HomeMy WebLinkAboutC-1382 - Repaint street lights, Newport CenterLYa
. /U'Z�
DEC 121971
By +ha CITY COUNCIL
CITY OF mr-womAT BEAD. •
TO: CITY COUNCIL
FROM: Public Works Department
December 13, 1971
SUBJECT: ACCEPTANCE OF THE REPAINTING OF THE STREET LIGHT STANDARDS IN
NEWPORT CENTER (C -1382)
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:
N -r7
The contract for the repainting of the street light standards in Newport
Center has been completed to the satisfaction of the Public Works Department.
The bid price was: $289569.00
Amount of unit price items constructed: 286569.00
Amount of change orders.: 1,635.16
Total Contract Cost: 30,204.16
Amount budgeted in Account No. 02- 3297 -270: 28,569.00
During the painting operations it was decided to have the contractor
repaint the fir8 hydrants, water vault vents, signal control boxes, etc. A change
order was issued for this work, the cost of which was borne by affected departments.
The contractor is Robison - Burnap Company, Inc. of Stanton, California.
The contract date of completion was January 12, 1971. All work was completed
by November 6, 1971.
The original contract work was funded 80% by The Irvine Company, and 20%
-by the city.
�•
J Tblic T evlin
P W s Director
SEP 20 197
By the C;TY COWNCIL
'—'ITY QW- 1,19e, P'Q9%T 96ACH
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: PAINTING THE STREET LIGHT STANDARDS IN NEWPORT CENTER
(C -1382)
RECOMMENDATIONS:
September 20, 1971
1. Adopt a resolution authorizing the Mayor and City Clerk
to execute a cooperative financing agreement between The
Irvine Company and the city for financing of the contract.
2. Approve the request of Douglas Industrial Painting to
withdraw their low bid of $8,134.50 and to return
their Bidder's Bond.
3. Adopt a resolution awarding the contract to the second low
bidder, Robison - Burnap Company, Inc., of Stanton, California
for $28,569.00, and authorizing the Mayor and the City
Clerk to execute the contract.
DISCUSSION:
G -CZ
Six bids were received and opened in the office of the City Clerk at 2:00 P.M.
on September 7, 1971. One bid was rejected as it was received by mail one day late on
September 8, 1971.
Bidder Amount
Douglas Industrial Painting, Whittier $ 8,134.50
Robison - Burnap Co., Inc., Stanton 28,569.00
Lundeen Coatings, Los Angeles 28,973.00
Young's Painting, Garden Grove 33,670.00
Calblasco,.Inc., Long Beach 33,885.00
Art Remley Corporation, Balboa 35,454.05
*Johnson & Turner Painting Co., Stanton 23,500.00
*Rejected, bid not received in time for bid opening.
The low bid is 325% less, and the second low bid is 11% more than the
engineer's estimate of $25,000.00.
This project provides for the removal of the existing deteriorated paint and
the repainting of the street light standards in Newport Center on Newport Center Drive,
Newport Center Drives West and East, San Nicholas Drive, Santa Rosa Drive, Santa Cruz
1,;4
September
Page Two
Subject:
20, 1971
Painting the Street Light Standards in Newport Center
C -1382
Drive, and San Joaquin Hills Road between MacArthur Boulevard and Jamboree Road.
The city has consulted with experts in painting technology in preparing paint removal,
application, and material specifications for the project.
The low bidder, Douglas Industrial Painting of Whittier, requests that his
bid be withdrawn due to an error in the preparation of his bid. A copy of his request
is enclosed.
Approval of the low bidder's request to withdraw his bid is recommended
because of possible legal problems and delays in completing the work. The cost of
materials and equipment needed to perform the work, excluding labor, is estimated to
exceed $8,000.
An investigation into the painting qualifications of the second low bidder
disclosed that he has in excess of 10 years of industrial painting experience and is
well qualified to perform the work.
Ordinarily the maintenance of city -owned street lighting standards is the
responsibility of the city. At the time the Newport Center was constructed, the street
lighting standards were late in being delivered to the job site. In an effort to meet
the scheduled opening date of the center, the field painting of the standards was
expedited. Because the desire to meet the opening date may have contributed to the
relatively short life of the paint, The Irvine Company has agreed to participate in
the repainting of the standards. The agreement with The Irvine Company states that
their participation will be limited to this contract and all future maintenance will
be a city responsibility.
The agreement provides for The Irvine Company to pay 80% of the cost of the work,
and for the city to pay 20% of the cost. The Irvine Company presently has deposited
$20,000 and the city has $5,000 appropriated in the current budget, for a total of $25,000.
In order to complete the work at the price bid, it is recommended that an additional
$713.80 be appropriated by the city. The Irvine Company has already deposited with the
city the additional $2,855.20 needed to complete their share.
A budget amendment has been prepared for Council consideration appropriating
the additional city funds needed from unappropriated surplus and setting up. The Irvine
Company contribution.
The plans were prepared by the city
December 8, 1971.
r �
J seph T. Devlin /gljN
Public Works Director
ELM /bg
Att.
The estimated date of completion is
September 13, 1971
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92660
Gentlemen:
I, the undersigned, John Douglas, President of Douglas
Industrial Painting (8309 Via Escondido, Whittier, California),
due to an error in the preparation of the bid proposal, wish to
withdraw my apparent low bid of $8,134.50 for repainting the
street light standards in Newport Center (Contract 1382), submitted
to the City Clerk at 2:00.P.M, on September 7, 1971.
I also request that no action be taken on my accompanying
bidder's bond number 04- 306 - 872634 and that it be returned to me.
Thank you for favorable consideration in the above request.
V y tr jy- yoursG�L�
John Douglas
Douglas Industrial Painting
ELM /bg
L-
September 16, 1971
TO: CITY CLERK C' -
FROM: Public Works Department
SUBJECT: PAINTING THE STREET LIGHT STANDARDS IN NEWPORT CENTER, C -1382
Attached are three copies of an agreement between The
Irvine Company and the City of Newport Beach relative
to the subject contract.
After they have been executed by the city will you please
distribute as indicated.
Can /'l�C p/ //
�C /// FYS,acul
Ed McDonald
Design Engineer
EM /ldg
Att.
September 13, 1971
To the Honorable City Council
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92660
Gentlemen:
I, the undersigned, John Douglas, President of Douglas
Industrial Painting (8309 Via Escondido, Whittier, California),
due to an error in the preparation of the bid proposal, wish to
withdraw my apparent low bid of $8,134.50 for repainting the
street light standards in Newport Center (Contract 1382), submitted
to the City Clerk at 2:00 P.M. on September 7, 1971.
I also request that no action be taken on my accompanying
bidder's bond number 04- 306 - 872634 and that it be returned to me.;
Thank you for favorable consideration in the above request.
ELM /bg
V y tr � Yours,
John Douglas
Douglas Industrial Painting
kZZZ
TO: CITY COUNCIL
FROM: Public Works Department
, 1
August 23, 1971
SUBJECT: REPAINTING THE STREET LIGHT STANDARDS IN NEWPORT CENTER (C -1382)
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids to be opened at
2:00 P.M. on September 7, 1971.
DISCUSSION:
W 5
This project provides for the removal of the existing deteriorated paint and
the repainting of the street light standards in Newport Center on Newport Center Drive,
Newport Center Drive West and East, San Nicolas Drive, Santa Rosa Drive, Santa Cruz
Drive, and San Joaquin Hills Road between MacArthur Boulevard and Jamboree Road. The
city has consulted with experts in painting technology in preparing paint removal,
application and material specifications for the project.
The proposed funding for this work is $5,000 in city funds (Account
No. 02- 3297 -270), and $20,000 in Irvine Company funds. Negotiati.ons are currently being
conducted with The Irvine Company regarding setting up their share of the cost. The
estimated contract cost is $25,000. This amount should be sufficient to repaint the
great majority of the deteriorated poles. It is planned to adjust the number of poles
repainted to suit the available funding, depending on the unit prices bid.
The plans were prepared by the city
December 8, 1971.
T,U,.G,• l �
Q ffY3N
Joseph T. Devlin
Public Works Director
ELM /bg
The estimated date of completion is
P
0
January 7, 1972
Robison - Burnap Company, Inc.
Box 226
Stanton, CA 90680
Subje ct: Surety General Insurance Company of America
Bonds No. 926355
Project Painting Street Light Standards in
Newport Center
Contract No. 1382
The City Council on December 13, 1971 accepted the work of
subject project and authorized the City Clerk to file a Notice
of Completion and to release the bonds 35 days after Notice of
Completion has been filed.
Notice of Completion was filed with the Orange County Recorder
on December 22, 1971 in Book 9936, Page 750. Please notify
your surety company that bonds may be released 35 days after
recording date.
Laura Lagios
City Clerk
dg
cc: Public Works Department
P4EASE R'TCRN ro:
LA'I° RL JKVIf�(�
,CTY CLERK $QUESTED BY
, 2660
18923
NOTICE OF COMPLETION
PUBLIC WORKS
40 9936 pn[751
RECORDED IN OFFICIAL RECORDS
OF ORANGE COUNTY, CALIFORNIA
FREE 9.05 A.M. DEC 22 1911
C5 J. WYLIE CARLYLE, County Recorder
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on November 6, 1971
the Public Works project consisting of Painting Street Light Standards in Newport
Center (C -1382)
on which Robison - Burnap
was the contractor, and
was the surety, was completed.
I, the undersigned, say:
Inc.
VERIFICATION
CITY OF NEWPORT BEACH
n '/�
s Dire
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 December 20, 1971 at Newport Beach, California.
I, the undersigned, s
I am the City Clerk of the City of Newport Beach; the City Council of said
City on December I3, 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 December 20. 1971 at Newport Beach, California.
�xl
0 6
CITY OF NEWPORT BEACH
CALIFORNIA
Date:
Mr. J. Wylie Carlyle
County Recorder
P. 0. Box 238
Santa Ana, California 92702
]ear Mr. Carlyle:
City Hall
3300 W. Newport Blvd.
Area Code 714
673 -2110
December 20, 1971
Attached for recordation is Notice of Co1lpletion of Public
Works project consisting of Painting Street Light Standards
in Newport Center Contract No. 1382
On which Robison- Burnap Company, Inc. was the Contractor
and General Insurance Company of Americawas the surety.
Please record and return to us.
Very truly yours,
Laura Lagios
City Cleric
City of Newport Beach
LL:dg
Encl.
4V
Date October 19. 1971
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. 1382
Project Painting Strwt Light Starsdnx% in
Naaport Canbar
Attached are executed copies of subject contract for your files and for
transmittal to the contractor.
Contractor:. Pabis1 -BmAg 0mqm1y* Iiw.
Address: Pox 226. Stanton, CA 90610
Amount: $ 28,619.00
Effective Date: OOtcbw Ibs 1971
Resolution No. 7631 . adopted on 9 -20-71
LL:dg
Att.
cc: Finance Department ❑
�ITY OF NEWPORT BEACH RECEIPT
t o NEWPORT BEAC CALIFORNIA 92660 No. 37269
&4ronrr
DATE
RECEIV
►- 0, $ 5 G s
D FROM
FOR T6
ecr p c vT
ACCOUNT NO. AMOUNT
DEPARTM NT
BY
x
Ll
TO: CITY CLERK
FROM: Public Works Department
October 6, 1971
SUBJECT: REPAINTING THE STREET LIGHT STANDARDS IN NEWPORT CENTER
C -1382
Attached are 4 sets of the subject contract documents and the
appropriate insurance certificates.
Will you please execute on behalf of the city, retain your copy
and the insurance certificates, and return the remaining copies
to our office for distribution.
Ed McDonald
Design Engineer
ELM /bg
Att.
AMENDER CERTIFICATE OF INSURANCE '
AMENDED . AMENDED
El HOLLAND-AMERICA IN T�_ &CE COMPANY XU ION INSURANCE COMPANY
NAMED ❑ SAYRE & TOSO, INC.
INSURED 0 ROBISON— BURNAP COMPANY, INC.
• POST OFFICE BOX 226
• STANTON, CALIFORNIA 90680
CERTIFICATE CERTIFICATE
ISSUED TO . CITY OF NEWPORT BEACH ISSUED BY • MILLER 6 AMES- CORROON F. BLACK
• CITY HALL, 3300 W. NEWPORT BOULEVARD • 3600 WILSHIRE BOULEVARD
• NEWPORT BEACH, CALIFORNIA • 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 endorsemertkor.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 o
insured or any other terms or conditions of this certificate or the policy designated. Q L-11 r
KIND OF INSURANCE
POLICY NUMBER
POLICY PERIOD
LIMITS OF LIABILITY
COMPENSATION
EFF
STATUTORY CALIFORNIA COMPENSATIO
WORKMEN'S COMPENSATION
EXP
COMPENSATION
EFF
STATUTORY COMPENSATION STATE(S) OF
WORKMEN'S COMPENSATION
EXP
EMPLOYER'S LIABILITY $ PER OCCURRENCE
LIABILITY
EACH PERSON EACH OCCURRENCE
BODILY INJURY LIABILITY
AUTOMOBILE
g�r�pp �ppfntp �Snni�tI o�ppq
$ EAT31- 1'ERSOIV $ NRPOCCORRENCE
BODILY INJURY LIABILITY
HAC 10867
EXCEPT AUTOMOBILE
EFF 4/1/71
$ * $
EACH OCCURRENCE
PROPERTY DAMAGE LIABILITY
AUTOMOBILE
EXP 4/1/72
5 250y000.
EACH VCCURRENCE AGGREGATE
PROPERTY DAMAGE LIABILITY
EXCEPT AUTOMOBILE
$ $
AUTOMOBILE PHYSICAL DAMAGE
COMPREHENSIVE
EFF
$
FIRE, LIGHTNING & TRANSPORTATION
$
THEFT (BROAD FORM)
EXP
$
COLLISION OR UPSET
ACTUAL CASH VALUE LESS $ DEDUCTIBLE
"THIRD PARTY PROPERTY DAMAGE
EFF
EXP
$
UMBRELLA EXCESS POLICY
EFF
EXP
$
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.
4FtRJWU ,e IT IS UNDERSTOOD AND AGREED THAT THE CITY OF NEWPORT BEACH IS NAMED AS AN ADDITIONAL
.:'ENSURED BUT SOLELY AS RESPECTS OPERATIONS OF THE NAMED INSURED IN CONNECTION WITH
As respects, the �folllo)onq JOB
YEAR J � 7RAI)E -t"E I BODY TYPE AND MODEL I SERIAL NUMBER I
1. .A `V
D OYF4ETIT A OB N OF OPERATIONS JOB: REPAINTING THE STREET. LIGHT STANDARDS IN NEWPORT CENTER,
I�4 CONTRACT NO. 1382.
This policy shall not be canceled nor reduced in coverage until after days written notice of such cancelation
or reduction in coverage shall have been mailed to this certificate holder. - -
*SEE BACK OF CERTIFICATE FOR SPECIAL CONDITIONS.
Certified this 30th day of September 19 71 ❑ HOLLAND- AMERICA INSURANCE COMPANY
Producer MILLER A AMES- CORROON 6 BLACK
HAC 3 (10 -70)
Q}� MISSION INSURANCE COMPANY
LJ SAYRE & TOSO, INC.
BY & 2e V Z & L4 /?'7 . -<
Authorized Represents'
i
V
IaI3oTa
36 ION
39V2I3A00 HI NOIIO(103ZI CIO NOI3V'MSONVa HOGS 30 30IION N3III�IM (laUaISIE)ZH
30 `VINgoalIVO `HOV3g I'dOamag ``I'IVH CIIO `HJV39 Z�TOdM3HHON0`Q `IJNVN yl.'nmraSulvw�`Q3'II30NriJ
,duav SAVQ (OT) N3I Ulm 3Savi OI 03MOTIV ".IOI'IOd 3HI
03329tl QNV QDDIS3ON1 S3I3H SI II
IHI HOI OI 13I'I0a an IVHI
AVW Sx333 3VI3II230 S
pale {s anoge se ueyl Je470 'A0!lod slyl ;o suogel!w!I Jo sluawoolae 'suog!pu00
'swiel ayl }o Aug pualxa Jo OAPM 'Jalle `AJej of play aq I!egs pau!eluoo u!a)ay UNION
-Aogad s!ql ul umoys ssa)Ppe sl! le inlog -ml Ol Pa)aAllap
m of paltew aq pays 1u9was)opU3 elgehed ssOluaI!q aOloN a!JinOPUB 4as4 sSOUP 41M '6
uogaauuoa w JaploH -ua!1 g4l °1 ssol 0 olaluanbasgos mq10 awy a4l le autAldde sluaw
- a)!nbal )o uo!ldaaxa 041 411.M sAep (00 AIJl43 10 Popad a Jo) Pan! em Aga)aq a)e Pamsu!
ayl Aq Auedwoo 041 01 ugnls aq of paJ!nbal as!MallO saa!1ou tle pue SAep'(Go A }riot 10
pauad a JOl- P9lueJA Agd)aq a)e 13e)lu00 941 10 hl!P!leh 941 u!elu!ew of AJOSSaaaa aq
Aew Jo a)e '4311ad S141 10 Suog!puoo palu!Jd aol 13 uosm Aq'4al4M sluawasiopuasPU
saEa!!Apd lie 'ssaI940nau 'PaP!AOJd 'thIdde ) ^auol Ou Heys luawins ul ' 919 Aw od 9141
ol!gowolntl s14l 10 (g) x!s PUP (5) ahl) IZ)o Mua!gdaJaeJe8 JUDAS fl841 ns aria lnoe)a wJal
ao dios) a mO u10 Sg4sp!h7!!lod s!yj 'luaSe Isg Jo iap olH-uail a4l u! 9lsae aw°oagl Aogod
yl ; l u ue dlys)aumo ayl PIA04S I
s!yl Japun pa)ano0 hjAdo)d 9yl )o Aue 10 uo!ssassed ;0 1149. P
JOaeal)op} pue JapioN -ua!1 a4l hq PaldaOae Pue pans! aq lle4s Aogod leuW 9141 Japun
M
pa)nsu! hl)adoJd �aayl oe ui)xage g au Jn4L aPanoo as MiaylOa 0 luena agl)
IOU ssol ;0 I ul
p0pad Aep (Ol) 1 P P 7 41 P P s uaw
'JaploH -wall 9141 Aq Palda00e pue Auedw00 aoue)nsw awoM AaOUenJO6oeg a aap H ua!} a4l
- as)opu3 algeAed slot a0gowolnN s!4I }o sw)al 9141 y }, P
of algehod Japuna)ayl slot yl!M }oa)ayl IgmauaJ w A00od a!gelda20e us ss10 3 sa)alu.
pies )o uogeJ!dxa Jal }e sAeP (OI) 0gl }o popad a io; `Aiwa -ua!1 9141)
9141 of se loo } }a pue ao)o} lln; u! anu!luoo Heys A011od s!yl Jbpun apun palueJa aEwanoa ayl
w!elo sl! )o lunowe gja 941 la O al Ol JaploH
-ua!1 9141 }0 34au 941 nedw! IIg4s uogeamgns ou 399 +olaJa43 luawu2l°o se DIa4 AlunOas
841, pue u011¢b!jga pies ;o 'as)n00i 1noR IOU pue 0 pull !sse 0n} a od slgJ
uodna)auIl IIg4s Auedwoo s!41 pue '(Pamaae low lsa)a1W Ile }0 Dun }aJ 411M) 'Aalll s!43
Japun pamsw! Avado)d ayl Aq pa)naas uogea!Iga ayl u0 pa)nsu! aql WO4 anp awo0aq
of Jo anp lsa)9101 Pug wns led!0upd aloym 24{ JaPIO l So 9141 of Aed A s ug A3!lodlsyl
Auedwo0 sly, `sls!xa Jo}a)a4l A1!t!4eg ou pamsw! a4l
of se tool w!el0 IIg4 D
Japun o sl4l )o ssol Jo) wns Aue JaploH -ua!1 a4l of Aed Heys Auedwoo s141 Janaua4M "9
•aoue)nsu! J0410 P!eS Japun uo!ingpluOO }o ele; s)apaoe3o !ins 4a 10
IAS o(uBdwo0
-Aed pies of auingplu00 s)amsu! Ja4lo Ile 41!M eleJUa'Jd)0p lA a a ue$uo� Assa)dxa
Sig ape os luawhed }a lualxa 9141 of pue 'J0P10 Bs uo Je13BJi94D Jei;w!s )o aauemsu!
PUB 01 amAed 'Aq PIN sa!0!lod Japun A1Jado)d P. a5ewe
. alq!jaaOw 'pug ptleA )o lunowe atoym 0ql ql s)eaq pamsu! Aga)aq wns aql 1¢41 P
Jo slot yons to ua!3)odoJd 9141 Jo) A!Uo JaploH -ua!1 941 01 so ho!!od s!yl Japun al4e!I aq
pegs Auedw00 slut 'AlJad A paquosaP- u!43IM x141 uodn a0uemsu! Ja41O Aue oogda'Ja4loi
tun!wa)d 941 paoueepe sey JaPIOH-011 uos $41 "Pilo Juana aql
-ua!1 941 Ol pied aq 1184s wmwa)d pau)eaun 941 AO!!od s!elsl0o! el halo Jo sanbaJ 0
u! �Agedw00 041 Aq JeP10H -nail aq) of 080 uaaq Moll II 4 7 II } I )
V-64 wa01 'lN3W3Sll04N3 318YAVd SSOI 111110W011ltl
a0gou uallum Ja } ;e shop (0U Pal MIN pamsw. aq3 )o lsanbal 841 le poloa; ;a Be Aogod
9141 w paquOSaP AlJgdoJA uo isapa)w a A o os¢Sluanap0u
oueinsui Aug
JOPI0H -ua!1 10
yl Aglpan aaaJ
Ile4s 'AaDln}Wa!} 9141 } I 3 1 liM4ia3 }e sAep (OT) 'Jgl Jo} Aluo )aP)oH -ua l 244 )o
s! umlepa0ue0 yons )O a0gou uaA. o a0! ou
1) ;aueq 9141 Jo) aOJO) u! aau!luo0 Ile4s AOyod sl xh Poads4a0!110 s1,12 JaploH -4ua!y ayll01
)o au!puas 9141 41!M AguaJ)n0uoa Jal)eu!a)ay p .1. uOsm Ja O We J0 Jo 'wn!w
a0!1au uogeAa0ue0 941 }o Adoo a p)em)o; II!M Auedwo0 gys0ue3 of slaala Auedwoo a4l )I '4
-a)d )o luawFed -uou Jo} )Jed u! )OaVI H-u011Aayl Aglao!lou uailpm pies }o 1d!ao9i Jalle
sAep (0i) ual a)o }aq paleww)a1 aq low pays luawas)opu3 algeAed ssol aHgowolntl loop
Japun )apioH -ua!1 g41 ;0 syyap 941 'wmwa)d leuoop Jo wn! 94116 Icla0aJ0 Hu!MOiof
Ilegs Japlowilail 04, 11 "Jo;e)ayl Hml!) edua pog Moo Aed lj ys wn!waJd yons Aed of
sAep @I) ual u!411m anp wnlwa)d a43 P, q 1
pamsu! 943 }o a)nl!e; 844 10 AuedwooOssBU 9141 }ola0uunuluoo 911110guog!puo oe s! g;
041 le4l )apuna)ay JaP)OH -011 aµ3 } I4 . A uam me a) un au° u!yl!M Pug wa;
pue wnlwOJd yons 10 aleP anp Jal }e steep (OZll 1 3 f P P 4
sAep (09) Alws Ja1)e wn!wald )O luawAed -uou 4ons 10 J9PII uUu 0941 of ago!ioua4glle4s
9Ala of saaJae Auedw00 s!yl 'A0!lod soul Aed sot p 043 P P
ya)gm wmwaJd le0oo aPe Jg ninua. a d¢pue lsu eaenpa)nsu )Allewl!Dadsossalun Awtoa s
} 4l pied
s!yl Japun paJan00 low s! lOeJluoo JOqjO JO
uo!ssas od )0! aassal Iog�iofleal,OK jassq Jnd
'aEeal)Ow Japun AlJadod pa)nsu! 2411 Janamo
944 Aq uogaJoas JO luawolztagwa 'uols)anuo0 m)auoJm 9141 poop fssoj ay 3al}ea0
a)olaq J94194M Jo 'luawaa)ae S141 }o luawy0ellg 941 Jal)e Jo a)o }9q aup)nja4 Jaglaq s
s2Ageluasaidej Jo sluaHe 'saaholdwa s,Pal"Sw a4l m pamsw! 9141 Aq ')OaJay3 loalgns
9141 Jo A00od soy; ao!u)a0uo0 luauwlgls azl¢I Aug }o asne0aq Jo Aopod 841 Aq P0A!w
dad low uogeJ9do Jo as' 'suGwPUQ2 Aue of AlJado)d ayJ }o uop0atgns a4l ;o asneaaq
J0 AOHod aql }0 suo!3!Puo3 JO sw)al 941 Aq paiinbai toe Aug wlo)Jad of a)nlle) 9141 10
asneaaq )o Aagod a41 Io SuwllPUOa Jo sw)al Aue }o uoluo�!I woo )o AlOvilem }a g0eaaq
041 Aq JO 'laalSau JO uo!ss!w0 Aue Aq JO 'A00od 041 } 3.P
hue Aq Jo AIiado)d 041 10 d!4sieumo Jo aµ!1 g41 u! aE UeyO Aue Aq Aem Aue w paJ!edw!
aq low Ile4s JaploH -ua!1 947 ;0 Aluo lsa)alu! 9141 01 se AaHad s!yl Japun ueogsamlul Sl! .Z
pamsul ayp of algeAed aq Ile4s 'hue s ssoUe ies gql PUB a uaw
)O pualxa 941 01 JapioN -ua!1 9141 0l AllOaJ!P Plod aq llgq uewa uodn je4p WI Vlianau
- alllas ale)edas Jo; 4uedw00 a4l uodn JaPIoH -ua!1 9141 A4 P P
pap!nmd.'Jeadde Aew slsa)alu! A!ayl Se'Pa1nsul 941 of AlPuooasa¢e ig alBeWePIJOyssoj '1
Allsi!; algeAed aq 1184S Aopod S141 m pagp0sap AlJadoJd 9141 1 smollo; se saaJae Aga)aq
S
Auedwo0 s!yl 'AO!lod s!yl Japun pa)nsuU AlaadoJd a 4y20ialleu a)ay) �sub!sseaPUB SJOSSBIMS
leuo!l!puoa se Almde0 Sll al (JaPuoH- aaieuga R91tssol 9141 ;o }sa)alu! 9141 0310adsaJ yl!M
sli 'Aollod soot to Suoge)ej0ap agl D
000`009
000`OOs
000`009
000`0sZ
000`009
000`009
000`Oszs
Ten ;oea4u00 a }e�azSSV
s;onposa a4v29a%2V
aAT�.oaloaa a3e29a"v
aouaianoo0 goE3
sZonpOaa WW291122V
aoaaaanoOO Ve3
uosaaa Bova
:a2emeQ Alsadx>za so; 63 ?T ?QaTI 30 } ?m ?Z
:6in�ul AT?p09 aOJ d} ?T?geTq 30 l ?m ?Z
}TTTgeTZ TPaauag r
AMENDED CERTIFICATE OF INSURANCE
AMENDED
❑ HOLLAND-AMERICA IN9T)):I�TCE COMPANY Xi@ 419SION INSURANCE COMPANY
NAMED ❑ SAYRE & TOSO, INC.
INSURED ROBISON— BURNAP COMPANY, INC.
. POST OFFICE BOX :226
• STANTON, CALIFORNIA 90680
CERTIFICATE
ISSUED TO CITY OF NEWPORT BEACH
CITT HALL, 3300 W. NEWPORT BOULEVARD
NEWPORT BEACH, CALIFORNIA
CERTIFICATE
ISSUED BY . MILLER L AMES— CORROON t BLACK
. 3600 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
POLICY NUMBER
POLICY PERIOD
LIMITS OF LIABILITY
COMPENSATION
EFF
STATUTORY CALIFORNIA COMPENSATION
WORKMEN'S COMPENSATION
EXP
COMPENSATION
EFF
STATUTORY COMPENSATION STATES) OF
WORKMEN'S COMPENSATION
EXP
EMPLOYER'S LIABILITY PER OCCURRENCE
LIABILITY
EACH PERSON EACH OCCURRENCE
BODILY INJURY LIABILITY
AUTOMOBILE
$ ���� 55 0o� oo0o
$
EACHOf3ERSON EAOCK�LCGRRENCE
BODILY INJURY LIABILITY
HAC 10867
EXCEPT AUTOMOBILE
EFF 4/1/71
$ * $ #
EACH OCCURRENCE
PROPERTY DAMAGE LIABILITY
AUTOMOBILE
EXP $/1/72
$ 250,000.
PROPERTY DAMAGE LIABILITY
EACH OCCURRENCE AGGREGATE
EXCEPT AUTOMOBILE
$ • $
AUTOMOBILE PHYSICAL DAMAGE
COMPREHENSIVE
EFF
$
FIRE, LIGHTNING 8 TRANSPORTATION
$
THEFT (BROAD FORM)
EXP
$
COLLISION OR UPSET
ACTUAL CASH VALUE LESS S DEDUCTIBLE
"THIRD PARTY PROPERTY DAMAGE
EFF
EXP
$
UMBRELLA EXCESS POLICY
EFF
EXP
$
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.
IAIR7NORfRR. IT IS UNDERSTOOD AND AGREED THAT THE CITT OF NEWPORT BEACH IS NAMED AS AN ADDITIONAL
INSURED BUT SOLELY AS RESPECTS OPERATIONS OF THE NAMED INSURED IN CONNECTION WITH
THE JOB LISTED HEREIN.
As respects the following described outomobile(s):
YEAR TRADE NAME I BODY TYPE AND MODEL SERIAL NUMBER
DESCRIPTION AND LOCATION OF OPERATIONS JOB: REPAINTING THE STREET LIGHT STANDARDS IN NEWPORT CAT'v1t,
"OTHER THAN AUTOMOBILE CONTRACT NO. 1382.
This policy shall not be canceled nor reduced in.coverage until after days written notice of such cancelation
or reduction in coverage shall have been mailed to this certificate holder.
*SEE BACK OF CERTIFICATE FOR SPECIAL CONDITIONS.
Certified this 30th day Of September 19 71 ❑ HOLLAND - AMERICA INSURANCE COMPANY
Producer MILLER t AMES— CORROON E BLACK
HAC e((0 -70) -
0 0 ,
' W61A00 NI HUI -101M HO KOI T773303 HZ-11S 30 30IIOH MMUIUR 13MISI03S
V 30 `VIU0JI'1V0 'HOYi
AMENDED CERTIFICATE OF INSURANCE AMENDED ^ `
❑ HOLLAND- AMERICA IN400CE COMPANY XR 4PSION INSURANCE COMPANY
NAMED ❑ SAYRE & TOSO, INC.
INSURED . ROBISON- BURNAP COMPANY, INC.
. POST OFFICE BOX 226
. STANTON, CALIFORNIA 90680
CERTIFICATE CERTIFICATE
ISSUED TO CITY OF NEWPORT BEACH ISSUED
CITY HALL, 3300 W. NEWPORT BOULEVARD
NEWPORT BEACH, CALIFORNIA
. MILLER t AMES- CORROON t BLACK
. 3600 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
POLICY NUMBER'
_ POLICY PERIOD
LIMITS OF LIABILITY
COMPENSATION
EFF
'STATUTORY CALIFORNIA COMPENSATION
WORKMEN'S COMPENSATION
EXP
COMPENSATION.
EFF
STATUTORY COMPENSATION STATE(S) OF
WORKMEN'S COMPENSATION
EXP
EMPLOYER'S LIABILITY PER OCCURRENCE
LIABILITY
EACH PERSON EACH OCCURRENCE
BODILY INJURY LIABILITY
AUTOMOBILE
$ 250 000. $ 500,80
EACH FkRSON EACH CORRENCE
BODILY INJURY LIABILITY
HAC 10867
!
EXCEPT AUTOMOBILE
EFF 4/1/71
$ $
EACH OCCURRENCE
PROPERTY DAMAGE LIABILITY
AUTOMOBILE
EXP $/1/72
$ 250,000.
PROPERTY DAMAGE LIABILITY
EACH OCCURRENCE AGGREGATE
EXCEPT AUTOMOBILE
$ ! $ !
AUTOMOBILE PHYSICAL DAMAGE
COMPREHENSIVE
EFF
$
FIRE, LIGHTNING & TRANSPORTATION
$
THEFT (BROAD FORM)
EXP
$
COLLISION OR UPSET
ACTUAL CASH VALUE LESS $ DEDUCTIBLE
"THIRD PARTY PROPERTY DAMAGE
EFF
EXP
$
UMBRELLA EXCESS POLICY
EFF
EXP
$
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.
Iipppl t, IT IS UNDERSTOOD AND AGREED THAT THE CM OF MEWPORT BEACH IS NAMED AS AN ADDISIOMAL
INSURED BUT SOLELY AS RESPECTS OPERATIONS OF THE NAMED INSURED IN CONNECTION WITH
THE JOB LISTED HEREIN.
As respects the following described automobile(s):
YEAR TRADE NAME I BODY TYPE AND MODEL SERIAL NUMBER
DESCRIPTION AND LOCATION OF OPERATIONS JOB: 11WAINTIN6 THE STREET LIGHT STANDARDS IN NEWPORT ,
'*OTHER THAN AUTOMOBILE CONTRACT RD. 1352.
This policy shall not be canceled nor reduced in coverage until after days written notice of such cancelation
lEdlin�p &jjNj6081%ijOjtificate holder.
TUR
Certified this 30th day of Swptoodwr 19 71 ❑ HOLLAND - AMERICA INSURANCE COMPANY
XK1 MISSION INSURANCE COMPANY
❑ SAYRE ✓k TOSO, INC.
ProducerMILLER & AMES"CO>RNWE 6 BLCX
H A C 3 (10 -]0)
BY
'7MI3AM NI NoJj3nC3ri 110 t ;OISY77aDffV3 HonS 30 3JILON N:3ZSI2il1 031i3iSIJfiN
Y 30 `YINiI03I7YJ `HJV39 Z2IOd1f3P! `$7YH )410 'HOWIS ZNOdN3N 30 AZIJ '3144 30 N2137J .LLIJ 3144 AQ
4dI3J3N 2I3Z3Y SAYC (OT) t3S 7I1tin TSdVq 0Z 031 MIV AJI?Od 3H, riot `aJDNV - d77UIN34YH `a3'I73JNYJ
38 ION dYY! S2t33i?I 3LVJIiIL2 ;iJ SIHZ !Mlli'A OS A0170d 3144 SYHL (733MJY CNY QOOLSc:3QId^ AQ3ri3N SI ZI
'palelS anoge Se UB41 10410 'Aagod sly) }o suoyapuaN in stuawaar8e 'SUwI!pUO3
'swlal 84110 Aug puatxa 10 amem Tolle 'Alga 01 play . . . pa�elu0a waray Huy ;ON
'Aallod s '1yl u! 110049 ssalPpe S31 1e 19111011-118!1 01 palan0ap
10 01 pa0ew ail flays luawaslIPU3 algeAed ss01 aHgOwo)OV still pup Aagod s!4l 4F!m
u040auu00 at laploH -nap a4J o) Auedwoo ay; Aq Mill aq of pap'1Awd u!alay saa!Jou IIV '6
a1!nbal o uol da0xa a not a o; luanbasgns 10 to awg 941 to MAldde. sluaw
! F 43 4!10 sdep JOE) Alim to pouad a 101 paA'1em Agalay are pamsu
ay; Aq Avedw00 ayI of uan'18 aq o) pannbal as '1may!l 9....011 He pue sAep JOE) Al1!47 ;o
pouad a ro; paod.. Agalay ale 1oelluoa 941 ;o A"P 'A ayI uelu '1ew o; Alessa0au aq
Aew 10 a1a 'Aallod s!yJ io suog!Pueo Pat
u '11tl ay1 ;o unseal Aq '4oigm sluawasropua pue
sGilaat Ne 'Sealay;lanaO 'papunord :Aldde 1a8u01 0u 1104, luawaslopu3 algeded ssol
'aHgawo;nV s '141 10 (g) xis pue (5) NJ '(Z) oml sude18e1ed Isola vans u! '; O (AAN aql
10 d'01 um0 1e sluap'1ow Ne 43im) lapfoN 1181, ayI 10 lgauaq ayI 10; ;oalay) weal
sill 101 aou'IU03 peys 4011Ud s '14J yAa8e sit 10 laploH -uaul ayJ u! palsan awooaq Aalod
still spun pa'aAO0 Alladold 941 }o Aue }o u"SSBSSOd 10 ;4811 pue d!gsraum0 941 pino4S g
pa,nsu, j pue laploH -nap 041 Aq pald,aae pue pans! aq peys Aallod leu!8110 ayI lapun
palnsu! Alladold ayI of splezey awes ay) 8uuano0 Aagod fenuue ue 'o' pallalal ualay
pouad Aep (01) sal papualxa 941 8u1np palanoo asumlaq)0 sou ss0! a 10 Juana 841 u(
laploH -ua!l 041 Aq paldaoae pue Auecum aauemsu! awes Aq panss! US It aney pegs luaw
- asJOPu3 algeAed ssOl aHgOwOJnV s!yl ;o swlal ayI 41!10 a0uep1oo0e u! 1ap!oN -ua'1l ayJ
01 af10 uo japunaiatil ssol 41!A ;oala4l lemaual w Aallod algelda0oe ue ssalun Aallod
pies ;o uoulendxa 1a' ;e sdep (op 1101 10 pouad a 101 'Also 1UplUH -ua!l Gap In Isala ;u
aql 04 se loalla pue 03r01 Ifni u! anu11003 Ile4s Aallod S141 lapun paImIl aH01an00 a41 z
-nap 94110 14811 ay; nedw! e s uo! e8v ns ou sn 1 '0'4
1a We lln; a4l lanoaal of lap)oH
II 4 1 9 3 4ill lelalelloa se play AJunoas
ay; pue uONeHHgO pies }o 'asm0oal ;nOylum '1G ;suer' pue JuawuB'1sse lln; a an '1aaal
uotlnalay; 0eys Aue wok sty) pue '(pan"" sou J.Glalw ffe 10 punlal ylim) 'Aallod s '1yJ
spun pamsul Alladold ay; Aq pam0as 0Ott02 q0 ay; uo 0910911 ayI wolf anp awoaaq
01 10 anp Isalalm pue a,D le 10uud al0ym ay1 1ap!oN -nap ayJ o; Aed A¢w 'uogdo sit Je
Auedwo� s!41'sls" rolalayl A1!I!geg ou P" U" ayJ o1 se fey) w!el0 Ileus pue AOpod still
spun a8ewep 10 ssol rot was Aue laploH -'all 841 01 Aed peys Auedwo� su4l lanaua4M g
•aaue msu! layla pies spun uo Inq '11 ;uoa 110 914140 S,1apfOH ua!1 ay; ;o He of ('saw
-Aed pies of HugngJlluoo slamsw 18410 Ile 41'10 elel old) palH,ua!l aq pegs 03 (jua�
sry; spew as luawded 10 lualza ayI of pue laploH -1190 ay; Aq o) paluasuoa Aissaldxa
Poe o1 algeAed 'Aq play sa!3pod spun AlJadold pies uo 1a ;aeleyo ref '1w'1s 10 aauelnsw
alq!laalloa pue pyeA 10 'unowe a104m 841 01 sleaq pamsul Aga1a4 was Bill 1041 a8ewep
10 Ssol flans 10 uoglodord ayJ 101 Alan raplOH -uall ayI 01 se Aallod s 1111 spun algeg aq
peys Auedwo� 91141 'A;ladad paquasap- u!44!m Bill uodn aauemsu! 10410 Aue By a1ay1 it '9
wmwald out pa0u0npe se4 laploH -u811 pies a4l pap '1nold laploH
-nap 941 01 pled aq Heys wnuwald pauleaun Gilt Aa4od s!41 10 uogellaouea 10 Juana aql
ul Auedwoo 941 Aq lapIO"O!l ail; 01 uaA!8 uaaq aney IRS uoge0aauea 101 lsanbal 10
aa!lau uapum 101le sAep (0I) ua1 alolaq palnsul ay; 10 )sanbal 9411¢ P8438448 aq Aulod
Gilt u! paq!13sap Apadold a4l 2UIJBA03 A3110tl s!y1 lapun aauemsw Aug I0 uo!Ie0a0ue0
IRS 7ap(aH -yap ay; 10 quo ;saiatw ay; 61 se ';nano ou a laplolj -uall ayI Ol pllame1
s, uoyPllaoueo 40ns 10 adgou va;l!im lalle sdep (ot) uat 101 quo l)l a 4 Aq ayI }o
)yauaq ay; Jul aaral u! anwlUO3 peys Aallod S!ql aseo ons ui Inq pamsul 8q).01 Gallon
}o Hu!puas ayl y11m AHuarinau00 1atleu6J9q pag!aads 83,110 SJ! le laploH -U811 941 0l
-aid j uol ;eNaauea aql l0 Adoo a Prem101 IHM AuedwO3 Galt •uoSeai laglo Aug 101 10 'wnlw
-aid 10 ;uawded -uou 1o1 lied u! 10 9104M U! Amlad still (93ue3 Ol s43ala AUedwoo aql ll 'b
'1apIOH -ua!l ay' Aq 83900 uallum pies 10 1d!a0a1 lalle
sdep (01J uat O'l 04 p03emw1al aq sou Heys luawaslapu3 algeAed 9901 aigowolnV sty;
lapun 1apI0H+�0!1 943 ;o sI01J ay; 'wmwastl Isuo!l!ppe 10 wa!wald pies Aed o; awlaap
Heys laploH -119!1 941 3i '10 ;aiay; Hm ;us a Puewap s,Auedwo0 ail; Id ;dwal 8u!mo0a1
sAep (OI) sal u!yl!m anp wn!wald ayj pled aq of asne0 .o Aed flays wnlwa)d gans Aed at
palnsu ayI 10 omit¢; ayI 10 Auedwo� sty; Aq 8111;!110 w paggou os uagm iaPION -ua!l
ail; le4J lapunalaq laploH -119!1 ayI 10 s ;48!1 ay; 10 aauenuguo3 ayl }o UOg!PUOa a S1 J1
01111 wn!wald yaps 10 alep anp lane sdep iOZi) A1uamJ pue palmy auO willlm pue wort
sdep (09) AIz!s 1a ;1e wn!wald to ;saw /,ed -uou yaps 10 laploH -ua!l alit Ol 03110u uallum
anl8 a1 999tH¢ Auetlwo� slyJ 'Aagod still 1a sw1a; ayI. lapun anp awoaaq 10 aq Neils
49!410 wmwastl IeuOglppe ro wnuwaltl Aue Aed a; pamslu ayI 10 9101!9110 Juana 041 ul 'E
'101a1ay; pled wnuwald pue IsuieBe 0910901 ANewpaads ssalun 'A3110d
9!41 lapun palanoa sou sl ;oerluoa rail ;o 10 quawaal8e .seal 1321J000 ales leu0!J!p.003
098¢8 ;low lapun Alladmd pawsw ay; 10 uwssass0d
ayI uogalaas aassal 10 'r08e8J1oy UOSDnu05 Io18u0)1A au) Iegl 'JGAamaq 'laseyamd
0301AO8d
arolaq 1ayt0ym 10 'luawaal8e sigl 10 Juaw4oelle ayI 1a ; ;e 10 alalag Pulm000l layJa4m
'san!le;uasaltlal ra 911198¢ 'saadoldwa 9,0910911! alit 10 pamsu! aql Aq 'loalayl pafgns
ay; 10 Aallod sly; 8ulwaaua0 ;uawalels aslel Aue 1a asne0aq to Aagod a41 Aq pall!w
-lad sou um;elado ro asn 'suo!gpuoa AUe o; A;1adold ay; 10 uo!13911111s Bill 1a asneaaq
10 Aagod aq1 10 suogipuo0 10 sw1a; agl Aq par!nbar pe Aue w101red of alnl!el Bill 10
asneaaq 10 Aagod ay) 10 suol;lpu00 10 sw1a; Aue Ia Uoge(o!A at tae Aue 10 93uewo1lad
Aue Aq 10 Rtlald id alit ;asd yslaumo io all l �fayl o I �apyaldue Aq ARM Aug 0, pay edw,,
ail sou Neils 1aPI0N-ua!1 941 3o Aluo ;sa1a1V ay; a; se Aallod slyl spun aouemsuu aq1 'Z
pawsw ay; aJ algeded aq Heys 'Aue 1i •amefeq ail; pue Isalalu ell
1a lualxa le 0; laploH -u 0 alit o1 Al;aanp pled aq Heys ss0l PIGS 10 ;unUwe aql Iuaw
pap! aid lleaddelAemusxea ' aluyliay1 seapelnsta a1[{Jo7 Aipuoaas puenra04o Suaiayalanou
Ails i11 algeAed aq Ilegs Aapad s!yi u! paquasap At aid ay; of 'Aue ! e8ewe 110 Wsol
3 P 1 '1
Auedwoj s, .smu11 se saal8e Agalay
ill 'A)!3p SIyJ spun apION -! Atladold ayl w 'as!mla4lo JO aa8e8lJOW 10 1oPuaA
set %iluoa se ANOetlea 9111 w paploN -aa.1 841 palled lalleualay) 'Saisse pue Slossaaans
s1! 'Anted still 10 su0!;e1e)3ap 9113 w Pam 'Wed ssal ayI 1a Isalatul ayI at 10adsal 41!M
V-610 W7j0j 1IN3W3S80ON3 318VAVd SSO7 31180WOInV
000`00S TRI11301m4wJ eleaea24
000`00S slanpoa3 ale8a1g2Y
0009 OOs aA130940ad 01p2Wg2Y
000`09L aauwanao0 gaeg ;agg� 6
000`00S slonpoad a3Ygaa2S, C lsadoad a0; 33?TFge ?7 So ;?1n ?7
000`009 aousaanaop slap3
000`0sz$ uo &sad yoe3 :f` P11 � I A TFFmH a03 •il ?TFgec7 10 3FkuF7
1Fge ?4 Ta te¢a0 e
V• WERRA UNDERWRITER
of
CYPRESS INSURANCE COMPANY
830 MIWI1 STREET SOUTH PASADENA, CALIFORNIA 91030
TELEPHONE (213) 882 -3401
CERTIFICATE OF INSURANCE
DATE: SEPTEMBER 24, 1971
F CITY OF NEWPORT BEACH
ISSUED TO: CITY HALL
ADDRESS: 3300 W. NEWPORT BOULEVARD
L NEW PORT BEACH, CALIFORNIA
NAME OF INSURED EMPLOYER:
ROBISON - BURNAP COMPANY, INC.
ADDRESS OF INSURED EMPLOYER: POST OFFICE BOX 226, STANTON, CALIFORNIA 90680
POLICY NO: SU 53 -1 -LA
THIS IS TO CERTIFY that we have issued to the above named employer a valid Workmen's Compensation Insurance
Policy on a form approved by the Insurance Commissioner of California effective SEPT�ya 1971
" I AM AWARE OF AND WILL COMPLY WITH SECTION 3700 OF THE LABOR CODE, REQUIRII(G.,.EVERY EMPLOYER
TO BE INSURED AGAINST LIABILITY FOR WORKMEN'S COMPENSATION OR TO UNDERTAKE t INSURANCE
BEFORE COMMENCING ANY OF THE WORK."
SIERRA UNDERWRITERS ..
JOB: REPAINTING THE STREET LIGHT STANDARDS IN °f
CV YR @NB INB"RANG @COMPANY
NEWPORT CENTER CONTRACT NO. 1382.
This Certificate complies in form with Section 3800 of the Labor Code of California -'.
s°.Ia
CERTIFICATE OF INSURANCE
❑ MLLAND•A3IERICA INSUR &*E COJIPANY
r NAMED ❑ SAYRE R TOSO, INC.
INSURED • ROBISON- BURNAP COMPANY, INC.
• POST OFFICE BOX 226
• STANTON, CALIFORNIA 90680
QX IWION INSURAINCE COJIPANY
CERTIFICATE CERTIFICATE
ISSUED TO CITY OF NEWPORT BEACH ISSUED BY • MILLER & AMES- CORROON ✓; BLACK
• CITY HALL • 3600 WILSHIRE BOULEVARD
• 3300 W. NEWPORT 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
POLICY NUMBER
POLICY PERIOD
LIMITS OF LIABILITY
COMPENSATION
EFF
STATUTORY CALIFORNIA COMPENSATION
WORKMEN'S COMPENSATION
EXP
COMPENSATION
EFF
STATUTORY COMPENSATION STATE(S) OF
WORKMEN'S COMPENSATION
EXP
EMPLOYER'S LIABILITY $ PER OCCURRENCE
LIABILITY
EACH PERSON EACH OCCURRENCE
BODILY INJURY LIABILITY
.
AUTOMOBILE
5n-
$ �ALIi $ EACHH 008'. URRENCE
BODILY INJURY LIABILITY
EXCEPT AUTOMOBILE
EFF 4/1/71
$ 250,000. $ 500,000.
HAC 10867
EACH OCCURRENCE
PROPERTY DAMAGE LIABILITY
250,000.
AUTOMOBILE
EXP
4/1/72
$
PROPERTY DAMAGE LIABILITY
EACH OCCURRENCE AGGREGATE
EXCEPT AUTOMOBILE
1 $ 250 000. $ 250,000.
AUTOMOBILE PHYSICAL DAMAGE
COMPREHENSIVE
EFF
$
FIRE, LIGHTNING & TRANSPORTATION
$ .
THEFT (BROAD FORM)
EXP
$
COLLISION OR UPSET
ACTUAL CASH VALUE LESS S DEDUCTIBLE
"THIRD PARTY PROPERTY DAMAGE
EFF
EXP
$
UMBRELLA EXCESS POLICY
EFF
EXP
$
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.
IT IS UNDERSTOOD AND AGREED -THAT THE CITY OF NEWPORT BEACH IS NAMED AS AN ADDITIONAL INSURED BUT SOLELY AS RESPECTS `OPERATIONS.OF:THE.NAMED INSURED:IN.CONNECTION WITH THE
JOB .LISTED HEREIN.
As respects the following described outomobile(s):
YEAR TRADE NAME BODY TYPE AND MODEL SERIAL NUMBER -
DESCRIPTION AND LOCATION OF OPERATIONS JOB: REPAINTING THE STREET LIGHT STANDARDS IN NEWPORT CENTER
"OTHER THAN AUTOMOBILE CONTRACT NO. 1382.
'IT IS HEREBY UNDERSTOOD AND AGREED THAT THE POLICY TO WHICH THIS CERTIFICATE REFERS MANY NOT BE
CANCELLED, MATERIALLY CHANGED, NOR THE POLICY ALLOWED TO LAPSE UNTIL TEN (10) DAYS AFER RECEIPT
BY THE NC 2Y� CLERK OF THE,CITy OF NEWPORT BE(I H, CITY HALL 0 HNOLLA, DAMERICA INSURANCk COIIPANYIS-
TEREO WRITTEN NOTICE OF SUCH CENCELLATION OR REDUCTION ® MYSSION INSURANCE COMPANY
IN COVERAGE."
❑ SAYRE ffi TOSO, INC.
DATE: SEPTEMBER 24, 1971 \,
Producer MILLER E AMES- CORROON E BLACK BY q thorized Representative
V
MAC 9(t040)
Y' &ERRA UNDERN RITERO
Of
CYPRESS INSURANCE COMPANY
430 MISSION STRETrr • SOUTH PASADENA, CALIFORNIA 91090
TELEPHONE (213) Eat -3401
CERTIFICATE OF INSURANCE
DATE: SEPTEMBER 24, 1971
ISSUED TO: r CITY OF NEWFORT BEACH
CITY HALL
ADDRESS: 3300 W. NEWPORT BOULEVARD
L NEW PORT BEACH, CALIFORNIA
NAME OF INSURED EMPLOYER:
ROBISON- BURNAP COMPANY, INC.
ADDRESS OF INSURED EMPLOYER: POST OFFICE BOX 226, STANTON, CALIFORNIA 90680
POLICY NO: SU 53 -1 -LA
THIS IS TO CERTIFY that we have issued to the-above named employer a valid Workmen's Compensation Insurance
Policy on a form approved by the Insurance Commissioner of California effective SEPTEMBf R 74. I Q71
" I AM AWARE OF AND WILL COMPLY WITH SECTION 3700 OF THE LABOR CODE, REQUIRING EVERY EMPLOYER
TO BE INSURED AGAINST LIABILITY FOR WORKMEN'S COMPENSATION OR TO UNDERTAKE SELF - INSURANCE
BEFORE COMMENCING ANY OF THE WORK."
.SIERRA u1VDER-wRITER$
IOB; REPAINTING THE STREET LIGHT STANDARDS IN of
CYP8S9e INOURANCE COMPANY
NEWPORT CENTER CONTRACT NO. 1382.
A
PRESIDENT
This Certificate complies in form with Section 3800 of the labor Code of California
CERTIFICATE OF INSURANCE
HOLLAN- D-AIIERICA INSURAlE CO.IIPANT
NAMED
INSURED
❑ SAYRE & T050, INC.
• ROBISON- BURNAP COMPANY, INC.
• POST OFFICE BOX 226
• STANTON, CALIFORNIA 90680
CERTIFICATE
ISSUED TO CITY OF NEWPORT BEACH
• CITY HALL
• 3300 W. NEWPORT BOULEVARD
Q AL02V INSURANCE CO3IPANY
CERTIFICATE
ISSUED BY MILLER E AMES - CORROON 6 BLACK
• 3600 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
STATUTORY CALIFORNIA COMPENSATION
WORKMEN'S COMPENSATION -
- E
EXP S
COMPENSATION _
_ E
EFF S
STATUTORY COMPENSATION STATE(S) OF
' WORKMEN'S COMPENSATION E
EXP E
EMPLOYER'S LIABILITY E PER OCCURRENCE
LIABILITY E
EACH PERSON EACH OCCURRENCE
BODILY INJURY LIABILITY''
A
AUTOMOBILE $
$ AtIWAON $ EACAO6
URRENCE
Effective any loss under Physical Damage Coverage is payable cs interests may appear to the Named Insured
and the Lienholder named below in accordance with Loss Payable Endorsement on reverse side.
SIC. IT IS UNDERSTOOD AND AGREED THAT THE CITY OF NEWPORT BEACH IS NAMED AS AN ADDITIONAL
INSURED BUT SOLELY AS RESPECTS 'OPERATIONS.OF.THE.NAMED INSURED :IN.CONNECTION WITH THE
• JOB .LISTED HEREIN.
As respects the following described outomobile(s):
YEAR TRADE NAME BODY TYPE AND MODEL SERIAL NUMBER'
DESCRIPTION AND LOCATION OF OPERATIONS JOB: REPAINTING THE STREET LIGHT STANDARDS IN NEWPORT CENTER
"OTHER THAN AUTOMOBILE CONTRACT NO. 1382. _
•IT IS HEREBY UNDERSTOOD AND AGREED THAT THE "POLICY TO WHICH THIS CERTIFICATE71ZEFERS MANY NOT BE
CANCELLED, MATERIALLY CHANGED, NOR THE POLICY ALLOWED TO LAPSE UNTIL TEN (10) DAYS AFER RECEIPT
BY THE CJT$YI LEERK OF THE�CITT OF NEWPORT BE � H, CITY HALL NEWPORT BEACH, CALIFORNIA, OF A REGIS-
Cxzk
WRITTEN NOTICE OF 013w= SCENCELLATION OR REDUCTION a $OLLAND•AIIERICA INSURANCE COMPANY
IN COVERAGE." 99 MISSION INSURANCE COMPANY
❑ SAYRE & TOSO, C.
DATE: SEPTEMBER 24, 1971
Producer MILLER E AMES- CORROON b BLACK BY Authorized Representative
CERTIFICATE OF INSURANCE
r [ HOLLAND-A31EAICA INSURAVE COJIP:ILNY Q b *IO�i I\SUIL:1.IiCE C01IPAN'Y
NAMED ❑ SAYRE & TOSO, INC.
INSURED 9 ROBISON — BURNAP COMPANY, INC.
• POST OFFICE BOX 226
• STANTON,,CALIFORNIA 90680
CERTIFICATE
ISSUED TO
•
CERTIFICATE
CITY OF NEWPORT BEACH ISSUED BY
CITY HALL
3300 W. NEWPORT BOULEVARD
u
MILLER E AMES— CORROON C BLACK
• 3600 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 STATE(S) OF
" WORKMEN'S COMPENSATION E
EXP - E
EMPLOYER'S LIABILITY $ PER OCCURRENCE
LIABILITY -
- - E
EACH PERSON EACH OCCURRENCE
BODILY INJURY LIABILITY —
—'
A
AUTOMOBILE S
S 95p- p $ EAC>Oppo
EACH PON H
OCCURRENCE
Effective - any loss under Physical Damage Coverage is payable as interests may appear to the Named Insured
and the Uenhofder named below in accordance with Loss Payable Endorsement on reverse side. - -
4MA"K . IT IS UNDERSTOOD AND AGREED -THAT THE CITY -OF NEWPORT BEACH IS NAMED AS.AN ADDITIONAL
• INSURED BUT SOLELY AS RESPECTS OPERATIONS.OF. THE. NAMED INSURED'IN.CONNECTION WITH THE
• JOB LISTED HEREIN.
As respects the following described ovtomobile(s): - - - YEAR TRADE NAME BODY TYPE AND MODEL SERIAL NUMBER
.. - ... - .. ... .F.- :> ..
DESCRIPTION AND LOCATION OF OPERATIONS JOB: REPAINTING THE STREET LIGHT STANDARDS IN NEWPORT CENTER
•'OTHER THAN AUTOMOBILE - CONTRACT NO. 1382. _
•IT IS HEREBY UNDERSTOOD AND AGREED THAT THE POLICY TO WHICH THIS CERTIFICATE �RmRS MANY NOT BE
CANCELLED, MATERIALLY CHANGED, NOR THE POLICY ALLOWED TO LAPSE UNTIL TEN (10) DAYS AFER RECEIPT
BY TE EMNL$Yd LERRK OF THE, CITY OF NEWPORT BE(tCH, CITY HALL 8 ROLLA'ND AMERIC CALIFORNIA, NNSA CO]LP NY
INERCOVERITTEN NOTICE OF SUCH CENCELLATION OR REDUCTION ® DIISSION INSURANCE COMPANY
❑ SAYRE & OSO, DiC.
DATE: SEPTEMBER 24, 1971
Producer MILLER & AMES— CORROON 6 BLACK BY Authorized Representative
CONTRACT NO. 1382
CITY OF NEWPORT BEACH
CONTRACT DOCUMENTS
J11m
REPAINTING THE STREET LIGHT STANDARDS IN NEWPORT CENTER
Approved by the City Council
this 23rd day of August 1971
4"'�) L"
Doris George, Deput6kity Clerk
SUBMITTED BY:
ROBISON - BURNAP COMPANY, INC.
Contractor
Box 226
Address
•.� II. a a '1.:1
.
Total Bi Price
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
September 1, 1971
REPAINTING THE STREET LIGHT STANDARDS IN NEWPORT CENTER
CONTRACT 1382
ADDENDUM NO.
ADD THE FOLLOWING TO THE SPECIAL PROVISIONS:
ITEM X. EXPERIENCE QUALIFICATIONS
All contractors submitting bids shall be licensed by the State of California
and must have a minimum of 5 years experience.in industrial painting of metal
surfaces such as structural steel frames, etc. The Contractor shall submit with
his bid a list and dates of prior industrial painting experience.
ITEM XI. LIABILITY INSURANCE
Upon award of the contract by city, the Contractor shall provide liability
insurance in conformance with Section 7 -3 of the Standard Special Provisions and
shall in addition to insuring or naming the City as an additional insured, he
shall also name The Irvine Company as additional insured covering all operations
of the Contractor.
PLEASE SHOW DATE OF RECEIPT OF THIS ADDENDUM ON THE PROPOSAL OR INSERT A COPY WITH
YOUR PROPOSAL.
Ed L. McDonald
Design Engineer
ELM /bg
Date Received
ROBISON - BURNAP COMPANY,.INC.
Aut ize gnat
K. D. BURNAR VICE-PRESIDENT
0
CITY OF NEWPORT BEACH
F
REPAINTING THE STREET LIGHT STANDARDS IN NEWPORT CENTER
CONTRACT NO. 1382
PROPOSAL
To the City Council
City of Newport Beach
300 Newport Boulevard
Newport Beach, California
Gentlemen:
PR 1 of 2
The undersigned declares that he has carefully examined the locations of the work, has
examined the Plans and Special Provisions, has read the Notice Inviting Bids, and
hereby agrees to furnish all labor, materials, equipment, transportation, and services
to do all the work required to complete Contract No. 1382 in accordance with the City
of Newport Beach Drawing E- 5017 -S, the City's Standard Drawings and Specifications, and
these Special Provisions, and that he will take in full payment therefor the following
unit prices for each completed item of work, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
77 Remove existing paint and
Each "system paint" 30 foot high
street light standards and
double davits
@ One Hundred Sixty Five Dollars
and
No Cents $ 165.00 $ 12,705.00
Per Each
50 Remove existing paint and "system
Each paint" 30 -foot high street light
standards and single davit
@ One Hundred Sixty Two Dollars
and
No Cents $ 162.00 $ 8,100.00
Per Each
9 Remove existing paint and "system
Each paint" 30 -foot high street light
and signal standards with light
and signal davits.
@ One Hundred Seventy Two Dollars
and
No Cents $ 172.00 $ 1,548.00
Per Each
TOTAL PRICE WRITTEN IN WORDS:
Twenty Eight Thousand Five Hundred Sixty Nine Dollars
and
No Cents $ 28,569.00
CONTRACTOR'S LICENSE NO. 258850 ROBISON- BURNAP COMPANY INC.
(Bidder's Name
DATE September 7, 1971 A K rDz ed tVe e President
BIDDER'S ADDRESS P. 0. Box 226, 10950 Dale Street. Stanton. California
TELEPHONE NUMBER 821 -4800
We hereby acknowledge receipt of addendum No. 1.
•
PR2of 2
ITEM QUANTITY
ITEM DESCRIPTION
UNIT
TOTAL
NO. AND UNIT
UNIT PRICE WRITTEN IN WORDS
PRICE
PRICE
4. 37
Remove existing paint and "system
Each
paint" 35 -foot high street light
standards and double davits
@ One Hundred Sixty Eight
Dollars
and
No
Cents $ 168.00
$ 6"216.00_
Per Each
TOTAL PRICE WRITTEN IN WORDS:
Twenty Eight Thousand Five Hundred Sixty Nine Dollars
and
No Cents $ 28,569.00
CONTRACTOR'S LICENSE NO. 258850 ROBISON- BURNAP COMPANY INC.
(Bidder's Name
DATE September 7, 1971 A K rDz ed tVe e President
BIDDER'S ADDRESS P. 0. Box 226, 10950 Dale Street. Stanton. California
TELEPHONE NUMBER 821 -4800
We hereby acknowledge receipt of addendum No. 1.
•
Page 1
G,ITY 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 2:00 P.M. on the 7th day of September , 19 71
at which time they wi1T1 6e opened and read, for performing work as o ows:
REPAINTING THE STREET LIGHT STANDARDS IN NEWPORT CENTER
CONTRACT NO. 1382
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 signature and titles of the persons signing on
behalf of the bidder. For corporations, the signatures of the President or Vice
President and Secretary or Assistant Secretary are required and the Corporate Seal shall
elf x d 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
contractor 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.
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 and Supplements) 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 $2.00 per set.
6 !
Page la
City of Newport Beach, California
Notice Inviting.Bids
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 prevailing wage rates (Sections 1770 -1781 inclusive).
Revised 9 -15 -70
6
Ll
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 works 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 Saturday, Sunday and Federal
Holidays; after having received notice that the contract is ready for signature, the
proceeds of check or bond accompanying 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. 258850 Classification C -33
Accompanying this proposal is
Cash, Certified Check, 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.
(714) 821 -4800
Phone Number
9-7 -71
Date
ROBISON - BURNAP COMPANY, INC.
Bidders Name
(SEAL)
K. D. Burnap, Vice - President
Authorized ignature
CORPORATION
Type of Organization
(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:
President and Treasurer - Wayne W. Robison
Vice President and Secretary - K. D. Burnap
Manager. Coatings Division - W. Harper
DESIGNATION OF SUB - CONTRACTORS
The undersigned certifies that he has used the sub -bids of the following
listed contractors in making up his bid and that the sub - contractors listed
will be used for the work for which they bid, subject to the approval of the
City Engineer, and in accordance with the applicable provisions of the
specifications. No change may be made in these sub - contractors except upon
the prior approval of the Engineer.
'Item of Work
Sub - contractor
Address
2.
3
5.
7.
8.
9.
10.
11.
12
OBISON- BURNA' C 'ANY INC.
er s ame
Aut'ggor?'z;d'lSi'gg:n'a�tcusrldent
ype of rgan zat on
(Individual, Co- partnership or Corp)
i •
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, ROBISON - BURNAP 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 10% of
Bid Amount Dollars ($ 10% of Bid ), 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
REPAINTING THE STREET LIGHT STANDARDS IN NEWPORT CENTER (CONTRACT 1382)
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, Sunday and Federal Holidays) 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 7th day of
September , 19 71
Corporate Seal (If Corporation) ROBISON - BURNAP COMPANY INC.
rincipa
/s/ K. D. Burnao. Vice - President
(Attach acknowledgement of
Attorney -in -Fact)
NOTARY PUBLIC:
By /s/ Jay B. Miller
Title AttQPeX -In Fd4
i •
Page 5
NON- COLLUSION AFFIDAVIT
The bidders, by its officers and agents or representatives present at the time of
filing this bid, being duly sworn on their oaths say, that neither they nor any
of them, have in any way, directly or indirectly, entered into any arrangement or
agreement with any other bidder, or with any public officer of such CITY OF NEWPORT
BEACH whereby such affiant or affiants or either of them, has paid or is to pay to
such bidder or public officer any sum of money, or has given or is to give to such
other bidder or public officer anything of value whatever, or such affiant or
affiants or either of them has not directly or indirectly, entered into any arrange-
ment or agreement with any other bidder or bidders, which tends to or does lessen
or destroy free competition in the letting of the contract sought for by the
attached bids; that no bid has been accepted from any subcontractor or materialman
through any bid depository, the Bylaws, Rules or Regulations of which prohibit or
prevent the contractor from considering any bid from any subcontractor or material -
man which is not processed through said bid depository, or which prevent any
subcontractor or materialman from bidding to any contractor who does not use the
facilities of or accept bids from or through such bid depository; that no induce-
ment or any form or character other than that which appears upon the face of the
bid will be suggested, offered, paid, or delivered to any person whomsoever to
influence the acceptance of the said bid or awarding of the contract, nor has this
bidder any agreement or understanding of any kind whatsoever, with any person
whomesoever to pay, deliver to, or share with any other person in any way or manner,
any of the proceeds of the contracts sought by this bid.
Subscribed and sworn to before me by
this 7th day of September
197_.
My commission expires:
ROBISON - BURNAP COMPANY, INC.
/s/ K. D. Burnap, Vice - President
MF Z i
E
Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The. undersigned submits herewith a statement of his financial responsibility.
1. Yearly Volume - 1 to 12 Million Dollars
2. Bank - First State Bank of Southern California
Mr. Walt Kolarik, Vice President
(213) NE 98290 .
3. Bonding Agents - Miller and Ames - Corron & Black
Mr. Jay Miller
(213) 386 -2360
4. Dunns # - 02 -954 -4210
5. Total Assets - $387,962.00
ROBISON - BURNAP COMPANY, INC.
Vice-President ,
gne
i
i • -
Page 7
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character
to that proposed herein which he has performed and successfully completed.
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No.
1971 Genenal-Ouerica
1971
National Tank
Mr.
V.
Bregilio
(213)
LU 31841
1971 S & W. P.M.D. Mr.
J.
Boyd
(213)
1971
P.D.M.
Mr.
G.
Dow
(438)
296 -0868
K.
Lewis
(213)
723 -7711
1971
Rheem- Superior
Mr.
J.
Lessing
(213)
OR 58860
1971 Swinerton & Walbero Mr.
W.
Clauson
(213)
624 -7684
1971 S & W. P.M.D. Mr.
J.
Boyd
(213)
624 -6636
1971 American Bridge, U.S.S. Mr.
K.
Lewis
(213)
723 -7711
1971 D.B.I. Mr.
J.
Muller
(273)
633 -0161
ROBISON- BURNAP COMPANY, INC.
/s/ K. D. Burnap, Vice - President
3ignne
i THIS BOND EXECUTED IN •
....... .. ........ COL'Tv'T?'R'ARTS
Page 8
LABOR AND MATERIAL BOND BOND N0: 926355
,The Premium charged for this
Bond is included in that shown
KNOW ALL MEN BY THESE PRESENTS, That on the Performance Bond"
WHEREAS, the City Council of the City of Newport Beach, State of California by
motion adopted September 20, 1971
has awarded to ROBISON- BURNAP COMPANY, INC.
hereinafter designated as the "Principal ", a contract for
REPAINTING THE STREET LIGHT STANDARDS IN NEWPORT CENTER (CONTRACT 1382)
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk.
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond with said contract, providing that if
said Principal or any of his or its subcontractors, shall fail to pay for any materials,
provisions, provender, or other supplies or teams used in, upon, for, or about the per-
formance of the work agreed to be done, or for any work or labor done thereon of any
kind, the Surety on this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We ROBISON-BURNAP COMPANY, INC,
P.O. Box 226, Stanton, California, 90680 ...................... .
as Principal, hereinafter designated as the Contractor and
GENERAL INSURANCE COMPANY OF AMERICA -------------------------------------
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
FOURTEEN THOUSAND TWO HUNDRED EIGFrIY -FOUR AND 50/100 Dollars ($ 14,284.50 **
said sum being one -half of the estimated amount payable by the City of Newport Beach
under the terms of the contract, for which payment well and truly to be made we bind
ourselves, our heirs, executors and administrators, successors or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION.IS SUCH, that if the person or his subcontractors,
fail to pay for any materials, provisions, provender, or other supplies or teams, used
in, upon, for, or about the performance of the work contracted to be done, or for any
other work or labor thereon of any kind or for amounts due.under the Unemployment Insurance
Code with respect to such work or labor, that the Surety or Sureties will pay for the same,
in an amount not exceeding the sum specified in the bond, and also, in case suit is brought
upon the bond, a reasonable attorney's fee.: to be fixed by the Court as required by the
Provisions of Section 4204 of the Government Code of the State of California.
` �II'.RR.� UNDI;IZ�� "RITIJR�
of
CYPRESS INSURANCE COMPANY _
"OMISSION STREET SOUTH PASADENA. CALIFORNIA 91030
TELEPHONE (213) 662 -3601
CERTIFICATE OF INSURANCE
DATE: SEPTEMBER 24, 1971
ISSUED TO: r CITY OF NEWPORT BEACH
CITY HALL
ADDRESS: 3300 W. NEWPORT BOULEVARD
L NEW PORT BEACH, CALIFORNIA
NAME OF INSURED EMPLOYER:
ROBISON- BURNAP COMPANY, INC.
ADDRESS OF INSURED EMPLOYER: POST OFFICE BOX 226, STANTON, CALIFORNIA 90680
POLICY NO: SU 53 -1 -LA
THIS IS TO CERTIFY that we have issued to the above named employer a valid Workmen's Compensation Insurance
Policy on a form approved by the Insurance Commissioner of California effective SEPTEMBER 24, 1971
" I AM AWARE OF AND WILL COMPLY WITH SECTION 3700 OF THE LABOR CODE, REQUIRING EVERY EMPLOYER
TO BE INSURED AGAINST LIABILITY FOR WORKMEN'S COMPENSATION OR TO UNDERTAKE SELF - INSURANCE
BEFORE COMMENCING ANY OF THE WORK."
SIERRA UNDERWRITERS
JOB: REPAINTING THE STREET LIGHT STANDARDS IN of
CYPRE9B IYEI'RA \'CE COHPA \"Y
NEWPORT CENTER CONTRACT NO 1382
PRESIDENT_ __
This Certificate complies in form with S=ction 3800 of the Labor Code of California
I1
Page 9
(Labor and Material Bond - Continued)
This bond shall inure to the benefit of any and all persons, companies, and corporation
entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to
give a right of action to them or their assigns in any suit brought upon this bond, as
required by the Provisions of Section 4205 of the Government Code of the State of
California.
And the said Surety, for value
extension of time, alterations
to be performed thereunder or
affect its obligations on this
extension of time, alterations
work or to the specifications,
received, hereby stipulates and agrees that no change,
or additions to the terms of the contract or to the work
the specifications accompanying the same shall in any wise
bond, and it does hereby waive notice of any such change,
or additions to the terms of the contractor or to the
In the event that any principal above named executed this bond as an individual, it is
agreed that the death of any such principal shall not exonerate the surety from its
obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety
above named, on the 28th day of September , 1971
Approved as to form °. - _
40.94 C�
City Attorney
This bond was approved by the City Council
of the City of Newport Beach by motion on
Attest:
Date
City Clerk
(Seal)
KtD. NAP, VICE- PRESIDEN _
Pita • —
ROBISOIC- SURNAP COMPANY, INC. (Se a1.)- `
ontractor
GENERAL INSURANCE COMPANY OF AMER�f&I)
Jay B. Miller, Attorney- in-Fact
a.
0 0
ACKNOWLEDGMENT BY SURETY
STATE OF CALIFORNIA
ss.
` COUNTY OF LOS ANGELES
On this 28th day of September 1971 before me per-
sonally appeared Jay B Miller , known to me to -be the attorney -in -Fact
of General Insurance Company of .America, the corporation that executed the within instrument, andac-
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 abl e written-
OFFICIAL SEAL
i"i= Notary
- '. A
i.•A.LC �,)E
W ® NOrARY PUBLIC- CALIFORNIA County
LOS ANGELES COL;,'J; "Y
(Seal) `"��°a��° My Commission Expires Apr. 3,1973 x
S -760 RI 7/66
s Ange
Page 10
BOND NO. 926355
P PREMIUM: $171.00
PERFORMANCE BOND
EXECUTED IN 4 COUNTERPARTS
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted September 20, 1 971"
has awarded to ROBISON- BURNAP COMPANY, INC.
hereinafter designated as the "Principal ", a contract for
REPAINTING THE STREET LIGHT STANDARDS IN NEWPORT CENTER (CONTRACT NO. 1382)
in the City of Newport Beach, in strict conformity with the drawings and specifications
and other contract documents now on file in the office of the City Clerk of the City of
Newport Beach.
WHEREAS, said Principal has executed or is about to execute said contract and the
terms whereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We, AOBISON- BURNAP COMPANY, INC.
P.O. Box 226, Stanton, California, 90680
as Principal, hereinafter designated as the "Contractor ", and
GENERAL INSURANCE COMPANY OF AMERICA
As Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
TWENTY -EIGHT THOUSAND FIVE HUNDRED SIXTY -NINE AND Dollars ($ 28,569.00 ** ),
said sum being equal to 100% of the estimated amount of the contract, to be paid to
the said City or its certain attorney, its successors, and assigns; for which payment
well and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his
or its heirs, executors, administrators, successors, or assigns, shall in all things
stand to and abide by, and well and truly keep and perform the covenants, conditions,
and agreements in the said contract and any alteration thereof made as therein provided
on his or their part, to be kept and performed at the time and in the manner therein
specified, and in all respects according to their true intent and meaning, and shall
indemnify and save harmless the City of Newport Beach, its officers and agents, as
therein stipulated, then this obligation shall become null and void; otherwise it shall
remain in full force and virtue.
6
Page 11
(Performance Bond - Continued)
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract or to the
work to be performed thereunder or to the specifications accompanying the same shall
in any wise affect its obligations on this bond, and it does hereby waive notice
of any change, extension of time, alteration or addition to the terms of the contract
or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual, it
is agreed that the death of any such principal shall not exonerate the surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety
above named, on the 28th day of September , 1971 .
ROBISON- BURNAP COMPANY, INC. (Seal) "
on rac or
GENERAL INSURANCE COMPANY OF AMERICA (Seal)
(Seal )
Jay B. Miller, Attorney -in -Fact (SealL
Surety
' Approved as to form:
R0KtC. v "'�''.
City Attorney
ACKNOWLEDGMENT BY SURETY
STATE OF CALIFORNIA
ss.
COUNTY OF LOS ANGELES
On this 28th day of September 1971 before me per-
sonally appeared Jay B. Miller 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.
OFFICIAL SEAL �j� l�
. AARTHA J. CHASE No a6 Ru ric to the`Sate of Caltf r to �-
m NOTARY PUBLIC-CALIFORNIA
{ ' LOS ANGELES COUNd Y County of.Los An es
w;.o,wPy,
(Seal) My Commission Expires Apr. 3,1973
CONTRACT
i
Page 12
THIS AGREEMENT, made and entered into this 1579%day of or Cori , 197/ ,
by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the
City, party of the first part, and ROBISON - BURNAP COMPANY. INC.
hereinafter designated as the Contractor, party of the second part.
WITNESSETH; That the parties hereto do mutually agree as follows:
1. For and in consideration of the payments and agreements hereinafter mentioned
to be made and performed by the City, the Contractor agrees with the City to furnish all
materials and labor for the construction of
and to perform and complete in a good and workmanlike manner all the work pertaining
thereto shown on the Plans and Specifications therefor; to furnish at his own proper _
cost and expense all tools, equipment, labor, and materials necessary therefor, (Except
such materials, if any, as in the said Specifications are stipulated to be furnished by
the City), and to do everything required by this Agreement and the said Plans and
Specifications.
2. For furnishing all said materials and labor, tools and equipment, and doing
all the work contemplated and embraced in this Agreement, also for all loss and damage
arising out of the nature of the work aforesaid, or from the action of the elements,
or from any unforeseen difficulties which may arise or be encountered in the prosecu-
tion of the work until its acceptance by the City, and for all risks of every description
connected with the work; also, for all expenses incurred by or in consequence of the
suspension or discontinuance of work, except such as in said Specifications are expressly
stipulated to -be borne by the City, and for well and faithfully completing the work
and the whole thereof, in the manner shown and described in the said Plans and
Specifications, the City will pay and the Contractor shall receive in full compensation
therefore the lump sum price, or if the bid is on the unit price basis, the total price
for the several items furnished pursuant to the Specifications, named in the bidding
sheet of the Proposal, as the case riay be.
3. The City hereby promises and agrees with the said Contractor to employ, and
does hereby employ the said Contractor to provide the materials and to do the work
according to the terms and conditions herein contained and referred to for the price
aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon
the conditions set forth in the Specifications; and the said parties for themselves,
their heirs, executors, administrators, successors and assigns, do hereby agree to
the full performance of the covenants herein contained.
4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the
Plans and Specifications, and all amendments thereof, when approved by the parties
hereto, or when required by the City in accordance with the provisions of the Plans and
Specifications, are hereby incorporated in and made part of this Agreement.
0
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:
Approved as to form:
City Attorney
CITY OF NE ORT CH, CAL RNIA
By: '
mayor
IROBISO. %- BURNAP COMPANY, INC,
Contractor
By:
By:
11
INDEX TO SPECIAL PROVISIONS
REPAINTING THE STREET LIGHT STANDARDS IN NEWPORT CENTER
CONTRACT NO. 1382
Page No.
I.
SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . 1
II.
COMPLETION OF WORK . . . . . . . . . . . . . . . . . . .
. . . . . . . . 1
III.
PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . 1
IV.
TRAFFIC CONTROL . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . 1
V.
LANDSCAPING PROTECTION AND RESTORATION . . . . . . . . .
. . . . . . . . 1
VI.
WATER .... ..............................2
VII.
GUARANTEE AND BOND . . . . . . . . . . . . . . . . . . .
. . . . . . . . 2
VIII.
EXISTING LUMINAIRES . . . . . . . . . . . . . . . . . . .
. . . . . . . . 2
IX.
CONSTRUCTION DETAILS . . . . . . . . . . . . . . . . . .
. . . . . . . . 2
1. General . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . 2
2. Surface Preparation . . . . . . . . . . . . . . . .
. . . . . . . . 2
3. Protective Coating Systems . . . . . . . . . . . .
. . . . . . . . 3
CHART - MATERIAL FOR PROTECTIVE COAT SYSTEMS . . . . .
. . . . . . . . 4
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
REPAINTING THE STREET LIGHT STANDARDS IN NEWPORT CENTER
CONTRACT NO. 1382
SCOPE OF WORK
SP of
The work to be done under this contract consists of the removal of the existing
paint, the application of a "system paint" on the street light standards and
davits on Newport Center Drive, Newport Center Drive East and West, San Joaquin
Hills Road between Jamboree Road and MacArthur Boulevard, Santa Cruz Drive, Santa
Rosa Drive, and portions of San Nicolas Drive and San Miguel Drive.
The contract requires completion of all work in accordance with these Special
Provisions, the City's Standard Specifications, the Plans (Drawing Number E- 5017 -S),
the City's Standard Drawings and Standard Special Provisions, and applicable
portions of the State of California Standard Specifications, January 1971. The
City's Standard Specifications are the Standard Specifications for Public Works
Construction (1970 Edition). The City's Standard Drawings and Standard Special
Provisions may be obtained at the Public Works Department for a fee of $2.00.
II. COMPLETION OF WORK
The Contractor shall complete all work on the contract within 90 consecutive
calendar days after the date the City executes the contract.
III. PAYMENT
Payment for incidental items of work, not separately provided for in the proposal,
shall be included in the price bid for the various items of work and no additional
compensation will be allowed.
The City reserves the right to waive the 25% change limitation as specified in
3 -2 of the Standard Specifications.
IV. TRAFFIC CONTROL
The Contractor shall provide traffic control in compliance with Section 7 -10 of
the Standard Specifications. As necessary, streets may be restricted to two traffic
lanes in each direction, controlled by flagmen, during construction hours, but
must be restored to normal use at the end of each working day and on weekends and
holidays. Ingress and egress to all businesses must be maintained at all times
during construction.
LANDSCAPING PROTECTION AND RESTORATION
The Contractor shall be responsible for replacing all landscaping and sprinklers
damaged or removed during construction in conformance with Section 7 -9 of the
Standard Specifications. The materials and plant species used for replacement shall
be the same or equal to those damaged or removed.
• • SP2of4
The cost of protecting and restoring landscaping including underground sprinkler
lines, shall be included in the unit price bid for other items of work and no
separate or additional compensation will be allowed.
VI. WATER
VII.
VIII
The Contractor shall make his own provisions for obtaining and applying water
necessary to perform his work. If the Contractor desires to use available City
water, it shall be his responsibility to make arrangements for water purchases by
contacting the City's Utility Superintendent, Mr. Tom Phillips, at (714) 673 -2110,
Extension 267.
GUARANTEE AND BOND
The Contractor shall guarantee the work against any defects in materials or
workmanship for a period of 3 years after acceptance of the work by the City
Council, Any failures in the work such as blistering, peeling, etc. within the
3 year period shall be promptly repaired by the Contractor upon demand in a manner
approved by the City and at no expense to the City.
After award of the contract, the Contractor shall post a bond in the amount of
$5,000 in a form satisfactory to the City for a three (3) year period as a guarantee
for the workmanship and materials utilized. If repairs to the work are necessary
during the guarantee period and are not satisfactorily performed by the Contractor
within a reasonable period upon demand, the City may have the repair work done and
bill the Contractor or resort to the bond.
EXISTING LUMINAIRES
The.Contractor shall avoid damaoing the existing luminaires, lamps, lenses, and
covers during davit surface preparation. The existing luminaire covers will not
be painted under this contract. Any damage to the luminaires or to the luminaire
paint shall be promptly repaired at the Contractor's expense.
IX. CONSTRUCTION DETAILS
1, General
Except as modified below, all applicable requirements of the Standard
Specifications shall be observed.
Special care shall be exercised in the conduct of the cleaning and painting
operations so as to prevent the deposit of materials in open travel lanes or
on vehicles on public and private property. If such deposition occurs, the
method of operation shall be changed to correct the problem. The Contractor
shall be liable for the cost of correcting any damages resulting from his
operations. Any material deposited on closed portions of streets shall be
removed before reopening to traffic.
2. Surface Preparation
The street light standards, bases, shafts and davits shall be cleaned of all
existing paint, rust, dirt, oil, grease, and foreign materials by
commercial blast cleaning in conformance with Section 310 -2.5 of the Standard
0 SP3of4
Specifications and the Surface Preparation Specifications No. 6 (Commercial
Blast Cleaning) as established by the Steel Structures Painting Council
(SSPC- SP- 6 -53).
Special care shall be taken to minimize removal of the existing galvanizing.
Excessive weld splatters or foreign material buildups not removed by
sandblasting shall be removed by power grinding.
All sand shall be removed from the pole and davit surfaces by brush or
industrial vacuum. Blasted surfaces shall be immediately coated with the
first phase of "system paint" and not allowed to remain unprotected overnight.
Turfed median areas shall be protected from sand deposits by means of tarps
or other drop cloths. Any damage to the turfed medians shall be rectified
in accordance with Section V of these Special Provisions.
3. Protective Coating Systems
"Protective Coating System" as referred to in these Special Provisions shall
include the application of the various protective coating materials after
surface preparation as described herein. After the Contractor has selected
the manufacturer for a "protective coating system" he shall use the same
manufacturer for all material coatings applied.
The Contractor shall be responsible for insuring that he utilizes the paint
manufacturer's recommended application equipment and that he complies with
the manufacturer's recommended drying time between coats of material.
Previously applied coatings shall be clean and free from salt air deposits
prior to applying additional successive coatings.
The following alternate materials shall be used for the prime coat,
intermediate coat and top (finish) coats. The Contractor shall use the
manufacturer's recommended thinners and cleaners for each material used.
Manufacturer's recommended pot life shall be adhered to. Date of manufacture
shall be stamped on each material container. Material test reports and
certifications will be required in conformance with Section 210 -1.6 of the
Standard Specifications.
N � 3
3
�C+c
O 3�
C+ Cl 0
F O
�• 7 rr
� m w
� N
c n
M w�
c
m -n
(D
C+ N
c+
� N j
v
0 n
C) C) F
CD
m - CD
C, . N
3 N N
rD a
n o
O 7
w C+
< W 3
< � (D
P, o
3 1 N
N C+
3 (D
0 N
--h s
w
CD
m
N (D D
c'r
w (D
(D
nw
w N
m
Nn
v
cwi �
yl 3
�. rD
[) w
w
h N
00
7 M
N
w
n
T w
3 Q
T
`r w
3 C+
�.
CD
a
n n
F
CD 01
fD w
N
LO
N 7
(D
0
0
0
SP4of4
3
D
m
m
aJ
D
r
to
T
O
.Q
.Z]
0
rn
m
n
G
m
n
D
(n
(n
m
m
3
N
=
4r-1
m m
co
00
Cb
00
O -H -n -i 3
m 2 * O H
C+ Z
Nn3�•
7z 3
N
N
N
N
N Z C
v z
V)
m N rt
3 fn 1
m 7J
r 3
W
-V 7C
< c
O O
T 3
• O
w N
N Q
CD CD
C+"O
Z
m
O
W N
c
D
to n
0
n
O (D
(D O'
T
--A
CD
_�
Ia n
C
1-. 3
CD 3
-h n
+ O
-V.
A
N
0
m
CI
0
nw
CD
O
v
n
-n o
7k NmN
7k 3
AO
3
(n �. -i -�. 7
V 0 �• 7
�. 7 0
�. T
D
Ol 3 -.= 0
o- 7 O
3 00 •-'
O tO
�
1 f) 3 () T
0 T
0 S T <
x w
m
CO 1 CD 1 LO
1 tO
O t0 (D
7
77
cn(nT 7,w
�Ow
w vw =
v-
v
O (D • 3
•
N 3
C+ T 7 C+
T n
D
J
r
..
3 [)
N 0
O'/7
:3 0
0)3 W n
m N
0
0) (D w
m
m m
T N N
T
O
n
a
� n
1
A n ak
m O
•--�
D o
n
• N
D
1
3N
3N
3N
3N
Z-Im3
mx. -�..
0
N
N
N
N
t n n 3°
7t: v
1 �
akv j
:En j xf
J j D3
7c J
t0 T
=0 •J•
3 f] O
O
V �• O
�• w O
�• tD 7 T
_0 7
-1
W
C+ C+ m
C+ rn'< « -+
-O
m
V CD
CD � c
CD lD
CD --'
.x
T
yk J
+
T
+
00 -1
n CD
N v
D
Z
w
W -• n
CL
T
r
.i
N
CD
m
3
N3
m
cn D
3
T
m
n
m n 4k
m o
rn m
Do
p N m
O
n
•\
.u�
•\
mxh-1ti
�N
�N
tn, -�r.z
•
N
N
1
N C') 3
I A
a
X: m J x
V JD 3m
7� z J x
3
o• c
=,
=O O
WO (D
D
V 3 N
�• w 0 t0
-.'D T
�-a 0 3 tO•
�
ID�G C+
C+ B N =
C+ O)
�V •<<
m
N 1
CD (D N
N lD
(D O —
;a
G(D
n (D
N 'O
D
•
�. w e
7
G
C+ w N
t< 1
(D A N N
(D
o
3
C<
tO
n
Z
N
n 4k
2
m
m O
N
N
D O
M
O
n
N
E/)
O
D
3 Vi
3
3W
3cn
-(m 3-(
�cn
O
N
N
v,
In
- m
n m >
3• D
7c p r
z v
m 1
(n
3
D
m
m
aJ
D
r
to
T
O
.Q
.Z]
0
rn
m
n
G
m
n
D
(n
(n
m
m
3
N
.31
A RS$OIXTION OP ; CITY CCiK71lICIL 01P M CITY
O�yyVqq���yy$�y'i�y/yyppp0��l�t'I�pf�iy�e�l4N AARAIWIM A + CCtONTRTJ�ICT I�'b��R
PAINT,W,tO ill i 2uipi��'SM�MgK�i. AS.I ♦A/yrwly�[ DS xx P+.T4C'ow
Z RS, 4u::• Alant to the. noti4c fuaiting bIJ:i tray work
i" ctiam With PAnting the :Nt-r of :light standards to betuport
CaMt"r, in accordance with the, plan: and apecifieatiorn3 huretoforzt
adopt A, bid* wiRrt: received on the 71b day of Septas6er, 1971,
*nd publ aly op mn 'I 4-nd 4- �claredj ane.
WHIRLA.i, it [! °+8 »+i' thart the lees` responsible bidder
tiLari: for is A0Dz;'S0u--- aya(eNFA1e 1.MF A"' :Wc.=
NOWe I.-MRi FORZ, IM IT RZSOL :D by the city council of
the City of N014port .;sh that the paid of RMSCU. -BURN 8 CCUPAdNY,
Imc-, of Jt4nt4ae. C= E.lifo.aia, for the work in the amomt of
MI, SGS.00 be acaeptehd, and that th.5 contract for the da cribard
work be mearded to +aid kidder#
SZ IT B'ttRM:R RwobLVZD that tho Kiyo.c <and City C Ie3rk
x8 hss eby autheri.,Vd and dir*ctsd to eacewste a contract in
,c:,_t>rda:ica with the upecifications, bid gelid this award on behalf
Of the City of Newport W,4ch, And that the City Clerk be dirocted
to furni,�;rtx M eacOcatwd copy to the aucceaafui bidder,
ADOPnD this 221A d3Y 04 vies a bt.r', 15871.
ATTLSTa
City Clerk
8th
9/26/71
CONTRACT NO. 1382
CITY OF NEWPORT BEACH
CONTRACT DOCUMENTS
FOR
REPAINTING THE STREET LIGHT STANDARDS IN NEWPORT CENTER
Approved by the City Council
this 23rd day of August 1971
Doris George, Deput6tity Clerk
SUBMITTED BY:
U
C
ROBISON- BURNAP COMPANY, INC.
Contractor
BOX 22le
Address
SOrA,V7o , coai.� an
Ctiy N Lip
( 710 8z /- #800
Phone
) I `zeS, se. s P, s
Total Bid Price
•
CITY OF NEWPORT BEACH
• PR 1 of 2
REPAINTING THE STREET LIGHT STANDARDS IN NEWPORT CENTER
CONTRACT N0, 1382
PROPOSAL
To the City Council
City of Newport Beach
300 Newport Boulevard
Newport Beach, California
Gentlemen:
The undersigned declares that he has carefully examined the locations of the work, has
examined the Plans and Special Provisions, has read the Notice Inviting Bids, and
hereby agrees to furnish all labor, materials, equipment, transportation, and services
to do all the work required to complete Contract No. 1382 in accordance with the City
of Newport Beach Drawing E- 5017 -S, the City's Standard Drawings and Specifications, and
these Special Provisions, and that he will take in full payment therefor the following
unit prices for each completed item of work, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. 77
Remove existing paint and
Each
"system paint" 30 foot high
street light standards and
double davits
@ one hundred Sixty Five
Dollars
/
and
Cents
$ 165.00
$
12,705.00
Per Each
2. 50
Remove existing paint and "system
Each
paint" 30 -foot high street light
standards and single davit
@ One hundred Sixty Two
Dollars
and
Cents
$ 162.00
$
8,100.00
Per Each
3. 9
Remove existing paint and "system
Each
paint" 30 -foot high street light
and signal standards with light
and signal davits.
@ One hundred Seventy Two
Dollars
and
Cents
$ 172.00
$
1,548.00
Per Each
0
ITEM OUANTITY
ITEM DESCRIPTION
4. 37 Remove existing paint and "systeIr.
Each paint" 35 -foot high street light
standards and double davits
@ One llundred Sixty Eight
er tac
0
PR2of2
UNIT TOTAL
PRICE PRICE
Dollars
and
Cents $ 168.00 _ $ G,216.00
TOTAL PRICE WRITTEN IN WORDS:
Twenty Eight Thousand Five flundred Sixty Dollars'
and
Nine Dollars Cents $ 28,569.00
CONTRACTOR'S LICENSE NO. 258850 roBZSON- BURNAP CO14PN1Y INC.
(Bidder's Name
DATE September 7, 1971
uthori ed Signature
P.O. Box 226 K. D. BURNAP, VICE - PRESIDENT
BIDDER'S ADDRESS 10950 Dale St., Stanton, California
TELEPHONE NUMBER. 321 -4800
[de hereby acknowledge receipt of addendum No. 1.
,..
0
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 works 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 Saturday, Sunday and Federal
Holidays, after having received notice that the contract is ready for signature, the
proceeds of check or bond accompanying 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. .2 S88S0 Classification C-31.
Accompanying this proposal is
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.
�7141) ezi- �eoo
Phone Number
9 -7 -71
Date
ROBISON- BURNAP COMPANY, INC
Bidder's Nam
(SEAL) -
u�thor zea -Sign1ture K. DAffURNAP, VICE - PRESIDENT
Authorized ignature
eoeigor?4 '00&/
Type of Organization
(imdioWme , Corporation, er- 6e- ferbrrorship)
List below names of President,.Secretary, Treasurer and Manager if a corporation,
and names of all co- partners if a co- partnership:
/�IesiaLNT � 7/'siysv�.r — iYAYN��i[ /..I�O�B/do�{/
/#NA0r A . igadww6s" ails N. N044106 R.
Page 3
DESIGNATION OF SUB - CONTRACTORS
The undersigned certifies that he has used the sub -bids of the following
listed contractors in making up his bid and that the sub - contractors listed
will be used for the work for which they bid, subject to the approval of the
City Engineer, and in accordance with the applicable provisions of the
specifications. No change may be made in these sub - contractors except upon
the prior approval of the Engineer.
Item of Work Sub - contractor Address
1. �Va.yE
2.
3.
4.
l•2
7.
8.
9.
10.
il.
12.
ROBISON- BURNAP COMPANY, INC,
Bidder's Name
4
u—A �thorlzzed 51gn ure -
K. D. BURNAP, VICE - PRESIDENT
Type of rganjlzat o� n
(imAvWtlei, ree part%er9h4p or Corp)
r
STIO NTON . 'dal . $19*j
ress
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, ROBISON- BURNAP COMPANY, INC,
and GENERAL INSURANCE COMPANY Of AMEW
Page 4
BOND NO.�90D /�
"The Premium Charged for this
Bond is included in that shown
on the Annual Old Bond."
as Principal,
as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of /D iG 00
,a /A I A#6V_ -VT Dollars ($ ), 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
'C. At 1102 . PCJWAAvr.-dd, .iraE, rr�icvss"v rs.�a� ..t. ,0(1Ar Arn19,& V Z!-WJ%
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, Sunday and Federal Holidays) 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.
INN WITNESS WHEREOF, we hereunto set our hands and seals this % day of
ye►y 19�.
Corporate Seal" (If Corporation) ROBISON-BURNAP COMPANY, INC:
rinc'
(Attach acknowled ement of
Attorney-in-Fact K. D. BURNAP, VICE -PRES DENT
ACKNOWLEDGMENT BY SURETY
STATE OF CALIFORNIA
ss.
COUNTY OF LOS ANGELES
On this 7th day of September 1971 , before me per-
sonally appeared JAY B. P4ILLER , known, to the 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 se[ my h d and
the aforesaid County, the day and year in this certificat irst al
i ��'±S�AL SEAj,
s MARTHA J. CHASE
4 � NOTARY pUBLIC•CALIFORNIA
� LOS ANGELES COUNTY
� ( ea My Commission Expires Apr.3, 1913
S -]60 R
Page 5
NON- COLLUSION AFFIDAVIT
The bidders, by its officers and agents or representatives present at the time of
filing this bid, being duly sworn on their oaths say, that neither they nor any
of them, have in any way, directly or indirectly, entered into any arrangement or
agreement with any other bidder, or with any public officer of such CITY OF NEWPORT
BEACH whereby such affiant or affiants or either of them, has paid or is to pay to
such bidder or public officer any sum of money, or has given or is to give to such
other bidder or public officer anything of value whatever, or such affiant or
affiants or either of them has not directly or indirectly, entered into any arrange-
ment or agreement with any other bidder or bidders, which tends to or does lessen
or destroy free competition in the letting of the contract sought for by the
attached bids; that no bid has been accepted from any subcontractor or materialman
through any bid depository, the Bylaws, Rules or Regulations of which prohibit or
-prevent the contractor from considering any bid from any subcontractor or material -
man which is not processed through said bid depository, or which prevent any
subcontractor or materialman from bidding to any contractor who does not use the
facilities of or accept bids from or through such bid depository; that no induce-
ment or any form or character other than that which appears upon the face of the
bid will be suggested, offered, paid, or delivered to any person whomsoever to
influence the acceptance of the said bid or awarding of the contract, nor has this
bidder any agreement or understanding of any kind whatsoever, with any person
whomesoever to pay, deliver to, or share with any other person in any way or manner,
any of the proceeds of the contracts sought by this bid.
Subscribed and sworn to
this '? ;�A day of
19 '21.
My commission expires:
befpre me by
ROBISON'-BURNAP COMPANY; INC. --
H. D. BURNAP, VICEPR£510 T
I
LINDA C. MARTIN
NG7t;2Y fliP.liC Cf,_;iGRN1A
:,•;
IN
GF,f..
My (Crumission Expires June 20, 1975 ;
STATEMENT OF FINANCIAL RESPONSIBILITY
Page b
The undersigned submits herewith a statement of his financial responsibility.
Z. f s -no Sc 8aNa of saei7*vw,Q.l c,#A,1AoRAriov
h+a. WALT d&IAAI*4 vn
(t��) Nf 982Vo
3 BoNp „✓4 �btNrJ— /!'/ /t,L6R y�•QM6t— teiP,otoN /8[,Ccx
hen. ✓ay doa Lxx
(il)� 386.-Z36o
4. DaNNS � — D L- 9'/- s/sia
S• 7orac 'v Svc 7S -X387, 9G2
ROBISON-BURNAP COMPANY, INC.
signed
K. D. BURNAP, VICE- PRESIDENT
Page 7
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
,The undersigned submits herewith a statement of the work of similar character
to that proposed herein which he has performed and successfully completed.
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No.
/f7/
m*TyaNAs. 700yrC
##04. / ar..: /
GSS -o/6/
/f7/
D. M.
/11r. G. aoW
(yox)1sx-o8G8
/91/
/?�Cern- sy�ri��r
/�Jri ✓�%Jia�
(t /J, oI'S8860
/f7/
2).8..=
11J/i../ /!!�/ /ter �1✓
GSS -o/6/
/f7/
!7 /Htrii��i �owr/r. �o.
�►I /. T..Silri /� i!Li!�
2FlG
ROBISON-BDURNAP COMPAT}Y, INC,- _
Signed 07
K. D. BURNAP, VICE-PRESIDENT