlt consists of the installation of a Street lighting system- on certoin streets in Harbor HighlasW1e, all as :sure perticula<rly described in Resolution Of InteatiSM NO, 7197 a4opte►d by the. City Council on June 9, 1970, order"* certain changes in the territory to be included in said assessment district, NO in accordance with the plans, drawings and specifications referred to in said resolutianr NOW, TMWOU, then City Council of the City of Newport Beach does hereby resolve and order as ftollowas the City Council haareaby words the contract for said WWk to the lowest, regular and responsible bidder, to Witt Smith 8100tric Supply of Stanton, California. at the prices sect forth in its bid which is on file in the office of the City Clark. The City Clark is hereby diiCectod to cause a Notice of Sward of Contract to be published in the manner and Forge reauir>sd by law in the Newport harbor Ensign. AMPTTBD this day of seqwmbov , 1970. Mayor ATTEST: My THSsadw 9/9/70 CITY OF NEWPORT BEACH ASSESSMENT DISTRICT NO. 52 (HARBOR HIGHLAND STREET LIGHTING) CONTRACT NO. 1250 PROPOSAL To the Honorable City Council City .of Newport Beach 3300 W. Newport Boulevard Newport Beach, California Gentlemen: The undersigned declares that he has carefully examined the location of the proposed work, that he has examined the plans and specifications and hereby agrees to furnish all labor, materials, equipment, transportation and services, and to do all work required for the cdnstruction of "Street Lighting System in Assessment District No. 52, City of Newport Beach, Orange County," in strict conformity with the plans and specifications prepared by the Engineer at the following prices: SCHEDULE OF WORK ITEMS ITEM 1. 35 Type III residential type, Each 100 watt mercury street lights, per Standard 202 -L, complete in place, for the price of @ Lz Dollars and /L[,Ar ---der MR Cents 2. 7 Type V commercial -type, 400 Each watt mercury street lights per Standard 204 -L, complete in place, for the price of @� Dollars and Cents ei Per Ec 3. 5480 1 -inch diameter underground Lineal Feet conduit with single run of cable, for the price of $ 33D,00 $ 4. o0 $350,00 $ : 5D,oa @,r„ Dollars and er inea o� Cents $ Z jD0 $ 10,94O, O of TOTAL PRICE WRITTEN IN WORDS- Dollars and Lents Proposal - 2 $ j ./ ©-6 27 .. .... .......... ....... ITEM QUANTITY ITEM DESCRIPTION -UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE "......" PRICE 4. 2060 1-1/4 inch diameter underground Lineal Feet conduit with double run of cable, for the price of @ Dollars and Cents $ 3.QO $ 00 Per lineal FooF 5. 1 Construct service point, Each for the price of @ &JAA-,d h#L Dollars -flAtO and Cents "der $ x,00, &V $ a0©• 0 E ach TOTAL PRICE WRITTEN IN WORDS- Dollars and Lents Proposal - 2 $ j ./ ©-6 27 .. .... The undersigned agrees to complete the work in every detail within ONE HUNDRED AND TWENTY (120) CONSECUTIVE CALENDAR DAYS from the date of execution of the contract. If awarded the contract for the work, the undersigned agrees to sign said contract and furnish the necessary bonds within not less than ten (10) days nor more than twenty -five (25) days after the first publication of the "Notice of Award" of said contract and to begin work within fifteen (15) days from the date of execution of the contract. LIST OF SUBCONTRACTORS The name and location of place of business of each subcontractor who will perform work or labor or render service to the general contractor in or about the construction of the work or improvements in an amount in excess of one -half of one percent (} of 1%) of the general contractor's total bid, and the portion of the work which will be done by each subcontractor is set forth as follows: Name b D72� Portion Location of Business (Type of Work) Enclosed is bidder's bond, certified check or cashier's Check No. of the Bank, for $ payable to City.of Newport Beach, Orange County, California, which is not less than ten per cent (1096 of this bid, and which is given as a guarantee that the undersigned will enter.into the contract, if awarded to the undersigned. The undersigned bidder hereby represents as follows: (a) That no Councilman, officer, agent, or employee of the City of Newport Beach is-personally interested, directly or in- directly, in this contract, or the compensation to be paid hereunder; and that no representation, oral or in writing, of the City Counoil, its officers, agents, or employees, has induced him to enter into this contract excepting only those contained in this form of contract and the papers made a part hereof by its terms; Proposal - 3 r (b) That this bid is made without connection with any person, firm or corporation making a bid for the same work,_and.is in all respects Pair, and without collusion or fraud. Dated v , 1970 Signature of Bidder SMITH ELECTRIC SUPPLY Business Address 1OZeNO TT V 80 Telephone (714) 827.3820 Contractor's License No. 256379 License Expires / SMITH ELECTRIC SUPPLY BY J. HAROLD WiTH ELfOTRIC SUPPLY CO. Proposal - 4 r i • • Proposal or Bid Bond INSURANCE COMPANY OF NORTH AMERICA PHILADELPHIA Iftnotu all then by tbege loreoentc That fret SMITH ELECTRIC SUPPLY as principal, and the INSURANCE COMPANY OF NORTH AMERICA, a corporation organized and ex- isting under the laws of the Commonwealth of Pennsylvania, havingla principal place of business at Philadelphia, Pa., as surety, are held and firmly bound unto CITY OF NEWPORT BEACH as obligee, in the penal sum of TEN PERCENT OF BID. DOLLARS, lawful money of the United States of America, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. SIGNED, sealed and dated this 8th day of September A. D. 1970 WHEREAS, the said principal is herewith submitting proposal for Street Lighting Improvements in Assessment District No. 52, Harbor Highlands. THE CONDITION OF THE ABOVE OBLIGATION IS SUCH, that if the aforesaid principal shall be awarded the contract, the said principal will within the period specified therefor, or, if no period be specified, within ten (10) days after the notice of such award enter into a contract and give bond for the faithful perfor- mance of the contract, then this obligation shall be null and void, otherwise the principal and the surety will pay unto the obligee the difference in money between the amount of the bid of the said principal and the amount for which the obligee may legally contract with another party to perform the work if the latter amount be in excess of the former; in no event shall the liability hereunder exceed the penal sum hereof. PROVIDED AND SUBJECT TO THE CONDITION PRECEDENT, that any suits at law or pro- ceedings in equity brought or to be brought against the Surety to recover any claim hereunder must be instituted and service had upon the Surety within ninety (90) days after the acceptance of said bid of the Principal by the Obligee. .ELEC.TRIC._..;zt7�P ......._.._._.... _......._._........_. NSURANCE COMPANY OF NORTH AMERICA _. C MOORE - Attorney -in Fief S8.20 9.12.67 PRINTED IN U.S.A. E o v m r p _ D Z �z xn n 0 z 0 a +0a 0 z m +re 0 m a 0 0 O 4 CD O v STATE OF CALIFORNIA SS, COUNTY OF 01=9e On this Ath day of September in the year 1970 before me I. Tane Stokes , a Notary Public in and for the STATE OF CALIFORNIA personally appeared Eric Moore known to me to be the person: whose name is subscribed to the within instru- ment as the Attorney -in -Fact of the INSURANCE COMPANY OF NORTH AMERICA, and acknowledged to me that he subscribed the name of the INSURANCE COMPANY OF NORTH AMERICA thereto as surety and his own name as Attorney -in -Fact. It 01. Notary Public Land and for the State of California SO -125c Printed In U.S.A. /`.. /. I. JANE STOKES . NOTARY PUBLIC- CALIFORNIA PRINCIPAL OFFICE IN ORANGE COUNTY My Commission Expires June 27 1973 before me I. Tane Stokes , a Notary Public in and for the STATE OF CALIFORNIA personally appeared Eric Moore known to me to be the person: whose name is subscribed to the within instru- ment as the Attorney -in -Fact of the INSURANCE COMPANY OF NORTH AMERICA, and acknowledged to me that he subscribed the name of the INSURANCE COMPANY OF NORTH AMERICA thereto as surety and his own name as Attorney -in -Fact. It 01. Notary Public Land and for the State of California SO -125c Printed In U.S.A. /`.. /. Page 2 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 under- signed 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 bind 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 No. G10 256Mlassification 040 I - 11,. Accompanying this proposal is (uasn, Lertitlea cnecK, Lasnler -s uneCK or 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. Number Phone I SMITH ELECTRIC SUPPLY BY I HAROLD SMFM ELECTRIC SUPPLY CO. Authorized igna ure CORPORATION Type of rganization (Individual, Corporation, or 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. HAROLD SMITH _ J,. HAROLD SMI E�L A /�¢,���•L��� DESIGNATION OF SUB - CONTRACTORS • Page 3 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 1 2 3. 4. 5. 6. 7. 8. 9. 10, 11. 12. SMITH ELECTRIC SUPPLY Bidder' 5 Name 4ut o�r i �ze 1 in nnature CORPORATION Type of Organization (Individual, Co- partnership or Corp) IpZ92 KNM AVE., STANTON, CALIF. 90680 Address • 0 Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, and as Principal, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of 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 IS SUCH, That if the proposal of the above bounden principal for the construction of 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 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 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 day of , 19 Corporate Seal (If Corporation) Principal (Attach acknowledgement of Attorney in Fact) z Title 0 0 Page 9 NON- COLLUSION AFFIDAVIT 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 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 affiants 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 attached 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 subcontractor 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 contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomesoever 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. Subscribed and sworn to before me by this ij L'!,, day of 19 /0 . My commission expires: PAUL J. KOUDELKA -Notary Public -Cal. GQM Gy nu v 75. 197I - ORANGE CO. 10792 anott Ave.. Stanton, Calif. /---\SMITH ELECTRIC SUPPLX „ Notary Pub l i c ..... . ...... I ........................... .... . . ,........ OFFICIAL ...,y SEAL PAUL I KOUDELKA NOTARY PUBLIC CALIFORNIA PRINCIPAL OFFICE IN ,ORANGE COUNTY [ Page 10 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. 0 0 Page l0a TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. Signed PS 1 of 4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR ASSESSMENT DISTRICT N0: 52 STREET LIGHTING IMPROVEMENTS IN HARBOR HIGHLANDS I. SCOPE OF WORK The work to be done under this contract consists of constructing a complete street lighting system in Harbor Highlands, Tracts 1763, 1805, and 1806. The work will be done under the Improvement Act of 1911, Division 7 of the Streets and Highways Code of the State of California. Payment to the Contractor is made by the City delivering a diagram,.assessment, and warrant to the Contractor. The street lighting improvements and appurtenances to be constructed consist of the following quantities: Description of Item 1. Type III Residential lighting standards 2. Type V Commercial lighting standards 3. 100 Watt mercury vapor luminaires with lamps 4. 400 Watt mercury vapor luminaires with lamps 5. 100 Watt regulator ballasts 6. 400 Watt regulator ballasts 7. No. 5 precast concrete pullboxes 8. No. 3�, precast concrete pullboxes 9. l; inch underground conduit with double run of cable 10. 1 inch underground conduit with single run of cable 11. Service point II. SPECIFICATIONS Quantity and Unit 35 each 7 each 35 each 7 each 35 each 7 each 42 each 5 each 2,060 L.F. 5,480 L.F. 1 each The contract requires completion of all the work in accordance with these Special Provisions, the City's Standard Special Provisions, the Plans, and the City's Standard Drawings and Specifications. The City's Standard Specifications are the Standard Specifications for Public Works Construction 1970 Edition. Copies of the�ityy s Standard special Provisions may a purc ase rom the Public Works Department at a cost of $2.00. SP2of4 III. PLANS The complete set of Plans for bidding and construction consist of the following: 1. Drawing No. E- 5013 -S, Sheets 1 through 4, 2. Drawing No. STD 202 -L. 3, Drawing No. STD 204 -L. The above two standard drawings are bound with these specifications. IV. TIME OF COMPLETION The work shall be completed within 120 days after the execution of the contract by the City. V. LOCATION OF LIGHTING STANDARDS The location of the lighting standards and appurtenances shown in the drawings are approximate, and the exact locations will be established in the field by the Engineer. VI. PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS In addition to conforming with the requirements of Section 7 -9 of the Standard Specifi- cations, the Contractor shall exercise particular care in the removal and replacement o-?piant material and improvements within the parkway areas. Conduit shall be bored or jacked under shrubs, trees, walks, and driveways rather than cutting and removing the improvements. Whenever a part of a square of slab of existing 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 1k 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. VII. SERVICE POINT A service point shall be provided at the location shown on the drawings. The Contractor shall install a disconnect switch and metal switch enclosure at the service point as shown on the drawings. In addition, the Contractor shall pay the Southern California Edison Company for installing their metering facilities. This cost is estimated to be $16,50. The disconnect switch shall be designed to control amperage circuits of 0 to 30 Amps in a voltage range of 0 to 10,000 Volts. The contact points shall be submerged in oil. The switch shall be an Econolite Catalogue No. 005 -6215 or approved equal. The insulating oil shall be Econolite 003 -1001 or approved equal. The metal switch enclosure shall be constructed of galvanized sheet metal and of the dimension shown on the drawings. A sign marked "DANGER HIGH VOLTAGE" in large letters shall be secured to the cover of the enclosure. The enclosure shall be Econolite Catalogue No. E- 3750 -G2 of approved equal. 9 VIII. CONDUIT 0 SP3of4 Conduit shall be Polyvinylchloride (PVC). PVC conduit shall be Schedule 40 with joints solvent - welded in accordance with the manufacturer's requirements. A separate continuous #8 AWG bare copper ground wire shall be installed in the conduit. IX. CABLE An excess of 2 =feet of each #8 cable shall be neatly coiled in the #5 pull -boxes adjacent to each lighting standard. 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. X. PULL -BOXES Pull -boxes shall be installed at the locations shown on the drawings. It shall be 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. 3; -PB and No. 5 -PB or approved equal. All ferrous metal parts shall be galvanized. 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. XI. EXCAVATING AND BACKFILLING The excavations required for the installation of conduits, foundations, and other appurtenances shall be performed in such a manner as to cause the least possible injury to streets, sidewalks, landscaping, and other improvements. The trenches shall not be excavated wider than necessary for property installation of the electrical appurtenances and foundations. Excavating shall not be performed until immediately before installation of conduit and other appurtenances. The material from the exca- vation shall be placed in a position which will not cause damage or obstruction to vehicular and pedestrian traffic nor interfere with surface drainage. A11 surplus excavated material shall be removed and disposed of within 48- hours. Excavations after backfilling shall be kept well filled and maintained in a smooth and well- drained condition until permanent repairs are made. XII. FOUNDATIONS Foundations for lighting standards shall be Class "B" Portland Cement concrete conforming to Section 13. The foundations shall conform to the dimensions shown on the drawings, 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 as shown on the drawings. The exposed portion shall be formed to present a neat appearance. Grout shall consist of one part by volume of Portland Cement concrete and 3 parts of clean sand, shall contain only sufficient moisture to permit packing, and shall be curec by keeping it damp for 3 days. XIII. XIV. XV. 11 0 SP4of4 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 A 307 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 raking, will not be permitted. Where obstructions prevent the construction of a planned foundation, the Contractor shall construct an effective foundation satisfactory to the Engineer. 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 distribute printed notices to adjacent residences. The form and wording of the notice shall be approved by the Engineer. Parking shall not be prohibited for more than 2 blocks at any one time, nor be in effect at any one location for more than 3 days. The Contractor shall furnish and place all signs, barricades, etc. required to prohibit parking. The method of block the parking lane shall be approved by the Engineer. PAYMENT The prices bid for the various items of work shall include full compensation for all labor and materials necessary for construction of the items complete in place. Payment for incidental items of work not separately provided for in the proposal shall be included in the price bid for other items of work. Prices bid for items of new construction shall include removal and disposal of the existing improvements. PROPOSAL ITEMS AND CONSTRUCTION DETAILS A. Street Lights The unit price paid for constructing one street light complete in place shall include furnishing and constructing pull box, ballast, foundation, standard, mast arm, luminaire, lamp, conduit between pull box and standard, cable between ballast and lamp; and all other appurtenances necessary for a complete street lighting system. Conduit The unit price paid for conduit complete in place shall include furnishing and constructing conduit including cables and bare ground wire, grounding rods, and all other appurtenances as required for a complete street lighting system. AGUA CAN 4 �r± CoAo,4w.* r - 0 .575" O. D. ;1,¢Y GUM /.04/06 - TYPE M- ?50 -A7 N " .910Ur, vj WIN 195p0 wirr - 4MAACAAa 0WAaa COOQ6Cr60. LdMAp MW&90746 WO. 45 O 4 OR APPROl760 E.OU•4L. /DO WATT B.4z445T N R wooAv Awoelc n5 No .5 (OQ 6A'.N Xwee 6WX W /rAl /D'"EXTENS /ON. COVER AMRKO ' Gr..Q66r 416.42- - N /6L/ L1047,46E.' a -CE 6 7W/CAt sy4" C,WJSAAFD AUCK UIV0,0Q 450,1156. t� t I /y2" am. COWaY/ /r 2- t If MIRES V � /3 P.C. G,POUr Boos d 2 .vex. , ft p, PER XVO. PRO✓. 3 ABOVE 70P OF xvz Ar /QV R CLA55 a -B -Bane, OavC. 6AWAV AM ELS- 4 T /ON . CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT RESIDENTIAL LIGHTING STANDARD 4' r�6A0 6b Ur /TN .BASE 104674/G DRAWN 4/. M. DATE 0- /V-4Y APPROVE -f . UBLIC WORKS DIRECTOR R.E. NOA 511 DRAWING NO. STD. -202-L .AWAOVA/(/.N CeP W/ /IV 41970 W.4" - iV CGKA? CGPQ6CTE0 M.4QBEL /TE A/O. Gd -D-d AP,eOVRdc/GO EQY,(DL. /.,.* Pa 6AWlO�?Q Q .cav !/ /t l NUI'Qo I M P �► d' B 2 !IE NUSR UFO T 3!x'4' X. 116 TOPCiFAWNDWrION G[A55 G -B- 3Gb0 CONC. j ` 4 ° �N.06A�NUi WNO AW 3 R4014T /ON CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT MMAMCAMW .U6117-1N6 STQNO. A? s BASE DET.4 /L DRAWN Al ".. DATE 3 -10 -6' DRAWING WORKS DIRE R.E. NO.