HomeMy WebLinkAboutC-1928 - Traffic signal, Irvine, 17th Street, Westcliff�� L � f• -Mss.
"..
41.^
TO: ,CITY COUNCIL
'*tober 24, 1978
• a
CITY COUNCIL AGENDA
ITEM NO. H -10
FROM: Public Works Department
SUBJECT: ACCEPTANCE OF INSTALLATION OF A TRAFFIC SIGNAL AND SAFETY LIGHTING
ON IRVINE AVENUE AT WESTCLIFF DRIVE (C -1928)
RECOMMENDATIONS:
1. Accept the work.
2. Assess liquidated damages in the amount of $11,000.
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.
006111, *19UPF
The contract for the installation of a traffic signal and safety
lighting at the Irvine Avenue /Westcliff Drive intersection has been completed
to the satisfaction of the Public Works Department.
The bid price was $47,697.00
Amount of unit price items constructed 47,697.00
Amount of change orders 3,171.00
Total contract cost 50,868.00
Funds were budgeted in the Gas Tax Fund
(Account No. 19- 5655 -014)
A change order in the amount of $3,171 provided for the installation
of secondary left -turn signals and bicycle push buttons, both of which had been
omitted in the original plans.
One half the cost of the project has been paid by the City of Costa
Mesa in accordance with the terms of a cooperative financing agreement.
The design engineering was performed by the City of Costa Mesa.
The contractor is Electrend, Inc. of Los Angeles, California.
The contract date of completion was October 27, 1977.
Due to a delay in receiving the control equipment, the signal was not
turned on until February 22, 1978, 119 days after the specified date of comple-
tion. Of this amount, the turn -on was delayed 9 days until power could be
supplied by the Edison Company. The supplier, Honeywell Inc., has not furnished
any data that could, in accordance with the specifications, be considered for
granting a time extension. Liquidated damages in the amount of $11,000 are thus
recommended. This amount is computed on the basis of $100 per day times 110 days
(119 days less 99 days for Edison power turn -on).
Benjamin B. Nolan
Public Works Director
GPD:id
TO: CITY COUNCIL
FROM: Public Works Department
June 27, 1977
CITY COUNCIL AGENDA
ITEM NO. H -2(d)
SUBJECT: TRAFFIC SIGNAL AT IRVINE AVENUE AND WESTCLIFF DRIVE -
17TH STREET (C -1928)
RECOMMENDATION:
Adopt a resolution awarding Contract No. 1928 to
Electrend, Inc. for $47,697.00 and authorizing the
the Mayor and City Clerk to execute the contract.
DISCUSSION:
Three bids for the installation contract were
received and opened in the office of the City Clerk at
10:30 A.M., June 16, 1977.
Contractor Amount Bid
Electrend, Inc. $47,697
Paul Gardner Corp. 52,959
Grissom & Johnson, Inc. 54,260
The engineer's estimate for this project is $45,000.
The proposed project provides for
poles, traffic control equipment, and the p
permissive left -turn phasing. Left turning
turn accidents have significantly increased
modification of the control equipment to be
and provide for left turn protection.
the upgrading of
rovision for
volumes and left -
necessitating the
demand responsive
The plans were prepared by the City of Costa Mesa.
The estimated completion date for the project is October 25, 1977.
The City's share of the project is $23,848.50 and will
be funded from Gas Tax Account 19- 5655 -014. The City of Costa Mesa's
share of the project is $23,848.50. A budget amendment for
their share of the roject has been prepared.
�. PROJECT LOCATION
Bill Darnell
Traffic Engineer it fr. 114 ,)
BED:bcd
RESOLUTION NO.
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO ELECTREND,
INC. FOR TRAFFIC SIGNAL AT IRVINE AVENUE AND
WESTCLIFF DRIVE - 17TH STREET, CONTRACT NO. 1928
W(�/
WHEREAS, pursuant to the notice inviting bids for
work in connection with installation of traffic signal at
Irvine Avenue and Westcliff Drive, in accordance with the
plans and specifications heretofore adopted, bids were
received on the 16th day of June, 1977 and publicly opened
and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefore is ELECTREND, INC.;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of Electrend, Inc.
for the work in the amount of $47,697.00 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 27th day of June , 1977.
ATTEST:
City Clerk
Mayor
DDO /bc Z
6/24/77
0 •
V
�. %1Tr
~— PUBLIC NOTICE ?U BL.IC NOTICE"
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 16th.dayot,7une, 1977, at which time they will
be opened and read, for performing work as follows:
INSTALLATION OF ,TRAFFIC, SIGNAL AND
SAFETY LIGHTING:ATJRVINE AVENUE - AND WESTCLIFF DR, - 17TH ST.,
CONTRACT NO. 1928
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
$idQe�'sF;xi , m e to the City of Newport,
ach,•.,tor . an affiountaU ft at least 10 percent of fherJl,
The title of the project and'the words "SEALED BID"'
shall be clearly marked on the outsid@.°19f enfelope
containing the bid.
.The. contract documents that must be completed, exe-
doted, and returned in the sealed bid are:
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non- collusloa 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 SF.0
RETARY are required and the CORPORATE SEAL shall
be affixed to all documents requiring signatures. In the
case of a Partnershlp,.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 coutractor'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
apd contract documents be returned within 2 weeks after,
bid opening..
The City:has adopted the STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CONSTRUCTION (1976 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) 87D -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 Raft 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.),
the City Council of the City of Newport Beach has aseer-
tamed. the general .prevailing rate of per diem wages
in the locality . in which the. work is to be performed for
.each craft, classification, or type of workman or mechanic
needed to execute the contract and has set forth these
Items In Resolution No. 18950 adopted December 18, 1976..
A copy of said resolution Is available in the-office of the,
City. Clerk. All parties to the contract shall be goverue&
by all provisions of the California Labor'Code relating
o. prevaU4 wage rates. % ctions_1770 -1781 inclusive).,,
he; contractor. shall be responsible for compliance with
Section, 1777:5 of; the California Labor Code for all ap
Trenticeable 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.
DORIS GEORGE, CITY CLERK.
CITY OF NEWPORT BEACk,CALIFORPM'.;
. Ppbhlshp June 2, ,1977, in the. Newport ;Harbor.. EGSigu4r; '-
fL !
May 10, 1977
} CITY COUNCIL AGENDA
ITEM NO. H -12
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: TRAFFIC SIGNAL AT IRVINE AVENUE AND WESTCLIFF DRIVE
(17TH STREET) (C -1928)
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 June 16, 1977.
DISCUSSION:
This project provides for the modification of the
traffic signal at Irvine Ave. and Westcliff Dr. (17th Street)
intersection. This project is in the 1976 -77 Traffic'Signal
Priority Program approved by the City Council on October 12,
1976.
The proposed project provides for
poles, traffic control equipment, and the p
permissive left -turn phasing. Left turning
turn accidents have significantly increased
modification of the control equipment to be
and provide for left turn protection.
the upgrading of
rovision for
volumes and left -
necessitating the
demand responsive
.J J
The plans were prepared by the City of Costa Mesa.
The estimated completion date for the project is October 25, 1977.
The estimated cost of the project is 40,000. The
City's share is estimated to be $20,000 with the City of Costa
Mesa contributing $20,000. There are adequate funds in the
gas tax account for traffic signal construction to cover the
City's share of the project.
Bill E. Darnell
Traffic Engineer
BED:bcd
PROJECT LOCATION
J
RECOMMENDATION:
Adopt a resolution authorizing the Mayor and City
Clerk to execute the subject cooperative agreement
with the City of Costa Mesa.
DISCUSSION:
This project provides for the modification of the
traffic signal at Irvine Avenue and Westcliff Drive (17th Street)
intersection. This project is in the 1976 -77 Traffic Signal
Priority Program approved by the City Council on October 12,
1976.
The proposed project provides for
poles, traffic control equipment, and the p
permissive left -turn phasing. Left turning
turn accidents have significantly increased
modification of the control equipment to be
and provide for left turn protection.
the upgrading of
rovision for
volumes and left -
necessitating the
demand responsive
The subject agreement provides for the City of
Costa Mesa to design the project and the City of Newport Beach
to administer the construction contract. The estimated cost
of the project is $40,000. The City's share is estimated to
be $20,000 with the City of Costa Mesa contributing $20,000.
Funds for the Newport Beach share are budgeted in
the current gas tax account.
7 ;Z j �Z �( PROJECT LOCATION
Bill __E. Darnel l JI
Traffic Engineer �r- -�4�i1 1 "�R k
BED:bcd
1 r. ..r,nao- [ •" 1
ILA z
l
sr 11
February 28, 1977
By '
CITY COUNCIL AGENDA
°'
�siV,PPit7
ITEM NO. H -2(c)
Bts4Cry
TO:
CITY COUNCIL
FROM:
Public Works
Department
SUBJECT:
COOPERATIVE
FINANCING AGREEMENT
FOR THE MODIFICATION
OF THE TRAFFIC
SIGNAL AT IRVINE
AVENUE AND WESTCLIFF
DRIVE (17TH
STREET)
RECOMMENDATION:
Adopt a resolution authorizing the Mayor and City
Clerk to execute the subject cooperative agreement
with the City of Costa Mesa.
DISCUSSION:
This project provides for the modification of the
traffic signal at Irvine Avenue and Westcliff Drive (17th Street)
intersection. This project is in the 1976 -77 Traffic Signal
Priority Program approved by the City Council on October 12,
1976.
The proposed project provides for
poles, traffic control equipment, and the p
permissive left -turn phasing. Left turning
turn accidents have significantly increased
modification of the control equipment to be
and provide for left turn protection.
the upgrading of
rovision for
volumes and left -
necessitating the
demand responsive
The subject agreement provides for the City of
Costa Mesa to design the project and the City of Newport Beach
to administer the construction contract. The estimated cost
of the project is $40,000. The City's share is estimated to
be $20,000 with the City of Costa Mesa contributing $20,000.
Funds for the Newport Beach share are budgeted in
the current gas tax account.
7 ;Z j �Z �( PROJECT LOCATION
Bill __E. Darnel l JI
Traffic Engineer �r- -�4�i1 1 "�R k
BED:bcd
1 r. ..r,nao- [ •" 1
ILA z
l
sr 11
C< ": v=
RESOLUTION NO. %f:YS
0
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AUTHORIZING THE MAYOR AND
CITY CLERK TO EXECUTE A COOPERATIVE FINANCING
AGREEMENT BETWEEN THE CITY OF NEWPORT BEACH
AND THE CITY OF COSTA MESA FOR MODIFICATION
OF TRAFFIC SIGNAL AT IRVINE AVENUE AND WESTCLIFF
DRIVE
171- A(�
WHEREAS, there has been presented to the City Council
of the City of Newport Beach a certain cooperative financing
agreement between the City of Newport Beach and the City of
Costa Mesa for modification of the traffic signal at Irvine
Avenue and Westcliff Drive; and
WHEREAS, the City Council has reviewed the terms and
conditions of said agreement and finds them to be satisfactory
and that it would be in the best interest of the City to authorize
the Mayor and City Clerk to execute said agreement;
NOW, THEREFORE, BE IT RESOLVED by the City Council of
the City of Newport Beach that said agreement above described
is approved, and the Mayor and City Clerk are hereby authorized
and directed to execute the same on behalf of the City of
Newport Beach.
ADOPTED this 24th day of February , 1977.
ATTEST:
City Clerk
Mayor
DDO /bc
2/22/77
all
The City Council on October 24. 1978 accepted the work of
subJeat proJeat and authorised the City Olssk to file a
Notice of Completion and to release the beats" days after
Notice of Completion has been filed.
Notice of Completion was filed with the Osanga County Recorder
an November It 1978 in Book No. 129060 Page 1880. Please
notify Your emrety cony that bonds my be released 39
days after recording date.
DORIS GBORAS
City Clark
DOsat
out.
aa: Public Works Department
�:= , ; .'
,:y:;:
,. ,
rl TO
C1T'('
CJ 3FACH
NEWPORT CEP,"", CALIF. 92663
EXEMPT
C3
NOTICE. OF COMPLETION
PUBLIC WORKS
BK 12906PC 1 880
RECORDED IN OFFICIAL. KLUUKUb
OF, ORANGE COWiTY, CALIFORNIA
1' .,t
P 3 P M Nov 1 1878
Past
LEE A. BRANCH, County Recorder.
Jo All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE. NOTICE that on February 22, 1978
the Public Works project consisting of installation:of a traffic signal and safety
lighting on Irvine Avenue at Westcliff Drive.
on which Electrend Inc. of Los Angeles
was the contractor, and Lumbermens Mutual Casualty Company
was the surely, was completed. 'T
VERIFICATION
I, the undersigned, say:
CITY OF NEWPORT BEACH
]Public 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 October 27, 1978 at Newport Beach, California.
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on October 24, 1978 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 October 27, 1978 at Newport Beach, California.
Deputy Cit Clerk
9 •
CITY OF NEWPORT BEACH
CALIFORNIA
Date: October 27, 1978
Lee A. Branch
County Recorder
P. 0. Box 238
Santa Ana, California 92702
Attached for recordation is Notice of Completion of Public
City Halt
3300 W. Newport Blvd
640 -2251
Works project consisting of installation of a traffic signal and
safety lighting on Irvine Avenue and Contract No. 1928
Westclitf Drive.
on which Electrend Inc. of Los Angeles was the Contractor
and Lumbermens Mutual Casualty Company . was the surety.
Please record and return to us.
Very truly, yours,
Ao'ris George V
City Clerk
City of Newport Beach
Encl.
CITY OF NEWPORT BEACH
Date July 19, 1977
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No.. 1928
Project Install traffic signal & safety lighting at Irvine Ave. &
Westcliff Drive - 17th St.
Attached is signed copy of subject contract for transmittal to the contractor.
Contractor: Electrend, Inc.
Address: 1848 Echo Park Avenue, Los Angeles, CA 90026
Amount: $47,697
Effective Date: 7-19 -77
Resolution No. 9133
A:�:�Doris Geo e
Att.
cc: Finance Department C]
City Ifall • 3300 Newport Boulevard, Newport Beach, California 92663 .
CONTRACT NO. 1928
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
INSTALLATION OF
TRAFFIC SIGNAL AND SAFETY LIGHTING
AT
IRVINE AVENUE AND WESTCLIFF DRIVE -17TH STREET
SUBMITTED BY:
Electrend, Inc.
Contractor
AWNEcho Park Avenue
ss
CITY CLERK
Log Angeles- CA 90026
Approved by the City City Zip
Council this 23rd day of
May, 1977
(213)666 -2432
Phone
Atynlerk; oris orge
' $47 0
To ta Bid Price
• PR 1 of 2
TRAFFIC SIGNAL AND SAFETY LIGHTING
AT
IRVINE AVENUE AND WESTCLIFF DRIVE -17TH STREET
CONTRACT NO. 1928
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. 1= and will take in full payment
therefor the following unit prices for each item, complete
in place, to wit:
a it@1 2 to
1 Lump Sum Construct traffic signal
and lighting system at
the intersection of
Irvine Avenue and West-
cliff Drive -17th Street $47-697.00$47.697.o0
TOTAL PRICE WRITTEN IN WORDS:
Forty -seven Thousand Six Hundred and Ninety -seven Dollars
and
No Cents
im
CONTRAC OR S ME
Ju
VA Tne 16, 19_x_
• PR 2 of 2
. I WHET ff fl 1 1
CONTRACTOR'S ADDRESS 1848 Echo Park Avenue
TELEPHONE NUMBER 213 - .666 -.2432
CONTRALTO S LICENSE NO.
Designate the firm or company that will supply the control
equipment:
done � s. _
Name of ,rm Inor ompany
_505 South Main. Orange. CA
ress
Telephone Number(714)558 -7400
n
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 �]� -�Q— A. M. on the 16th- day of 193L,
at which time they wi1T be opened and read for performing work as fo lows:
INSTALLATION OF TRAFFIC SIGNAL AND
SAFETY LIGHTING AT IRVINE AVENUE
AND WESTCLIFF DR. -17th St.
CONTRACT NO. 1928
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 the—Corporate � te Seal
shall be affixed to all documents r— eq— u- it ng signatures. In the case of a ar>s 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 S ecifications for Public Works Construction
(1976 Edition) as prepared by the Southern Ca ifornia Chapters of the American
Public Works Association and the Associated =Seneral Contractors of America. Copies
may be obtained from Building News, Inc.; 1055 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.
oe,,;zed ..19 -14-U-
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. 253613 Classification C10
Accompanying this proposal is Bidder's Bond
Cas , Certified Check, Cas ier s Check 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.
Phone Nu er
UOTEMNOWILD
Bid er s Name
(SEAL)
ALft9oYA'zd Signature
Authorized Signature
Co
rnoration
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:
Louis Kashmere President
Daniel Hinderlich - Vice - President
j
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.
Flprtrpnd. Tnr.
Bidders Name
S /Kent M. Simmons
Authorized Signature
fnrnnratinn
Type of Organization
(Individual, Co- partnership or Corp.)
w.m-wirjr,T3r-IlErl.,IIIL-ToTilq M.
"FOR ORIGINAL SEE CITY CLERK'S FILE COPY"
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, Electrend. Inc. , as Principal,
and Lumhermens Mutual Casualty Company , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of Ten
RArrpnf nf Rid 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
Traffic Signal and Safety Lighting at Irvine Avenue and Westcliff Drive -
17th Street. Contract No. 1928
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 16th day of
June , 19 77
Corporate Seal (If Corporation)
Electrend, Inc.
Principal
S /Louis Kashmere, President
(Attach acknowledgement of
Attorney -in -Fact
„/Alicia B. Risdon
Lumbermens Mutual Casualty Company
,tune 16, 1977 Surety
Commission expires 6/10/80 By S /James A. Bolton
Title James A.Bolton, 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 /Kent M. Simmons
Electrend. Inc.
Subscribed and sworn to before me
this 16thday of ,rune ,
19 71_.
My commission expires:
February 16, 1981 S /Rarhara n_ Hackall
Notary Public
"FOR ORIGINAL SEE CITY CLERK'S FILE COPY"
STATEMENT OF FINANCIAL RESPONSIBILITY
Page 6
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.
S /Kent M. Simmons
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
1977 City of Westminster Martin Kiefer (714)898 -3311
S /Kent M. Simmons
Signed
ISSUED IN QUADRUPLE
BONG N0. 7ST340 -488 Premium: Included
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 27, 1977
has awarded to
hereinafter designated as the "Principal ", a contract forinstallation of traffic
tzicinal and safetV llahti,ng at Irvine Avenue d Westcliff Dr. -17th Street
C -1928)
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
Electrend, Inc.
as Principal, and Lumbermens Mutual Casualty Company
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
three thousand eight hundred forty eight & 50/00 Dollars {$ 23,848.50
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
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 5th day
IkaNmermanc Mutual Casualty Company (Seal)
Name of Surety
0
ddre�s of— Surety
Signature and Title of Authorized Agent
234 S. Loma 'rive Los Angeles, CA 90026
ddress of Agent
484 -2800
Telephone No. of Agent
�2
»!
|!
§!
�!
■�
�}
■ �,
, !:
� |c
4C
■ / |
meQ
�L4
in $
IS, \§\
.�
'J
|I �
.�]
; |}
; ■
; &I
;�.
|0a
�\
�!� <
�$ \�
� ■j
,I ,f
(
}
�
§
�
[
,
�
(
} \
z 0
■
�
� (
PC
k
�
�
$
�
I
} \ \/
� \ \�
f
^ \3
£
x
: R
| ;/
£ {§
LUMBERMEN, MUTUAL CASUALTI COMPANY
A e060RATI"
1piaYNANC!
Home Office: Long Grove, Illinois 60049
POWER OF ATTORNEY
SNow ALL MEN BY THESE PRas=s:
That the LU1aBERMENS MUTUAL CASUALTY COMPANY, a corporation organized and existing under the
laws of the State of Illinois, and having its principal office in the Village of Long Grove, Illinois, does hereby appoint
Dorance D. Bolton, William D. Bolton and James A. Bolton of
Los Angeles. California ( EACH)* * * * * * * * * * * * * * * * * * * * * * * ** * * * * * **
its true and lawful agent(s) and attomey(s) -in -fact, to make, execute, seal, and deliver during the period
beginning with the date of issuance of this power and ending December 31, 1978, unless sooner revoked for and
on its behalf as surety, and as its act and deed: Any and all bonds and undertakings provided the amount of
no one bond or undertaking exceeds ONE MILLION DOLLARS ($1, 000, 000.00) * * * * * * * **
This appointment may be revoked at any time by the LubmEmirms MUTUAL CASUALTY COMPANY.
The execution of such bonds and undertakings in pursuance of these presents shall be as binding
upon the said LUMSEaMExs MUTUAL CASUALTY COMPANY as fully and amply to all intents and purposes,
as if the same had been drily executed and acknowledged by its regularly elected officers at its principal office
in Long Grove, Illinois.
THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF
DECEMBER 31, 1978
This Power of Attorney is executed by authority of a resolution adopted by the Board of Directors
of said LUMBERMENs MUTUAL CASUALTY COMPANY on May 18, 1965 at Chicago, Illinois, a true and accurate
copy of which is hereinafter set forth and is hereby certified to by the undersigned Secretary or Assistant Sec.
retary as being in full force and effect:
-VOTED, Thu the President or any Vice President or Secretary or any Assistant Secretary of the Company shall
have power and authority to appoint agents and attorneys in fact, and to authorize them to execute on behalf of
the company, and attach, the seal of the company thereto, bonds and undertakings, recognizances, contracts of
indemnity and other writings obligatory in the nature thereof, and any such officer of the company may appoint
agents for acceptance of process."
This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following
resolution adopted by the Board of Directors of the company at a meeting duly called and held on the 18th day
of May, 1965:
-VOTED, That the signature of the Predddt, any Vice President, Secretary or Assistant Secretary, and the Seal of
the Company, and the certification by any Secretary or Assistant Secretary, may be affixed by faca mile on any
power of attorney executed pursuant to resolution adopted by the Board of Directors on May 16, 1967, and any
such power so executed, seated and certified with respect to any bond or undertaking to which it is attached, shall
continue to be valid and binding upon the Company."
IN TESTruoNY WmmxoP, the LUMBEEMENs MUTUAL CASUALTY COMPANY has caused this instrument
to be signed and its corporate seal to be affixed by its authorized officers, this ........... 25th . .........................day of
_ ..... _..... 19.Y.Z.
Attested and Certified:
C. G. Swan Secretary
QTATE OF ILLINOIS i ya
COUNTY OF LABS 1
LUMBERMENS MUTUAL
CASUALTY COMPANY
X14- ''-r-
By._
H. L Renvicott, Jr. Via President
1, Jean Petzold, a Notary Public, do hereby certify that H. L. Beanfcott, Jr. and C. G. Swan personally known to we to be
the same persons whose names are respectively as Vice President and Secretary of the Lumbermen Mutual Casualty Company, a
Corporation of the State of Blinois, subscribed to the foregoing instrument, appeared before me this day in person and severally
acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as
the free and voluntary act of said corporation and as their own free and voluntary act for the uses anddd purposes therein set forth.
n• � U
.au
My commission expires: May 10, 1976 `•'/
lea¢ Petmld —Notary Public
CERTIFICATION
I, Sven L. Johanson, Secretary of the Lumbermen Mutual Casualty Company, do hereby certify that the attached Power
of Attorney dated._...._. .sTaIIU.a,Lj!_'2��...- ...._ —.on behalf
D. Bolton &,James A. Bolton of Los.- Angeles,_CA ;, a LILC and COReet COpy 8nd that the
same has been in full fora and effect since the date thereof and is in full force and effect on the date of this mrtifuate; and I do
further certify that the said H. L. geanicott, Jr. and C. G. Swan who executed the Power of Attorney as Via President and Secre-
tary respectively were on the date of the execution of the Attached Power of Attorney the duly elected Via President and Secretary
of the Lumbermen Mutual Casualty Company.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate Seal of the Lumbermen
Mutual Casualty Company on tt,a< .rsi h - -day of JU1.)L—.--.— 19 -77
e gaga
'" _ -.—, Secretary
sr<¢ L iolu¢son
This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein, and they
have no.authority to bind the Company except in the roamer and to the extent herein stated
FA 364.2 11.73 5M
GENERAL CERTIFICATE A at A LIMITED 1963 MURae I" u.a.A.
ISSUED IN QUADRUPLE . BOND NO. 7ST 40 -488 Premium: $179.00
Page 10
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted June 27. 1977
has awarded to Electrend Inc.
hereinafter designated as the "Principal ", a contract for installation of traffic
signal and safety lighting at Irvine Ave. and Westcliff Dr. -17th St. (C -1928
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We,
Electrend, Inc.
as Principal, and Lumbermens Mutual Casualty Company
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
Forty seven /six hundred ninety seven and no/100'---------- Dollars ($ 47,697.00 J,
t obi san
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 inzff 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 5th day of July , 19 77
Lumbermens Mutual Casualty Company (Seal)
Name of Surety
3545 Wilshire Blvd., Los Angeles, CA 90005
Address of Surety
Signature and Title of Authorized Agent
234 S. Loma Drive, Los Angeles, CA 90026
Address of Agent
484 -280n
Telephone No. of Agent
O
O
8
aa+ {
M I
W
I
y
x
r.
a
Z
0
o,
i
W
J co
W
K¢u
°o¢
HI J
O�
d
u
s
O
G
a a
m �
'9 0
^oa
O p
8 u
uM4 �
V
a
8 0�q
.6
bo
PC
p O
?3sA1 W
F PC
O
9 'v
O po tl
g
0
a
°a
R
a
V
b
p
N
8
O ;
Q
,,0 tlA
u �\
yL9
0
W
va <
J.
z
f
A
8
e6
I
°o
s
r
O
LL a T �
u�
a
i
an
m
�n
�n
�O
�m
�N
oy
z 4.
°LUMBERMENS MUTUAL CASUALTY COMPANY
' ♦ eoslwaAnoir
0"UP"In!
Home Office: Long Gran, 71Wtoh 60049
POWER OF 1►' RNEY
Kwow. ALL MEN BY THESE PRESENTS:
That the Luxlm T3&xxs MUTUAL CASUALTY ComPANY, a corporation organized and existing under the
laws of the State of Illinois, and having its principal office in the Village of Long Grove, Illinois, does hereby appoint
Dorance D. Bolton, William D. Bolton and James A. Bolton of
Los Angeles, California ( EACH}***** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * **
its true and lawful agent(s) and attomey(s) -in -fact, to make, execute, seal, and deliver during the period
beginning with the date of issuance of this power and ending December 31, 1978, unless sooner revoked for and
on its behalf as surety, and as its act and deed: Any and all bonds and undertakings provided the amount of
no one bond or undertaking exceeds ONE MILLION DOLLARS ($1, 000, 000.00) * *** * * * **
This appointment may be revoked at any time by the LunmitmaNs MUTUAL CASUALTY CoMPANY.
The execution of such bonds and undertakings in pursuance of these presents shall be as binding
upon the said LumfiBanmNs MUTUAL CASUALTY COMPANY as fully and amply to all intents and purposes,
as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office
in Long Grove, Illinois.
THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF
DECEMBER 31, 1978
This Power of Attorney is executed by authority of a resolution adopted by the Board of Directors
of said LumBygmENs MuTuAL CASUALTY COMPANY on May 18, 1965 at Chicago, Illinois, a true and accurate
copy of which is hereinafter set forth and is hereby certified to by the undersigned Secretary or Assistant Sec-
retary as being in full force and effect:
-VOTED, That the President or my Vim President or Secretary or any Assistant Secretary of the Company shall
have power and authority to appoint agents and attorneys in fact, and to authorize them to execute on behalf of
the company, and attach the seal of the company thereto, bonds and undertakings, rerognizances, contracts of
indemnity and other writings obligatory in the nature thereof, and any such officer of the company may appoint
agents for somptance of process."
This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following
resolution adopted by the Board of Directors of the company at a meeting duly called and held on the 18th day
of May, 1965:
"VOTED, That the signature of the Praiddot, any Vice President, Secretary or Assistant Secretary, and the Seal of
the Company, and the certification by any Secretary or Assistant Secretary, may be affixed by faafm0e on any
power of attorney executed pursuant to resolution adopted by the Board of Directors on May 16. 1962, and any
such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached shall
continue to be valid and binding upon the Company."
IN TESTIMONY WHEREOF, the LumaEamENs MUTUAL CASUALTY CoaTPANY has caused this instrument
to be signed and its corporate seal to be affixed by its } uthorized officers, this -_ -------- 25.th ............. •........... day of
LUMBERMENS MUTUAL
Attested and Certified:
CASUALTY COMPANY
BY —�
C G. Swan Secretary
8 L Kenniett, Jr. Vice President
STATE OF ILLINOIS j s
COUNTY OF LAKE J
I, Jean Petzold, a Notary Public. do hereby certify that H. L. Keanicott, Jr. and C. G. Swan personally known to me to be
the same persons whose names asst respectively as Vice President and Secretary of the Lumbermen Mutual Casualty Company, a
Corporation of the State of Illinois, subscribed to the foregoing instrument, appeared before me this day in person and severally
acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as
the free and voluntary act of said corporation and as their own free and voluntary act for the uses and ppurrp�o�seesJ - therein set forth.
My commission expires: May 10, 1976 ` -J +`
Joan Pelaold Notary Public
CERTIFICATION
I, Sven L. Johanson, Secretary of the Lumbe:mens Mutual Casualty Company, do hereby certify that the attached Power
of Attorney dated._...._ 1I8I111RT }J._25- ,.- ..142Z_._.._._.oa behalf oL�Qran��-- ..1;2T1.r— W118I1:
is__"�..:_�..: w.-_•_.— s _.!���_ °�_•= :_�..— °.- ��.:__ : =is a true and correct copy and that the
same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do
further certify that the said IL L. Kennicott, Jr. and C. G. Swan who executed the Power of Attorney as Vitt President and Secre-
tary respectively were on the date of the execution of the Attached Power of Attorney the duly elected Vice President and Secretary
of the Lumbermen Mutual Casualty Company.
IN TESTMONY WHEREOF I have hereunto subscribed my name and affixed the ate seal of the Lumbermens
Mutual Casualty Company on this_ �th._..day of �u._ —.— , 19
x¢Aa
............... -.._ ... _.._._.._._...__..._.. ..__._..__.._......_....... _... Secretary
Sven L lohanaoo
This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein, and they
have no.authority to bind the Company except in the manner and to the extent herein stated
FA 364.2 11.73 5M
GENERAL CERTIFICATE A a A LIMITED 1967 Millren IM Y.N.A.
Page 12
CONTRACT
THIS AGREEMENT, made and entered into this 19 ,: day of" 1922,
by and between the CITY OF NEWPORT BEACH, California, hereinaf4er designated as the City,
party of the first part, and Electrend, 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 Irvine Avenue and Westcliff Drive-
17th Street (C -1928)
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
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.
CITY OF EWPORT BEAC CALIFORNIA
By:
Mayor
ATTEST:
V, V,
Title
BOLTON &.COMPANY
234 SOUTH LOMA DRIVE
LOS ANGELES, CA 90026
NAME AND ADDRESS OF INSURED
ELECTREND, INC. AND SIGNALITE, A
DIVISION OF ELECTREND, INC.
1848 ECHO PARK AVENUE
LOS ANGELES} CA 90026
COMPANIES AFFORgM1 gWVERAGES
COMPANY AST. PAUL FIRE & MAyan -10. CO.
LETTER
COMPANY
'Er RNY C FREMONT INDEMNITY COMP
COMPANY D
LETTER
COMPANY E
LETTER
This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time.
ucJCHIPIIUN UV UPLHAIIDNS /LDCATIONS/VEHICLES
CONTRACT # 1928 - TRAFFIC SIGNAL & SAFETY LIGHTING AT IR INE AVENUE AND WESTCLIFF
DRIVE 17th STREET, NEWPORT BEACH, CA.
SPECIAL CERTIFICATE ENDORSEMENT ATTACHED
Cancellation: Should any of the above des�,Abed policies be cancelled before the expiration date thereof, the issuing com-
pany will endeavor to mai13UIS days written notice to the below named certificate holder, but failure to
mail such notice shall impose no obligation or liability of any kind upon the company.
NAME ITY OFSSNEWPI�FRTTE��L�CH
3300 Newport Boulevard
Newport Beach, Ca. 92663
DATE
Limits of Liabili in Thousands( 0)
COMPANY
LETTER
TYPEOFINSURANCE
POLICY NUMBER
POLICY
EXPIRATION DATE
EACH
AGGREGATE
OCCURRENCE
GENERAL LIABILITY
BODILY INJURY
$
b °
A
COMPREHENSIVE FORM
695 NA 0892
11 -01 -79
500,
500,
® PREMISES— OPERATIONS
PROPERTY DAMAGE
$
$
EXPLOSION AND COLLAPSE
loos
100 ,
HAZARD
®
UNDERGROUND HAZARD
® PRODUCTS /COMPLETED
OPERATIONS HAZARD
BODILYINJORY AND
® CONTRACTUAL INSURANCE
PROPERTY DAMAGE
$
$
® BROAD FORM PROPERTY
COMBINED
DAMAGE
®
INDEPENOENT CONTRACTORS
'Applies to Products/Completed
$ 500,
® PERSONAL INJURY
Gper.ti.,,s H..Ul.
(PERSONAL INJURY)
AUTOMOBILE LIABILITY
BODILY INJURY
500
(EACH PERSON)
$ }
A
0 COMPRFHENSIVE FORM
695 NA 0892
11 -01 -79
BODILY INJURY
$ 500,
(EACH OCCURRENCE)
SJ OWNED
PROPERTY DAMAGE
$
HIRED
BODILY INJURY AND
NON -OWNED
PROPERTY DAMAGE
$
COMBINED
EXCESS LIABILITY
BODILY INJURY AND
B
UMBRELLA FORM
p
7924 O8 27
11 -01 -77
$ 1 000
$ 1 000
❑ OTHER THAN UMBRELLA
PROPERTY DAMAGE
COMBINED X-
f }
OF PR
}
MARY
FORM
WORKERS' COMPENSATION
_
STATUTORY
C
and
wP 77 40008
04 -01 -78
EMPLOYERS' LIABILITY
$ IcACM wcmENTy
OTHER
ucJCHIPIIUN UV UPLHAIIDNS /LDCATIONS/VEHICLES
CONTRACT # 1928 - TRAFFIC SIGNAL & SAFETY LIGHTING AT IR INE AVENUE AND WESTCLIFF
DRIVE 17th STREET, NEWPORT BEACH, CA.
SPECIAL CERTIFICATE ENDORSEMENT ATTACHED
Cancellation: Should any of the above des�,Abed policies be cancelled before the expiration date thereof, the issuing com-
pany will endeavor to mai13UIS days written notice to the below named certificate holder, but failure to
mail such notice shall impose no obligation or liability of any kind upon the company.
NAME ITY OFSSNEWPI�FRTTE��L�CH
3300 Newport Boulevard
Newport Beach, Ca. 92663
DATE
0
CITY OF NEWPORT BEACH
CERTIFICATE OF INSURANCE FOR CONTRACT WORK
CONTRACT NO. 1928
This is to certify that the Company named below has
issued to the Named Insured the policy of comprehensive liability
insurance indentified herein, hereinafter referred to as "Policy ",
and endorsed said Policy as follows to assure compliance by.the
Named Insured with the insurance requirements of the Contract
executed by the Named Insured and the City of Newport Beach,
(hereinafter, "City ").
1. The limit for Comprehensive Liability (bodily injury
or death) is $500,000 each occurrence, $500,000 aggregate and
(property damage) $100,000 each occurrence.
2. Neither the Policy nor this Endorsement shall be
cancelled or materially changed until thirty (30) days after
receipt by City of written notice of such cancellation or change
addressed as follows: City of Newport Beach, c/o City Clerk,
3300 Newport Boulevard, Newport Beach, California 92663.
— M
3. The City of Newport Beach, its officers and employees
are hereby declared to be additional named insureds in the policy
described insofar as they may be held liable for injuries, death
or damage to property arising out of or in connection with the
contract executed by the named insured for the City. It is further
agreed that this policy shall be primary and non - contributing with
any other insurance available to the City of Newport Beach, and
includes a severability of interest clause.
4. Contractual liability coverage applicable to the
contract referred to above, including the obligation to defend
City is included.
5. Exclusions relating to property damage arising out
of explosion, collapse, or underground damage (commonly referred
to as "xcu" hazards) are deleted, where applicable.
6. The Policy provides coverage for, but is not limited
to: Owned, Non -Owned and Hired Automobile; Products Liability -
Completed Operations; Premises- Operations; Contractors Protective
Liability; Marine or Aviation (when applicable); and Property
Damage.
This Endorsement is effective July 12, 1977 when signed by an
Authorized Representative of ST. PAUL FIRE & MARINE INSURANCE COMPANY
(Name of Insurance Company)
and when issued to City shall be valid and form part of Policy
No. 695 NA 0892 insuring ELECTREND, INC.
(Named Insured)
expiring November 1, 1979
NAME OF AGENT OR BROKER BOLTON & COMPANY
ADDRESS - AGENT /BROKER
M
234 South Loma Drive
Los Angeles, Ca. 90026
ve
IMPORTANT: This is the only evidence of insurance acceptable to the
City. The person executing this Certificate is cautioned to make
certain that he has authority to execute this certificate on behalf
of the Insurance Company.
NOTE ATTACHED CERTIFICATE CONFIRMING UMBRELLA LIABILITY COVERAGE A.
RESOLUTION NO. 9 13 3
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO ELECTREND,
INC. FOR TRAFFIC SIGNAL AT IRVINE AVENUE AND
WESTCLIFF DRIVE - 17TH STREET, CONTRACT NO. 1928
WHEREAS, pursuant to the notice inviting bids for
work in connection with installation of traffic signal at
Irvine Avenue and Westcliff Drive, in accordance with the
plans and specifications heretofore adopted, bids were
received on the 16th day of June, 1977 and publicly opened
and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefore is ELECTREND, INC.;
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of Electrend, Inc.
for the work in the amount of $47,697.00 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 27th day of June
Mayor
ATTEST:
City Clerk
1977.
DDO /bc
6/24/77
B I D S U M M A R Y
Installation of Traloc Signal at
TITLE Irvine & Westcliff Dr. -17th C -1928
COHTRACT N0. C -1928
ENGINEER'S ESTIMATE 40 000
n
LJ
LOCATION Irvine & Westcliff -17th
TIME 10:30 AM
DATE June 16, 1977
BY CHKD DATE
CONTRACTOR, TOTAL PRICE.
1
�" fi /�
✓�� S- COP
�y r L' ✓. � Vii' f ✓�
Y
3
4
5
6
7
8
9
10
11
W2264�
CONTRACT NO. 1928
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
INSTALLATION OF
TRAFFIC SIGNAL AND SAFETY LIGHTING
AT
IRVINE AVENUE AND WESTCLIFF DRIVE -17TH STREET
Approved by the City
Council this 23rd day of
May, 1977
y C erc, Vorls
e
SUBMITTED BY:
ELECIR.c INC.
Contractor
1848 ICIO PARK AVENUE
ress
LOS ANGELES, CALIFORNIA 90026
City Zip
(213) 666 -2432
Phone
117 97 m
Total Bid Price
V •
• PR 1 of 2
TRAFFIC SIGNAL AND SAFETY LIGHTING
AT
IRVINE AVENUE AND WESTCLIFF DRIVE -17TH STREET
CONTRACT NO. 1928
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. _1�gg�?�gg and will.take in full payment
therefor the following unit prices for each item, complete
in place, to wit:
1 Lump Sum Construct traffic signal
and lighting system at
the intersection of
Irvine Avenue and West -
cliff Drive -17th Street /P 97�
TOTAL PRICE WRITTEN IN WORDS:
Dollars
and
ELE FRID INC.
C0NTRAC OR 'SN A ME
JUNE 16, 1977
DATE
0 PR 2 of 2
CONTRACTOR'S ADDRESS 1848 ECHO PARK AVENUE -
LOS ANGELES, CALIFORNIA 90026
ti
TELEPHONE NUMBER 213- 666 -2432 253613
CONTRACTOR'S LICENSE NO.
Designate the firm or company that will supply the control
equipment:
L.L
ult7
Aaaress
Telephone Number SS$" %x{00
11
Page l
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 �_ A.M. on the day of �unP 193,
at which time they will be opened and read, for performing work as fo—' ws:
INSTALLATION OF TRAFFIC SIGNAL AND
SAFETY LIGHTING AT IRVINE AVENUE
AND WESTCLIFF DR. -17th St.
CONTRACT NO. 1928
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 Sec
r�etar or Assistant Secretary are required an t3— he CCorPorate Seal
shat be of ixed to ail documents requiring signatures. In the case of a arm 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.
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. 253613 Classification C10
Accompanying this proposal is BIDDER'S BOND
Cas , Certified C eck, Cashier's Check 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.
213 - 666 -2432
Phone Number
JUNE 16, 1977
Kent M. Simmons
Authorized Signature
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:
Louis Kashmere - President
Daniel Hinderlich - Vice - President
Sharon Kashmere - Secretary
Louis Kashmere - TYeasurer
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.
CORPORATTON
Type of Organization
(Individual, Co- partnership or Corp.)
N • 'T11._ N
�\ it 11 24114 •1111y'
LUMBERMEN19MUTUAL CASUALT16 COMPANY
-} (A MUMAL INSURANCE COMPANY)
., Rome Ogee: Long Grove, Minois 60049
.a
BID OR PROPOSAL BOND BOND N0 ------ ---------- - ---------------
KNOW ALL MEN BY THESE PRESENTS,
That we- --- -- -- ----- ---- -- ------------ ELECTRENDr_ INC.
- -------------------•-•-------._...---------------•-••--•-••--••-•---------------_----
------------------------------------------- ----------------------------------------------- - .............................................................. -.............
of --------- _--------- LAS ANGELES----------- __--- -_________ ..... _ - ---- (hereinafter called the Principal), as Principal, and
LUMBERMENS MUTUAL CASUALTY COMPANY, a corporation, organized and existing under the
laws of the State of Illinois and authorized to become Surety in the State of___ CALIFORNIA _______ __
(hereinafter called the Surety) as Surety, are held and firmly bound unto__________________________________________
---------------------- CITY --- OF_NEWPORT BEACH
(hereinafter called the Obligee) in the penal sum of ------------------ TEN PERCENT OF BID AMOUNT- - - - - --
--- --- --- - - - -- ---- --- - - - - --- - - - - - --
----------------------------------- ---- - - - - - -- Dollars f$ .... 19 .................. ) for
the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators,
successors and assigns, jointly and severally, firmly by these presents.
Whereas the Principal has submitted or is about to submit a proposal to the Obligee on a contract for
INSTALLATION OF TRAFFIC SIGNAL AND SAFETY LIGHTING ( #1928)
NOW, THEREFORE, the condition of this obligation is such that if the said contract be awarded to
the Principal and the Principal shall, within such time as may be specified, enter into the contract in
writing, and give bond, with surety acceptable to the Obligee for the faithful performance of the said con-
tract; or if the Principal shall fail to do so, pay to the Obligee the damages which the Obliges -may suffer
by reason of such failure not exceeding the penalty of this bond, then this obligation shplLbe.voi4; Other.
wise to remain in full force and effect. _>1 - �-
SIGNED. SEALED and DATED this ..... 16th ... da� of__ __!?-- -- - --
------------------
„ 1q- 77.�. _
ELE ND, IN .
--- ---•-- ... . __�._ _ .__ . *
i 1 ' --
LUMBERMENS MUTUAL CASUALTY COMPANY,-
_
_ --
BY - -- - .
WITNESS: James A. Bolton AttonWt in.Faot.
FA 66.2 9 -76 3M
lNINTt01N Y.MI.A. �
r
x�a
a
50 MO �r
o
no
to
vc
i NS-4m •fiR � ��
• I i � F sr.. x I a-w�
It
STATE OF California
COUN Ty OF Los Angel es W
IL ~ ,,,_,Alicia B. Risdon _......... s Notary PWAic in and for the state and county afore-
said. do hereby certify that. jdme.... BOi ton __ _of the
Bolton-&--CO . ..ton.........., _•-- ._.......;.._ ..._.. .
_... _ ......................... .-- ..- - -. -_. _...._--- -- ._.._------------------
who is personally known to me, appeared before mt _ and acknow����� that he i ed, sealed
and delivered the foregoing instrument as his free anf voluntery act a ..at}orney_ in- tact,,,,,,,,,,_
......... ....... ............. _.. .. ............ .. ...... _._.._.of ....... .., ........ .
and as the free and voluntary act of the ...... ........................................... -... ....... » .... _.... ...... _...................
Given under my hand and Notarial Seal
UNFIC;iAL $SAL
ALiCA B. RiSD(
My
commission 'r: -,, nrnr- n,xnr---- • -rxrre
uses and purposes therein act forth.
....... day of ..... Act— A. D. 19...7,!...
Notary Public
xMMAL TA' PR ;N PA r OMOE M
FK 230 7.78 SM Lu8 ac.,.lIE5 COUNTY mum re- U.MIJ6
My Commisaian Upires June 10, 1980
LUMBERMEN MUTUAL "CASUALTY COMPANY
INSURANCE
Home Office: Long Grove, Illinois 60049
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS:
That the Luumit=Ns Mu=AL CASUALTY COMPANY, a corporation organized and existing under the
laws of the State of Illinois, and having its principal office in the Village of Long Grove, Illinois, does hereby appoint
Dorance D. Bolton, William De Bolton and James A. Bolton of
Los Angeles, California ( EACH)***** * * * * * * * * * * * * * * * * *** * * * * * * * * * * **
*********************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * **
its true and lawful agent(s) and attomey(s) -in -fact, to make, execute, seal, and deliver during the period
beginning with the date of issuance of this power and ending December 31, 1978, unless sooner revoked for and
on its behalf as surety, and as its act and deed: Any and all bonds and undertakings provided the amount of
no one bond or undertaking exceeds ONE MILLION DOLLARS ( $1, 000, 000.00) * * * * * * * **
This appointment may be revoked at any time by the LuMSEmaxS MUTUAL CASUALTY COMPANY.
The execution of such bonds and undertakings in pursuance of these presents shall be as binding
upon the said Lum:agRmzNs MUTUAL CAsuALTY COMPANY as fully and amply to all intents and purposes,
as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office
in Long Grove, Illinois.
THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF
DECEMBER 31, 1978
This Power of Attorney is executed by authority of a resolution adopted by the Board of Directors
of said LuwszRxFNs MuTOAL CAsuALTY COMPANY on May 18, 1965 at Chicago, Illinois, a true and accurate
copy of which is hereinafter set forth and is hereby certified to by the undersigned Secretary or Assistant Sec-
retary as being in full force and effect:
-VOTED, That the President or any Vice President or Secretary or any Assistant Secretary of the Company shall
have power and authority to appoint agents and attorneys in fact, and to authorize them to esenite on behalf of
the company, and attach the seal of the company thereto, bonds and undertakings, recognizances, contracts of
indemnity and other writings obligatory in the nature thereof, and any such officer of the company may appoint
agents for acceptance of process.
This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following
resolution adopted by the Board of Directors of the company at a meeting duly called and held on the 18th day
of May, 1965:
"VOTED, That the signature of the President, any Vice President, Secretary or Assistant Secretary, and the Seal of
the Company, and the certification by any Secretary or Assistant Secretary, may be affixed by facsimile on any
power of attorney executed pursuant to resolution adopted by the Board of Directors on May 16, 1962, and any
such power an executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall
continue to be valid and binding upon the Company.'
IN TESTIMONY WHUMP, the Lr mBrituilxs MuTUAL CASUALTY COMPANY has caused this instrument
to be signed and its corporate seal to be affixed by its authorized officers, this------- ----25 th .........................day of
Attested and Certified:
_el
C. G. Swan Secretary
STATE OF ILLINOIS } as
COUNTY OF LAKE
LUMBERMENS MUTUAL
CASUALTY COMPANY
IC
IL L Kenniwer, Jr. Via President
I, Jean Petzold, a Notary Public, do hereby certify that H. L. Kennicott, Jr. and C. G. Swan personally known to me to be
the me persons whose names are respectively as Via President and Secretary of the Lumbermen Mutual Casualty Company, a
Corporation of the State of Illinois, subscribed to the foregoing instrument, appeared before me this day in person and severally
acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as
the free and voluntary act of said corporation and as their own free and voluntary act for the uses and purposes .therein set forth.
My commission expires: May 10, 1976 -1". Public
Petmld Notary Publ
CERTIFICATION
I, Sven L. Johanson, Secretary of the Lumbermen Mutual Casualty Company, do hereby certify that the attached Power
of Attorney dated _ ......... rZanua ,2'j. -25 y...lg7-.Z. - ---- . on behalf of_D.O.TRn.0 -.D _-1aQ3 t- one._W -.1.1 am
D._ Bolton _& James of_Los- Angeles, CAS a true and correct ropy and that the
same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do
further certify that the said H. L. Kennicott, Jr. and C. G. Swan who executed the Power of Attorney as Vice President and Sec e
tary respectively were on the date of the execution of the Attached Power of Attorney the duly elected Via President and Secretary
of the Lumbermen Mutual Casualty Company.
IN TESTIMONY WHEREOF I have hereunto subscribed my name and affue�tpe corporate seal of the Lumbermen
Mutual casualty Company on this... 1 �t h.__daY of_ June- -- -- -- 19 //�
'.� :...+ __..__ ............ ...... ...... ... _._. ._._..._....._......_....�.._ —. .._.__. Secretary
Sven L Johanson
This Power of Attorney limits the acts of those named therein to the bonds and undertakings spedfiaay named therein, and they
have no.authority to bind the Company except in the manner and to the extent herein stated
FA 364.2 11 -73 6M
GENERAL CERTIFICATE A a A LIMITED 1963 MINTLn IN a.a.A.
Page 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, _ _ as Principal,
and 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)
2
Title
Principal
re
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 contra soug t by
this bid. ,
Subscribed and sworn to before me
this 16thday of JUNE ,
19 77
My commission expires:
t o�
OFFICIAL SEAL
Nt
BARBARA D. HASKELL
t �"''.: ^'I��
NGtAFY PUELIC- GAL�FORNiA
..5/
PRINCIPAL OFFICE IN
LvS ANGELES COUNTY
My CcrmiSS;on
O'PINS February 16.1991
HO PARK AVE.
LOS ANGELES, CA 90026
Notary Public
Page 6
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.
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
I/