HomeMy WebLinkAboutC-1895 - Installation of Traffic Signal and Safety Lighting at Balboa Boulevard and Main StreetBy
TO: CITY COUNCIL
FROM: Public Works Department
August 22, 1977
CITY COUNCIL AGENDA
ITEM NO. H -13
SUBJECT: ACCEPTANCE OF TRAFFIC SIGNAL AT BALBOA BOULEVARD AND MAIN STREET
(C -1895)
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days after
Notice of Completion has been filed.
DISCUSSION:
The contract for the construction of a traffic signal at Balboa
Boulevard and Main Street has been completed to the satisfaction of the
Public Works Department.
The bid price was: $ 19,898.00
Amount of unit price items constructed 19,898.00
Amount of change orders 601.15
Total contract cost 20,499.15
Funds were budgeted in the Gas Tax Fund,
Account No. 19- 5655 -014
Two change orders were issued. The first, in the amount of $741.15
provided for spare fully solid state controller in lieu of the electro-
mechanical spare that had been specified. The second change order in the
amount of a $140.00 credit, revised the type of foundation for two of the poles.
The design engineering was performed by Moble, Perry and Associates.
The contractor is C.T. & F., Inc. of Bell Gardens, California.
The contract date of completion was July 12, 1977.
The signal was turned on July 21, 1977, having been delayed pending the Edison
Company's installing the service. All cleanup work was completed by July 27,
1977.
C �
oseph T. evlin
ublic or s Director
TD :do
n a
iAAR 14 971
By the CITY COUNCIL
(,11.Y OF Ngb!?aRT BE
TO: CITY COUNCIL
March 14, 1977
CITY COUNCIL AGENDA
ITEM NO. H -2(f)
FROM: Public Works Department
SUBJECT: TRAFFIC SIGNAL AT BALBOA BOULEVARD AND MAIN STREET
(C -1895)
RECOMMENDATION:
Adopt a resolution awarding Contract No. 1895
to C.T. &F., Inc. for $19,898.00 and authorizing the
Mayor and City Clerk to execute the contract.
DISCUSSION:
Six bids for the installation contract were received
and opened in the office of the City Clerk at 10:30 A.M.,
March 3, 1977.
Contractor Amount Bid
C.T. &F., Inc. $19,898
Smith Electric Supply 20,689
Paul Gardner Corp. 22,722
Grissom & Johnson, Inc. 23,419
Signalite 23,467
Steiny and Company 23,969
The engineer's estimate for this project is $22,000.
C.T. &F., 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
Balboa Blvd. and Main Street. Funds for the project are
budgeted in the current Gas Tax Account.
The plans were prepared by Herman Kimmel and Associates,
Inc. The (e'stimated date of completion is July 12, 1977.
�CQ LUV.C(f PROPOSED SIGNAL
Bill E. Darnell -. ----- Q �i VV-V II - - --
Traffic Engineer - a"
s °
kv Maw No
.'N -..I2
n ')
By I 11 'wiW RESOLUTION NO. Oa�
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO
C. T. & F., INC. FOR TRAFFIC SIGNAL AT BALBOA
BOULEVARD AND MAIN STREET, CONTRACT NO. 1895
WHEREAS, pursuant to the notice inviting bids for
work in connection with the installation of a traffic signal
at Balboa Boulevard and Main Street, in accordance with the
plans and specifications heretofore adopted, bids were
received on the 3rd day of March, 1977, and publicly opened
and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefore is C. T. & F., INC.;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that.the bid of C. T. & F., INC.
for the work in the amount of $18,898.00 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 14th
ATTEST:
City Clerk
day of March , 1977.
yor
DDO /bc
3/11/77
By 4'6j3 Y .,",4 iL
CITY CAF t4)N?QIRT. 6;i4lH
February 14, 1977
CITY COUNCIL AGENDA
ITEM NO. H -15
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: TRAFFIC SIGNAL AT BALBOA BOULEVARD AND MAIN
STREET (C -1895)
RECOMMENDATION:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for
bids to be opened at 10:30 A.M. on
March 3, 1977.
DISCUSSION:
This project provides for the installation of
a traffic signal at Balboa Boulevard and Main Street.
This project is in the 1976 -77 Traffic Signal Priority
Program approved by the City Council on October 12, 1976.
The plans were prepared by Mohle, Perry and
Associates. The estimated completion date for the project
is June 12, 1977.
The estimated cost of the work is $22,000
Funds for the project are budgeted in the current gas
ta\x account.
Z—, PROPOSED SIGNAL
Bill E. Darnell a ,a _V1->
Traffic Engineer �g'1__'k
f-
v
4'
J
L
R
4
r
f.
r
r
a
,ik
RF co
ASE RETURN TO ?FPUFS F bv G
Y CLERK By
fY OF NEWPORT BEACH
300 NEWPORT BOULEVARD
IEWPORT BEACH, CALIF. 92663
EXEMPT 41270
C4
NOTICE. OF COMPLETION
PUBLIC WORKS
0 oK 1235OPG 1878
RECORDED IN OFFICIAL RECORDO
OF ORANGE COUNTY, CALIFORNIA
5. ain. I P.M. AUG 24 1977
ast
J. WYLIE CABLCLL, Canty I nwft
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on July 27, 1977
the Public Works project consisting of Installation of traffic signal & safety lighting
at Balboa Blvd. & Main St.
on which C T & F Inc
was the contractor, and The American Insurance Co,
was the surety, was completed.
V ERIFICA
I, the undersigned, say:
CITY OF NEWPORT BEACH
ctor
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on August 23, 1977 at Newport Beach, California.
VERIFICATICIA Olt CITY
I, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on August 22. 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 August 23. 1977 at Newport each, California.
CJ
cr 1 1 1917►
NE}yp�Rr arF�,,.
�4t1F,
a 0.
CITY OF NEWPORT BEACH
CALIFORNIA City Hall
3300 W. Newport Blvd
Date: August 23, 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 InetallaBj.on of traffic aim_
i safety lighting et Balboa Blvd. i Mais S&ntract No. 189S
on which C. T. L j. Iwa.
was
the
Contractor
and The American Insurance Company
was
the
surety.
Please record and return to us.
Encl.
Very trul, yours,
Doris George
City Clerk
City of Newport Beach
c r. Fe, inet
ELECTRICAL
CONTRACTORS
6853 LIVE OAK • BELL GARDENS, CA. 90201 • (213) 773 -2536 �+
May 9, 1977
City of Newport Beach
3300 W. Newport Blvd.
Newport Beach, Calif 92600
Bill E. Darrell, Traffic Engineer
Re: T.S. Balboa Blvd. & Main St.
Our Job # 1431
Dear Sir:
The cost to change a D -2006 Controller to a EMC 2000 will be $735.00.
If you have any questions concerning this matter, Olease feel free to
contact me directly,
Thank You,
1 � cif
C.T. & F., Inc.
Tom Galland
Sec/Treas.
TGj j dh
Ch H D R E Q /
I\ C) 1 u C ri I'1 nA�C i l �i
0 0
CITY OF NEWPORT BEACH
Date May 12, 1977
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. 1895
Project Installation of Traffic Signal i Safety Lighting at
Balboa Blvd. 6 Main St.
Attached is signed copy of subject contract for transmittal to the contractor.
Contractor: C.T. 6 B., I=,
Address: 6853 Live Oak St. , 341 Oardow, CA 90201
Amount: $19,898
Effective Date: A_27-.77
Resolution No. 9028
A:'�DoLris o e
Att.
cc: Finance Department Q
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663
PUBLIC NOTICE PUBLIC NO -TIDE.
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 3rd day of March, 1977;: at which time they
will be opened and read, for performing work as follows:
INSTALLATION OF TRAFFIC SIGNAL
AND SAFETY LIGHTING AT BALBOA BLVD.
AND MAIN STREET
CONTRACT NO. 1895
Bids must be submitted on the proposal form attached I
,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.` . i
Each bid .must be accompanied by cash, cerdfW -c #
h '
ar'Bidlder's Bond, madr payable m the City of Newport
Beach, for an amount equaY to at lea`.40`p2 Pent ofift,
amount bid. -
The °title of the project and the " ALED BII)"i
shall be clearly marked o the outsfde of envelope
containing the bid,
The contract :docum that must be epmplet ,sae-
cuted, and returned In sealed bid are ,
A. Proposal . V' lv .r I
B..Designation ractors v3
C. Bidder's Bon
D. Non- collu_ davit 1
E. Statement of lngncial ResponSrbDity ` a
F. Technical Ability ` E�erience Refe Eenrs
These ' documents_ s affixed wtth the( tare
and', tides of the persons gd bidder
For corporations,_ the signatu firth ENT' or.;
VICE PRESIDENT and SECRETARY or ANT .SEC-
RETARY are. required and the CORPORATE 'SEAL shall '
be affiaed : to all documents 'requiring signatures. _Tn the
case of a Partnership., the signature of at Ieast 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 1he 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 Worlm
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. a
The City has adopted the STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CONSTRUCTION (1976 Edition)';gs
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 Hews, 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 fora,
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 Califiorfda. The companies must.
also have a current General Policy Holders Rating of,
A or better; and a Financial Category of at least Class % as
per the. latest edition pf Bests Key Raft Guide (Prop - -'
_erty - Liability).
In accordance with the provisions of Article 2, Chapter 1,
Part 7 of °the California Labor Code (Sections 1770 et se i.X
the City Council of the _City of Newport Beach has aster -a
;.tailed the, `:general prevaliing rate. of per diem wagesi
in the loclity in which the work is to be performed for
each craft, classification, or type of workman or mechanic
needed to execute the contract.'and has ._set _forth these
items in Resolution No. 8950 adopted December 13;14'18:
A copy of said resolution is avallable hi-thi 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 -V all be responsible for compliance with
Section 1777.5 of the California Labor. Code for,all ap_
premiceable occupations:
The contractor shall post a copy of the prevailing.wage .
rates at the job site. Copies may be ' obtained fromtlie,'
Public .Works Department: _§
The City reserves the . right to reject any or all.ti
and to waive any informality in such bids.
DORM GEORGE; CITY CLERK
QTY OF NEWPORT BEACH, CAUFORNLi'
Publish: Feb. 17, ;1977, in the Newport Harbor.Ensigw 1
Approved by the City
Council this 14th day
of February, 1977
CITY CLERK
CONTRACT NO. 1895
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARIIaM
CONTRACT DOCUMENTS
FOR
INSTALLATION OF
TRAFFIC SIGNAL AND SAFETY LIGHTING
AT
BALBOA BOULEVARD AND MAIN STREET
SUBMITTED BY:
G.T. &F., INC.
Contractor
68.53 .Liye Oak Street
Address
Be11 Gardens 9.0201
City Zip
(2.13) 773 -2536
Phone
ris George
$19,898
Total Bid Price
TRAFFIC SIGNAL AND SAFETY LIGHTING
AT
BALBOA BOULEVARD AND MAIN STREET
CONTRACT NO. 1895
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
Gentlemen:
PR1of 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 proposes to furnish all
materials and do all the work required to complete Contract No, 1895
and will take in full payment therefor the following unit prices
for each item, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT UNIT TOTAL
NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1 Lump Sum Construct traffic signal
and lighting system at
the intersection of
Balboa Boulevard and
Main Street $19,898 $19,898
TOTAL PRICE WRITTEN IN WORDS:
Nineteen Thousand Eight Hlindred Ninety Eight Dollars
and
-- NO - -- Cents
C.T. &F., Inc.
CONTRACTOR'S NAME
March 3, 1977
DATE
PR 2 of 2
S /Tom Galland
(AUTHORIZED SIGNATURE)
CONTRACTORS ADDRESS 6853 Live Oaks
Bell Gardens
TELEPHONE NUMBER (2.13) 7.73 -2536 182572 -ClO
CONTRACTORS LICENSE N0,
Designate the firm or company that will supply the Type 60 controller:
Econolite Corp.
Name of Firm or Company
Anaheim
Address
Telephone Number (2.13)268 -0135
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 3rd day of March , 1977 ,
at which time they will be opened and read, for performing work.as follows:
INSTALLATION OF TRAFFIC SIGNAL AND
SAFETY LIGHTING AT BALBOA BLVD. AND
MAIN STREET
CONTRACT NO. 1895
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 an _tt>}e Cor orate Seal
shat be of fixed to all documents requiring signatures. In the case of a artnership,
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.)
Page la
The City has adopted the Standard Specifications for Public Works Construction
(1976 Edition) as prepared by the Southern California Chapters of the American
Public Works Association and the Associated General Contractors of America. Copies
may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles,
California 90034, (213) 870 -9871.
The City has adopted Standard Special Provisions and Standard Drawings. Copies of
these are available at the Public Works Department at a cost of $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 Category of at
least Class X 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. 8950 adopted December 13, 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 12 -14 -76
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. 182522 Classification C -10
Accompanying this proposal is Bidder's Bond
(Cash, Certified Check, Cas ier s C ec or Bon
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workmen's compensation or to
undertake self- insurance in accordance with the provisions of that code, and agrees to
comply with such provisions before commencing the performance of the work of this contract.
773 -2536
Phone Number
March 3,_1977
Date
C.T. &F., Inc.
Bidder's Name
(SEAL)
Authorized ignature
S /Tom Galland Sec. /Tres.
Aut orized Signature
Corgi ration
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:
Tom Galland S /Sec. /Tres.
Page 3
DESIGNATION OF SUBCONTRACTORS
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.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
C.T. &F., Inc.
Bidders Name'
S/ om Galland
Authorized Signature
Corporation
Type of Organization
(Individual, Co- partnership or Corp.)
6853 Live Oak Street
'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, C.T. &F., Inc. , as Principal,
and The American Insurance Company , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of Ten
Percent of Bid Dollars ($ 10% of Bid ), lawful money of the United
States for the payment of which sum well and truly to be made, we bind ourselves,
jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden principal for the construction of
installation of traffic signal and safety lighting at Balboa Blvd.
and Main Street (C.,18.95).
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 3rd day of
Starch 1977
Corporate Seal (If Corporation)
C.T. &F.. Inc.
Principal
S /Tom Galland
(Attach acknowledgement of
Attorney -in -Fact)
Adrienne L. Nelson
The American jnsuranra Coinpany
March 3. 1977 Surety
Commission expires 12 /27/80
By S /Will iam J. Probetts
Title Attorney-in-fact
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.
S /Tom 6alland
Sec.. /Tres.
Subscribed and sworn to before me
this,4rd ay of March ,
19 .77 ..
My commission expires:
t..26, 1978 Bruce E. Young
Notary Public
.
"FOR ORIGINAL SEE CITY CLERK'S FILE COPY."
STATEMENT OF FINANCIAL RESPONSIBILITY
Tne undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 24 hours after the bid opening if he
is the apparent low bidder.
"On file with City Clerk."
SIT.om Galland
Signed
Page 7
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character to
that proposed herein which he has performed and successfully completed.
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No.
ON FILE WITH THE CITY
Ylli • Y
Y Y
-50AW ,700Si-rS
Page 8
LABOR AND MATERIAL BOND Pra premfum on his bond
is included in tie r;ium
for tha perfcrnanceVborl.
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted March 14, 1977
has awarded to
hereinafter designated
as the
"Principal ",
a
contract
for installation
of
traffic signal and
safety
lighting
at
Balboa
Blvd. and Main
St. (C -1895)
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 . e, 7-,.,r
as Principal, and THE AMERICAN INSURANCE COMPANY
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
F .ZN0c, *,w YViZLE Wrv,4 -aevv Ae/er%i, �ivF Dollars ($ 9
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
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 I K-f, e day of 1i[X:E2e . - 1977
"TaT�.
6533 LNE +>.X S7.
BE" GARDENS, CNJP, 9040'!
rv13) 77?-424,6
s °aa �rsyz 0, (Seal)
Name of Contractor Principal
,
Authorized Signature and Title
Authorized Signature and Title
'HE AMERICAN INSURANCE COMPAN (Seal)
Name of Surety
i✓? z.3 &%:
Address of Surety
Signature and 'itl of ut orized genl� t —
ALEXANDER AL , {ANDER, INC. WILLIAM J. FROBETO
„�•� I FACT
dres'
L s P. ,;e s, z.i:ornia 90010
2113)
le0hone No. of Agent
st 70�sirT
Page 10
is S._.. 711
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted March 14, 1977
has awarded to C.T. &F., Inc.
hereinafter designated as the "Principal ", a contract for installation of
traffic signal and safety lighting at Balboa Blvd. and Main St. (C -1895)
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,
as Principal, and
THE AMERICAN INSURANCE COMPANY
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
�A(e V�7{ovs�A/�_ EtGy7- IrIke7-41 ffle."x-. Dollars ($ 1,7, 7gff..,vo ),
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 idle day of M"A ,� , 19'77
C. 7. m E4 IMM
685:3 LM- CAK ST"
SF1A GARDENS, GAUP. gM01
r.1V 77SaM -16
ate;€ Lr— w L82572-o1.o (Seal)
Name of Contractor (Principal)
Authorized Signdture and Title
Authorized Signature and Title
THE AMERICAN INSURANCE COMPARY (Seal )
Name of Surety
3213 LJ. 6-ea Sf (OI fY/IlirLET. C�6F.
Address of Surety
Signature and Title of Authorized Agent
WILLIAM J. FROBEMT
Approv as. o ALI�,q�?CER a ALEXANDER, INC. a^�To L�,L�. a_a FACT
3330 wlsm e Blvd. `
64gr zgfiPM tlfornia 9
Ci Attorneys
el��s3) off szl/
eph a No. of Agent
t
f..
O
w
w
S
3
N
N
w
z
F
0
^� J
U
r.;
4
00
=; is
$! N
L
o b
y tD
rz
E a
O
U �
T �
� n
c
°v
v
�
U
m
d
x
E
U
o
0
o
O
s
3
s
N
9
o
y
C
0
N
p
r
�
�
4
°
x
U
o
0
o
�
w
O
q
_m
k
O
4�
C
43
C
U
°
o :
E
Z
z "
ti
=_
;
s3
zdd
z =9
u
d °m
U c
s
o
�
�
O
T
d L
°-
c
�'
a
b0
N
°
O
U
O
v
W
d
c
o
r
r-I
r
°
G
q
r-I
G
�
°
'q
U
�
y
C
v
°
o
?.
U
o
v
o a
G p
�
0
0
c
N
C U
U
N
U
0
z
r
s
t
f..
O
w
w
S
3
N
N
w
z
F
0
^� J
U
r.;
4
00
=; is
$! N
L
o b
y tD
rz
E a
O
U �
T �
� n
o
RECORDING REQUESTED BY .
1E�ANo WHEN RECORDED MAIL TO
Hams 1
Street
Address
r.
.nIrT ee
lip J
GENERAL POWER OF ATTORNEY
THE AMERICAN INSURANCE COMPANY
KNOW ALL MEN BY THESE PRESENTS: That THE AMERICAN INSURANCE COMPANY, a Corporation duly organized and existing
under the laws of the State of New Jersey, and having its Home Office in the City and County of San Francisco, California, has made,
constituted and appointed, and does by these presents make, constitute and appoint
WILLIAM H. McGEE and WILLIAM J. PROBETTS
jointly or severally
its true and lawful Attorneys) -in -Fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal;
acknowledge and deliver any and all bonds, undertakings, reeognizanees or other written obliga-
tions in the nature thereof
and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the
corporate seal of the Corporation and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s) -in-
Fact may do in the premises.
This power of attorney is granted pursuant to Article VIII, Section 30 and 31 of By -laws of THE AMERICAN INSURANCE COMPANY
adopted on the 7th day of May, 1963, and now in full force and effect.
"Article VIII. Appointment and AuthariN of Residrnt Assistant Sceneries, and Atternry -in -Pact and Aponte to accept Least Proeese sad Araks
A ppraranrcs.
Section 30. Apyoinfmrnt. The Chairman of the Board of Directors, the President, any Vice President or any other person authorized by the Board
of Directors, the Chairman of the Board of Directars, the President or any Vice- President, may, from time to time, appoint Resident Assistant Secretaries and
Attorneys In Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearances for and on behalf of
the Corporation.
Section 31. Authority. The Authority of such Resident Assistant Secretaries. Allorneys -in -Fact, and Agents shall be as prescribed in the Instrument
evidencing their appointment, and any such appointment and all authority granted thereby may be revoked at any time by the Board of Directors or
by any person empowered to make such appointment.'
This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors
of THE AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 28th day of September, 1966, and that said
Resolution has not been amended or repealed:
'RESOLVED. that the signature of any Vice - President, Assistant Secretary, and Resident Assistant Secretary of this Corporation, and
the seal of this Corporation may be affixed or printed on any power of attorney, on any revocation of any power of attorney, or on
any certificate relating thereto, by facsimile, and any power of attorney, any revocation of any power of attorney, or certificate bearing
such facsimile signature or lacsimile seal shall be valid and binding upon the Corporation."
IN WITNESS WHEREOF, THE AMERICAN INSURANCE COMPANY has caused these presents to be signed by its Vice - President, and its
corporate seal to be hereunto affixed this 12th day or February , 1g 76 .
Na cce
STATE OF CAMFORNIA.
} ee.
CITY AND COUNTY OF SAN FRANCISCO 1
THE AMERICAN INSURANCE COMPANY
B � 'fW
By WILLIAM W. LAUBER, Vice - President
On (his -12th -day aL._ - February. . ._- .., 19.16 -..., before me personally came WILLIAM W. LAUBER, to me known, who,
being by me duly sworn, did depose and say: that he is Vice President of THE AMERICAN INSURANCE COMPANY, the Corporation
described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said
instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said Corporation and that he signed his
name thereto by like order.
IN WITNESS WHEREOF, 1 have hereunto set my hand and affixed my official seal, the day and year herein first above written.
=nuuunnnnaMnuuuuuuunumuueunnp� .
H. GRADY NEWBERRY _ we. m
NOTARY PUBLIC - CALIFORNIA r
C City 6 COUNTY OF SAN FRANCISCO. C 11, OR Y NE RRY. NownlPeblb
MY Commission Expires Sept. 78, 1976
jnunnauununuuuupuserrrnnuuuuuuury CERTIFICATE
STATE OF CALiFORN1A,
CITY AND COUNTY OF SAN FRANCISCO
I, the undersigned, Resident Assistant Secretary of THE AMERICAN INSURANCE COMPANY, a NEW JERSEY Corporation, DO HEREBY
CERTIFY that the foregoing and attached POWER OF ATTORNEY rammns in full force and has not been revoked; and furthermore
that Article VIII, Sections 30 and 31 of the By -laws of the Corporation, and the Resolution of the Board of Directors, set forth in the
Power of Attorney, we now in force.
Signed and seeded at the City and County of San Francisco. Dated the 1 th day of March '1917—
�•�eEe4
st��1I�
'�< 10 WINIFRED H. BROWNE, Assistant Secretary
360544 (40)— TA -10 -70
d m
m
tio
0 f7
d 0
aNa
N
0
o �
m c
ti o
w U
_
0
N
0
C
0
T
y
U
b
'a
N
o �
v -P
C �
0 �
c A
u 0
0.w
T �
0 �J
O
z E
o ad
y M
E
m �
o M
v �
v
`e
a
a
0
0
c
0
O.
O
3
N
N=
o O
,I y
C
%.2
E
� E
H =
C
m
c `m
0 s
V �
% E
m o
o N
3 m
s
C .Q
o m
4
m
y K
L m
m =
� o
0 0
m 8.
E o
o "
C U
; O
o fO
a9
b m
E
U c o
z =d
o, o
c
c
� d 0
v �
z =�
0 L
U c
3 0
m c
L
d o
d a
� u
m
d �
q
O L m
u s
O C
4 O O
c _
� O
m
C v �
0 1? c
a
s v m
o c a
0
E o c
—° a
b
C p
U �
o m m
� L L
m
n �
m
B
O
N �
r C
c �
m
d
m
T
G
0
T
V l
s
r
`o
O
Z
Z �
a c
O z�..
1 U
G
l�
Li
c
Oaninnn�nnlfl
caa w
3 0
N N
2 E
F U
3
Z �
i
b
1C
N
O
0
ro
Page 12
CONTRACT
THIS AGREEMENT, made and entered into this,�171t- day of , 19�,
by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City,
party of the first part, and C T. &F. 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
installation of traffic signal and safety lighting at Balboa Blvd. and
Main Street (C_1895).
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
therefor 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.
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
indirectTy 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.
ATTEM
CIT F W�V$ PORT BEACH CALIFORNIA
BY, JMayor
0. T. & F, ms,.
&n3 L` V¢ C:r+� ST
[213, 773-2
RR If
Contractor
(SEAL)
i�
.rte
Tit��
By- G lc• r�ra Cam_.
it e
• CITY OF NEWPORT BEACH
CERTIFICATE 01 INSURANCE FOR CONTRACT WORK FOR CITY
IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY
OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. C 1895
MODIFICATIONS TO THIS CERTIFICATE ARE NOT ACCEPTABLE
Project Description: Installation of traffic signal and safety lighting at
Balboa and Main St.
This is to certify that the Maine Casualty and Bonding Company
Name of Insurance Company)
has issued
C. T. & F., Inc.
6853 AW i9&klUff%Qt.
Bell Gardens, Ca. 90201
the policy of liability insurance certified herein.
CITY CONTRACT ENDORSEMENT
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 be contrib-
uting or primary with the insurance provided by this policy.
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).
Name of Agency or Broker: Trans World Insurance Brokers
Address of Agency or Broker: 130 El Camino Drive, Beverly Hills , Ca. 90212
Telephone No. 213 -87 -1100
Countersigned by:
0% W trsement: son(Authorized Insurance Company Representative)
Effective date of this en 4 -21 -77 , 19 , Endorsement No.
le
ial )
ie
jal
o icy Term
Limits of Liability
Each Occurrence
(Minimum:
Aggregate
(Minimum:
Covera a
ICY No.
$500,000)
$ 500,000 Protecti,
$1,000,000 Products
$ 500,000 Contract
H Wyl C
IMPUTE INFOR
TION BELOW
Policy No.
COMPREHENSIVE LIAB,
Combined Single
Limit Bodily Injury
or Property Damage
VW 003541
From:10 -25 -7
To: 10 -25 -7
i
$ 1,000,000.
$ Protecti
$ Products
$ 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).
Name of Agency or Broker: Trans World Insurance Brokers
Address of Agency or Broker: 130 El Camino Drive, Beverly Hills , Ca. 90212
Telephone No. 213 -87 -1100
Countersigned by:
0% W trsement: son(Authorized Insurance Company Representative)
Effective date of this en 4 -21 -77 , 19 , Endorsement No.
le
ial )
ie
jal
• CITY.OF NEWPORT BEACH •
CERTIFICATE 01 INSURANCE FOR CONTRACT WORK FOR CITY
IMPORTANT: THIS FORM IS THE ONLY CERTIFICATE OF INSURANCE ACCEPTABLE TO THE CITY
OF NEWPORT BEACH WITH RESPECT TO CONTRACT NO. C 1895
MODIFICATIONS TO THIS CERTIFICATE ARE NOT RCEPTAffff
Project Description:
tion of traffic signal and safety lighting at
This is to certify that the Admiral Insurance Company
Name of Insurance Company)
has
the
issued to C. T. & F, Inc.
Name . of Insured
6853 Live Oak Street
Bell Gardens Ca. 90201
ddress if Insured
policy of liability insurance certified herein.
CITY CONTRACT ENDORSEMENT
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 be contrib-
uting or primary with the insurance provided by this policy.
to era a
is No.
Po icy Term
Limits of Liability
Each Occurrence
(Minimum:
Aggregate
(Minimum:
$500,000)
$ 500,000 Protectil
$1,000,000 Products
H W C
MPLETE INFOR
TION BELOW
See Attached
Certificate
$ 500,000 Contracti
Po icy No.
for Increased
COMPREHENSIVE LIAB.
Limits
Combined Single
Limit Bodily Injury
6 CG1846
From: 8 -6 -76
$ Protecti
$ Products
or Property Damage
To: 8 -6 -77
$ 300, 000.
$ Contract
$300,000.
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).
Name of Agency or Broker: Trans World Insurance Brokers
Address of Agency or Broker: 130 El Camino Drive, Beverly Hills, Ca. 90212
Telephone No.
Countersigned by:
Effective date
ement: 4-21 -77 9
Endorsement No.
v
ial )
to
jal
0-
FREMONT INDEMNITY COMPANY
THE FREMONT BUILDING
1709 WEST EIGHTH STREET /
2121 S. EL CAMINO REAL / SAN
DATE -
3/16/77 -
TO:
City of Newport Beach
City Hall, Bill Darnell
3300 W, Newport Blvd.
Newport Beach, California
EMPLOYER:
C. T.6 F., Inc.
6853 Live Oak Street
Bell Gardens, California
90201
GELES, C/TLIFORNtA 90017 / (213) 463 -8731
CA. 94403 It (4151349-3600 /S.F. 1415) 781-0619
CERTIFICATE OF WORKERS'
COMPENSATION INSURANCE
POLICY NO.: WP 7T 51750 POLICY PERIOD: 1/7f -7 78 PRODUCER: Staib and Assoc., Inc.
THIS IS TO CERTIFY that we have issued a valid Workers' Compensation Insurance Policy in a form
approved by the Insurance Commissioner of the State of California to the Employer named above for the
policy period indicated.
We will give you TEN days' advance notice should this Policy he cancelled prior to its normal expiration.
Description of specific operations (if required):
Countersigned at Los Angeles, California
by AUTHORIZED REPRESENTATIVE.
Installation of traffic signal and safety
lighting at Balboa and Main Street (C'1895)
Fp-,-1 FREMONT
INDEMNITY COMPANY
EXECUTIVE VICE PRESIDENT
LIN t06.-
1 71
i T r
LI
FREMONT INDEMNITY COMPANY
DATE
3/16/77
TO:
THE FREMONT BUILDING
•
1
0
1709 WEST EIGHTH STREET / LOS ANGELES, CALIFORNIA 90017 / 1213) 483 -8731
2121 S. EL CAMINO REAL / SAN MATEO, CA. 94403 /1415) 349 -3600 / S.F. (4151781-0619
City of xexport B"Ch
city Mall, DIU Bataan
3300 B. Nwpart Blvd.
N.upo t Beach, C&Lmt�
EMPLOYER:
C. T.t F., Inc.
6853 Live Oak Street
Ball hardens, California
90201
CERTIFICATE OF WORKERS'
COMPENSATION INSURANCE
POLICY NO.: VP 77. $1750 POLICY PERIOD: 1/1/ -7 -78 PRODUCER: Staib ead AO&I"., I=.
THIS IS TO CERTIFY that we have issued a valid Workers' Compensation Insurance Policy in a form
approved by the Insurance Commissioner of the State of California to the Employer named above for the
policy period indicated.
We will give you TEN days' advance notice should this Policy be cancelled prior to its normal expiration.
Description of specific operations (if required):
Countersigned at Los Angeles, California
by
AUTHORIZED REPRCSENTATIVF.
IASUVIAtIm Of traffic slgaal and safety
llshthw at Ealbea and Iltia Street (C 1895)
YFREMONT INDEMNITY COMPANY
EXECUTIVE VICE PRESIDENT
I
FREMONT INDEMNITY COMPANY
THE FREMONT BUILDING
DATE
IIASM
TO:
[Ii-i
0
1709 WEST EIGHTH STREET / LOS ANGELES, CALIFORNIA 90017 / (213) 483-8731
2121 S. EL CAMINO REAL / SAN MATEO, CA. 94403 /141S) 349 -3600 / S.F. (4151781-0619
City of Bob"
CIV >M us UU lsasaou
iiii v. go"" avc
X I N b snwka 0ttsltsda
EMPLOYER:
C. _.i re Do*
iii# L1" Oik I
HItu 4aeirut„ E3aU911a11"
gem
CERTIFICATE OF WORKERS'
COMPENSATION INSURANCE
POLICY NO.: lP 77 u7i9 POLICY PERIOD: 1/1/47 -78 PRODUCER: ft"b id ,a 110.
THIS IS TO CERTIFY that we have issued a valid Workers' Compensation Insurance Policy in a form
approved by the Insurance Commissioner of the State of California to the Employer named above for the
policy period indicated.
We will give you TEN days' advance notice should this Policy be cancelled prior to its normal expiration
Description of specific operations (if required):
Countersigned of Los Angeles, ColJornio�
AUTHORIZED REPRCSEHTATIVF
ON "at" soma J{d ""
ug tlt K IM11N aid ads mat (C Is")
F7 FREMONT
INDEMNITY COMPANY
EXECUTIVE VICE PRESIDCNT
uN 1 df76VSM,
""x". .. .:. .,_,,..::a.,r...s :.ea ._�. -�.:._ r <ieYS� .�-- _ +:`.R.>•�m�...� - -� cn.:�>✓.''= ""._ii�'�r...: .. - �::.:`�:�: _.:, .. ...a � -�°' -1
O, •
FREMONT INDEMNITY COMPANY Il♦
DATE
TO
THE FREMONT BUILDING
1709 WEST EIGHTH STREET / LOSELES, CALIFORNIA 90017 / (213) 483 -8731
2121 S. EL CAMINO REAL / SAN MATE A. 94403 / (415) 349 -3600 / S.F. (415) 781 -0619
'r7iL '.ILIA
Ch rat ftvm kat
e ty *Ze au Il
use fi+>MSM
EMPLOYER:
4.:'.4 r** z",
GM Uft ftk ltttwt
ftu 4W4"%*e ftulwa t
CERTIFICATE OF WORKERS'
COMPENSATION INSURANCE
POLICY NO.: W TI Uj" POLICY PERIOD: 1/1,III PRODUCER: ft" W ASM.e Mee
THIS IS TO CERTIFY that we have issued a valid Workers' Compensation Insurance Policy in a form
approved by the Insurance Commissioner of the State of California to the Employer named above for the
policy period indicated.
We will give you TEN days' advance notice should this Policy be cancelled prior to its normal expiration.
Description of specific operations (if required):
Countersigned at Los Angeles, California
by
AUTHORIZED REPRCSE'1TA"rvE
UN 105yosisM
241""U" w ' a"
1401111111111111111 at 4tt3tat affil 11111110 -11 r (C no)
L
INDEMNITY COMPANY
EXECUTIVE VICE PRESIDENT
0
RESOLUTION NO. r�" C w 3
f
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO
C. T. & F., INC. FOR TRAFFIC SIGNAL AT BALBOA
BOULEVARD AND MAIN STREET, CONTRACT NO. 1895
WHEREAS, pursuant to the notice inviting bids for
work in connection with the installation of a traffic signal
at Balboa Boulevard and Main Street, in accordance with the
plans and specifications heretofore adopted, bids were
received on the 3rd day of March, 1977, and publicly opened
and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefore is C. T. & F., INC.;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that.the bid of C. T. & F., INC.
for the work in the amount of $18,898.00 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 14th day of March 1977.
Mayor
ATTEST:
City Clerk
DDO /bc
3/11/77
• B I D S U M M A R Y
Installation of traffic signal and
TITLE Safety Lighting at Balboa Blvd. & Main LOCATION Balboa Blvd. and Main St.
CONTRACT N0. C -1895 TIME 10:30 A.M.
ENGINEER'S ESTIMATE $22,000 DATE. tlarch 3. 1977
BY CHKD DATE
I 1
1 2
1 3
1, 4
7
F:1
E
1 10
1 11
CONTRACTOR
TOTAL PRICE
� . u
OG
3 �o -`
r�F ,�
��„ .:oil nc_
��G.�
CaTTRACT NO. 1895
CITY OF NEWPORT BEACH
PUBLIC FORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
INSTALLATION OF
TRAFFIC SIGNAL AND SAFETY ISGHTING
AT
BALBOA BOULEVARD AND MAIN STREET
SUBMITTED BY:
Approved by the City
Council this 14th day
of Feb, 1977
A' - �' i &n" A--'
ris George
C'. —r . ,zt .F : d (.>
Contractor
Address
City Zip
mane '/
�) `7 -7 3 -
m J �,
Total Bid Price
r ,
0
• PR 1 of 2
TRAFFIC SIGNAL AND SAFETY LIGHTING
AT
BALBOA BOULEVARD AND MAIN STREET
CONTRACT NO. 1895
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
Gentlemen:
The undersigned declares that he has carefully examined the location
of the work, has read the Notice Inviting Bids, has examined the
Plans and Special Provisions, and hereby proposes to furnish all
materials and do all the work required to complete Contract No. 1895
and will take in full payment therefor the following unit prices
for each item, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT UNIT TOTAL
N0, AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1 Lump Sum Construct traffic signal
and lighting system at
the intersection of
Balboa Boulevard and
Main Street
TOTAL PRICE WRITTEN IN WORDS:
s s P9
Dollars
and
• PR 2 of 2
(AUTHORIZED SIGNAT l
CONTRACTOR'S ADDRESS
TELEPHONE NUMBER rka, 57 2 " e / l)
CONTRACTOR'S LICENSE N0,
Designate the firm or company that will supply the Type 60 controller:
Name of Firm or
-t 3
Telephone Number "(OF 013
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 3rd day of March , 1977 ,
at which time they will be opened and read, for performing work as follows,
INSTALLATION OF TRAFFIC SIGNAL AND
SAFETY LIGHTING AT BALBOA BLVD. AND
MAIN STREET
CONTRACT NO. 1895
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 an3 tFe Corporate Seal
sha be of fixed to al ocuments requ ring signatures. In the case of a arls 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.)
Page la
The City has adopted the Standard Specifications for Public Works Construction
(1976 Edition) as prepared by the Southern California Chapters of the American
Public Works Association and the Associated General Contractors of America. Copies
may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles,
California 90034, (213) 870 -9871.
The City has adopted Standard Special Provisions and Standard Drawings. Copies of
these are available at the Public Works Department at a cost of $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 Category of at
least Class X 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. 8950 adopted December 13, 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 12 -14 -76
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. Classification Gib,
Accompanying this proposal i
, t;ertiTiea LnecK, uasnler's LnecK or
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workmen's compensation or to
undertake self- insurance in accordance with the provisions of that code, and agrees to
comply with such provisions before commencing the performance of the work of this contract.
P one Nu ee
3 b :?
Date
C, -r- a- P 7" C
Bidder's Name
(SEAL)
ut on ed Signature
Authorized Signature
eC`I7t %r6}t�
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:
Page 3
DESIGNATION OF SUBCONTRACTORS
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
11
2.
8
9
10
11
12
�J. T 4- F 7:Z__L.J
Bidders Name
-„r
Authorized Signature
C
Type of Organization
(Individual, Co- partnership or Corp.).
C. T. & P< INC.
•Eli GARDEN% CALIF. MM
(213) 773.2536
�rr ttG 1a2H7f�C10
Address
0
0
TH ASIERI"N INSURANCE COMPANY
KNOW ALL MEN BY THESE PRESENTS:
That We.
BID OR PROPOSAL BOND
C. T. & F., INC.
( heremalter called the principal), as principal, and THE AMERICAN INSURANCE COMPANY, a corporation organized and doing
business under and by virtue of the laws of the Slate of New Jersey, and duly licensed for the purpose of making, guaranteeing or
becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of California ,
as Surety. are held and firmly bound unto City Of Newport Beach, Calif ornia (hereinafter called the Obligee)
in the just and full sum of TEN PERCENT (10/0) OF BID AMOUNT
Dollars ($ ) lawful money of the United States of America, for the payment of which, well and truly to be
made. we hereby bind ourselves and our and each of our successors and assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, WHEREAS, the above bounden principal as aforesaid, is about to hand
in and submit to the obligee a bid or proposal for the traffic signal and lighting installation
at Balboa Blvd. and Main Street,
in accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefor.
NOW THEREFORE, it the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal
thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work as required
by law, then this obligation to be null and void, otherwise to be and remain in full force and effect.
IN WITNESS WHEREOF, said Principal and said Surety have caused these presents to be duly signed and sealed this 3rd
4 day of March '19 770
C. T. & F.. INC
By r 4_c_�
THE AMERICAN INSURANCE COMPANY
By
Auorney -in -Fact
1Will1am J. Pr etts
1 360277 —(TA) -11.66
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.
Subscribed and sworn to before me
thi s-. day of i fk-='
19 —1.
My commission expires:
Notary FUI) I i c
Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 24 hours after the bid opening if he
is the apparent low bidder.
Signed
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 Perfor med (Detail)) Person to Contact Telephone No
AL-
-`_i;
Signed