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