Loading...
HomeMy WebLinkAboutC-1259 - Traffic Signal Installation at the Intersection of Jamboree Road and Eastbluff Drive North, and Irvine Avenue and 22nd Street - Santiago DriveAsst 31. 1971 Steiny and Company, Inc. 221 North Ardmore Avenue Los Angeles, California 90004 Subject: Surety General Insurance Company of America Bonds No. 900397 Project Installation of traffic signals at the Jamboree/ Eastbiuff and Irvine /Sant"go -22nd Street intersections Contract No.: 1259 The City Council on July 26, 1971 accepted the work of subject project and authorised the City Clerk to file a Notice of Con-pleticn and to release the bonds 3S days after Notice of Completion has been filed. Notice of Completion was filed with the Orange County Recorder an August 3, 1971, in Book No. 9746, Page 325. Please notify your surety company that bonds may be released 35 days after recording date. Laura Lagios City Clerk dg cc: Public Works Department .y;,�.„, .." :•i ..tx..Er. .,tii.�r.�+x 5� x <: r „saa - K' 'P.3:X d9�css.�.i..s.fl�Rlli �- "ter' n y_n.� ....ms.w._«..n m RECORDING REQUESTED, BY AND MAIL TO CITY CLERK 3300 W. Newport Blvd., Newport Beach, Calif 92660 ti 0395 OFFICIAL RECUKuS OF ORANC= CrllfNTY, CAL. NOTICE OF COMPLETION PUBLIC WORKS An 23 1 07 W7 Mt's':. , LYLE To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on June 23, 1971 the Public Works project consisting of installation of traffic signals at the Jamboree/ Eastbluff and Irvine /Santiago -22nd Street intersections on which Steiny was the contractor, and was the surety, was cor I, the undersigned, say: Insurance CITY NEWPORT BEACIJ c A55;, Pu lic Works Director VERIFICATION ASS:. I am the APublic 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 19, 1971 at Newport Beach, California. VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on July 26, 1971 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 19, 1971 at Newport Beach, California. Doris M. George, deputyvCity C6erk This Notice of Completion is being recorded to correct the Notice of Oampletion recorded on August 3, 1971 in Book 9746 at page 325 of Official Records =a'JI r 2060 NOTICE OF COMPLETION PUBLIC WORKS RECORDING REQUESTED BY 9Ty.6 Pabi�?5 `��' PLEASE R1 TURN TO, LAURA LAG 105, CITY CLERK CITY CF- NEWPORT BEACH 3300 NEWPORT BOULEVARD NEWPORT BEACH, CALIF. 92660 To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on June 23, 1971 the Public Works project consisting of installation of traffic signals at the Jamboree/ Eastbluff and Irvine /Santiago -22nd Street intersections on which Concrete Textures was the contractor, and American Fideltty Fire Insurance Company was the surety, was completed. CITY OF NEWPORT BEACH I I, the undersigned, say: I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on August 2. 1971 at Newport Beach, California. VERIFICATION 011 CIT I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on July 26. 1971 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 2, 1971 at Newport Beach, California. Doris M. George, Depoy City Clerk FREE C3 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 9:05 A.M. AUG 3 1971 J. WYLIE CARLYLE, County Recorder f Mr. J. Wylie Carlyle County Recorder P. O. Hon 238 Santa Ana, California 92702 Dear Mr. Carlyle: On August 2, 1971, we seipti office, for recordation, s Notice of Completion of Public WORN project consisting of installation of traffic signals :.Jamboree /rsstbluff and Irvine /Santiago -za" Street intersections, our Contract No. C -1299. This Notice of Completion indicated the contractor was Concrete Textures and the surety was American Fidelity Byre Insurance Company. This information was in error. This Notice of Completion was recorded in your office as Document 2060, Book 9746, pace 325, filed August 3, 1971. Attached is corrected Notice of Completion covering Contract C -1239. The contractor on this project was Steiny & Company, Inc. and the surety Harbor Insurance Company. Please record and return to us. Very truly yours, d Doris M. George Deputy City Clerk DMG:ep Aft. u s ' dyn CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd. Area Code 714 673 -2110 Date: August 2. 1971 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 installation of traffic signals: Jamboree/ Eastbluff a" Irvine/Santiago- 22nd Street intersections Contract No. 0-1259 on which rAM er.te Te=ture■ was the Contractor and American f1dslity Fire Ins Co was the surety. Please record and return to us. Very truly yours, Laura Lagios City Clerk City of Newport Beach LL: Encl. � � y July 26, 1971 n Ji. 2 6 1971... r•: TO: CITY COUNCIL FROM: Public Works Department SUBJECT: ACCEPTANCE OF INSTALLATION OF TRAFFIC SIGNALS; JAMBOREE ROAD AT EASTBLUFF DRIVE NORTH AND IRVINE AVENUE AT SANTIAGO DRIVE /22ND STREET (C -1259) 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 installation of traffic signals at the Jamboree/ Eastbluff and Irvine /Santiago -22nd Street intersections has been completed to the satisfaction of the Public Works Department. The bid price was: $58,415.00 Amount of unit price items constructed: $58,415.00 Amount of change orders: $ 1,706.27 Total Contract Cost $60.121.27 Amount budgeted in Account No. 18- 5697 -048: $63,017.55 During construction it was found necessary to install additional conduit. A change order in the amount of $1,706.27 was issued to cover the cost of installation of this conduit. The contractor is Steiny and Company of Anaheim, California. The contract date of completion was June 23, 1971. The signal at the Jamboree / Eastbluff intersection was completed on June 17, 1971, and at Irvine /Santiago -22nd Street on June 23, 1971. 1 ' eph T Devlin lic W r s Director D /bg 1 PURCHASE ORDER Ay OF. NEWPORT BEICH 3300 NEWPORT BOULEVARD NEWPORT BEACH, CALIFORNIA 92660 PHONE: (714) 673-2110 VENDOR Steiny S Co.. Inc. 221 N. Ardmore Ave. Los Angeles, Calif. 90004 SHIP TO ISAIAE UNLEISS 071{5RWISE NOTED} No. 5347--�_� INVOICE IN DUPLICATE THIS OROER NUMBER MUST APPEAR ON ALL INVOICES, SRI} - PING NOTICES, RILLS OF LAD- ING, EXPRESS RECEIPTS AND PACKAGES. DELIVERY TICKETS WALL IN- CLUDE UNIT PRICE. DATE Mar. 24, 1971 DEPT City Council QUANTITY DESCRIPTION OF ARTICLES OR SERVICES REQUIRED UNIT PRICE TOTAL Traffic signal installation Jamboree Mad, Eastbluff Drrve Irvine. 22nd, Santiago Drive. As per contract, Option. "A" 58,415.00 Contract No. C -1259 Resolution No. 7378 FOR CITY USE ONLY IMPORTANT CODE AMOUNT .CITY OF NEWPORT BEACH 3- 5697 -048 58,415.00 The Articles covered by thia Pumhsae order or Contract must con - form with the Safety Orders of the State of California, Division. of Industrial Safety_ Show as a separate item any retail sales tax, use tax or Federal tax applicable In this purchase. This order subject to California sales tax. D. W. MEANS All allowable transportation charges must be prepaid and shown as PURCNASIMG AGENT a separate item on the invoice. Do not include Federal transports- lion talc. - DEPARTMENT COPY E i M'rt � I •�♦`P �ax� p fp FIV' 6 Vii,. � �#•vT�,++ :. '. '.1bY "J�`gi4 .�""".R ... [`! e�"i%^Y "� 5�'""rcR 'z� ♦'S �S'_ i at R ) Y F �M Pky .. � -. j ..: r T i sF» f�� yr' � ✓ 'xis 3.. Y Ti LX Lip Wtl NO JF LL.. i i- •«�`II� .{ir pro- A • -i�F K1 -:. -! z t Y �•� .the` � �� �T -� ty •�� ,.F -"sew. `i ` -• r. l^ �`.?Y ,1R . N � C Y x £- 8 1 3� �• M� . J: 0 CITY OF NEWPORT BEACH TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 2]2g • Date VArAA 241, 1A73z --- Llroject T.... Ptoad/Eaeftbiff Drive Drive Attached are . 3 executed copies of subject contract for your files and for transmittal to the contractor. Contractor: gtaj,ny and Company, IM. Address: 221 North AT*Kwe Avenue Amount: $ $58,416.00 (Option A) Effective Date: 3'18'%1 Resolution No. 7398 LL:dg Att. cc: Finance Department ❑ adopted on 2 -22 -91 .J TO: CITY CLERK FROM: Public Works Department SUBJECT: TRAFFIC SIGNAL INSTALLATION AT THE.INTERSECTION OF JAMBOREE ROAD AND EASTBLUFF DRIVE NORTH, AND IRVINE AVENUE AND 22ND STREET - SANTIAGO DRIVE C -1259 Attached are four copies of the subject contract and the appropriate insurance. Will you please have executed on behalf of the city, retain your copy, and return the others to our department for distribution. Don L. Webb Project Engineer DLW /ldg Att. w CONTRACT NO. 1259 CITY OF NEWPORT BEACH CONTRACT DOCUMENTS FOR TRAFFIC SIGNAL 'INSTALLATION AT THE INTERSECTION OF JAMBOREE ROAD AND EASTBLUFF DRIVE NORTH, AND IRVINE AVENUE AND 2214D STREET - SANTIAGO DRIVE Approved by the City Council on this 250 day of Januar 1971 L ra agios, Ci y Cle S L c c'" SUBMITTED BY: Steiny and Company. Inc. Contractor Electrical Contractors Electrical Engineers 221 North Ardmore Avenue Address x 0 •oi* OptiiRon.4A Option B Total Bird Pr c fi5,415_nn O February 4, 1971 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL INSTALLATION AT THE INTERSECTION OF JAMBOREE ROAD AND EASTBLUFF DRIVE (NORTH), AND IRVINE AVENUE AND 22ND STREET - SANTIAGO DRIVE CONTRACT 1159 PEDESTRIAN SIGNAL UNIT AND REVISED PHOTO ELECTRIC SENSING UNIT ADDENDUM #1 ITEM I Insert the enclosed revised sheet 1 of 4, Drawing No. T- 5057 -5. Please note the revised general notes 6 and 10: Note 6 changed from zenith sensing to horizontal sensing. Note 10 changed from Type C to Type B or C signal. Please show date of receipt of the Addendum on the Proposal or insert a copy with your proposal. r / 1Z AllL Beqjamin B. Nolan Assistant Public Works Director DLW /ldg Enc. - 1 Date 2 / 0 1/ Authorized Signa STEINY AND COMPANY; INC. CERTIFICATE OF INSURANCE ❑ HOLLAND - AMERICA INSU&CE COMPANY NAMED INSURED ❑ SAYRE & TOSO, INC. STEINY AND COMPANY •221 NORTH ARIVIORE AVENUE ,LOS ANGELES,CALIFORNIA 90004 CERTIFICATE CITY OF NF`.IPORT BEACH ISSUED TO • CI7,' HALL, • 3300 'Jest Newport Blvd, • Newport Beach, California ❑X RI.SSION INSURANCE COMPANY Note: Replaces Harbor Insurance Co. Certificate Covering 7/1/71 to 7/1/74 CERTIFICATE ISSUED BY .ALLEN T. ARCHER .3200 WILSHIRE BOULEVARD .LOS ANGELES,CALIFORNIA HOLLAND- AMERICA INSURANCE COMPANY and /or MISSION INSURANCE COMPANY and /or SAYRE AND TOSO, INC. 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 P POLICY NUMBER P POLICY PERIOD L LIMITS OF LIABILITY COMPENSATION E EFF S STATUTORY CALIFORNIA COMPENSATION WORKMEN'S COMPENSATION E EXP COMPENSATION E EFF S STATUTORY COMPENSATION STATEIS) OF WORKMEN'S COMPENSATION E EXP E EMPLOYER'S LIABILITY $ PER OCCURRENCE LIABILITY E EACH PERSON EACH OCCURRENCE BODILY INJURY LIABILITY $1,000,000 $ AUTOMOBILE $ $ $ EACH PERSON EACH OCCURRENCE BODILY INJURY LIABILITY Effective any loss under Physical Damage Coverage is payable as interests may appear to the Named Insured and the Lienholder named below in accordance with Loss Payable Endorsement on reverse side. LIENHOLDER • As respects the followinq described automobile(s): YEAR TRADE NAME BODY TYPE AND MODEL SERIAL NUMBER DESCRIPTION AND LOCATION OF OPERATIONS Job: All Operations of the insured (SEE ATTACHED SHEET "OTHER THAN AUTOMOBILE This polity shall not be canceled nor reduced in coverage until after 10 days written notice of such cancelation or reduction in coverage shall have been mailed to this certificate holder. Certified this 29th day of October, 19 71 HOLLAND- AMERICA INSURANCE COMPANY X MISSION INSURANCE COMPANY ❑ SAYRE & TOSO, INC. Producer ALLEN T. ARCHER BY ALLEN T. ARCHER CO. Authorized Representative DESCRIPTION AND LOCATION OF OPERATIONS Job: All Operations of the insured (SEE ATTACHED SHEET "OTHER THAN AUTOMOBILE This polity shall not be canceled nor reduced in coverage until after 10 days written notice of such cancelation or reduction in coverage shall have been mailed to this certificate holder. Certified this 29th day of October, 19 71 HOLLAND- AMERICA INSURANCE COMPANY X MISSION INSURANCE COMPANY ❑ SAYRE & TOSO, INC. Producer ALLEN T. ARCHER BY ALLEN T. ARCHER CO. Authorized Representative AUTOMOBILE LOSS PAYABLE ENDORSEMENT, FORM 49 -A With respect to the interest of the loss payee, named in the declarations of this policy, its successors and assigns, Thereinafter called the Lien - Holder) in its capacity as cendihonal Vendor or Mortgagee or otherwise, in the property insured under this policy, this Company hereby agrees as folfsws: 1. Loss or damage, if any, to the property described in this policy shell be payable firstly to the Lien Holder and secondly to the insured, as their interests may appear, provided nevertheless that upon demand by the Lien - Holder upon the Company for separate settle meet the amount of said loss shall be .paid directly to the Lien Holder to the extent of its interest and the balance, if any, shall be payable to the Insured. 2. The insurance order this policy as to the interest only of the Lien - Holder shall not be impaired in any way by any change to the fltle or Ownership of the Droperty of by any broach of warranty or condition of the policy, or by any omission or neglect, at by the performance at any act In violatia'. of any terms e.r cohahbmhs of the qol cy of because of the failure to perform any act required by the terms or conditions of the policy or because of the soblection of the property to any conditions, use or operation not per milted by the policy or because of any false statement concerning this policy of the whether toccurringybefore or afterrr the attachmenteofplthiseagreement, or or whelherl astute or after the Ines: PROVIDED, however, that the s +ronghm conversion, embeulement or secretion by the Purchaser, tdortgzgor, or Lessee in possession of the insured property under mortgage, cn °dtional sale contract, lease agreemenC ar ether contract is not covered under flits Policy. unless specifically insured against and premium paid therefor. 3. In the event of failure of the insured to pay any premium or additional premium which shall be or become due under the terms of Ihs policy, this Company agrees to give antler notice to the Lien Holder of such farPyment of premium after sixty (60) days from and within one hundred and twenty (120) days after due date Of such premium and it is a condition of the rer!naance of the r,g`IS of the Lien Holder hereunder that the Lien Holder when so notified m writing by this Cr,mpany of the failure of the insured to pay such premium shall pay of cause to he paid the prem,cm due within ten (i9) days following receipt of the Company's demand in writing therefor. If the L;emHolder shall decline to pay said premium or addit0na1 prallwot m terdrs -old tief Lisp, eeHolder under INS LAomobde tc P a6 e Endorsement after receipt of sal vv,itict ^oboe b, the Lien Holder. h. If the Ccmpany elecis to cancel th s p. y it !2 or in part for nonpayment of pre mourn, or for any other reason. the Company v :!I forward a copy of the cancellaLOr. notice to the LiemHolder at its office specified heraicafter concurrently w ?h the sending of notice to the insured bet in such case this policy shall crntir.ue In force <lvf the benefit o! the Lien -Holder bnty for ten (10) days after written notice of such cancellation is received by the Llenlicider. In no avant, os to the inte.est only et tie LiemHolder, shall cancellation of any insurance under this aol!cy covering, the property described in the policy bo effected at the request of the insured before On t1o) days after written notice 10-" W of request for cancellation shall have been given to the LiemHolder by the Company. In the event of cancellation of this policy the unearned premium shall be paid to the Lien Holder, provided the said Lien -HONtl has advanced the premium. If there be any other insurance upon the within described property, this Company shall be liable under this policy as to the LiemHolder arty for the proportion of such loss or damage that the sum hereby insured bears to the whole amount of valid and collectihle insurance of similar character on said property under policies held by, payable to and expressly consented to by the Lien Holder, and to the extent of payment so made this Company shall be subrogated (pro rata with all other insurers contributing to said pay ri to all of the Lien - Holder's rights of contribution under said other insurance. . Vlhenever this Ccmpany shall pay to the Lien Holder any sum for lass or damage under this policy and shall claim that as to the insured no liability therefor exists, this Company at its option, may pay from the msuredLlon the obligation Whole totaledprincipal y the Property insured order this policy, (with refund of all interest not accrued), and this Company shall thereupon receive a full assignment and transfer, without recourse, of said obligation and the security held asc cliental thereto, but no subrogation shall impair the right of the Lien Holder to recover the full amount of its claim. F. the coverage granted under this policy shall continue in full force and effect as to the interest of the Lien Holder only, for a ppod of ten (10) days after expiration of said policy unless an acceptable policy in renewal thereof with loss thereunder payable to The LiemHolder in accordance with the terms of this Automobile Loss Payable Endorse meet shall have been issued by some insurance company and accepted by the Lien Holder. in hereiin referrred to, ansannual policy ace eringdthe samebharardsdto the pro p)ertty insured under the original policy shall be issued and accepted by the Lien Holder and Mortgagor. 8. Should the ownership and right of possession of any of the property covered under this policy become vested in the Lien Holder or its agent, this policy shall continue for the term thereof for the benefit of the LiemHolder ;with all incidents of ownership of the policy) but. m such event, Paragraphs two (2) , five (5) and six (6) of this Automobile Loss Payable Endorsement shall no longer apply. provided, nevertheless, Privileges and endorsements which, by reason of the printed conditions of this policy, are or may be necessary to maintain the validity of the contract are hereby granted for a period suhieirc arre0he eby vn veld fort3 periodwofeth ty (3011days with then exceptionp ofirequi ee ments applying at the time of of subsequent to a foss. 9. All notices herein provided to be given by the Company to the LiemHolder in connection with this policy and this Automobile Loss Payable Endorsement shall he mailed to or delivered to Lien Holder at its address shown in this policy. Nothing herein curtained shall be held to vary, after; waive or extend any of the terms, conditions, agreements or limitations of this policy, other than as above stated. 0 jb.,_. 0 • WP == NOTICE TO BE REGISTERED. `+?RITITN NOTICE OF SUCH CANCELLATION OR REDUCTION IIT COVERAGE RECEIVED BY THE CITY CLERK OF THE CITY OF MRPORT BEACH. IT IS UNDERSTOOD AND AGREED THA T THE FOLLOWING ENDORSEPLF'NT IS ADDED TO THE ABOVE POLICIES: THE CITY OF NEi•?PORT BEACH IS NAP^£D AS ADDTTIMY1 INSURED AS RESPECTS !nRK BF.TNC PERFORJPTD FOR THEM BY THE NAP^ED PTSURED. LIMITS OF LIABTLITY MR THIS ENDORSEMENT SHALL BE: BODILY INJURY: $250,00n.(10 EACH PERS0N/$500,000.00 F..ACH ACCIDENT: $500,000,00 AGGREGATE PRODUCTS.... PROPERTY DRIAGE: $100,000.00 EACH ACCIDENT/ $500,000.00 ArGUECATE PROTECTIVE; 55001000.00 AGGREGATE PRODUCTS; $500,000.00 AGGREGATE CO?F RACTUAL. PASSION TNSUPANCF. CO. ,CITY OF NEWPORt CITY HALL ,3300 W. NEWPORT NEWPORT BEACH, ATTN: DO CERTIFICATE OF INSURANCE N BEACH BOULEVARD CALIFORNIA L. WEBB, PROJECT ENGINEER Date: MARCH 1 1971 Job: A11 perations ot the rnsured SEE REVERSE SIDE INSURED: STEINY $ COMPANY, INC., ET AL 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 LIABILITY INSURANCE INCLUDING 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, CO;,TPLETED OPERA- TIONS, 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 CANCEL- LATION OR REDUCTION SHALL BE EFFECTIVE. DELIVERY OF SUCH NOTICE ON BEHALF OF THE COMPANY SHALL BE EQUIVALENT TO MAILrNG." HARBOR INSURANCE COMPANY BY Spen er For further information contact: Agent: Allen T. Archer Co. - 3200 Wilshire Boulevard Los Angeles, California TELEPHONE (213) 385 -2861 AI'P yOVED AS T� FOR Dated: $ /P #1 A1'rORNEY `c, B ! ........................ �.l 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, OF A REGISTERED WRITTEN NOTICE OF SUCH CANCELLATION OR REDUCTION IN COVERAGE. FURTHER, THE CITY OF NEWPORT BEACH IS NAMED AS ADDITIONAL INSURED AS RESPECTS WORK BEING PERFORMED FOR THEM BY THE NAMED INSURED. LIMITS OF LIABILITY FOR THIS ENDORSEMENT SHALL BE: BODILY INJURY $250,000 EACH PERSON 500,000 EACH ACCIDENT 500,000 AGGREGATE PRODUCTS PROPERTY DAMAGE $100,000 EACH ACCIDENT 500,000 AGGREGATE PROTECTIVE 500,000 AGGREGATE PRODUCTS 500,000 AGGREGATE CONTRACTUAL HARBOR INSURANCE COMPANY BY: ', A. J. Spencer • i f�' >RIAL INDEMNSY .COMPANY (A STOCK COMPARW iSTiG HOME OFFICE SAN 1., .. .. STSINY ' & C OMPAN �, NAMED, I ; , 221 NORTH ARDMORE AVENUE,u LOS ANGELES, ZALII6YShA 90004 . CERTIFICATE. City. of Newport Beach ... . ISSUED TO City Hall ISSUED BY INDUSTRIAL INDEMNITY COMPANY •. 3300 W. Newport Blvd., _ • P.O. BOX 22 §11TERMINAL ANNEX • Newport Beach, California •LOS )WGELES, CALIFORNXA 90054 `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 . endorsement or otherwise. Any requirements of 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 condNlaM d this certificate or the policy designated. KIND OF INSURANCE POLICY NUMBER POLICY PERIOD LIMITS OF, LIABILITY - E_NSAN' .,X.•JQ. -84?4 - STAIUTORY,.CA&I,F_ COMPENSATION -- :•. WORKMEN'S COMPENSATION' - '- 74' -.; EMPLOYER VA8,I - -- 86,000�HF'OELkiRR h10E `COMPENSATION EFF STATUTORY COMPENSATION STATEIS) OF WORKMEN'S COMPENSATION EXP EMPLOYER'S LIABILITY -S PER OCCURRENCE LIANWIT EACH PERSON - . EACH OCCURRENCE BODILY INJURY LIABILITY -- c AUTOMOBILE $ • - EACH PERSON EACH OCCURRENCE BODILY INJURY LIABILITY- - EXCEPT AUTOMOBILE EFF $ $. EACH OCCURRENCE PROPERTY DAMAGE LIABILITY - -- ' AUTOMOBILE EXP $ EACH OCCURRENCE AGGREGATE PROPERTY DAMAGE LIABILITY---- $ EXCEPT AUTOMOBILE '. - AUTOMOBILE PHYSICAL DAMAGE COMPREHENSIVE EFF e FIRE. LIGHTNING a TRANSPORTATION $ THEFT (BROAD FORM) EXP. f COLLISION OR UPSET ' ACTUAL. CASH VALUE LESS S DEDUCTIBLE NLAND MARINE EFF .. S '. EXP EFF EXP ; .. utrpFDlrmt . AsAe rea is theme lolls TEAR I any loss under Automobile Physical Damage Coverage Is� t, �tA�st '� r to the e Lienholder named' below,' -' " Dated: CITY AX 6RNEY, described automobile(s): _ By ��•„ ,� sr,^'�a TRADE NAME BODY TYPE AND MODEL SERIAL NUMBER '- ^ ^"'• 'DESCOMON AND LOCATION OF OPERATIONS - (This ceAH•Nate of insuramxr OSAW aFRrmdiwly or neya"Vely cueends,'esdends or egm the coverage oforded by the policy described herein.) Traffic Signal Installation at intersection of Jamboree Rd. and Easthluff Dr. , ATORTH,' & 'Irvine Ave. , _and? 22nd St..,Santiago Dr. OI� ti n p - C -1259 This policy sOhall not be canceled nor reduced in coverage until after 30 days written notice of, such . con- I t' r reduction •n covers a shall have been mailed to this certificate holder Ce a If o r u T 1 g Certified this day of 19 10th .. March 3lil}T$IAL INi�E�ENETY I,OMYANY a 0 0 .ARTHUR ANDERSEN & Co. LOS ANGELES, CALIFORNIA To the Board of Directors, Steiny and Company, Inc.: We have examined the balance sheet of STEINY AND COMPANY, INC. (a California corporation) as of June 30, 1970, and the related statement of income and retained earnings for the year then ended. Our examination was made in accordance with generally accepted auditing standards, and accordingly included such tests of the accounting records and such other auditing procedures as we considered necessary in the circumstances. In our opinion, subject to the effect of adjustments, if any, which may result upon ultimate settlement of the claims described in Note 3, the accompanying balance sheet and statement of income and retained earnings present fairly the financial position of Steiny and Company, Inc, as of June 30, 1970, and the results of its operations for the year then ended, in conformity with generally accepted accounting principles applied on a basis consistent with that of the preceding ye ar. Los Angeles, California, October 8, 1970. ARTHUR ANDERSEN & CO. T 'D I ff\ H I C) 0 CD I 't it 0 0 0 N ., I ID 41 ID 0 L-- 1 0 11 O 0, co N I --T 0 (D 0 N -zr tlj 1 0 0 1 H 0 V pN 1 11 0 Leo 1 00 -r I N 1 11 ol L I QN It t 11 N I 0\ It 1 6")- it Ll • • • O 0 Ca ZI E, f14 ul 0 c 0 0 0 0 0 c) � C, -It O NO L- I I> of 't r--1 r-A I 'D U-3- I El �, 41 0 0 F; VN r4l m --I ij co P, 'C', 0) +1 "1 I --.1 N i I I • L, 4\ 'u �l 12 Z, -H 4N D D -H Qil Q) cd r� +1 -4. Tj cN J 4� M lj� �a' 4 1 -Cl . -H C1 P (D o 0 o al > C.: C-1 U, 4- 1 +1 'o ci u) 0 a, 41 0 qj i:i I-A 0 C. ro co 0 0 H 0 C-j cd Q; N CD �4 N -P 0 9 0 0 :j Cl 41 a; i I 'D --t .,A -H F� I -s! 0 H co CJ ct pd El y 0 , . I, bi 0 1'q r� Fi X CO ;7 -H 0 -P i]t, pol in c-) �u "t Cd 0 "4 D (L) oj 0 (D 0 0 :::1 r H E: -H m UO :b w 0 m I co 'ji 0 c H P, -P N H I co (fD ;4 0 Z J) P, Oct P fL:, Z IX F, 0 iA (D 0 fm� 4- Ql 1 , 0 c 7., -P ,l W Q4 0 ;5 V y y C CD N 0 C; m C) 0 H 1 C\i It tc. \0 I R I fi 0 -t I �o 1 G, :1 N I -, j; it Ll- � W 'D ul +1 0 0 ro m tr to -z r 0 0 cd m -H q) a) +1 m 0 El ro 0 v co 0 G) F, Cd Cd Fa -P a) H H Si X 'o Hr1 m F, x a) +> 10 10 a) Ld rl G ro m+1 cd 0 Q) m 7 0 tll Q) U +1 0 O 0 w z 9 g H CD 0 0 m Q) m Q) q) 9 0 � 9 0 v 0 -P C:) co o 0 P4 f-q 0 0 r 0 w m x 0 z R y p E, -H Cl) r--1 to a) H > +� tz� r -H co N Ei .1 R7 H C7, +1 P 0 N r 1) � cj H 0 H -H z Q) 0 -P E, •H E+ ;j H Z pq � -H a) 1 z 0 1) P, P, 0 r w w Fi w cq U F, 0 75 PLI 0 4> t:1 co ;J � y 0 U t 0 STEINY AND COMPANY. INC STATEMENT OF INCOME AND RETAINED EARNINGS FOR THE YEAR ENDED JUNE 30. 1970 CONTRACT REVENUES CONTRACT COSTS: Materials Labor Purchased services and other costs Gross profit, determined on a percentage of completion basis (Note 1) SELLING, GENERAL AND ADMINISTRATIVE EXPENSES Income from operations (after deducting depreciation and amortization of $132,141) PROVISION FOR FEDERAL INCOME TAXES, none of which are payable currently (Note 1) Net income ($14.44 per share of capital stock) $6,288,034 3,209,863 2,249,732 $12,605,163 11,747,629 857,534 838,682 18,852 4,500 14,352 RETAINED EARNINGS, JUNE 30, 1969 633,181 RETAINED EARNINGS, JUNE 30, 1970 $ 647,533 The accompanying notes are an integral part of this statement. 1. 0 . . 0 STEINY AND COMPANY. INC NOTES TO FINANCIAL STATEMENTS JUNE 30, 1970 (1) The Company accounts for income on contracts in its financial statements on the percentage of completion basis. For income tax purposes, income is reported on the completed contract basis. Income taxes applicable to the earnings on uncompleted contracts have been provided in the financial statements. As of June 30, 1970, the Company has refundable Federal income taxes of $95,000 resulting from the carryback of the loss on contracts completed during the year ended June 30, 1970. Deferred Federal income taxes relate to differences in the methods used for book and tax purposes in providing for depreciation. The Company provides depreciation.on the straight -line basis for book purposes, and on the declining - balance method for tax purposes. (2) The Company has a pension plan for eligible salaried and clerical employees. The Company's policy is to fund the pension costs accrued and charge such costs to income. The cost of the plan for the year ended June 30, 1970, was $16,300. There are no past service liabilities under the plan, and vested benefits do not exceed the fund balance as of June 30, 1970. (3) The Company is presently engaged in processing contractual entitlements under a contract, of which a portion ($208,000) is reflected in the financial statements as of June 30, 1970. In the opinion of management, these represent minimum amounts recoverable and additional amounts (which have been claimed) will also be recovered. However, the total amount recoverable under this contract is not presently determinable. (G) The Company has lease commitments on buildings and vehicles aggregating $170,600 over the next five years, of which $51,700 is due prior to July, 1971. Page 1 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 3:00 P.M. on the 10th day of February, 1971, at which time they will be opened and read, for performing work as follows: Traffic Signal Installation at the Intersection of Jamboree Road and Eastbluff Drive North, and Irvine Avenue and 22nd Street - Santiago Drive. CONTRACT NO. 1259 Bids must be submitted on the proposal form attached with the Contract Documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check, or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The Contract Documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the 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 seas shall Tfaffixed to all documents requiring signatures. In the case of a partnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The Con- tractor shall state his license number and classification in the proposal. Plans and Contract Documents, including Special Provisions, may be obtained at the Public Works Department, City-Hall, Newport Beach, California, at no cost to licensed contractors. A nonrefundable charge of $2 will be required for each set of Plans and Contract Documents issued to others. It is requested that the Plans and Contract Documents be returned within 2 weeks after the bid opening. The City has adopted the Standard Specifications for Public Works Construction (1970 edition) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $2 per set. The City reserves the right to reject any or all bids and to waive any informality in such bids. City of Newport Beach, California Notice Inviting Bids Page la In accordance with the provisions of Article 2, Chapter 1, Part 7, of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract, and has set forth these items in Resolution No. 6982, adopted May 12, 1969. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevail- ing wage rates (Sections 1770 -1781 inclusive). Revised 9 -15 -70 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. 16127a Classification 1_]p Accompanying this proposal is (Cash, Cert1 ie ec , Cashier'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. Phone umber 2 -10 -71 Date Steiny and Com an Inc. Bi er s Name (SEAL) By: (s) Richard Englis Vice Prey. Aut>l orize Sign r Authorized Signature ype o 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: Steiny and Company; Inc. J. 0. Steiny, Pres., Treas., Mgr. B. Robinson. Sec'y R. English; V.P. Y �. �. /� � �' A f .., -- �. ,;. y i aa` s y„^v� z � M �.� i � � 1 .. _... ... .. s s_. x1....4e�� i`.. 1�'` � ... ' r. ' .. Y T;,k ,.. � �. p G �,y�' ry i'. ' ... ,. '.1 r fr. 'il ' . s n '. �. 1 .: �.c .:,, .. �..�'�,y �' _� .. ... ., �.�. Al r; / , `e' S ..f. �... i '_. .. • .1._ '.. .. Y �. �. A f .., � ;� 4. c. �._ y i �; y„^v� z � M �.� .. _... ... .. s s_. x1....4e�� i`.. 0 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 a 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. NOTE: DESIGNATE CONTROLLER AND TRAFFIC SIGNAL SUPPLIER(S) ON THIS PAGE Sub - contractor Address Steiny and Company, Inc. Bidder's Name By: (s) Richard English, Vice Pres. Authorized Signature SINGER LINK A California Cog oration Type of organization (Individual, Co- partnership or Corp.) Steinv and Company, Inc. Electrical Contractors Electrical Enqineers 221 North Ardm% dl enue Los Angeles, Calif. 90004 Y its "obligations under��`th #s baMd ey ii'tTt i 1Y �Y c M i.: . .. .(. 4 r„ Y . r i T .i fi 1Y �.; ;_ �... ._. ._ _.. ... � .a.. >_, w.:;��+r. � -: '.. ..i- ..�.���SF�IJsi$ `_.m �n _i-�xm �arux.n bk.a. -.w -� _ . .. . � r.. .. � �.. bk.a. -.w -� _ . .. . � r.. .. � �.. FOR ORIGINAL SEEOTY CLERKS FILE COPY 0 Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. On file with City Clerk (s) Richard English, Vice Pres. Signed ! • f _ �, l �� _ r?;.._. � �.y _ t -..�, ... - - - _' - �.1 E t ,,. i ;: ;. � w _. � - 0 4 c �.. _ ! -. - - �, J T - _. - _ � _ ... i t - � -- - ... w _ - � _ _ -I l'3+i{ n".' .. ... .. .. ,! _ - .. _ N � �.. � - �. is -. ��°� '� .: � {� � A. hYC!Lihr52'1"'d��i -s vh..trc..wd X'-+m v .:�ti� t 3.. +r .v..�. r s5.. .. ... _i a p2E:$M.. ^SiaGC'. ":'�.. �_ r .i:'� '�:' � _ - :>.:��-.`�� Eo ihai: proposed h�ref Pi whir;h has 'perforiai+ ai suassfufiy r:p9t LAI�F# i r l _r 4 '`-• '9+tv T t .k4 S v ��' t'S,Y,�.. �T.'Fn,.Y 1 � �rF'�!xrti" A .�` .'... Eo ihai: proposed h�ref Pi whir;h has 'perforiai+ ai suassfufiy r:p9t r = - ; �•- leted far Whom Perfor+ned' (petai 1) 'i'�rson -to Cctrlf�et- T�l`� �"`"� ;.��, � - x t : .. . AV Al l r VMS 0140 v YY- nwo `a vl Y s e E i ... , Wic i 4 ) k Ann, L 8 .. t..._. 4 y .. x fi. .. -. �a .a�'... .. v_.... +,+A•TM�:ii.xv vt mM.Y�a�x+�•4�s�a�`'l m tF vY, Sr its ..... ::...w... -:.` - � �' • _ _ _ " _. I I OWN Lows, ORKA E Y a'. .. .. C X .1 m tF vY, Sr its ..... ::...w... -:.` - � �' • _ _ _ " _. -,. ':_: cfc �._�. � � - _ .; ,. �� -, '.� �. e k .:..' .. �,.:,. i. s y` � .. '.. kv'1 f :': .� W .k ... t .. �� .. �. } .. } v .. .. '. � t .. v..C'� .. i .. .. � _ F.� �._. k 7 .. .. . .: ... .. k. � .: .. .. r.: ` �' � zro .� .: t .�_% P I �yroz'.,,. ..,... ., �. _�._.. .. :; �= _ , . -. - -r ,t_, '.oa � - .. _ _ -. ,r r� ri IS i I jl r :. f ti�`�L .s.. .rte _t ACKNOWLEDGMENT BY SURETY STATE OF CALIFORNIA ss. COUNTY OF LOS ANGELES On this 3rd day of March 1971 , before me per- sonally appeared Charlee L. Hermalhalch , 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. „.uuu.n.uuun..n.n nncn..... `- OFFICIAL SEAL CONSTAN'7;. M 90SS Notary Public in the State of CCa tf�ornia —.. Not r y County of Los Angeles (Seal) Los Angeles County �. My, Commission I�res December 16 1971 _ ano --r�na street - ssrttta9�'�rtrte _ City of::NeK .port <Baach, .n str3:ct _e '"nd.bthe_r contract documents;d bn.ft;le- t�pprt. fleacFa.. WHERER5,,5aid Principal his execute terms .1 "M of• di- CgJ1tts .Now. THEREFORE. We. *Mrw,i1i Mas Prtncipat , 'hereinafter e- si:gndted m.as "ti �BtY -3E famm m Iii =hs Siirs jr. are field and'#ira►ty -bou nd. unto: -T{IC. F(WAiTTAlt AC TYTC fiQA'ifYaT7AU: repnf n n ful Orce : fkl Vi ue . L Mill Wz C 4 VT l = .. 4 Y _ ONE 1 h} .> i�p V ?.f �4•�J _ _ �yFi 1_.t L Mill Wz C 4 VT l = .. 4 Y _ tiors under;'thi5 bend. -12 jErt FAX rop � - S q. _ J 5 �.. . ( 9. h \ 1 -Jay-- [37 j zoo gig IOWA got 3 t aa� I 4�. KIM ACKNOWLEDGMENT BY SURETY STATE OF CALIFORNIA ss. r COUNTY OF LOS ANGELES a r On this 3rd day of March 1971 before me per - socially appeared Charlea L- Hemmalhalch 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. ............... I ............ „�_ OFFICIAL SEAL CONSTANCE M. ROSS E Notary Public in the State of California Notcry Califorj County of Los Angeles Y. Pnn- .pal Cff ce in 'L (Seal) Los Angeles County - ,.; MY Commissioa fxpves December... .. :. . try the EftsYis and, to d0 eperyt. 1w required lby thitiAi S MOM C3t1o►1s R� 2. For furnishing 411 stf&matert 1s and labs r�. ail ,the. work cRnt�iated and ersbracect fin this Agr+ ... .'_.A!!'� c i Nri nslf'. of . +6d' wn >,o.n''i.a. -u:.. - ..'.:.ub '... i�..�.. �1r.J .•.: _5therefDre the TW sum prices orIf tfn ,or the Several items. furni3Fhe� Pur %Ual shee "t of the Prdpdsal . as 0e.i elay: 3 ` The _ fty.:hereby pi 5'm `and s Ic k �I on flYdSy' p � f fi ^t S b9 f h - logo IS dig £Y ;Wawa q 1 IK'G r- Page 13 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 from the 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 0 EWPORT BEACIlH, CA NIA By . et�l i.J mayor kb 't FM/ ontractor (SEAL) ;r By^i`. i �e 7 -� - rs Title Approved as to form: 0 0 s� i^ � fix• n ..................... A ......... SFSn .. s a^� r � t s� i^ TRAFFIC SIGNAL INSTALLATION AT THE INTERSECTION OF JAMBOREE ROAD AND EASTBLUFF DRIVE NORTH, AND IRVINE AVENUE AND 22ND STREET SANTIAGO DRIVE CONTRACT 1259 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: PRIof2 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 1259 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 ITEM DES RI TION TOTAL NO. PRICE WRITTEN IN WORDS PRICE 1. Install traffic signal complete, intersection Jamboree Road and Eastbluff Drive North [40 Twenty -nine thousand four hundred fifteen Dollars and no Cents $ 29,415.00 Lump Sum Option A. Install traffic signal complete, inter- section Irvine Avenue and 22nd Street - Santiago Drive with two programmed visibility heads as noted on plans. Twenty -nine thousand Dollars and no Cents $ 29,000.00 Lump Sum Option B. Install traffic signal complete, inter- section Irvine Avenue and 22nd Street - Santiago Drive, all signal heads to be programmed visibility heads. Thirty -six thousand Dollars and no Cents $36,000.00 Lump Sum ....._.i�.�... w'. 4. to .1� !♦ '. i.r�r....r ....: _K i.s- $a.^.lk.i..�cYY'.�etl�T �- -�''il' ?_' -.�. PR2of2 TOTAL PRICE WRITTEN IN WORDS NO. 1 AND NO. 2A: Fifty- pight_thnimand four b-indrgd fi -ftnan Dollars and nn Cents $ TOTAL PRICE WRITTEN IN WORDS NO. 1 AND NO. 2B: Sixty -five thousand four hundred fifteen Dollars and nn Cents $ 65 415.00 NOTE: 1. Contractor shall submit bids for both Option "2 -A" and Option "2 -B ". 2. Designate the controller supplier on the "Designation of Subcontractors ". CONTRACTOR'S LICENSE NO. 161273 Bi er s ame DATE 2 -10 -71 ce Pres. uthorize Signature BIDDER'S ADDRESS Stein and Com an Inc. ectrical Contractors TELEPHONE NUMBER 382 -2331 Electrical Engineers 221 North Ardmore Avenue Los Angeles, Calif. 90004 0 TABLE OF CONTENTS SPECIAL PROVISIONS Page I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. AWARD OF CONTRACT . . . . . . . . . . . . . . . . . . . . . . . . . 1 III. COMPLETION OF WORK . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 V. TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . . . . . . . . 2 VI. COOPERATION AND COLLATERAL WORK . . . . . . . . . . . . . . . . . . 2 VII. WARRANTY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 VIII. STARTING UP TRAFFIC SIGNAL . . . . . . . . . . . . . . . . . . . . 2 IX. BONDING AND GROUNDING . . . . . . . . . . . . . . . . . . . . . . . 2 X. CONDUIT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 XI. CONCRETE MEDIAN FILLER PAVEMENT . . . . . . . . . . . . . . . . . . 3 XII. EQUIPMENT LIST AND DRAWINGS . . . . . . . . . . . . . . . . . . . 3 XIII. VEHICLE DETECTORS . . . . . . . . . . . . . . . . . . . . . . . . 3 JAMBOREE ROAD AND EASTBLUFF DRIVE NORTH . . . . . . . . . . . . . . 5 IRVINE AND 22ND STREET - SANTIAGO DRIVE . . . . . . . . . . . . . . 6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR CONTRACT 1259 I. SCOPE OF WORK SP 1 of 6 The work to be accomplished shall generally consist of, but not necessarily be limited to, the following: Furnishing, erecting, installing, and starting up a traffic signal installation at the intersection of Jamboree Road and Eastbluff Drive North, and Irvine Avenue and 22nd Street - Santiago Drive. The contract requires completion of all the work in accordance with these Special Provisions; the City's Standard Special Provisions; the Plans; the City's Standard Drawings and Specifications; the California Division of Highways Standard Specifi- cations, January 1971; and the California Division of Highways Standard Plans, January, 1971. The City's Standard Specifications are the Standard Specifications for Public Works Construction, 1970 Edition. AWARD OF CONTRACT All contractors shall submit bids for both Option A and Option B for the Irvine Avenue and 22nd Street - Santiago Drive signal. The City reserves the right to award the contract for either Option A or Option B regardless of which option results in the lowest total bid. III. COMPLETION OF WORK The Contractor shall complete all work on the contract within 120 consecutive calendar days after the date the City awards the contract. IV. PAYMENT The lump sum price bid for the traffic signal installation at Jamboree Road and Eastbluff Drive North, and Irvine Avenue and 22nd Street - Santiago Drive, shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing and installing the system as shown on the plans and as specified. Full compensation for all additional materials and labor not shown on the plans or called for in the specifications or provisions, but which are necessary to complete the work shall be considered as included in the lump sum price bid, and no additional compensation will be allowed therefor. SP2of6 V. TRAFFIC CONTROL The contractor shall provide traffic control in compliance with Section 7 -10 of the City's Standard Specifications. One lane of traffic in each direction shall be allowed to flow through the Jamboree Road and Eastbluff Drive North and Irvine Avenue and 22nd Street intersections at all times. The minimum width for one lane of traffic shall be considered to be eleven (11) unobstructed feet. VI. COOPERATION AND COLLATERAL WORK The contractor shall cooperate with others in compliance with Section 7 -7 of the Standard Specifications. The contractor shall contact the electric utility company and arrange for the service and delivery of electrical energy when it is needed. The contractor shall pay the connection and other initial charges made by the utility company. VII, WARRANTY The traffic controller and its associated equipment shall bear the standard written warranties of the manufacturer(s). These warranties shall be provided in writing to the contractor by the manufacturer(s), two copies of which shall be provided to the City by the contractor. All materials and equipment supplied on this job, including the traffic controller and its associated equipment, shall bear a 1 -year warranty so that any malfunction or other defect arising during said first year shall be promptly corrected by the contractor at no cost or expense to the City. It shall not, however, be the contractor's or controller manufacturer's responsibility to make the first service call on each occasion of trouble. The first call will be made by the City or City's maintenance contractor whenever service is apparently needed. If, as a result of examination made during initial call, it seems that warranty repairs or adjustments are required, the contractor will then be asked to come to the site to effect needed repairs. All warranties shall begin at noon on the date of completion of the work, as certified by the Engineer to the City Council. VIII. STARTING UP TRAFFIC SIGNAL The contractor shall provide the services of a factory- trained person who is thoroughly knowledgeable to start up the traffic controller and related electrical gear. He shall instruct the City's personnel in the operation and maintenance of said equipment. IX. BONDING AND GROUNDING Bonding and grounding of conduit shall conform to Section 86 -2.10 of the California Standard Specification except as modified herein. The electrical service and equipment shall be grounded by bonding throughout, and through use of two 16 -foot sectional driven ground rods as grounding electrodes. The first rod (electrode) shall be located immediately behind the curb and within 5 feet (in plan) of the electrical meter. The second rod shall be located immediately behind the curb and 10 feet from the first rod. The grounding conductor from service to first rod and from first rod to second rod shall be AWG 210 bare stranded copper 0 SP3of6 wire. The grounding conductor from service to first rod shall be in a 1 -inch rigid galvanized steel conduit. Connections to rods shall be by exothermic -type welds. The top of each rod shall be surrounded by a concrete box and cover as shown for Type B service grounding on Drawing No. ES -1 -3 of the Division of Highways Standard Plans. The contractor shall demonstrate to the City the amount of electrical resistance between the grounding system consisting of rods bonded together and to the earth, using a 500 -volt or 1000 -volt megometer and the fall -of- potential test method. If this resistance is greater than one ohm, the contractor shall propose to the City to drive additional rods, spaced 10 -feet apart, at the contractor's then current material and labor rates, until the system resistance to ground is less than one ohm. The additional roads shall be bonded to the original rods in like manner, and they shall be terminated and enclosed like the original two rods. The contractor shall provide all test materials and equipment and he shall run all tests. Tests shall be run when the ground is dry to a depth of at least 3 feet. The tests shall be run in the presence of an authorized representative of the City. All conduits shall be electrically bonded to each other where they enter pullboxes and all other enclosures, and they shall be bonded to the metallic frames of all enclosures. No bonding conductor shall have a current - carrying capacity less than that of an AWG No. 6 copper wire. *MFOORI1Illl" Conduits shall conform to Section 86 -2.05 of the California Standard Specifications except as modified herein. Conduits shall be galvanized steel. Conduits shall be located at least 2 feet (in plan) from any pipeline or any underground structure not associated with the signal system, except where they must cross the runs of other pipelines or other underground structures. XI. CONCRETE MEDIAN FILLER PAVEMENT The contractor shall replace with 3 -inch thick P.C.C. any median filler pavement removed from medians in Jamboree Road and Irvine Avenue. The concrete replacement includes that concrete which was removed from the medians during the installation of pullboxes and conduit as part of Contract 1259. The edge of the existing concrete median filler pavement shall be saw cut in a straight line between curbs. XII. EQUIPMENT LIST AND DRAWINGS Equipment lists and drawings of electrical equipment and materials shall conform to provisions in Section 86 -1.03 of the California Standard Specifications and these Special Provisions. The City reserves the exclusive right to determine if alternative proposed equipment shall be acceptable. Bidders are cautioned to inquire of the City, before bid time, the acceptability of proposed alternative signal or lighting equipment. XIII. VEHICLE DETECTORS Detectors shall conform to the provisions in Section 86 -4.05B of the California Standard Specifications and these Special Provisions. A maximum of four (4) loops will be permitted to each sensor unit, and grouped as shown on the plans, i.e., 4 loops for A -1 2N, 4 loops for A -1 3N, 4 loops for A -1 4N, 4 loops for A -1 5N, etc. SP4of6 Splices will not be permitted in either loop conductors or lead -in cables. They shall be spliced together only in the appropriate pullbox. All splices will be soldered. The loop conductor leads shall be tagged in the pullbox. The installation and connection of multiple loop detectors in left turn pockets shall be as follows: A. Detectors shall consist of 4 loops designated as 1, 2, 3, and 4 respectively, beginning with the loop closest to the intersection. B. The loops shall be 6 feet by 6 feet with 9 foot spacing between loops. C. The number of turns of wire and the manner of connecting the loops in series and /or parallel circuits shall conform to the manufacturer's specifications and instructions. The size and configuration of the loop detector in the crosswalk area (No. 1 loop) can also be altered as per the manufacturer's instructions so that it will detect the presence of small engine driven cycles in addition to automobiles and trucks. The installation and connection of multiple loop detectors in through lanes shall be as follows: A. Detectors shall consist of four to eight loops per plan as indicated on the plans generally designated in groups of four. B. The loops shall be 6 feet by 6 feet with generally a 10 -foot spacing between loops and centered in each lane. See plans for exact configurations on all approaches. C. Unless the manufacturer instructs otherwise, a maximum of four loops will be allowed per sensor unit. The number of turns of wire and the manner of connecting the loops in series and /or parallel circuits shall conform to the manufacturer's specifica- tions and instructions. The size and configuration of the loop detectors in the crosswalk area can also be altered as per the manufacturer's instructions so that it will detect the presence of small engine driven cycles in addition to automobiles and trucks. All sensor units for loop detectors shall be self- tuning and conform to Section 86 -4.058 of the California Standard Specifications. Magnetometer units shall be Proximeter II, Card Key 210, or an approved equal with two separate input and output channels capable of pulse or presence operation and 0 to 3 second delay timing. Sensing heads for each approach shall be connected from field locations to sensors in the control cabinet per manufacturer's specifications. 1W, 0 • JAMBOREE ROAD AND EASTBLUFF DRIVE NORTH Controller SP5of6 Controller shall conform to California Standard Specifications for Type 90 controllers and in addition be capable of being set by a manual switch to operate in a lane or loop occupancy mode dwelling in all red with no vehicles present in detection zones. All timed functions shall have digital timing circuits. Auxiliary solid state logic cards shall be packaged together, jack mounted into a frame, and used for detector delay timing and detector switching. The magnetometer detectors on the approaches for phases A -1 and A -2 shall be disconnected after the first call when the controller is operating in any other phase; to be connected when corresponding green terminates. Auxiliary equipment furnished and installed shall include external solid state switching devices, test call buttons for vehicle and pedestrian actuations, calling and detector relays or calling logic, power supply protect modules, and police panel switches. All auxiliary equipment shall conform to Section 86 -3.09J of the State Standard Specifications. All controller equipment to be installed in a Type R cabinet with fluorescent light (minimum 20 watt) wired complete for future phasing as indicated on the phase diagram. Luminaires All luminaires shall be 40OW high pressure sodium vapor type with glare shield as manufactured by General Electric Company or approved equal. The optical assembly shall contain an activated - charcoal filter to filter out contaminants in the air. The prismatic refractor shall be of heat - resistant glass and shall be easily removable by unlatching the refractor door. The slip fitter shall be capable of adapting to 1 -1/4 inch through 2 inch pipe size mounting brackets without the need of separate mounting parts or rearrangement of mounting components. Leveling and clamping of the luminaire to the bracket shall be accomplished by the tighten- ing of two bolts accessible both externally and internally. The reflector shall be secured to the upper housing and shall contain an EPT rubber gasket for sealing between the reflector and refractor. Traffic Signal Heads Traffic signal head on Pole 8 for the left turn shall be programmed visibility head. Left turn P.V.N. shall be masked vertically and horizontally to be visible from the left turn lane. All traffic signal heads shall conform to Section 86 -4 of the Californis Standard Specifications. IRVINE AND 22ND STREET - SANTIAGO DRIVE Controller SP6of6 Controller shall conform to California Standard Specifications for Type 90 controllers and in addition be capable of being set by a manual switch to operate in a lane or loop occupancy mode dwelling in all red with no vehicles present in detection zones. All timed functions shall have digital timing circuits. The magnetometer detectors on the approaches for Phases A -1 and A -2 shall be disconnected after the first call when the controller is operating in any other phase; to be connected when corresponding green terminates. Loops "1W to 4W" and "lE to 4E ", p C, shall each use one sensor unit. Loops "5W and 6W" and "5E and 6E ", 0 C, shall each use one sensor unit with delay timing circuits adjustable from 0 to 30 seconds. When signal is on red or yellow, the delay timer will hold the call for a pre -set time prior to placing the call into the controller. When the signal is on green, the call will go directly into the controller. Auxiliary equipment furnished and installed shall include external solid state switching devices, test call buttons for vehicle and pedestrian actuations, calling and detector relays or calling logic, power supply, and protect modules and police panel switches. All auxiliary equipment shall conform to Section 86 -3.09J of the California Standard Specifica- tions dated January 1971. All controller equipment to be installed in a Type R cabinet with fluorescent light (minimum 20 watt), inside control cabinet over door opening. Luminaires Luminaires shall be multiple 400 watt mercury vapor and shall conform to Section 86 -5.01 to 86 -5.03 of the California Standard Specifications. Ballasts shall be made an integral part of the lighting fixture. Traffic Siqnals OtpionA Option B: All traffic signal units shall conform to California Standard Specifications Section 86 -4. The two mast arm left turn signal heads to be programmed visibility heads, as shown on Plans. All traffic signal units shall conform to the California Standard Specifications, Section 86 -4. All traffic signal units shall be programmed visibility heads masked horizontally to eliminate visibility of illuminated lenses from any of the nearby private properties. In addition, the left turn signals shall be masked vertically and horizontally to be visible only from the left turn lanes. ;.. � 6 0 CONTRACT RO. 1259 CITY OF NEWPORT BEACH CONTRACT DOCUME14TS FOR TRAFFIC SIGNAL INSTALLATION AT THE INTERSECTION OF JAMBOREE ROAD AND EASTBLUFF DRIVE NORTH, AND IRVINE AVENUE AND 22ND STREET - SANTIAGO DRIVE Approved by the City Council on this 25th day of Januar 1971 L ra .agios, Cif y C 1 ry SUBMITTED BY: STEINY AND COMPANY, INC. ELECTRICAL CONTRACTORS Contractor 221 NORTH ARDMORE AVENUE LOS ANGELES, CALIF. 90004 Address City ip i i, Page 1 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 3:00 P.M. on the 10th day of February, 1971, at which time they will be opened and read, for performing work as follows: Traffic Signal Installation at the Intersection of Jamboree Road and Eastbluff Drive North, and Irvine Avenue and 22nd Street - Santiago Drive. CONTRACT NO. 1259 Bids must be submitted on the proposal form attached with the Contract Documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check, or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The Contract Documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the 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 sha e a ixe to all documents requiring signatures. In the case of a partnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The Con- tractor shall state his license number and classification in the proposal. Plans and Contract Documents, including Special Provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. A nonrefundable charge of $2 will be required for each set of Plans and Contract Documents issued to others. It is requested that the Plans and Contract Documents be returned within 2 weeks after the bid opening. The City has adopted the Standard Specifications for Public Works Construction (1970 edition) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $2 per set. The City reserves the right to reject any or all bids and to waive any informality in such bids. i City of Newport Beach, California Notice Inviting Bids • Page la In accordance with the provisions of Article 2, Chapter 1, Part 7, of the California Labor Code (Sections 1770 et seq.), the City Council of the City of Newport Beach has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract, and has set forth these items in Resolution No. 6982, adopted May 12, 1969. A copy of said resolution is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevail- ing wage rates (Sections 1770 -1781 inclusive). Revised 9 -15 -70 a r -av k �.��� � �.. �rz�'^ •� -.tam' i ` : - =+` z 8'BX m OCC,., tlfl t of I„q ih 4k4h9 � t1115`:'b1d iil6;- IU "ft anwd aerbna lis t in rare h# 1'i c +.'Kuidr'�n�`es� wi.' tlwuiidti��► ' Ca.:uii� �'.� „�_. i . - lore. ,� - T.= r } a y 4 . a .. _: � >, _ ;. r ,_ ., i,,, .. '. .. .. � �... ' � � � ^�1J� yIY .. J •�� r �yf �' �� s.; .. .. sue'. E ;��' .� '.n S, � �. '�'. r '�.�:: ... � .�...� <.�'. _. p � t C. d �, f ' 3 ✓'. 7 �.' .. ... _ r r _ .+ � . % � .. L,. .. J L i .i r..:.' '. .:. i I i � ' � �.'� Y. r � i r ' � i' i .. t . „. ' .. i 1 .' i... 5. : .. .� ... ' .: .. .' ... , `d �s: '. 1�' C.i � 4hr�$:'� _: -,; .....g.. �-.r� X�r. .e J a.. T : ? �� 3:.'i l ,a,..tu3r"m;��d e.iirf � '.:,e�z3s8 mdi P t L` �~ i ? 1 k 2 un&,rsi -tnetl certffies that lie i,as f,ead ifi r r � x a , eel r x ATM z of GA zx x s doll ji fool lot AMa y�^` _s jk(wo 1150 AZ 7 E .. 1 Vol .. - .n T. • S r r � x a , eel r A t � � F saoaa Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL Bond /623057 KNOW ALL MEN BY THESE PRESENTS, That we, STEINY AND COMPANY, 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 (10 %) 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 IS SUCH, That if the proposal of the above bounden principal for the construction of Traffic signal installation at the intersection of Jamboree Road and Eastbluff Drive North and Irvine Avenue and 22nd Street- Santiago Drive Contract Number 1259 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 loch day of February , 19 71 . Corporate Seal (If Corporation) (Attach acknowledgement of Attorney in Fact) STEINY AND COMPANY INC. Principal/ GENERAL INSURANCE COMPANY OF AMERICA Surety By Title Attorney -in -Fact I ,t ACKNOWLEDGMENT BY SURETY STATE OF CALIFORNIA 'i ss. COUNTY OF LOS ANGELES On this 10th day of February 1971 before me per- sonally appeared Charles L. Hezmalhalch known to me to be the attomey -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. e\ CC = rotary Public in the State o aliforma Cou nt y o f Los Angeles e es Los Anoe es County s Dec(Seal) M mrsswn Expire ember lb 197 A_ _:77.� _ ... Oz s. a h A J Y � �Yy ,1 ?.fib Y P it f it i tn i it a M.+ 6 it Y q "y Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. ♦ 4 /'rf�dzuJ � —✓ 51 gTa" a q I ro 1 r ,s K �6 rt p < �� � t " :-' ,i• s:'� '.: "'i, c''i� ? ;x.. 't, _. U .,,.l�E:iea�.'i.euura" s'i4�.f�:�.ys ��/FS jt �ffi 7fM A. f. t .�-a^�,9s.:- i t'la`� `F t ''.a~s- -.F. a- -vr " Y w#z+ r v ^st Mill n t 4. t f undersigned subiaits "het^a�rk�h; tc mat proposed ?herei n whi4h he, has 6ueaessf i W, 1 V L y J i Y Y t t l i .rk 4 y J.• V 4 L O Yr . i �` tJ ( .x S villy wavy 0754py VV x'ii Is 5. >' On i TRAFFIC SIGNAL INSTALLATION AT THE INTERSECTION OF JAMBOREE ROAD EASTBLUFF DRIVE NORTH, AND IRVINE AVENUE AND SANTIAGO DRIVE CONTRACT 1259 PROPOSAL To the Honorable City Council City of Newport Beach 3300 West Newport Boulevard Newport Beach, California 92660 Gentlemen: AND 22ND STREET - PRIof2 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 1259 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 NO. ITEM DESCRIPTION PRICE WRITTEN IN WORDS TOTAL PRICE 1. Install traffic signal complete, intersection Jamboree Rod d and Eastbluff Drive North T N� u oL WhQ(V Dollars and A40 Cents $ Lump Sum 2. Option A. Install traffic signal complete, inter- section Irvine Avenue and 22nd Street - Santiago Drive with two programmed visibility heads as noted on plans. —N /W u,0nyO i7,y. Dollars � 6— ^/D Cents $ Lump Sum OR Option B. Install traffic signal complete, inter- section Irvine Avenue and 22nd Street - Santiago Drive, all signal heads to be programmed v sibility heads. e— Tl�ituf /!Mi Dollars 3C oa4-� NO and Cents $JZ,yirp Lump Sum FIR 2of2 TOTAL PRICEA4JRITTEN IN WORDS NO. 1 AND NO. 2A: c � %,%i�b- %6CC4w,,4 �'r 4lip✓ %.e.dl- A/ Dollars and / Cents $ TOTAL PRICE PITTEN IN WORDS NO. 1 AND NO. 2B: ,e7y Dollars p�f T a`o '410 Cents $��I NOTE: 1. Contractor shall submit bids for both Option "2 -A" and Option "2 -B ". 2. Designate the controller supplier on the "Designation of Subcontractors ". CONTRACTOR'S LICENSE NO. �lo /Z7 �/ firrZINX AND COMPANY, INC. RiA arc Ama DATE 2. LQ -7/ BIDDER'S ADDRESS SMNY AND COMPANY, INC. E R A TELEPHONE NUMBER ELECTRICAL ENGINEERS 221 NORTH ARDMORE AVENUE LOS ANGELES, CALIF. 90004 0 TABLE OF CONTENTS SPECIAL PROVISIONS Page I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. AWARD OF CONTRACT . . . . . . . . . . . . . . . . . . . . . . . . . 1 III. COMPLETION OF WORK . . . . . . . . . . . . . . . . . . . . . . . . 1 IV. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 V. TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . . . . . . . . 2 VI. COOPERATION AND COLLATERAL WORK . . . . . . . . . . . . . . . . . . 2 VII. WARRANTY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 VIII. STARTING UP TRAFFIC SIGNAL . . . . . . . . . . . . . . . . . . . . 2 IX. BONDING AND GROUNDING . . . . . . . . . . . . . . . . . . . . . . . 2 X. CONDUIT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 XI. CONCRETE MEDIAN FILLER PAVEMENT . . . . . . . . . . . . . . . . . . 3 XII. EQUIPMENT LIST AND DRAWINGS . . . . . . . . . . . . . . . . . . . 3 XIII. VEHICLE DETECTORS . . . . . . . . . . . . . . . . . . . . . . . . 3 JAMBOREE ROAD AND EASTBLUFF DRIVE NORTH . . . . . . . . . . . . . . 5 IRVINE AND 22ND STREET - SANTIAGO DRIVE . . . . . . . . . . . . . . 6 I III CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR SIGNAL INSTALLATION CONTRACT 1259 SCOPE OF WORK SP 1 of 6 The work to be accomplished shall generally consist of, but not necessarily be limited to, the following: Furnishing, erecting, installing, and starting up a traffic signal installation at the intersection of Jamboree Road and Eastbluff Drive North, and Irvine Avenue and 22nd Street - Santiago Drive. The contract requires completion of all the work in accordance with these Special Provisions; the City's Standard Special Provisions; the Plans; the City's Standard Drawings and Specifications; the California Division of Highways Standard Specifi- cations, January 1971; and the California Division of Highways Standard Plans; January, 1971. The City's Standard Specifications are the Standard Specifications for Public Works Construction, 1970 Edition. AWARD OF CONTRACT All contractors shall submit bids for both Option A and Option B for the Irvine Avenue and 22nd Street - Santiago Drive signal. The City reserves the right to award the contract for either Option A or Option B regardless of which option results in the lowest total bid. COMPLETION OF WORK The Contractor shall complete all work on the contract within 120 consecutive calendar days after the date the City awards the contract. IV. PAYMENT The lump sum price bid for the traffic signal installation at Jamboree Road and Eastbluff Drive North, and Irvine Avenue and 22nd Street - Santiago Drive, shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in furnishing and installing the system as shown on the plans and as specified. Full compensation for all additional materials and labor not shown on the plans or called for in the specifications or provisions, but which are necessary to complete the work shall be considered as included in the lump sum price bid, and no additional compensation will be allowed therefor. V. TRAFFIC CONTROL SP2of6 The contractor shall provide traffic control in compliance with Section 7 -10 of the City's Standard Specifications. One lane of traffic in each direction shall be allowed to flow through the Jamboree Road and Eastbluff Drive North and Irvine Avenue and 22nd Street intersections at all times. The minimum width for one lane of traffic shall be considered to be eleven (11) unobstructed feet. VI. COOPERATION AND COLLATERAL WORK The contractor shall cooperate with others in compliance with Section 7 -7 of the Standard Specifications. The contractor shall contact the electric utility company and arrange for the service and delivery of electrical energy when it is needed. The contractor shall pay the connection and other initial charges made by the utility company. VII. WARRANTY The traffic controller and its associated equipment shall bear the standard written warranties of the manufacturer(s). These warranties shall be provided in writing to the contractor by the manufacturer(s), two copies of which shall be provided to the City by the contractor. All materials and equipment supplied on this job, including the traffic controller and its associated equipment, shall bear a 1 -year warranty so that any malfunction or other defect arising during said first year shall be promptly corrected by the contractor at no cost or expense to the City. It shall not, however, be the contractor's or controller manufacturer's responsibility to make the first service call on each occasion of trouble. The first call will be made by the City or City's maintenance contractor whenever service is apparently needed. If, as a result of examination made during initial call, it seems that warranty repairs or adjustments are required, the contractor will then be asked to come to the site to effect needed repairs. All warranties shall begin at noon on the date of completion of the work, as certified by the Engineer to the City Council. VIII. STARTING UP TRAFFIC SIGNAL The contractor shall provide the services of a factory- trained person who is thoroughly knowledgeable to start up the traffic controller and related electrical gear. He shall instruct the City's personnel in the operation and maintenance of said equipment. IX. BONDING AND GROUNDING Bonding and grounding of conduit shall conform to Section 86 -2.10 of the California Standard Specification except as modified herein. The electrical service and equipment shall be grounded by bonding throughout, and through use of two 16 -foot sectional driven ground rods as grounding electrodes. The first rod (electrode) shall be located immediately behind the curb and within 5 feet (in plan) of the electrical meter. The second rod shall be located immediately behind the curb and 10 feet from the first rod. The grounding conductor from service to first rod and from first rod to second rod shall be AWG 210 bare stranded copper SP3of6 wire. The grounding conductor from service to first rod shall be in a 1 -inch rigid galvanized steel conduit. Connections to rods shall be by exothermic -type welds. The top of each rod shall be surrounded by a concrete box and cover as shown for Type B service grounding on Drawing No. ES -1 -3 of the Division of Highways Standard Plans. The contractor shall demonstrate to the City the amount of electrical resistance between the grounding system consisting of rods bonded together and to the earth, using a 500 -volt or 1000 -volt megometer and the fall -of- potential test method. If this resistance is greater than one ohm, the contractor shall propose to the City to drive additional rods, spaced 10 -feet apart, at the contractor's then current material and labor rates, until the system resistance to ground is less than one ohm. The additional roads shall be bonded to the original rods in like manner, and they shall be terminated and enclosed like the original two rods. The contractor shall provide all test materials and equipment and he shall run all tests. Tests shall be run when the ground is dry to a depth of at least 3 feet. The tests shall be run in the presence of an authorized representative of the City. All conduits shall be electrically bonded to each other where they enter pullboxes and all other enclosures, and they shall be bonded to the metallic frames of all enclosures. No bonding conductor shall have a current - carrying capacity less than that of an AWG No. 6 copper wire. X. CONDUIT Conduits shall conform to Section 86 -2.05 of the California Standard Specifications except as modified herein. Conduits shall be galvanized steel. Conduits shall be located at least 2 feet (in plan) from any pipeline or any underground structure not associated with the signal system, except where they must cross the runs of other pipelines or other underground structures. XI. CONCRETE MEDIAN FILLER PAVEMENT The contractor shall replace with 3 -inch thick P.C.C. any median filler pavement removed from medians in Jamboree Road and Irvine Avenue. The concrete replacement includes that concrete which was removed from the medians during the installation of pullboxes and conduit as part of Contract 1259. The edge of the existing concrete median filler pavement shall be saw cut in a straight line between curbs. XII. EQUIPMENT LIST AND DRAWINGS Equipment lists and drawings of electrical equipment and materials shall conform to provisions in Section 86 -1.03 of the California Standard Specifications and these Special Provisions. The City reserves the exclusive right to determine if alternative proposed equipment shall be acceptable. Bidders are cautioned to inquire of the City, before bid time, the,acceptability of proposed alternative signal or lighting equipment. XIII. VEHICLE DETECTORS Detectors shall conform to the provisions in Section 86 -4.05B of the California Standard Specifications and these Special Provisions. A maximum of four (4) loops will be permitted to each sensor unit, and grouped as shown on the plans, i.e., 4 loops for A -1 2N, 4 loops for A -1 3N, 4 loops for A -1 4N, 4 loops for A -1 5N, etc. 0 SP4of6 Splices will not be permitted in either loop conductors or lead -in cables. They shall be spliced together only in the appropriate pullbox. All splices will be soldered. The loop conductor leads shall be tagged in the pullbox. The installation and connection of multiple loop detectors in left turn pockets shall be as follows: A. Detectors shall consist of 4 loops designated as 1, 2, 3, and 4 respectively, beginning with the loop closest to the intersection. B. The loops shall be 6 feet by 6 feet with 9 foot spacing between loops. C. The number of turns of wire and the manner of connecting the loops in series and /or parallel circuits shall conform to the manufacturer's specifications and instructions. The size and configuration of the loop detector in the crosswalk area (No. 1 loop) can also be altered as per the manufacturer's instructions so that it will detect the presence of small engine driven cycles in addition to automobiles and trucks. The installation and connection of multiple loop detectors in through lanes shall be as follows: A. Detectors shall consist of four to eight loops per plan as indicated on the plans generally designated in groups of four. B. The loops shall be 6 feet by 6 feet with generally a 10 -foot spacing between loops and centered in each lane. See plans for exact configurations on all approaches. C. Unless the manufacturer instructs otherwise, a maximum of four loops will be allowed per sensor unit. The number of turns of wire and the manner of connecting the loops in series and /or parallel circuits shall conform to the manufacturer's specifica- tions and instructions. The size and configuration of the loop detectors in the crosswalk area can also be altered as per the manufacturer's instructions so that it will detect the presence of small engine driven cycles in addition to automobiles and trucks. All sensor units for loop detectors shall be self- tuning and conform to Section 86 -4.058 of the California Standard Specifications. twagnetome nits shall be Proximeter II, Card Key 210, or an approved equal with o separate input and output channels capable of pulse or presence operation and 0 to 3 second delay timing. Sensing heads for each approach shall be connected from field locations to sensors in the control cabinet per manufacturer's specifications. • JAMBOREE ROAD AND EASTBLUFF DRIVE NORTH Controller SP 5 of 6 Controller shall conform to California Standard Specifications for Type 90 controllers and in addition be capable of being set by a manual switch to operate in a lane or loop occupancy mode dwelling in all red with no vehicles present in detection zones. All timed functions shall have digital timing circuits. Auxiliary solid state logic cards shall be packaged together, jack mounted into a frame, and used for detector delay timing and detector switching. The magnetometer detectors on the approaches for phases A -1 and A -2 shall be disconnected after the first call when the controller is operating in any other phase; to be connected when corresponding green terminates. Auxiliary equipment furnished and installed shall include external solid state switching devices, test call buttons for vehicle and pedestrian actuations, calling and detector relays or calling logic, power supply protect modules, and police panel switches. All auxiliary equipment shall conform to Section 86 -3.09J of the State Standard Specifications. All controller equipment to be installed in a Type R cabinet with fluorescent light (minimum 20 watt) wired complete for future phasing as indicated on the phase diagram. Luminaires All luminaires shall be 40OW high pressure sodium vapor type with glare shield as manufactured by General Electric Company or approved equal. The optical assembly shall contain an activated - charcoal filter to filter out contaminants in the air. The prismatic refractor shall be of heat - resistant glass and shall be easily removable by unlatching the refractor door. The slip fitter shall be capable of adapting to 1 -1/4 inch through 2 inch pipe size mounting brackets without the need of separate mounting parts or rearrangement of mounting components. Leveling and clamping of the luminaire to the bracket shall be accomplished by the tighten- ing of two bolts accessible both externally and internally. The reflector shall be secured to the upper housing and shall contain an EPT rubber gasket for sealing between the reflector and refractor. Traffic Signal Heads Traffic signal head on Pole 8 for the left turn shall be programmed visibility head. Left turn P.V.H. shall be masked vertically and horizontally to be visible from the left turn lane. All traffic signal heads shall conform to Section 86 -4 of the Californis Standard Specifications. 0 .i, 6 IRVINE AND 22ND STREET - SANTIAGO DRIVE Controller SP6of6 Controller shall conform to California Standard Specifications for Type 90 controllers and in addition be capable of being set by a manual switch to operate in a lane or loop occupancy mode dwelling in all red with no vehicles present in detection zones. All timed functions shall have digital timing circuits. The magnetometer detectors on the approaches for Phases A -1 and A -2 shall be disconnected after the first call when the controller is operating in any other phase; to be connected when corresponding green terminates. Loops "1W to 4W" and "lE to 4E ", Q C, shall each use one sensor unit. Loops "5W and 6W" and "5E and 6E ", 0 C, shall each use one sensor unit with delay timing circuits adjustable from 0 to 30 seconds. When signal is on red or yellow, the delay timer will hold the call for a pre -set time prior to placing the call into the controller. When the signal is on green, the call will go directly into the controller. Auxiliary equipment furnished and installed shall include external solid state switching devices, test call buttons for vehicle and pedestrian actuations, calling and detector relays or calling logic, power supply, and protect modules and Dolice panel switches. All auxiliary equipment shall conform to Section 86 -3.09J of the California Standard Specifica- tions dated January 1971. All controller equipment to be installed in a Type R cabinet with fluorescent light (minimum 20 watt), inside control cabinet over door opening. Luminaires Luminaires shall be multiple 400 watt mercury vapor and shall conform to Section 86 -5.01 to 86 -5.03 of the California Standard Specifications. Ballasts shall be made an integral part of the lighting fixture. Traffic Signals Option A: Option B: All traffic signal units shall conform to California Standard Specifications Section 86 -4. The two mast arm left turn signal heads to be programmed visibility heads, as shown on Plans. All traffic signal units shall conform to the California Standard Specifications, Section 86 -4. All traffic signal units shall be programmed visibility heads masked horizontally to eliminate visibility of illuminated lenses from any of the nearby private properties. In addition, the left turn signals shall be masked vertically and horizontally to be visible only from the left turn lanes. 2 m 0 m n -4 zo- ��1 z � Fn m m n N ZI\ 1 ig n al O b c ` 3 l� 3 A �J C T P p 4 o �'1 A -I W Z d, +d