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