Loading...
HomeMy WebLinkAboutC-1801 - Traffic signal and safety lighting on Birch Street & Dove StreetRONALD A. RIGGS Vice President . General Manager, TCD �'. CORPORATION TRAFFIC CONTROL DIVISION REGENT STREET, EAST NORWALK, CONNECTICUT 06856 (303) $38.1791 CABLE ADDRESS AUTO SIGNAL Mr. Joseph T. Devlin Director Department of Public Works City of Newport Beach 3300 W. Newport Blvd. Newport Beach, California 92663 November 28, 1977 Subject: Traffic Signal and Safety Lighting an Birch Street at Dove Street (C -1801) Ref: City Council Agenda Item No. F -1 of July 25, 1977 Dear Mr. Devlin: The referenced agenda item (attached) from the Public Works Depart- ment to the City Council seems to indicate that we made no effort to expedite the traffic controllers and indicates that we made statements as to the reasons for delay, but that they certainly could not be considered valid because certain criteria in the sub- mittal of the data were not met. It then goes on to say that other contractors have met or- exceeded similar contract time sched- ules and that in the past the City has assessed liquidated damages for similar delays in contract cdmpletion. We did, in fact, attempt to expedite the transformers for the con- trollers and when that failed you received number ninety -three instead of the originally scheduled 118. We have been a supplier of equipment in the field of traffic control for forty -five years and have served the City of Newport Beach for more than twenty of those years. The fact that you would require us to submit certified statements from our suppliers, while it certainly can be done, indicates to me that there is a definite problem with our long -term relationship. Also, the three criteria indicated in the referenced agenda item for minimum documentation required were not conveyed to us previously. s �C� Mr. Joseph T. Devlin City of Newport Beach, Calif. " November 28, 1977 Page 2 Further, we do not feel that damages for similar delays in for assessment. the fact that you had assessed liquidated contract completion should be a criteria We would like to continue our long -term relationship as a satisfactory supplier of equipment to the City of Newport Beach and respectfully request that you reconsider your position. It should be noted that our total contract price was reduced by thirty -two percent with your assessment. I look forward to your positive response. Respectfully yours, RAR /b Att. cc: Mayor Milan M. Dostal City Attorney Dennis O'Neil City Manager Robert L. Wynn City Purchasing Agent Donald Means City Clerk Doris George t--� Members of the City Council - Paul Pyckoff Ray Williams Lucille Kuehn Trudi Rodgers J. Peter Barrett Donald A. McInnis x July 25, 1977 CITY .COUNCIL AGENDA ITEM NO. F -1 TO: CITY COUNCIL - FROM: Public Works Department SUBJECT: TRAFFIC SIGNAL AND SAFETY LIGHTING ON BIRCH STREET AT DOVE STREET (C- 1801)_ RECOMMENDATION: .-Assess liquidated damages in the amount of $2,300.00. DISCUSSION: The City Council at its meeting on June 13, 1977 accepted the work for the subject project and at the request of the contractor, Fischbach and Moore, Inc. delayed action on assessment of liquidated damages until July 25, 1977. The City Attorney's office then requested the contractor to submit in writing by July 1, 1977 facts to justify the delay in completion of the work. Subsequently, the contractor asked for an extension to July 11, 1977 to submit data from his supplier. The staff received the attached information on Friday, July 15, 1977. The contractor's supplier states that the reason for the late delivery of the traffic controller on this project was due to their inability to obtain on time the transformer required for the controller manufacture. The supplier states that they had ordered 250 transformers to be supplied in specific delivery quantities. One of the first 200 transformers was to be used in production of the controller unit scheduled for the Newport Beach contract. The controller for Newport Beach was scheduled as the 118th controller. In the staff's opinion, the contractor has failed to justify its delay in completion of the work. Section 6 -6.1 of the City's Standard Specifications states that delays caused by certain unforeseen events beyond the control of both the contractor and the Agency entitle the Contractor to an extension of time. Also, extensions can be granted for reasons substantially equal in gravity to those enumerated in the specification. The contractor's supplier contends that their inability to obtain materials conforms to the "equal in gravity" portion of the specification. .z :t City Council Agenda Item No. F -1 -2- July 25, 1977 The following steps would be the minimum documentation required.to consider determining whether or not the subject request is of equal gravity: 1. Provide specification the subject part and • _ .list suppliers.. ,;•_ 2. Submit certification from suppliers that the subject part could not be obtained within the contract schedule. 3. Submit schedule showing required and actual delivery dates for each of the transformers and the first 118 Series 102 controllers. It should be noted that -in similar projects other manufacturers have met or exceeded the required contract time schedules. It should.also be noted that in the past the City has assessed liquidated damages for similar delays in contract completion... ose Devlin . ubli orks Director Attachments. - BED:bcd 1/ I By ii;o iY C)UN IL CITY 4.W LOAAWPORT & .1 i TO: CITY COUNCIL FROM: Public Works Department July 25, 1977 CITY COUNCIL AGENDA ITEM NO. F -1 SUBJECT: TRAFFIC SIGNAL AND SAFETY LIGHTING ON BIRCH STREET AT DOVE STREET (C -1801) RECOMMENDATION: Assess liquidated damages in the amount of $2,300.00. DISCUSSION: The City Council at its meeting on June 13, 1977 accepted the work for the subject project and at the request of the contractor, Fischbach and Moore, Inc. delayed action on assessment of liquidated damages until July 25, 1977. The City Attorney's office then requested the contractor to submit in writing by July 1, 1977 facts to justify the delay in completion of the work. Subsequently, the contractor asked for an extension to July 11, 1977 to submit data from his supplier. The staff received the attached information on Friday, July 15, 1977. The contractor's supplier states that the reason for the late delivery of the traffic controller on this project was due to their inability to obtain on time the transformer required for the controller manufacture. The supplier states that they had ordered 250 transformers to be supplied in specific delivery quantities. One of the first 200 transformers was to be used in production of the controller unit scheduled for the Newport Beach contract. The controller for Newport Beach was scheduled as the 118th controller. In the staff's opinion, the contractor has failed to justify its delay in completion of the work. Section 6 -6.1 of the City's Standard Specifications states that delays caused by certain unforeseen events beyond the control of both the contractor and the Agency entitle the contractor to an extension of time. Also, extensions can be granted for reasons substantially equal in gravity to those enumerated in the specification. The contractor's supplier contends that their inability to obtain materials conforms to the "equal in gravity" portion of the specification. QP}tC6S IN PRINCIPAL GITIE3,. THROUGHQOUT THE UNITED STATES.. AND - CANADA. CORPORATION Traffic Control Division AUTOMATIC SIGNAL 2622 West 237th Street, Torrance, Cal. 90505 • (273) 7755357 July 11, 1977 Mr. Lou Roth Fischbach & Moore, Inc. 4690 Worth Street Los Angeles, California 90063 Reference: City of Newport Beach, Birch & Dove, Contract #1801 Your Purchase Order 1568- 'AL1124, Our Sales Order 605210 Dear Mr. Roth: An extension of time of 23 days is respectively requested pursuant to Section 6 -6.1 of the Standard Specifications so as to permit the re- lease of $2,300 being withheld as liquidated damages under Section 6 -9. Section 6 -9 calls for $100 a day to be deducted from the contract price for lateness and completion was 23 days late because of delivery problems with a traffic controller. This sane amount is currently being withheld by your Contractor, Fischbach & Moore, from its supplier, Automatic Signal Division of LFE Corporation and will be paid over to LFE if our request for relief is granted. It is submitted that such relief is justified under Section 6 -6.1 of the Standard Specifications which excuses the Contractor in event of war, government regulations, labor disoues, strikes, fires, floods, etc. and other reasons of equal gravity. - learly the inability to obtain critical parts ought to be treated as a valid reason of equal gravity inasmuch as this same reason is spelled out in detail in the Cal Trans Standard Specifications which are incorporated into this contract. Any other interpretations would in our view result in a penalty and hence be unenforceable. The reason for late delivery of the .raffic controller on this project was due to a component requirement of this controller which was a trans- former, our part number A- 149115, which we were unable to obtain on time from our supplier, Berkshire Transformer Corp. Each of our Series 102 Controllers requires one of these transformers and we ordered these on our Purchase Order -Y36080, which was placed with Berkshire Transformer Corp. on March 25, 1976, requesting delivery for 250 transformers. These transformers were requested to be supplied as follows: Quantity of 25 by clay 21, 1976 53 by June 18; 1976 75 �y July 10, 1976 50 by Aug. 2, 1976 59 by Sept. 17, 1976 These quantities and dates were acknowledged and accepted by Berkshire Transformer Corporation after they received our request and purchase order. A transformer schedule for delivery on nugust 2, 1976, were to be used for the manufacture of the Series 102 which was required by our sales order for your project. The actual delivery of these units occurred y On October 18, 1976, I wrote a letter to you indicating that we had en- countered a delay on furnishing the control unit for this project. I requested at that time that you contact. the City to advise of this delay. We feel that we have complied with all aspects and we believe this was not untimely considering the task of'documenting the parts shortage and lack of alternate sources. it should also be noted that the City was not inconvenienced in any way by considering our request at this time. Very truly yours, Harold Stead Western Region Sales Manager HS /mg cc: Robert Toperzer L Fischbach & Moore - S.O. 605210, Page 2 on September 17, 1976 - seven weeks delinquent. When a vendor cannot supply the required item on schedule we try'to locate another supplier, but in this case it was to no avail as we_:could not obtain this trans- former from another supplier within the "required time span which we needed for manufacturing of our Series 1.02. After receipt of any vendor item the cycle from receipt of a purchased item through shipment is a part of a dependent assembly requiring one` -Week of receiving and inspection pro- cedure, plus two weeks of assembly, two weeks of controller test after in- stallation of this assembly and one week of systems test as a cabinet assembly. These tests prohibited our shipment prior to November 2, 1976. Our manufacturing cycle is dependent upon time of receipt of any order by booking date, that is receipt of order, and at the time of receipt of this required order the controller allocated for this order was chronologically scheduled as the 118Th required Series 102 Controller. It took our expediting for this order 25 units ahead of its chronological position as established by the booking date. On October 18, 1976, I wrote a letter to you indicating that we had en- countered a delay on furnishing the control unit for this project. I requested at that time that you contact. the City to advise of this delay. We feel that we have complied with all aspects and we believe this was not untimely considering the task of'documenting the parts shortage and lack of alternate sources. it should also be noted that the City was not inconvenienced in any way by considering our request at this time. Very truly yours, Harold Stead Western Region Sales Manager HS /mg cc: Robert Toperzer L Traffic Control Division AUTOMATIC SIGNAL CORPORATION 3011 West Lomita Blvd., Torrance, California 90510 • (213) 7756351 ak ,?,-a`I'October 18, 1976 Mr. Lou Roth Fischbach & Moore 4690 Worth Street Los Angeles, California 90063 Reference: City of Newport Beach Your P.O. No. 1568 -WL -1124 Our S.O. 605210 Dear Mr. Roth: We wish to acknowledge receipt of a letter from Air. Dunigan, of City of Newport Beach, which we received October 4, 1976, indicating that the .required completion date for this project is October 26th, 1976. We have been in touch with to expedite the shipment of received word that they are by air on October 22, 1976. Signal Maintenance Company, for inspection. w r Norwalk, Connecticut facilities trying controller for this project and have estimating shipping the control equipment This is scheduled to be shipped to Traffic 9929 Hayward Way, South E1 Monte, California, We recognize the delays which we have created and can only state that we have a component parts shortage problem which does not fall within the scope of the city's standard specification section 6. We do feel, however, that you should advise the city tat we did experience a delay on the control equipment for this project. If additional information is required, please contact me. Very truly yours, r � -r Harold Stead IMP Western Region Sales Manager HS:msf �i 1 June 23, 1977 CITY OF NEWPORT BEACH Mr. Lou Roth Fischbach and Moore, Inc. 4 4690 Worth Street Los Angeles, California 90063 L OFFICE OF THE CITY AT'VoKNEY (714) 640 2201 Re: Birch and Dove Traffic Signals Contract No. 1801 Your Job No. WL -1124 Dear Mr. Roth: On June 13, 1977 the City Council of the City of Newport Beach accepted the work on Contract No. 1801, traffic signal and safety lighting on Birch Street at Dove. The request of the City to assess liquidated damages in the amount of $2,300.00 was held in abeyance until July 25, 1977. This was to allow the staff to review information to be supplied by the contractor which would justify the delay in completion of the work. In furtherance of this Council direction, we ask that you submit to this office, in writing, whatever facts you feel justify the delay in completion of the work. Your attention is called to the contract which sets forth specific provisions for completion of the work and excuses for delay in completion of the work. Please submit the written evidence not later than July 1, 1977 so the staff will have an adequate time to review the information, collect additional data, if necessary, and report back to the City Council. We thank you for your courtesy and cooperation in this regard. Very UGH Assi HRC:yz cc% Bill Darnell, Traffic Engineer Pat Dunigan, Field Engineer City ?;-Tall • 3300 Newport Boulevard, Newport beach, Calilk)rnia 92663 1077..,...e../ June 13, 1977 �� CITY COUNCIL AGENDA -. 3 _•. ..: �: �.,, .�" � � o ° ITEM N0. G-8 5 111; TO: CITY COUNCIL By 'rhe Cif t COUNCIL FROM: Public Works Department CITY K* { gwr<+ AT 4 ACF, SUBJECT: ACCEPTANCE OF INSTALLATION OF TRAFFIC SIGNAL AND SAFETY LIGHTING ON BIRCH STREET AT DOVE STREET (C -1801) RECOMMENDATIONS: 1. Accept the work. 2. Assess liquidated damages in the amount of $2,300.00 3. Authorize the City Clerk to file a Notice of Completion. 4. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for the installation of the traffic signal and safety lighting at the Birch Street /Dove Street intersection has been com- pleted to the satisfaction of the Public Works Department. The bid price was: $250179.00 Amount of unit price items constructed 25,179.00 Amount of change orders 154.00 Total contract cost 25,333.00 Funds were budgeted in the Gas Tax Fund: (Account No. 19- 5655 -014) After award of the contract, it was found that two additional signal heads required back plates. A change order in the amount of $154.00 was issued to cover the cost of this work. The design engineering was performed by the Public Works Depart- ment. The Contractor is Fischbach & Moore, Inc., of Los Angeles, Calif- ornia. The contract date of completion was October 26, 1976 Due to a delay in receiving the traffic control equipment, the signal was not turned on until November 18, 1976, 23 days after the specified date of completion. In late September, the Contractor's equipment supplier, Automatic Signal Division of LFE Corp.. stated that there might be a delay in receiving the control equipment. The staff promptly sent a letter to the Contractor reminding him that liquidated damages would be assessed for delays beyond October 26, 1976. A copy of this letter was also sent to Automatic Signal. By letter dated May 4, 1977 the Contractor was notified of the amount of liquidated damages that would be recommended, and was advised June 13, 1977 Subject: Acceptance of Installation of on Birch Street at Dove Street Page 2 Traffic Signal and Safety Lighting (C -1801) to contact the City prior to May 16, 1977 if they wished to discuss the matter. The Contractor's representative, Mr. Lou Roth, contacted the City and stated that they opposed any liquidated damages being assessed. Mr. Roth was advised that the City would consider any data their supplier, Automatic Signal, might submit to justify a time extension. Mr. Roth responded that the supplier did not want to discuss the matter with the staff and wanted to be heard by the City Council. Neither the Contractor nor Automatic Signal has since submitted any data that could.be considered for granting a time extension. Recommendation for acceptance of the work has been deferred pending receipt of revised drawings from Automatic Signal. These drawings have now been received. Attached for reference are copies of the above mentioned letters to the Contractor dated October 1, 1976 and May 4, 1977. 1 ' Joseph T. Devlin Public s Director GPD:hh Att. A 3 -c XXXXXX 640 -2281 October 1, 1976 Fischbach and Moore, Inc. C�- 4690 Worth Street Los Angeles, California 90063 F Attention: Mr. Lou Roth Subject: Birch /Dove Traffic Signal G1801)` Gentlemen: The subject contract, awarded to you on June 28, 1976, required com- plection in 120 calendar days,'resulting in a date of completion of October 26, 1976. a Yesterday, in a telephone conversation with our Traffic Engineer, Mr. Odian of Automatic Signal advised that the controller will not arrive at the T.S.M. Signal Lab until October 29, 1976. As you are aware, the testing generally takes from 2 to 3 weeks, with installa- tion requiring another few days. Based on the above, it appears that your present schedule will result in completion being approximately 30 days late. It is suggested.that you and your supplier review Section 6 of the City's Standard Speci- fications and in particular paragraph 6 -9 "Liquidated Damages ". It is expected that you will adjust your present schedule to ensure completion of the project by the required date. Very truly yours, G. P. Dunigan Jr. Field Engineer GPD:jd cc: Automatic Signal, Attn: Mr. Herold Stead May 4, 1977 Fischbach and Moore, Inc. 4690 Worth Street Los Angeles, CA 90063 Attn: Mr. Roth Subject: Traffic si Street -1801 Gentlemen. Birch Street and Dove 4 xxxxx640 -2181 As you are aware, the required date of completion of the subject signal was October 26, 1976. The signal was turned on November 18, 19760 23 days after the required date. In accordance with the Standard Specifications, Section 6 -9, we will recommend to the City Council at its meeting of May 23, 1977, the assessment of liquidated damages in the amount of $2300. Should you wish to do so prior to May Council's agenda. -11� 1 Very truly yafurs, G.P. Dunigan, Jr. Field Engineer GPD:bcd discuss this matter with us, please 16, the closing date for the } I S C H B A C H A N D � •y'�+ r 7/ INCORPORATED D• to Cf ?liu9 SRI! TO: Ma, or [7 Mt -omay o '.'+ Ci�ector j Dhectm f�l O:her Councilmen M O O R E JunneJ 13, 1977 D 4690 WORTH STREET L05 ANGELES, CALIFORNIA 90063 1213) 264-4250 City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92660 By Ao 'i'i'i `: JOJNCIL CITY Of NAWPORT SeAC H Subject: Birch & Dove Traffic Signals Your Contract No. 1801 Our Job WL -1124 Gentlemen: Fischbach and Moore, Incorporated agrees and wishes to close out Contract No. 1801 dated June 28, 1976, with exception to liquidated damages in the amount of: TWO THOUSAND THREE HUNDRED DOLLARS ......... $ 2,300.00 G J being held in abeyance so that Contractor and his supplier can furnish appropriate documentation and establish con- tractual basis for relief. Your consideration in this matter is greatly appreciated. Very truly yours, FISCHBACH AND MOORE Incorporated L. Roth LR:db Automatic Signal Company. iI OFFICES IN PRINCIPAL CITIES THROUGHOUT THE UNITED STATES, AND CANADA ,JUN 28 1976 By the CITY COUNCIL CITY OF AWP"T BEACH TO: CITY COUNCIL June 28, 1976 CITY COUNCIL AGENDA ITEM NO. H(2)h FROM: Public Works Department SUBJECT: TRAFFIC SIGNAL AT BIRCH STREET AND DOVE STREET (C -1801) RECOMMENDATION: Adopt a resolution awarding Contract No. 1801 to Fischbach and Moore, Inc. for $25,179.00 and authorizing the Mayor and City Clerk to execute the contract. DISCUSSION: Eight bids for the installation contract were received and opened in the office of the City Clerk at 10:30 A.M., June 10, 1976. Contractor Amount Bid Fischbach and Moore, Inc. $25,179 Grissom & Johnson, Inc. 25,941 Copper State Electric Co. 26,154 Paul Gardner Corp. 27,848 CT &F, Inc. 28,130 Steiny and Company 28,390 Baxter- Griffin Co., Inc. 28,710 Smith Electric Supply 30,470 The engineer's estimate for this project is $32,000. Fischbach and Moore, Inc. is well qualified and has satisfactorily performed similar work for other agencies. This project provides for the installation of a traffic signal and lighting system at the intersection of Birch Street and Dove Street. Funds for the project are budgeted in the current Gas Tax Account. Division. 1976. The plans were prepared by Traffic Engineering The estimated date of completion is November 15, Bill E. Darnell Traffic Engineer BED :bcd a Q�l v JUN 28 1916 By the CITY OT NCIL CITY OF IeWPO KAOH RESOLUTION NO.f A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO FISCHBACH AND MOORE, INC. IN CONNECTION WITH TRAFFIC SIGNAL AT BIRCH STREET AND DOVE STREET, CONTRACT NO. 1801 WHEREAS, pursuant to the notice inviting bids for work in connection with the traffic signal at Birch Street and Dove Street, in accordance with the plans and specifica- tions heretofore adopted, bids were received on the 10th day of June, 1976, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefore is Fischbach and Moore, Inc.; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Fischbach and Moore, Inc. for the work in the amount of $25,179.00 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 28th ATTEST: City Clerk day of June , 1976. Mayor DDO /bc 6/22/76 ,A May 10, 1976 CITY COUNCIL AGENDA ITEM NO. H-10 TO: CITY COUNCIL FROM: Public Works Department SUBJECT: TRAFFIC SIGNAL AT BIRCH STREET AND DOVE STREET (C -1801) RECOMMENDATION: 1. Approve the plans and specifications. 2. Authorize the Deputy City Clerk to advertise for bids to be opened at 10:30 A.M. on June 10, 1976. DISCUSSION: This project provides for the installation of a traffic signal at Birch and Dove Streets. This project is in the 1975 -76 Traffic Signal Priority Program approved by the City Council on October 28, 1975. The plans were prepared by the Traffic Engineering Division. The estimated date of completion is November 15, 1976. The estimated cost of the work is $32,000. Funds for the project are budgeted in the current gas tax account. Bill E. Darnell Traffic Engineer BED:bcd Z-0>9!r LEGAL NOTICE . _ ,,;AL NOTICE CITY OF NEWPORT BEAC1i CALIFORNIA,T.;0 Z NOTICE INVITING BIDS SEALED BIAS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:30 a.m. on the 10th day of June, 1976, at which time they will be opened and read, for performing work as follows: Installation of traffic signal at Birch and Dove Streets CONTRACT NO. 1801 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, exe- cuted, 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 SEC- RETARY are required and the CORPORATE SEAL shall be affixed 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. One set of 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 bid opening. The City has adopted the STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (1973 Edition) as prepared by the Southern California Chapters of the Amer- ican 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 $5.00 per set. A standard "Certificate of Insurance for Contract Work for City" form has been adopted by the City. This form is the only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. For any required bond;, the company issuing Bid Bonds, Labor and Material Bonds, and Faithful Performance Bonds must be. an Insurance company or surety company licensed by the State of California, The companies must also have a current General Policy holders Rating of A or better; and a Financial Rating of at least AAA as per the latest edition of Best's Key Rating Guide (Prop- erty - Liability). In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.j, the City Council of the City of Newport Beach has ascer- tained the general prevailing rate of psr diem wages in the locality In which the work !s to be performed for each craft, classifJcatlmi, or type of workman or mechanic needed to �°gr;;te the contract and has set forth these r' items in resolution No. 8701 adopted February 9, 1976. A :opy of said resolution is available in the office of the Citv Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating k ?revailing wage rates (Sections 1770 -1781 inclusive). The contractor shall be responsible for compliance with SPGfon 1777.5 of the California Labor Code for all ap- r�reaticeable occupations, Tae contractor shall post a copy of the prevailing wage rates at the Job site, Copies may be obtained from the Public Works Department. The City reserves the right to reject any or all bids and to waive any informality in such bW. DORIS GEORU, CITY CLERK. HE PORT DEACH, CALIFO PIPSUSAt .lea'v . to the Nawmrt Hartnv F.nai s' July 18, 1977 Fischbach and Moore, Inc. 4690 Worth Street Los Angeles, CA 90063 r Subject: Surety: Insurance Company of North America Bonds No.: MNR 02 54 87 Project: Install Traffic Signal & Safety Lighting at Birch & Dove St. Contract No.: 1801 j Gentlemen: The City Council on June 13, 1977 accepted the work of subject project and authorised 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 June 16, 1977 in Book No. 12246, Page 1348. Please notify your surety company that bonds may be released 35 days after recording date. Doris George City Clerk DG:eg cc: Public Works Department To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on November 18, 1976 the Public Works project consisting of Installation of Traffic Signal & Safety Lighting at Birch Street & Dove Street on which Fischbach and Moore Inc. was the contractor, and Insurance Company of North America was the surety, was completed. VERIFICATI I, the undersigned, say: CITY OF NEWPORT _BEACH c Works Director 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 Julv 15. 1977 VERIFICATION I, the undersigned, say: at Newport Beach, California. I am the City Clerk of the City of Newport Beach; the City Council of said City on June 13. 1977 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�* �S /q 7 at Newport 'each, California. v ' RECEIVED NO JU1.1 ; 1977' Iry Cr NEWrnk'T REACH, � ,C� ,.717C 1771OPI TO R O�IF�RD By 29371 BK 12246P61348 C, V I-_- 1 EXEMPT CIO I ! RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA NOTICE OF COMPLETION 5 11 " h' JUN 16 1977 Past pas PUBLIC WORKS J,WYLIECARLYLE,CosntyRscord0f To All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on November 18, 1976 the Public Works project consisting of Installation of Traffic Signal & Safety Lighting at Birch Street & Dove Street on which Fischbach and Moore Inc. was the contractor, and Insurance Company of North America was the surety, was completed. VERIFICATI I, the undersigned, say: CITY OF NEWPORT _BEACH c Works Director 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 Julv 15. 1977 VERIFICATION I, the undersigned, say: at Newport Beach, California. I am the City Clerk of the City of Newport Beach; the City Council of said City on June 13. 1977 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�* �S /q 7 at Newport 'each, California. v ' RECEIVED NO JU1.1 ; 1977' Iry Cr NEWrnk'T REACH, � ,C� CITY OF NEWPORT BEACH CALIFORNIA City Hall 3300 W. Newport Blvd Date: June 15, 1977 Mr. J. Wylie Carlyle County Recorder P. 0. Box 238 Santa Ana, California 92702 Dear Mr. Carlyle: Attached for recordation is Notice of Completion of Public Works project consisting of installation of Traffic Signal b Safety Lighting at Birch St. 6 Dove St. Contract No. 1801_ on which Fischbach and Moore, Inc. was the Contractor and rnegranaa Conany of North Anerin, was the surety. Please record and return to us. Very trul yours, 11 Doris George rJ City Clerk City of Newport Beach Encl. 6 TO: Public Forks Department FROM: City Clerk SUBJECT: Contract No. Birch St. 6 Do" St. 0 Attached is signed oopy of subject contract for transmittal to the contractor. Contractor: — Fischbach and Moore Inc Address: 4690 Worth St.. Los Au alas. CA 90063 Amount: $9-1-179 Effective Date: 7,1, 91, 1976 Resolution No. 8819 Doris George DG:swk Att. cc: Finance Department CITY CLERK Ll CONTRACT NO. 1801 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR INSTALLATION OF TRAFFIC SIGNAL AND SAFETY LIGHTING AT BIRCH STREET AND DOVE STREET Approved by the City Council this 10th day of Mme, 1976 Doris `George, CitiGClerk SUBMITTED BY: Fischbach and Moore, Inc. Contractor 4690 Worth Street r —es s Los Angeles, CA 90063 City Zip (213) 264 -4250 hone $25,179.00 Total Bid Price TRAFFIC SIGNAL SYSFEM OF BIRCH STREET AND DOVE STREET CONTRACT NO. 1801 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Gentlemen: PR 1 of 2 The undersigned declares that he has carefully examined the location of the work, has read the Notice. Inviting Bids, has examined the Plans and Special Provisions, and hereby pro- poses to furnish all materials and do all the work required to complete Contract No. 1801 and will take in full payment therefor the following unit prices for each item, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Construct traffic signal and lighting system at the intersection of Birch Street with Dove Street. $25.179 $25.179— TOTAL PRICE WRITTEN IN WORDS:Twenty -Five Thousand Dollars One Hundred Seventy -Nine and No Cents Fischbach nd I4I re. Inc. _ Contractors ame / June 10, 1976 S B ce' . R Date Authorize Signature CONTRACTOR'S ADDRESS 4690 Worth street Los Angeles CA 90063 TELEPHONE NUMBER (213)264 -4250 121753 CONTRACTOR'S LICENSE NO. NOTE: • . PR 2 of 2 Designate the Traffic Signal Controller Supplier in the space below: Name o on r er upp ier AM!!. 213 -775 -6351 Te ephone Number 0 Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:30 A.M. on the 10th day of June , 1976 , at which time they will be opened and read, for performing work as follows: CONSTRUCTION OF TRAFFIC SIGNAL AND SAFETY LIGHTING AT BIRCH STREET AND DOVE STREET CONTRACT NO. 1801 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 C_orroraatee Seal shall be of fixed to all documents requiring signatures. In the case of a aril tnership, 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. One set of 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. (cont.) Cl • Page la The City has adopted the Standard Specifications for Public Works Construction (191.3 Edition) as prepared by the Southern Ca w or is Chapters of t e erican Public Works Association and the Associated ,fieneral 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 $5.00 per set. A standard "Certificate of Insurance for Contract Work for City" form has been adopted by the City. This form is the only certificate of insurance acceptable to the City. The successful low bidder will be required to complete this form upon award of the contract. For any required bonds, the company issuing Bid Bonds, Labor and Material Bonds, and Faithful Performance Bonds must be an insurance company or surety company licensed by the State of California. The companies must also have a current General Policy Holders Rating of A or better; and a Financial Rating of at least AAA as per the latest edition of Best's Key Rating Guide (Property - Liability). 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 Resolu- tion No. 8701 adopted February 9, 1976. 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). The contractor shall be responsible for com- pliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department. The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 3 -22 -76 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 words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including 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. 121753 Classification m Accompanying this proposal is Bidders Bond (Cash, Certified Check, as ier s Check or on 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 tm-X�- contract .h 2131264-4250 Fischbach and Moore, Inc. Phone u er Bidder s Name June 10, 1976 S /Boyce J. Ringer,, (SEAL) L✓IJi'4,1 J H. J°asV1Ybw, Asst. Secretary 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: F.S. Kellstrom President S.E. Davidson Vice President Philip Heller Secretary G.H. Jastrow Asst. Secretary C.R. Acker TreaSUrer - • DESIGNATION OF SUBCONTRACTORS Page 3 The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors 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 subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address 1. NOT REQUIRED 9 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Bidder's Name Authorized Signature Type of Organization (Individual, Co- partnership or Corp.) Address "FOR ORIGINAL SEE CITY CLERK'S FILE COPY" Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we and as Principal, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Dollars ($ ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, 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 day of 19 Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) LA Title ncipa Surety • • 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 agree- ment 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 arrangement or agree- ment 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 materialman 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 inducement 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 whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Fischbach and Moore, Inc. B Subscribed and sworn to before me this ldthday of June 197_ My commission expires: y� C S/ Louts txRa$klaJtlYS eK Carole R. Alois Notary u T c nlnnwmnnlnnnnnnm,Nl,fMmennMtn OFFICIAL SEAL 9 CAROLE R. ALVIS C ; o NOTARY PUBLIC -CALIFORNIA LOS ANGELES COUNTY My Commission Expires Aug. 13, 1979'. imnnnnuulu.wuuuunuuumuuuuunnnl 0 0 Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility. z St �n Dist. Manager _ �igned 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 Telephcne No. 7/75 City of Los Angeles (CRA) Mr. R. Samardzich 213 - 688 -7520 2/75 City of Compton Mr. D. Lim 213 - 537 -8000 9/74 City of Westminster Mr. D. Shambeau 714 - 893 -4511 3176 RT 57 Fwy., State of CA Mr. T. Dorsey 714- 997 -5071 Page 8 BOND NO. MNR 02 54 87 LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted June 28, 1976 has awarded to Fischbach and Moore Inc hereinafter designated as the "Principal ", a contract for Traffic Signal and Safety Lighting at Birch Street and Dove Street (C -1801) 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 of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing 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 FISCHBACH AND MOORE, INC. as Principal, and INSURANCE COMPANY OF NORTH AMERICA as Surety, are held firmly bound unto the City of Newport Beach, in the sum of TWELVF. THOUSAND FIVE HUNDRED EIGHTY -NINE AND 50 /100 - - Dollars ($ 12,589.50 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 above bounden Principal 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. This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon 0 10 Page 9 (Labor and Material Bond - Continued) this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the 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 7tii day of July , 19 76 FISCHBACH AND MOORE, INC. Seal)_ / Name o ntractor Principal ted 5'Ig%atur and Title J. Rge�, istrict:Manager Mthorizetl So nature and Title G. H. Jas row, Asst. Secretary IISURANCE COMPANY OF NORTH AMERICA (Seal) Name of Surety 4050 Wilshire Boulevard Los Angeles, California 90010 Address of Surety BY Signature and Title of'Authorized Agent R. D. McManus, Attorney in Fact 4050 Wilshire Blvd.-Loa Aneeles.Ca. ddress of Agent 381 -2577 Telephone No. of Agent STATE OF CALIFORNIA l 7 COUNTY OF LOS ANGELES 11 55. SS•6733 Printed in U.S.A. On this 7th day of July in the year 1976 before me SEAN T. YOUNG a Notary Public in and for the STATE OF CALIFORNIA personally appeared R. D. Mc MANUI$ known to me to be the person whose name is subscribed to the within instrumen as the Attorney -in -Fact of the INSURANCE COMPANY OF NORTH AMERICA, and acknow- ledged to me that he subscribed the name of the INSURANCE COMPANY OF NORTH AMERICA thereto as surety and his own name as Attorney -in -Fact. Notary Public in -and for jKe State of O f[iforn is Page 10 PERFORMANCE BOND BOND NO. 1148 02 54 87 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted June 28_19 has awarded to Fischbach and Moore Inc. hereinafter designated as the "Principal ", a contract for Traffic Signal and Safety Lighting at Birch Street and Dove Street (C -1801) 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 of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, FISCHBACH AND MOORE, INC. as Principal, and INSURANCE COMPANY OF NORTH AMERICA as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of TWENTY —FIVE THOUSAND ONE HUNDRED SEVENTY —NINE AND 'N0 1100 — Dollars ($ 25,174.00 � 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, con- ditions, 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. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice Page 11 (Performance Bond - Continued) of any such change, extension of time, alterations or additions 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 7ti, day of ,71110 , 19 76 R 1Au _.�avuI r (Principal) zea / gnature,pno i i t i e J. R4V%ep, Pistrict Manager tle G. H. Jaserow, Asst. Secretary INSURANCE COMPANY OF NORTH AMERICA (Seal) Name of Surety 4050 Wilshire Boulevard Los Angeles, California 90010 Address of Surety BY Signature and Title of Authorized Agent Approved as form: R. D. McManus, Attorney in Fact o n 4050 Wilshire B1vd.,Los Angeles,Calif. r 11 ';I Address of Agent 381 -2577 Telephone No. of Agent STATE OF CALIFORNIA COUNTY OF_. L05 ANGELES 111 SS. .P`�a� Al -,OPT AV IV `' sFO'• v° o O 8S -6733 Printed in U.S.A. On this 7th day of July in the year before me JEAN T. YOUNG 1976 a Notary Public in and for the STATE OF CALIFORNIA personally appeared R. D. Mc MANUS known to me to be the person whose name Is subscribed to the within instrument as the Attomey -in -Fact of the INSURANCE COMPANY OF NORTH AMERICA, and acknow- ledged to me that he subscribed the name of the INSURANCE COMPANY OFNORTH AMERICA thereto as surety and his own name as Attomeyin -Fact. .dx tary Public in and for State of ifornia n u POWER OF ATTORNEY 0 INSURANCE' COMPANY OF N010111 ANIERIGk 1'll)VADELI'll l I. I-A. Motu all mtn by tbtgt prtstntfi: That the INSURANCE COMPANY OF NORTH AMERICA, a corporation of the Commonwealth of Pennsylvania, having its principal office in the City of Philadelphia, Pennsylvania, pursuant to the following Resolution, which was adopted by the Board of Directors of the said Company on June 9, 1953, to wit: "RFSt11.V ElI, pui'euanl to Articles :L6 :,fill fi-I of the By -Laws, than the following Rules shall govern 0o executool Cur the I'urnpany of bolo), uott ud,ilg -s, retrognizunres, c•nntracts and other writings in the nature thereof: 111 "Such writings . <hall le >ignr.l by the )'resident, a Vice )'resident, nn Assistant Vice President, a R',odent Vice Piv,idcnl na':ut .Attorney .n 1';u d. I-'1 "I' "h slgncd IN :,n Atl.oney ❑i Faet, such writings shall huyr the soul of the company affixed thereb., dot -v ly the Se. I. ta,N, ;,n :1. -a -lout tie 21 -taly or a Resident AcsisL,nt Secretary. when such writing* :u'e _.igned by an :Atli.. It' Furl, he ah:,ll elthe, ulhs :n, impression of the COolluuly', >vA or use Ionia Other generally a",pte.1 method of iod'.erting use of a s,'al ta> by writing the i,ord "Seal" or the Inters "L.S.' after his signature) CSI "Krs,film Vice I'I, silents, Resident Assistant Seoret:v ies and Attorneys- in - Fa,t may ho appointed 1, the President of :u.y Vice I'resideot, frith such hoops nu their withority to bind the Conipuny as the appointing olllrer nla} see fit in impose, l 11 "Slob Ge.vuhad o ict I: and Attioneys.m -Fact shall have authority to act as aforesaid, whether or riot the President. the Serrel:,ry. or both, be a se,n or inca paviUned; ;uul shall also havo authority to certify Of verify copies of this Res,du- Uon, the Iiy I, ;,I,S of the tlmgoa [IN , and ally allidavit of record Of till Comp;u;y nucesaary to the discharge of their duties, (5) "Any such writing cxeculed in accordance with thrso holes shall be as binding upon the Company in any case as though signed ly the President and attested by the Secretary." does hereby nominate, constitute and appoint R. D. McMANUS, of the City of Los Angeles, State of California its true and lawful agent and attorney -in -fact, to make, execute, seal and deliver for and on its behalf, and as its act and deed any and all bonds and undertakings in its business of guaranteeing the fidelity of persons holding places of public or private trust, and in the performance of contracts other than insurance policies, and executing and guaranteeing bonds or other undertakings, required or permitted in all actions or proceedings or by law required or permitted. All such bonds and undertakings as aforesaid to be signed for the Company and the Seal of the Company attached thereto by the said R. D. McManus, individually. And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its office in Philadelphia, Com- monwealth of Pennsylvania, in their own proper persons, IN WITNESS WHEREOF, the said .... .................. C. DANIEL ... DRAKE.___...._....._ ......... .. Vice - President, has hereunto subscribed his name and affixed the corporate seal of the said INSURANCE COMPANY OF NORTH AMERICA this ..... ........... ........... ...... 1.7.th. ....... ._ _.... .._._.._..................._day of ....... .............. ..January........... ...197A...... (SEAL) INSURANCE COMP N(Y OF NORTH AMERICA by ._ . Vice - President STATE OF PENNSYLVANIA COUNTY CIF PHILADELPHIA sa. On this..._. ..... . 17th. ,.- ...,.... -,_day of- .....- ......January .. ... A. D. 19 7.4.., before the subscriber, a Notary Public of the Commonwealth of Pennsylvania, in and for the County of Philadelphia, duly commissioned and qualified, came C..- DANIEL. DRAKE „ ... Vice- President of the INSURANCE COMPANY OF NORTH AMERICA to me personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknowledged the execution of the same, and, being by me duly sworn, deposeth and sloth, that he is the officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the corporate seal of said Cons; ary, and the s_eid rnrnornto seal and his signature as officer were duly affixed and subscribed to the said instru- ment by the authority and direction of the said corporation, and that Resolution, adopted by the Board of Directors of said Company, referred to in the preceding instrument, is now in force. ONY WHEREOF, I have hereunto set my hand and affixed my official seal at the City of Philadelphia, t d;y— s>7ta� Atat above written. f v Notary Public. i es November 28, 1977 a '1 '� }. a d, Assistant Secretary of INSURANCE COMPANY OF NORTH AMERICA, do hereby certify that Ir a - ATTORNEY, of which the foregoing is a full, true and correct Wli�����It is in full force and effect. n w r f, I have hereunto subscribed my name as Assistant Secretary, atx gthe corporate seal of rifratn8 i ......7th ....._......_day of .. -. Ju15'....._._. 1 t/6 (SEAL) !— _.._. ..._.._ . -.._. _ Aasis�e.nt Secretary --. 856067 Printe0 in U.S.A. 0 0 CONTRACT THIS AGREEMENT, made and entered into this Vjb day Page 12 of by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and Fischbach and Moore, 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 Traffic Signal and Safety Lighting at Birch Street and Dove Street (C -1801) 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 may be. 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to for the price aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the Plans and Specifications, and all amendments thereof, when approved by the 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. a • • Page 13 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and'a; schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the Director of Public Works, and their officers and employees, from all claims, loss, damage, injury, and liability of every kind, nature, and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury, and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the day and year first above written. ATTEST: CITY OFINEWPORT,BEAC By )ore, Inc.. Bye hJ oyc J.. ge Dist ict Mana er By: _ a�L — G. H. J row, Asst. Secretary it e F I S C H B A C H A N D M O O R E INCORPOR4TE0 July 1, 1976 City of Newport Beach City Hall 3300 W. Newport Blvd. Newport Beach, California 92663 Gentlemen: 4690 WORTH STREET LOS ANGELES, CALIFORNIA 90063 12131264 -4250 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. FISCHBACH AND MOORE Inpgrporated B6 c J. Ri g e r District Manager PfCEIVED JUL1 21976► ` TRAFFIC �ENGII?�'�gdC OFFICES IN PRINCIPAL CITIES THROUGHOUT THE UNITED STATES, AND CANADA F I S C H B A C H A N D INCORPORATE. July 1,1976 City of Newport Beach City Hall 3300 W. Newport Blvd. Newport Beach, California 92663 Gentlemen: M O O RE 4690 WORTH STREET LOS ANGELES, CALIFORNIA 90063 - 12131264 -4250 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. FISCHBACH AND MOORE in rporated BZce /J. Ri gii er District Manager OFFICES IN PRINCIPAL CITIES THROUGHOUT THE UNITED STATES, AND CANADA • VA F I S C H B A C H A N D INCORPORATED low July 1, 1976 City of Newport Beach City Hall 3300 W. Newport Blvd. Newport Beach, California 92663 Gentlemen: 40 M O O PIE 4690 WORTH STREET LOS ANGELES, CALIFORNIA 90063 12131264-4250 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. FISCHBACH AND MOORE In/ rporated 2B cep IT Ringer District Manager OFFICES IN PRINCIPAL CITIES THROUGHOUT THE UNITED STATES, AND CANADA (1) (2) CITY OF NEWPORT BEACH CERTIF`TE OF INSURANCE FOR CONTRACT W10 FOR CITY IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT N0.18 O1 MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE Project Description: Installation of Traffic Signal C Birch & Dove St. This is to certify that the Travelers nsurance has issued to Fischbach and Moore, Inc. Name of Insured 4690 Worth Street, Los Angeles, California (Address of Insure the policy of liability insurance certified herein. CITY CONTRACT ENDORSEMENT 90063 This endorsement is attached to the policy described herein to assure compliance by the named insured with the terms and provisions of the contract or other agreement(s) entered into between the insured as contractor and the City of Newport Beach. The Company amends the policy described herein as follows: 1. It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled or materially changed until thirty days after receipt of registered written notice of cancellation or change by the City of Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92660. 2. The City of Newport Beach, its officers and employees are hereby declared to be additional insureds in the policy described insofar as they may be held liable for injuries, death or damage to property excluding the sole negligence of the City, its officers and employees. It is further agreed that any other insurance carried by the City, its officers and employees shall not hp rantri h or orimary w This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). NOT APPLICABLE. Name of Agency or Broker: Alexander & Alexander, Inc. Address of Agency or Broker: 3550 Wilshire Blvd., Los Angeles, California 90010 Telephone No.(213) 385 -5211 Countersigned by:, T Authorized Insuranc Co ny Representative Effective date of this endorsement: June 28 , 19 76 , Endorsement No. Fe ial) ie sal olicy Term Limits of Liability Covera a lic No. Each Occurrence (Minimum: Aggregate (Minimum: $500,000) $ 500,000 Protecti, $1,000,000 Products $ 500,000 Contracts HOW C MPLETE INFOR TION BELOW Policy No. COMPREHENSIVE LIAB. - SLG -114T8 8- Combined Single 7 -74 From: 4/1/76 $ Included Protecti Limit Bodily Injury $ Included Products or Property Damage To: 4/1/77 $ 1.000,000. $ Included Contract Automobile Liabili �RSI8J&jjg �i �s�ol � TRK- NSA -114T s 9 -74 29- Each Occurrence This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). NOT APPLICABLE. Name of Agency or Broker: Alexander & Alexander, Inc. Address of Agency or Broker: 3550 Wilshire Blvd., Los Angeles, California 90010 Telephone No.(213) 385 -5211 Countersigned by:, T Authorized Insuranc Co ny Representative Effective date of this endorsement: June 28 , 19 76 , Endorsement No. Fe ial) ie sal (1) (2) CITY OF NEWPORT BEACH CERTIFI(* OF INSURANCE FOR CONTRACT WO•FOR CITY IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITH RESPECT TO CONTRACT N0.18 01 MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE Project Description: Installation of Traffic Signal C Birch & Dove St. This is to certify that the Insurance Company of Insurance Company has issued to Fischbach and Moore, Inc. Name of Insured 4690 Worth Street, Los Angeles, California (Address of InsurE the policy of liability insurance certified herein. CITY CONTRACT ENDORSEMENT 90063 This endorsement is attached to the policy described herein to assure compliance by the named insured with the terms and provisions of the contract or other agreement(s) entered into between the insured as contractor and the City of Newport Beach. The Company amends the policy described herein as follows: 1. It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled or materially changed until thirty days after receipt of registered written notice of cancellation or change by the City of Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92660. 2. The City of Newport Beach, its officers and employees are hereby declared to be additional insureds in the policy described insofar as they may be held liable for injuries, death or damage to property excluding the sole negligence of the City, its officers and employees. It is further agreed that any other insurance carried by the City, its officers and emolovees shall not bP ran rih utinq or Drimary with the insurance Drovided by this nolicv_ This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). NOT APPLICABLE. Name of Agency or Broker: Alexander & Alexander, Inc. Address of Agency or Broker: 3550 Wilshire Blvd., Los Angeles, California 90010 Telephone No.(213) 385 -5211 I Countersigned by: ,e sal ) re sal Effective date of this endorsement: June 28 , 19 76 , Endorsement No. olicy TermN Limits of Liability Covera a NZ of c No., Each Occurrence (Minimum: Aggregate (Minimum: $500,000) $ 500,000 Protecti, I 1-N $1,000,000 Products $ 500,000 Contracts HOW C \ MPLETE IN FOR ATION BELOW Policy No. COMPREHENSIVE LIAB. -SLC -114x8 8- Combined Single 7 -74 From: 4/1/76 $ Included Protecti Limit Bodily Injury $ Included Products TRK- NSA -1147 s 9 -74 or Property Damage Automobile Liabili 1 Bfiligl}g g1: got% To: 4/1/77 29- $ 1.000.000. $ included Contract Each Occurrence This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). NOT APPLICABLE. Name of Agency or Broker: Alexander & Alexander, Inc. Address of Agency or Broker: 3550 Wilshire Blvd., Los Angeles, California 90010 Telephone No.(213) 385 -5211 I Countersigned by: ,e sal ) re sal Effective date of this endorsement: June 28 , 19 76 , Endorsement No. r < CITY OF NEWPORT BEACH (1) (2) CERTIFIO OF INSURANCE FOR CONTRACT WO•FOR CITY IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY OF NEWPORT BEACH WITf ?RESPECT TO CONTRACT N0, 1801 MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE Project Description: Installation of Traffic Signal C Birch & Dove St. This is to certify that the Travelers Insurance Company Name of Insurance Company has issued to Fischbach and Moore, Inc. Name of Insured 4690 Worth Street, Los California 90063 s of Insured) the policy of liability insurance certified herein. CITY CONTRACT ENDORSEMENT This endorsement is attached to the policy described herei*1 to assure compliance by the named insured with the terms and provisions of the contract or other agreement(s) entered into between the insured as contractor and the City of Newport Beach. The Company amends the policy described herein as follows: 1. It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled or materially changed until thirty days after receipt of registered written notice of cancellation or change by the City of Newport Beach, c/o City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92660. 2. The City of Newport Beach, its officers and employees are hereby declared to be additional insureds in the policy described insofar as they may be held liable for injuries, death or damage to property excluding the sole negligence of the City, its officers and employees. It is further agreed that any other insurance carried by the City, its officers and emolovees shall not be contrih- Ong or primary with the insurance provided by this policy. _.1.. This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). NOT APPLICABLE. Name of Agency or Broker: Alexander & Alexander, Inc. Address of Agency or Broker: 3550 Wilshire Blvd., Los Angeles, California 90010 Telephone No.(213) 385 -5211 0� Countersigned by: f � s{ Authorized Insurance any Representative Effective date of this endorsement: .rune 28 , 19 76 , Endorsement No. re ial) �e ual ti f f olicy Term Limits of Liability Covera a of c No\ Each Occurrence (Minimum: Aggregate (Minimum: $500,000) $ 500,000 Procti \\ \ $7,000,000 Products $ 500,000 Contract HOW C MPLETE INFOR ATION BELOW Policy No. COMPREHENSIVE LIAB. 7SLC -ll4T8 8- Combined Single 7 -74 From: 4/1/76 $ Included Protecti Limit Bodily Injury $ Included Products or Property Damage To: 4/1/77 $ 1,000,000. S'-included Contract Automobile Liabili l Bfi18gfifi %Ego$y TRR- NSA -114T s 9 -74 29- Each Occurrence This policy includes at least the following coverages: a. Contractual or Assumed Liability, relating to contract(s) between the Named Insured and the Certificate Holder Named above. b. Owned, Hired and Non -Owned Automobiles. c. Contractors Protective Liability (When Insured engages Subcontractors). d. Products Liability or Completed Operations. e. Explosion and Underground Hazards (when applicable). f. Personal Injury Hazards. g. Broad Form Property Damage. h. Marine or Aviation (when applicable). NOT APPLICABLE. Name of Agency or Broker: Alexander & Alexander, Inc. Address of Agency or Broker: 3550 Wilshire Blvd., Los Angeles, California 90010 Telephone No.(213) 385 -5211 0� Countersigned by: f � s{ Authorized Insurance any Representative Effective date of this endorsement: .rune 28 , 19 76 , Endorsement No. re ial) �e ual ti f f .-A. WW THE TRAVELERS Certificate of Insurance This is to certify that policies of insurance as described below have been issued to the insured named below and are in force at this time. If such policies are canceled or changed during the periods of coverage as stated herein, in such a manner as to affect this certificate, 30 days written notice will be mailed to the party designated below for whom this certificate is issued. 1. Name and address of party to whom this certificate is issued 2. Name and address of insured F Public Works Department - CITY OF NEWPORT BEACH Fischbach and Moore, Inc. 3300 W. Newport Blvd. (See Reverse Side) Newport Beach, CA 92663 Job WL -1124 L J Birch Ave. & DoveSt. Signal 3. Location of operations to which this certificate applies Liability - Worldwide Workers' C R* sation -All States 4. Coverages For Which Insurance is Afforded Limits of Liability Policy Number Policy Period•' Workmen's Compensation and Compensation— Statutory 1 TMU- 0- 114T830 -75 4 -1 -75/77 Employers' Liability a the state named in item 3 hereof y mpl er' a Liability * Epp � � 2 TDR-- UB-111 Ta 4 34 -3-75 1- 4- 75/77 81,000, -000 - -- — — TDRO =UB-11 T8 1 -8- T831- _ 4-1-75/77 - - _ -- Boddy Injury Liability Included 4 TR- UB- 114T832-A -75 4 -1 -75/77 — except automobile S , 000 each person :Below each occurrence k Calif. Workmen'..s Comp S 000 aggregatet 1Completed Operations eluding Protective ...................................................... and Products only ............................... Property Damage Liability Included — except automobile i , OOO each occurrence —_cluding Protective 13 eIOX S , 000 aggregate Bodily Injury Liability Included — automobile S , 000 each person 'Below ' 000 each accident ----------------------------------------- S , 000 each occurrence _ ---------------------------- ---------- ...._. Property Damage Liability Included — automobile , 000 each accident elOX 000 each occurrence 5\/ TRH- SLG- 114T828 -7 -74 4 -1 -74/77 S[ Liability (Bodily Injurp`and� S 1,000, 000 each „ccurrenc* �e�- 114rr8.19 -9-71, 1,- 1— •�I,/77 Y 4 4 —rte Property Damage) f 1 ,000, 000 aggregate / \ / \kk--��ffxr - S , 000 each occurrence I *3rd party claims oth r than auto Catastrophe or Excess S , 000 each aggregate ** All auto claims b0 lst & 3rd i 000 deductible amt. I parties. 'Absence of an entry in these spaces means that insurance is not afforded with respect to the coverages opposite thereto. is effective and expires at 12:01 A.M., standard time at the address of the named insured-as stated herein. --*Policy Description of Operations, or Automobiles to which the policy applies: (1) All 'States Compensation excluding N.J. , Calif., Texas (2) Calif. Compensation (3) Texas Compensation (4) New Jersey Compensa- tion (5) General Liability including Products, Completed operations, Independent Con- tractors, and Blanket Contractual Liability (6) Automobile Liability including Hired Automobiles and Non -Owned Automobiles (7) Massachusetts Automobile Liability The insurance afforded is subject to all of the terms of the policy, including endorsements, applicable thereto. Producer — Alexander A, AlarzenAnrl T_ nn- O(fic, New Yoxk City Date ± -14 -75 EQUITABLE FIRE AND MARINE INSURANCE COMPANY THE TRAVELERS INSURANCE COMPANY THE TRAVELERS INDEMNITY COMPANY THE CHARTER OAK FIRE INSURANCE COMPANY By Secretarc, Casualty- Property Department By C -5918 Rcv. 7 -08 >e,nrco N _s.n. 371 SeOPlnr \', Casualty Property Department t • • AND /OR FISCHBACH AND MOORE OF ALASKA INCORPORATED, AND /OR A.S. SCHULMAN ELECTRIC COMPANY OF ILLINOIS, A SUBSIDIARY, AND /OR MODERN ELECTRIC COMPANY, AND /OR F & M MECHANICAL CO., AND /OR FISCHBACH AND MOORE OF CANADA LTD., AND/ OR FISCHBACH AND MOORE OF QUEBEC LTD. AND /OR W.V. PANGESORNE & CO., INC. AND/ OR E.S. BOULOS & CO., AND /OR W. HEATH & CO., INC., D /B /A HEATH AND COMPANY AND LIBERTY /HEATH, A DIVISION OF HEATH & GO., INC. AND /OR FISCHBACH AND MORE OF PUERTO RICO, INC., AND /OR FISCHBACH AND MORE MECHANICAL CO., AND /OR AHNHART ELECTRIC INC., AND /OR STANDARD IRON SUPPLY INC., D/B /A CAL - STANDARD SUPPLY, AND /OR MACHINERY SUPPLY, A DMSION OF CAL STANDARD SUPPLY, AND /OR CONSTRUCTION DATA SYSTEMS, INC., AND /OR ART CRAFT SIGN CO., INC., D/B /A ARTCRAFT HEATH, AND /OR AMARCO CONSTRUCTION CORPORATION, AND /OR COUNTY ELECTRIC CO., INC. AND /OR NEWBRIDGE ELECTRIC CO., INC., AND /OR FISCHBACH AND MOORE INTERNATIONAL CORP., AND /OR ASSOCIATED ELECTRICAL AND /OR BUM MECHANICAL CORP., AND /OR W.W. CLARK CORPORATION, AND /OR BEACH ELECTRIC CO., INC., AND /OR T.H. GREEN ELECTRIC CO., INC., AND /OR THE BALDWIN- STEWART ELECTRIC CO., AND /OR WATSON- FLAGGS ELECTRIC CO., INC., AND /OR F & M SYSTEM & CO., AND /OR ELECTRONIC SYSTEM ENGINEEIRIING, AND/ OR ALAI) CORPORATION, AND /OR JOHN MILLER ELECTRIC CO., INC., AND /OR CORBIN DYKES ELECTRIC COMPANY, INC., AND /OR ARIZONA TRUCK RENTALS, INC., AND /OR A.S. SCHULMAN DIVISION, AND /OR CARREHO & TRISTANI, AND /OR GIDEON ENGINEERING CORPORATION AND/ OR TIBBETTS PLUMBING AND HEATING COMPANY, AND /OR FISCHBACH & MOORE INTERNATIONAL CORPORATION, S.A., AND /OR NATKIN & CO., AND /OR F & M AUTOMATION DIVISION AND /OR F & M ELECTRICAL CONTRACTING, INC., AND /OR DEEVERS ELECTRIC CO. THE TRAVELERS Certificate of Insurance 'I his is to certify that policies of insurance as described 'below have been issued to the insured named below and are in force at this time. If such policies nre canceled or changed during the periods of coverage a, stated herein, in such a manner as to affect this certificate, 30 days written notice will be mailed to the party designated below for whom this certificate is issued. r7 Name- - -- i 1. lame and addre =s of parts to whom this certificate is issued j 2. Name and address of insured i r. Public Works Department CITY OF NEWPORT BEACH Fischbach and Moore, Inc. 3300 W. Newport Blvd. (See Reverse Side) Newport Beach, CA 92663 Job WL -1124 J Birch Ave. & DoveSt. Signal 1 3. Location of operations to which this certificate applies ' Liab_il_itg- Worldwide _ Workers_' Compensation-All States _ Co d. Coverages For Which Insurance is Afforded Limits of Liability Number Policy Period °_ I Workmen's Compensation and I ' _ Compensation- Statutory - _Policy _ 1 'jBRK- UB- 114T830 -75 4 -1 -75/77 Employers' Liability in the state j ! named in item 3 hereof i Employer' a - Liability * 2 TDK- DB-- 114T834-3 -754 -1 -75/77 81,000,000 - --- -- Included - TDHO -UB-114t831-8-n75 1- —4- �2r/7� 1 Bodily Injury Liability - - !� mlt- us- 114T832 -A -75 4 -1 -75/77 - except automobile _ ! IS , 000 each person - , 000 each occurrence "Below , Calif. Workmen's Comp $ , 000 aggregatet tCompleted Operations , eluding Protective - I------------ - -- -- ------ --------- --- --- and Products only ---- ----- ------------------ - ------- -------- -. Property Damage Liability Included - except automobile $Below • 000 each occurrence eluding Protective S , 000 aggregate Bodily Injury Liability - Included - automobile iS , 000 each person 'Below . 000 each accident -- -- --- -- - - -- --- _ 5 .000 each occurrence -- ------- -'-- '----each - occurrence ---- Property Damage Liability Included - - automobile i , 000 each accident S Blow 000 each occurrence I$ (5 TRK-sLG- 114T828 -7 -74 4 -1 -74/77 Liability (Bodily Injury and 1 000, 000 each occurrent# (6 NSA- 114T829 -9-?4 4 -1 -74/77 Property Damage) --- S 1 000. OOO a r aggregate $ 1 -- -_- ( r 7. TE -FM('_ I1103F5 -7K Ii— : r /., -7; 47 -TR- .. 1 *3rd party claims oth -1 r than auto S , 000 each occurrence Catastrophe or Excess S , OOO each aggregate ** All auto claims bo 1st & 3rd IS , 000 deductible amt. parties. 'Absence of an entry in these spaces means that insurance is not afforded with respect to the coverages opposite thereto. Poliq- is effective and expires at 12:01 A.M., standard time at the address of the named insured as stated herein. _- Description of Operations, or Automobiles to which the polity applies: (1 ) All .States Compensation excluding N.J. Calif., Texas (2) Calif. Compensation (3) Texas Compensation (4) New Jersey Compensa- tion (5) General Liability including Products, Completed operations, Independent Con- tractors, and Blanket Contractual Liability (6) Automobile Liability including Hired Automobiles and Non -Owned Automobiles (7) Massachusetts Automobile Liability Thy affurded is subject to all of the terms of the pulicv, including endorsements, applicable thereto. Producer_Alexandpr X A1RZanriPr_ Inn`_ - Office York City Date -3- _14-75 _ FQUI I -ABLE FIRE AND MARINE INSURE COMPANY THE TRAVELERS INSURANCE COMPANY ANC THE TRAVELERS INDEMNITY COMPANY THE CHARTER OAK FIRE. INSURANCE COMPANY By Srnelar r. Casualty- Property Department By /� eC- .-ty._- ,- C-8919 R,1.768 M%_ .. ,._.. 371 /`V Senetarp, Casualty - Property Department THE TRAVELERS Certificate of Insurance I his is to certifv that policies of insurance as described below have been issued to the insured named below and are in force at this time. If such policies are canceled or changed during the periods of coverage as stated herein, in such a manner as to affect this certificate, 1 30 days written notice will be mailed to the party designated below for whom this certihcate is issued. 1. Name mul address of pare to whom this Certificate is issued 2. Name and address of insured 1 F Public Works Department -� — CITY OF NEWPORT BEACH Fischbach and Moore, Inc. 3300 W. Newport Blvd. (See Reverse Side) Newport Beach, CA 92663 Job WL -1124 Birch Ave. & DoveSt. Signal i L J 3. Location of operations to which this certificate applies — Liability- Worldwide Workers' Compensation -All States 4. Coverages For Which Insurance is Afforded Limits of Liability Policy Number Policy Period* I Workmen's Compensation and j _ _ _ Compensation— Statutory _ _ _ _ _ 1 TDRg- UB- 114T830 -75 4 -1 -75/77 Employers' Liability in the state I named in item 3 hereof Employer's Liability * 2 TDB- UB- 114T834-3 -75 4 -1 -75/77 _ $1, 000,000 TDRO- IIB- 11�1T831- -75 4-1-75/77 Included - - -- -- 4 TR UB- 114T832 —A -75 Bodily Injury Liability -- 4 -1 -75/77 — except automobile $ , 000 each person , 000 each occurrence BelOw S Calif. Workmen'.s Comp , 000 aggregatet tCompleted Operations _eluding Protective _ and Products only I Property Damage Liability Included —except automobile I $Below , 000 each occurrence _eluding Protective i , OOO aggregate _ Bodily Injury Liability Included ' — automobile $ .000 each person "Below 000 each accident I -____. ____..__- .____.___.__.__ $ , 000 each occurrence ._ __.___..__._.. ._._ Property Damage Liability Included — automobile , 000 each accident Below , 000 each occurrence (5 TRg SLG- 114T828 -7 -74 4 -1 -74/77 Liability (Bodily Injury and $ 1,000, 000 each occurrent* 6 TR- NSA- 114T829 -9-74 4 -1 -74/77 Property Damage) $ 1 ,000, 000 aggregate -- ... 7 TR—MG-111435=5=75 — 1- +,�1+� -- 75 77 -- - -- — • $ ,000 each occurrence l *3rd party claims oth r than auto Catastrophe or Excess I$ , 000 each aggregate . ** All auto claims bo lst & 3rd is , 000 deductible amt. I parties. 'Absence of an entry in these spaces means that insurance is not afforded with respect to the coverages opposite thereto. "Policy is effective and expires at 12:01 A.M., standard time at the address of the named insured as stated herein. _ Description of Operations, or Automobiles to which the policy applies: / 1 All States Compensation excluding N.J. , Calif., Texas (2) Calif. Compensation (3) Texas Compensation (4) New Jersey Compensa- tion (5) General Liability including Products, Completed operations, Independent Con- tractors, and Blanket Contractual Liability (6) Automobile Liability including Hired Automobiles and Non-Owned Automobiles (7) Massachusetts Automobile Liability The innuan,e affurded is subject to all of the terms of the police, including endorsements, applicable thereto. Producer__ Alexmder h AIAZ dpr, Tnet.- Office — Rem York City Date, 11� -75 EQL'I "TABLE FIRE AND MARINE INSURANCE COMPANY THE TRAVELERS INSURANCE COMPANY THE TRAVELERS INDEMNITY COMPANY THE CHARTER OAR FIRE INSURANCE COMPANY By Srtretur}', Casualty- Property Department By ��, 4&,,eM,�,. C -591s Rcv. 7 -63 vs... -co .:: .,. 371 Casualty- Property Department RESOLUTION NO. 8819 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO FISCHBACH AND MOORE, INC. IN CONNECTION WITH TRAFFIC SIGNAL AT BIRCH STREET AND DOVE STREET, CONTRACT NO. 1801 WHEREAS, pursuant to the notice inviting bids for work in connection with the traffic signal at Birch Street and Dove Street, in accordance with the plans and specifica- tions heretofore adopted, bids were received on the 10th day of June, 1976, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefore is Fischbach and Moore, Inc.; NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of Fischbach and Moore, Inc. for the work in the amount of $25,179.00 be accepted, and that the contract for the described work be awarded to said bidder; BE IT FURTHER RESOLVED that the Mayor and City Clerk are hereby authorized and directed to execute a contract in accordance with the specifications, bid and this award on behalf of the City of Newport Beach, and that the City Clerk be directed to furnish an executed copy to the successful bidder. ADOPTED this 28th day of June , 1976. Mayor ATTEST: City Clerk DDO /bc 6/22/76