Loading...
HomeMy WebLinkAboutC-2040 - Modify traffic signal & lighting on Irvine AvenueJuly 11, 1978 CITY COUNCIL AGENDA ITEM NO. H-2(d) TO: CITY COUNCIL FROM: Public Works Department SUBJECT: COOPERATIVE FINANCING AGREEMENT FOR THE MODIFICATION OF THE TRAFFIC SIGNALS ON IRVINE AVENUE AT THE INTERSECTIONS OF MESA DRIVE AND UNIVERSITY DRIVE -DEL MAR AVENUE (C -2040) RECOMMENDATION: Adopt a Resolution authorizing the Mayor and City Clerk to execute a Cooperative Financing Agreement with the County of Orange for the subject traffic signal project. DISCUSSION: The project provides for the modification of the traffic signals on Irvine Avenue at the intersections of Mesa Drive and University Drive -Del Mar Avenue. The project is in the 1977 -78 Traffic Signal Priority Program approved by the City Council on November 28, 1977. The proposed project provides for the upgrading of poles, traffic control equipment, provisions for permissive left -turn phasing and interconnect equipment to provide for coordinated traffic flow on Irvine Avenue. The estimated cost of the project is $56,000 including design, construction and construction engineering. The project will be cooperatively funded by the County of Orange and the City of Newport Beach. The cost sharing is estimated as follows: County of Orange - $35,000 City of Newport Beach - $21,000 Funds for the Newport Beach share of the project is budgeted in the current gas tax account. Bill E. Darnell Traffic Engineer BED:bcd October 2, 1980 0 CITY OF NEWPORT BEACH Steiny and Company, Inc. 46.20 E. La Palma Ave. Anaheim, CA 92807 Subject: Surety: Bond No.: Project: Contract No.: OFFICE OF THE CITY CLERK (714) 640 -2251 Safeco Insurance Company of America 2889732 Traffic Signal Modifications -on Irvine Ave. at University Dr. and at Mesa Dr. 2040 The City Council on August 25, 1980 accepted the work of subject project, and authorized, the City Clerk to file a Notice of Completion and to release the 'bond 35 days after Notice of Completion has been filed. Notice of Completion was filed with the Orange County Recorder on September 15, 1980, Book No. 13743, Page 1991. Please notify your surety company that the bond may be released 35 days after the recording date. DORIS GEORGE City Clerk DG:bf cc: Public Works Department 20 nn EXEMPT C5 NOTICE. OF COMPLETION PUBLIC WORKS BK 13743Po 199 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 30 m1a. 3 PM. SEP 151980 Pd LEE A BRANCH, County Reca;da 1 o All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on June 9, 1980 the Public Works project consisting of Traffic Signal Modifications on Irvine_ Avenue at University Drive and at Mesa Drive (C- 2(140) on which Steiny and Company Inc. was the contractor, and Safeco Insurance Company of America was the surety, was completed. CITY-OF NE P RT BEACH A,c4u.6 ublic Works Director VERIFICATION I, the undersigned, say: UG 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 27 , 1980 at Newport Be h, California. D� A"Abpublic Works Director 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 August 25, 1980 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 27, 19Rn at Newport Beach, California. q V ty Clerk ��� RECEIVED CITY CLERK OCT 2 1980. OF HEWPC0RT BEACH, CALIF, iC 9 i 1 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 August 27, 1980 Lee A. Branch County recorder P. O. Box 238 Santa Ana, California 92702 Dear Mr. Branch: Attached for recordation is Notice of Conpletion of Public Works project consisting of Traffic Signal Modifications on Irvine Ave. at University Dr. & at Mesa Dr. Omtract No. 2040 on which Steiny and Company, Inc. was the Contractor and Safeco Insurance Company of America was the Surety. Please record and return to us. fiery truly yours, Doris George City Cleric City of Newport Beach DG:bf encl. City Hall 3300 Newport Boulevard, Newport Beach, California 92663 i,.. August 25, 1980 AUG 2:+ 1980 CITY COIN L AGE DA ITEM N0. TO: CITY COUNCIL By " UTY couwll. _ CITY 40 K"H FROM: Public Works Department SUBJECT: ACCEPTANCE OF TRAFFIC SIGNAL MODIFICATIONS ON IRVINE AVENUE AT UNIVERSITY DRIVE AND AT MESA DRIVE (C -2040) RECOMMENDATIONS: 1. Accept the work. 2. Assess liquidated damages in the amount of $5,400.00. 3. Authorize the City Clerk to file a Notice of Completion. 4. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for the modifications of the traffic signals on Irvine Avenue at University Drive and Mesa Drive has been completed to the satisfaction of the Public Works Department. The bid price was: $ 56,000.00 Amount of unit price items constructed $ 56,000.00 Amount of change orders $ (63.77) Total contract cost $ 55,936.23 One change order was issued providing for deletion of one run of new conduit and relocation of an existing street lighting circuit. One half the cost of the project was borne by the County. The City's share was paid from the Gas Tax Fund. The design engineering was performed by MPA Consulting Engineers of Santa Ana, California. The Contractor is Steiny and Company, Inc., of Anaheim, California. The contract date of completion was April 16, 1980. Due to a delay in obtaining the signal heads, the signal at Mesa Drive was not turned on until June 9, 1980, 54 days after the specified date of completion. During the latter part of the contract, the staff made repeated calls to the Contractor and the signal head supplier reminding them of the completion date and suggesting the possibility of an alternate source. During this period, it was found that the signal heads were available from immediate to four -week delivery from other suppliers. By letter dated June 18, the Contractor was notified of the amount of liquidated damages that would be recommended and was advised to contact the staff if they wished to discuss the matter. There has been no reply from the Contractor nor the supplier. Benjamin B. Nolan Public Works Director GPD:do a 0 CITY OF NEWPORT BEACH Date zMam 6, 'sea TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. pow Project MIFIC&T= pl TeAnir. ==Ls Ann SAM= t.Tmr= 011 IRVMM AVIM AT MIIV=rlY DRIVE/DIL AAR AV=Zo AM AS M89A DR. Attached is signed copy of subject contract for transmittal to the contractor. Contractor: MIRY Alm CMAl1Y CO. itel" tend Cow"Mo Intl. Address: 4620 $. Lo`PdliMAh. Ausbaln. CA 92807 Amount: $ 50,600 Effective Date: q n^ Resolution No. 9705 A" Doris Geo3ae Att. cc: Finance Department [] City Ilall 3300 Newport Boulevard, Newport Beach, California 92663 Rollins Bua Hunter of Southern California • Insurance Brokers 6330 San Vicente Boulevard, Los Angeles, California 90048 Telephone 213 937 -7160 Telex 674318 IF)rXI-INS BUR HURTEK June 30, 1980 CRECEIVVjE�D�� � City of Newport Beach Attn: City Clerk , 3300 Newport Blvd. Newport Beach, CA. 92663 Re: Steiny and Company, Inc. Your Contract NO. C -2040 - current job - Gentlemen: Your certificates of insurance on file reflect that the umbrella liability policy and workers compensation policy expire July lst. We are now enclosing the renewal certificates on these two coverages showing new expiration dates of July 1, 1981. The general liability policy expires July 1, 1982 and therefore this certificate form is still valid. Please call me on any questions you may have, or additional require- ments to be met on this insurance. Very truly yours, ROLLINS BJUjR�DIICCK HUNTER Susan Blohm Account Manager /sb Encl. RECEIVED • CITY CLERK qj JUL 1- 1980' CITY OF HERORT BEACH, CALIF. , *FOR RENEWAL OF UMBRELLA LIAB. POLICY* CITY OF NEWPORT BEACH Contract No. c -9,040 Special Endorsement No. (STEINY JOB # 8611) In consideration of the premium charged, this endorsement is attached to and made a part of all policies insuring the liability of any person, firm or corporation performing services under contract for the City of Newport Beach. Notwithstanding any inconsistent expression in the policy to which this endorsement is attached, or in any other endorsement now or hereafter attached thereto, or made a part thereof, the protection afforded by said policies shall: 1. Include the City of Newport Beach,.its officers and employees as additional insureds in the policies described below for injuries, death or damage to property arising out of or in connection with the contract executed by the named insured and 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. 2. Include contractual liability coverage applicable to the contract referred to above, including the obligation to defend the City. 3. Delete all exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards). 4. Indemnify and save harmless the City of Newport Beach against any and all claims, excluding sole negligence of the City, resulting from the undertaking of the contract. This hold harmless assumption on the part of the underwriters shall include all costs of investigation and defense, until reasonable determination is made that the City is solely negligent. 5. Provides limits of liability and coverages as follows: COVERAGES TO WHICH THIS EFFECTIVE ENDORSEMENT DATE OF POLICY POLICY LIMITS OF INSURANCE ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY UMBRELLA LIABILITY 7/1/80 UL 391761 7/1/80 to 7/1/81 $5,000,000. MIDLAND INS. CO. This endorsement is effective .Trrry , 19� , when signed by an Authorized Representative of the companies affording coverages and when issued to City shall be valid and form a part of policies herein described. Should any of the above described policies be cancelled before the expiration date thereof, the issuing company shall mail 30 days' prior written notice by registered mail to: City of Newport Beach c/o City Clerk 3300 Newport Boulevard Newport Beach, California 92663. NAME OF AGENT OR BROKER ROLLINS BURDICK HUNTER OF SOUTHERN CALIFORNIA Address LOS ANGELES, CALIFORNIA 90048 By ae� (Authorized Representative) J. ANDERSON ASSISTANT VICE PRESIDENT IMPORTANT: This is the only evidence of insurance acceptable to the City. The person executing this Endorsement is cautioned to make certain that he has authority to do same on behalf of the Insurance Company or Companies. C.I.E. - ._3/79. ... _ . ILI of Southem California • Insurance Brokers 6330 San Vicente Boulevard Los Angeles, California 90048 (213) 937 -7160 NAME AND ADDRESS OF CERTIFICATE HOLDER CERTIFICATE OF INSURANCE CITY OF NEWPORT BEACH, C/O CITY CLERK 3300 NEWPORT BLVD. NEWPORT BEACH, CA. 92663 NAME AND ADDRESS OF INSURED STEINY AND COMPANY, INC. 221 NO. ARDMORE AVE. LOS ANGELES, CALIFORNIA 90004 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. DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES CONTRACT NO. C -2040 ( STEINY JOB # 8611) This certificate is not a policy and of itself does not afford any insurance. Nothing contained in this certificate shall be construed to amend, extend or alter the coverage limits, terms or conditions of the policies it certificates. Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing company will flsXMilix2Kmail 30— days written notice to the above named certificate holder* MK *XMIXXXBb:7ri4=XAXKXtidVd�XXlXWJ I#% �X4yX9474X4 ]Xt{XH§_{Xt{X}CR&RP(X>XktH4R2(, *BY REGISTERED MAIL Notwithstanding any requirement, term, or condition of any contract or other document with respect to which the certificate is issued, the insurance afforded by the policies listed on the certificate is subject to all the terms of such policies. ROLL NS 8nURDICK NUIdfN.T -ER DATEISSUED: 7/1/80 /sb. RBH eel , �/ . rg�f' , AUTHORIZ REPRESENTATIVE Limits of Liability In Thousands (000) TYPE OF INSURANCE COMPANY AND POLICY NUMBER POLICY EXPIRATION DATE AGGREGATE OCCURRENCE GENERAL LIABILITY 8001LY INJURY E $ ❑ COMPREHENSIVE FORM ❑ PREMISES —OPERATIONS ❑ EXPLOSION AND COLLAPSE PROPERTY DAMAGE S S HAZARD ❑ UNDERGROUND HAZARD ❑ PRODUCTS /COMPLETED OPERATIONS HAZARD ❑ CONTRACTUAL INSURANCE BODILY INJURY AND PROPERTY DAMAGE $ $ i] BROAD FORM PROPERTY COMBINED DAMAGE ❑ INDEPENDENT CONTRACTORS ❑ PERSONAL INJURY *Applies to Ptodacts /Completed $ Operations Hazard. (Personal Injury) AUTOMOBILE LIABILITY BODILY INJURY (EACH PERSON) S ❑ COMPREHENSIVE FORM BODILY INJURY ❑ OWNED (EACH OCCURRENCE) $ PROPERTY DAMAGE $ ❑ HIRED BODILY INJURYANO ❑ NON -OWNED PROPERTY DAMAGE $ COMBINED EXCESS LIABILITY ❑ UMBRELLA FORM BODILY INJURY AND ❑ OTHER THAN UMBRELLA PROPERTY DAMAGE $ $ FORM COMBINED WORKERS'COMPENSATION THE TRAVELERS INDEMNITY CO. STATUTORY and POL. #TSDKUB168TO06 -1 -80 7/1/81 EMPLOYERS' LIABILITY 1$1,000, (Eecn Accident) OTHER DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES CONTRACT NO. C -2040 ( STEINY JOB # 8611) This certificate is not a policy and of itself does not afford any insurance. Nothing contained in this certificate shall be construed to amend, extend or alter the coverage limits, terms or conditions of the policies it certificates. Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing company will flsXMilix2Kmail 30— days written notice to the above named certificate holder* MK *XMIXXXBb:7ri4=XAXKXtidVd�XXlXWJ I#% �X4yX9474X4 ]Xt{XH§_{Xt{X}CR&RP(X>XktH4R2(, *BY REGISTERED MAIL Notwithstanding any requirement, term, or condition of any contract or other document with respect to which the certificate is issued, the insurance afforded by the policies listed on the certificate is subject to all the terms of such policies. ROLL NS 8nURDICK NUIdfN.T -ER DATEISSUED: 7/1/80 /sb. RBH eel , �/ . rg�f' , AUTHORIZ REPRESENTATIVE 0 CONTRACT NO. 2040 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR MODIFICATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING ON CITY CLERK IRVINE AVENUE AT UNIVERSITY DRIVE /DEL MAR AVENUE, AND AT MESA DRIVE Approved by the City Council this 10th :day of December , 1979 Doris George, City C1 SUBMITTED BY: STEINY AND COMPANY, INC. Contractor Steiny and Company, Inc. 4620 E. La Palma Avenue Anaheim, CA 92807 Address Steiny and Company, Inc. 4620 E. La Palma Avenue Anaheim, CA 92807 City Zip (714) 779 -2301 Phone $56,600.00 Total Bid Price PR1of2 MODIFICATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING ON IRVINE AVENUE AT UNIVERSITY DRIVE /DEL MAR AVENUE, AND AT MESA DRIVE CONTRACT NO. 2040 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.2040 and will take in full payment therefor the following unit prices for each item, complete in place, to wit: T Lump Sum Modify traffic signals and lighting system at the inter- section of Irvine Avenue with University Drive /Del Mar $56,600.00 $56,600.00 Avenue, and with Mesa Drive. TOTAL PRICE WRITTEN. IN WORDS: Fifty -six Thousand Six Hundred Dollars and NO Cents '= 1 • PR 2 of 2 STEINY AND COMPANY, INC. CONTRACTOR'S NAME 12/27/79 DATE Steiny and Co., Inc. 4620 E. La Palma Ave. CONTRACTOR'S ADDRESS Anaheim. CA 92807 TELEPHONE NUMBER (714) 779 -2301 S /David Chadbourne AUTHORIZED SIGNATURE 37 CONT CTO S LICENSE NO. Page 1 CITY OF NWORT BEACH, CALIFORNIA 16T tE INVITING BIDS SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 10:00 A.M. (as deterWned by telephone time signal) on the 27th day of— e�Fr 1979, at which time they will be opened and read, for performing work as o o— MODIFICATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING ON IRVINE AVENUE @ UNIVERSITY DR /DEL MAR AVENUE, & @ MESA DRIVE CONTRACT NO. 2040 Bids must be submitted on the proposal form attached with the contract documents furnished by the Public Works Department. The additional copy of the proposal form is to be retained by the bidder for his records. Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable to the City of Newport Beach, for an amount equal to at least 10 percent of the amount bid. The title of the project and the words "SEALED BID" shall be clearly marked on the outside of the envelope containing the bid. The contract documents that must be completed, executed, and returned in the sealed bid are: A. Proposal B. Designation of Subcontractors C. Bidder's Bond D. Non - collusion Affidavit E. Statement of Financial Responsibility F. Technical Ability and Experience References These documents shall be affixed with the signature and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required and Comer orate Seal shall be affixed to all documents refiring 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.) 0 0 Page la The City has adopted the Standard Speciiations for Public Works Construction (1976 Edition) as prepared by t he Southern cal Mrnia Chapters of the American PvFric 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 per set. A standard "City of Newport Beach Special Endorsement" form has been adopted by the City of Newport Beach. This form is the only endorsement acceptable to the City for liability insurance purposes. The successful low bidder will be required to complete the form upon award of contract. (A sample form is attached for reference.) 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. In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascer- tained 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. A copy of said determination 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 -7981 in- clusive). The contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department. The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 3 -13 -79 0 0 Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 161273 Classification C -10 & A . Accompanying this proposal is "Bidders Bond" (Cash, Certified Check, Cas ier s Check or on in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. (714) 779 -2301 PTione N e 12/27/79 _ 1La e Y. INC- Bi er s Name (SEAL) ut orize ignature 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: STEINY AND COMPANY, INC. J. 0. Steiny- President & Treasurer David.Chadbourne -Vice Pres. & Mgr. Jay Perry- Secretary 0 DESIGNATION OF SUBCONTRACTORS 0 Page 3 The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. STEINY AND COMPANY INC. Bi er s ame S/Dayid Chadbourne ut orizedSignature Corporation Type of Organization (Individual, Co- partnership or Corp.) Steiny and Co.. Inc. 4620 E. La Palma Avenue Anaheim. CA A 2 A dress "FOR ORIGINOSEE CITY CLERK'S FILE COPY" . Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, , as Principal, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Dollars ($ ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this day of , 19 Corporate Seal (If Corporation) (Attach acknowled ement of Attorney -in -Fact Title urety pa • NON- COLLUSION AFFIDAVIT Page 5 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 this 27th day of December , 19 79 . My commission expires: 10/12/80 STEINY AND COMPANY, INC. S /David Chadbourne S /D. D. White Notary Public y • • 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. "On File with City Clerk ". STEINY AND COMPANY, INC. S /David Chadbourne Signed r� TECHNICAL ABILITY AND EXPERIENCE REFERENCES 0 Page 7 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. 1979 City of Anaheim Paul Singer 1979 Citv of Fullerton Bob Hodson 1979 City of Orange Bernie Dennis 1978 City of Huntington Beach -Si gneja�-MM 0 • Page 8 LABOR AND MATERIAL BOND BOND # 2889732 PREMIUM INCLUDED IN THE 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 January 7, 1980 has awarded to Steiny and Company, Inc. hereinafter designated as the "Principal ", a contract for Modification of Traffic Signals and Safety Lighting on Irvine Avenue at University rive a ar Avenue and at Mesa Drive 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 STEINY AND COMPANY, INC. as Principal, and SAFECO INSURANCE COMPANY OF AMERICA as Surety, are held firmly bound unto the City, of Newport Beach, in the sum of TWENTY EIGHT THOUSAND THREE HUNDRED AND NO /100---- - - - - -- Dollars ($ 28,300.00-- - - - - -- 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 4 a. r � • (Labor and Material Bond - Continued) Page 9 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 7TH. day of JANUARY 1980 STEINY AND COMPANY INC. Seal.). = Na of Contractor Principal Autho 1 S' u and Tit SECRETARY ; ,. Auth#Fl 1 qna—UcO and Title H L i 4 Approved as o fo 41t-t rn SAFECO INSURANCE COMPANY OF AMERICA- tSeal) Name of Surety 8250 WOODMAN AVENUE, PANORAMA CITY, CA. 91409 Address of Surety �l . o� Signature and Title of ut orized gent J. L. ANDERSON, ATTORNEY -IN -FACT - ress o gen IA 6330 SAN VICENTE BOULEVARD, LOS ANGELES,CA.90048 PHONE # 213- 937 -7160 elephone No. of Agent 0 0 e I N m LU z0 V e• H 0 N U' W z a h W U WI E V 0 u W C IO�� yYC1,4� o U E¢ m Opp `w 3z !� rJ a0 a w tt �2o N � cn w S e C y C L goZZN 4 Y G c T$ rn ■ E �1` O .q O a o V O E w C V 'O c N G r C U' v A N Y V Y 'S S .V V W� 0 E w a q Y 'O L n O O C o/ c _ � E E - l; e E m T w C O N O W 'f .- �� c D H T ra YI £ \ E5 j \©U !_ -�E E Z f E « { « k 2 q \ / ( k J ! 0) '` « \/ 4 -,t ,� / § � ` \ {!Q s q k < k §` \ 3 ■ § §/|■ �22,a & <, -p3 �l�� £ - l » + /§ § ) u '. k WR OF ATTORNEY KNOW ALL BY THESE PRESENTS: V O INSURANCE COMPANY OF AMERICA E OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 98185 No 5291 That SAFECO Insurance Company of America, a Washington corporation, does hereby appoint L. ANDERSON, Los Angeles, California------------- ---- - - - - -- its true and lawful attorney(s) -in -fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind SAFECO Insurance Company of America thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, SAFECO Insurance Company of America has executed and attested these presents this 19th day of April 19 77 CERTIFICATE Extract from the By -Laws of SAFECO Insurance Company of America: "Article VI, Section 12.— FIDELITY AND SURETY BONDS ... the President, any Vice President, and the Secretary shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business .... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO Insurance Company of America adopted July 28, 1970 "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article VI, Section 12 of the By Laws, and (ii) A copy of the power -of- attorney appointment, executed pursuant thereto, and (iii) Certifying that said power -of- attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, W.D. Hammersla, Secretary of SAFECO Insurance Company of America, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, 1 have hereunto set my hand and affixed the facsimile seal of said corporation &1300 R1 7n7 this 7„?1i•-, day of .TANTTARV , 19 80 . MINrED IN USA. i 1 f PERFORMANCE BOND Y KNOW ALL MEN V THESE PRESENTS, That n BOND # 2889732 premium $337.00 Page 10 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted January 7, 1980 has awarded to Steiny and Company, Inc. hereinafter designated as the "Principal ", a contract for Modification of Traffic Signals and Safety Lighting on Irvine Avenue at University rive a ar Avenue, and at Mesa Drive in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, STEINY AND COMPANY, INC. as Principal, and SAFECO INSURANCE COMPANY OF as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of FIFTY SIX THOUSAND SIX HUNDRED AND NO /100 ----------- - - - - -- Dollars ($ 56,600.00-- - - - -), said sum being equal to 100% of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, con- ditions, and agreements in the said contract and any alteration thereof made as therein provided on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice L 4 I i ' i • 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 7TH. day of JANUARY , 19-22_. - Seat} (Principal) urend Tit SECRETARY ire Title SAFECO INSURANCE COMPANY OF AMERICA Name of Surety 8250 WOODMAN AVENUE, PANORAMA CITY,-- 91409 Address of Surety 9 SigOature and Title of Authorized genes J. L. ANDERSON, ATTORNEY -IN -FACT ROLLINS BURDICK HUNTER OF SOUTHERN CALIFORNIA Address of Agent 6330 SAN VICENTE BOULEVARD, LOS ANGELES,CA. 90048 PHONE # 213- 937 -7160 Telephone No. of Agent 0 0 I W o a W y 0 o o � o y U d $ E a c Y m 0 c o - E 3 6 O c N Y «1O• y m I i M.E 1 -11 U d Y 0 z d O L E o` a =I c 3 Y3' 0 c A L 9 y m ° E c " � m o � E E 3 c a> Y l0 _ O � C 6_ a� O E V c 2 mom. c — o m L _ c 3 m a> a U - a> o vooi d d C N y C d0 O L C V p t6 cLa o c ~ U N C O'Z Or N y.. L OY O O E m i JZ°z= W J -1V J U O m 6 Z � n s = � E �I E { t1 f f t }tj [K J N r m I W J z0 u O C7 � U z o U e S a 5U $ 3 p u a V O cn c W o y' O.' o E "r E m ca A I u o u O W $ m N U O L y c 'fi W p 6 a Z O m w rz z.380d 5 e.0 in bt .4. 4 0 O O � T n 4 0 v� E H O p V. G c {4 N C V U. O Z m u E G p W T oa .o 0 p I R OF ATTORNEY 0 INSURANCE COMPANY OF AMERICA OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 98185 SAFECO No. 5291 KNOW ALL BY THESE PRESENTS: That SAFECO Insurance Company of America, a Washington corporation, does hereby appoint ----------------- - - - -J. L. ANDERSON, Los Angeles, California----------------- - - - - -- its true and lawful attorneys) -in -fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind SAFECO Insurance Company of America thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, SAFECO Insurance Company of America has executed and attested these presents this 19th day of April 19 77 CERTIFICATE Extract from the By -Laws of SAFECO Insurance Company of America: "Article VI, Section 12.— FIDELITY AND SURETY BONDS ... the President, any Vice President, and the Secretary shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business, .... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO Insurance Company of America adopted July 28, 1970 "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article Vl, Section 12 of the By Laws, and (ii) A copy of the power -of- attorney appointment, executed pursuant thereto, and (iii) Certifying that said power -of- attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, W.D. Hammersla, Secretary of SAFECO Insurance Company of America, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 7TH• day of JANUARY 19 80 S -1300 R1 7/77 .._. _. PRIMED IN U.SA. i • CONTRACT Page 12 THIS AGREEMENT, made and entered into this,!� ay of'. 19�'� by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and Steiny and Company, Inc. hereinafter designated as the Contractor, party of the second part. WITNESSETH: That the parties hereto do mutually agree as follows: 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of Modification of Traffic Signals and Safety Lighting on Irvine. Avenue at University Drive /Del Mar Avenue, and at Mesa Drive 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. i • Page 13 5. Pursuant to the Labor Code of the Ste#.of California, the City Council has ascertained the .general Prevailing rates q diem wages for each craft or type of workman needed 6 execute the contract anct - thedule 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 NEWPORT BEACH, ,,CA__LI //FORNIA BY 0 G'�fm_ Mayor ATTEST: City Clerk STEINY. AND COMPANYs INCi �fafe license No. 7 61V ; n r ctor By: ` < - By: e �.� - � \ t \ £§!§o #!! & \§ ■e�0F % ®| - 41, 2 | 6 £ge77,« \ \ \ � 40\ \ \ [� } -M \ k }\ \ \ \\ }} \\ E CONTRACT NO. 2040 INDEX TO SPECIAL PROVISIONS FOR MODIFICATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING ON IRVINE AVENUE AT MESA DRIVE, AND AT UNIVERSITY DRIVE /DEL MAR AVENUE SECTION PAGE I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . 1 II. COMPLETION OF THE WORK . . . . . . . . . . . . . 1 III. CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. . 1 IV. PAYMENT . . . . . . . . . . . . . . . . . . . . . 1 V. PROTECTION OF EXISTING UTILITIES . . . . . . . . 2 VI. WATER . . . . . . . . . . . . . . . . . . . . 2 VII. GUARANTEE . . . . . . . . . . . . . . . . . . . . 2 VIII. FLOW AND ACCEPTANCE OF WATER . . . . . . . . . . 2 IX. AS BUILT PRINTS . . . . . . . . . . . . . . . . . 2 X. TRAFFIC SIGNAL AND SAFETY LIGHTING FACILITIES . . 3 a. General . . . . . . . . . 3 b. Reference Specifications . . . . . . . . . . 3 c. Description . . . . . . . . . . . . . . . . . 3 d. Equipment . . . . . . . . . . . . . . . . . . 3 e. Testing . . . . . . . . . . . . . . . . . . . 4 f. Service . . . . . . . . . . . . . . . . . . . 4 g. Conduit . . . . . . . . . . . . . . . . . . . 4 h. Pull Boxes . . . . . . . . . . . . . . . . . 4 i. INDEX SECTION PAGE X. TRAFFIC SIGNALS AND SAFETY LIGHTING FACILITIES (Continued) i. Conductors and Wiring . . . . . . . . . . . . 5 j. Bonding and Grounding . . . . . . . . . . . . 5 k. Luminaires . . . . . . . . . . . . 5 1. Photoelectric Controls . . . . . . . . . . . 5 m. Ballast . . . . . . . 5 n. Internally Illuminated Street Name . . . . . 5 o. Pedestrian Signals . . . . . . . . . . . . . 6 p. Bicycle Push Buttons . . . . . . . . 6 q. Signal Faces and Signal Heads . . . . . . . . 6 r. Detectors 7 s. Solid State Traffic Actuate Controllers and Cabinets 7 t. Maintaining Existing and Temporary Electrical Systems . . . . . . . . . . 7 u. Salvaging Electrical Equipment 8 ii. • • SP 1 of 8 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR MODIFICATION OF TRAFFIC SIGNAL AND SAFETY LIGHTING ON IRVINE AVENUE AT MESA DRIVE, AND AT UNIVERSITY DRIVE /DLL MAR AVENUE CONTRACT NO. 2040 I. SCOPE OF WORK The work to be done under this contract consists of the installation of traffic signal and safety lighting as hereinafter described. The contract requires completion of all work in accordance with these Special Provisions; the City's Standard Special Provisions; the Plans (Drawing No. T- 5210 -S), the City's Standard Drawings and Specifications; and, where applicab eT , the California Standard Specifications, January 1978, and the California Standard Plans, March 1977. The City's Standard Specifications are the Standard S ecifications for Public Works Construction 1976 Edition. Copies may a purc ase rom u ing ews, nc. ver an venue, os Angeles, California 90034, Telephone (213) 870 -9871. Copies of the City's Standard Drawings and Special Provisions may be purchased from the Public Works Department at a cost of $5.00. If there is a conflict in methods of measurement between the City's Standard Specifications and the California Standard Specifications, the City's Standard Specifications shall take precedence. II. COMPLETION OF THE WORK The Contractor shall complete all work within 100 consecutive.calendar days after the date of award of the contract by the City Council. III. CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK Subject to the provisions in Section 6 -1 of the Standard Specifications, the Contractor shall begin work within 15 calendar days after the City executes the contract. Traffic signal standards and signal heads shall not be installed until the signal controller has been delivered to the job site. IV. PAYMENT The unit or lump sum bid for each item of work shown on the proposal shall be considered as full compensation for all labor, materials, equipment, and all other things necessary to complete the work in place, and no additional allowance will be made therefor. Payment for incidental items of work, not separately provided for in the proposal, shall be included in the price bid for other related items of work. • SP2of8 V. PROTECTION OF EXISTING UTILITIES Known utilities are indicated on the plans. Prior to performing construction work, the Contractor shall request each utility company to locate their facilities. The Contractor shall protect in place and be responsible for, at his own expense, any damage to any utilities encountered during construction of the items shown on the plans. VI. WATER The Contractor shall make his own provisions for obtaining and applying water necessary to perform his work. If the Contractor desires to use available City water, it shall be his responsibility to make arrangements for water purchase by contacting the City's Utility Division at (714) 640 -2221. VII. GUARANTEE The Contractor shall guarantee for a period of one year, after acceptance of the work by the City Council, all materials and workmanship against any defects whatsoever. Any such defects shall be repaired at the Contractor's expense. VIII. FLOW AND ACCEPTANCE OF WATER It is anticipated that surface and ground or other waters will be encountered at various times and locations during the work herein contemplated. The Contractor, by submitting a bid, acknowledges that he has investigated the risks arising from water and has prepared his bid accordingly. The Contractor shall conduct his operations in such a manner that storm or other waters may proceed uninterrupted along their existing street and drainage courses. Diversion of water for short reaches to protect construction in progress will be permitted if public or private properties are not damaged or, in the opinion of the Engineer, are not subjected to the probability of damage. Surface water containing mud or silt from the project area shall be treated by filtration or retention in a settling pond, or ponds, adequate to prevent muddy water from entering storm drains or the bay. The Contractor shall submit a plan for implementing siltation control prior to commencing construction. Upon approval of the plan, the Contractor shall be responsible for the implementation and maintenance of the control facilities. IX. AS BUILT PRINTS The Contractor is required to submit to the Engineer "As- Buil.t" prints prior to the City accepting the installation. The prints shall indicate in red all deviations from the contract plans, such as: locations of poles, pull boxes and runs, depths of conduit, number of conductors, and other appurtenant work, for future reference. • • SP3of8 X. TRAFFIC SIGNAL AND SAFETY LIGHTING FACILITIES a. General The Contractor shall furnish all tools, equipment, and manufactured articles and shall perform all operations existing and construct additional traffic signal and stree t as shown on the drawings and as specified herein. Reference Specifications and Standard Plans materials, supplies, necessary to modify lighting facilities 1. Standard S ecifications - Except as modified herein, materials and 1nsta anon s a con orm to the California Standard Specifications, January, 1978. All references in this section to "Standard Specifications" shall be understood to be referenced to the California Standard Specifications. 2. Standard Plans - Except as modified herein, all references in this section to "Standard Plans" shall be understood to be ref- erenced to the California Standard Plans, March 1977. 3. Codes Ordinances and Re ulations - All electrical materials and equipment furnished and inslall eT under this section shall conform to the referenced regulations and codes specified in Section 86 -1.02 of the Standard Specifications, and to all other ordinances and regulations of the authorities having jurisdiction. Whenever reference is made to the Order or Standards, the reference Code, Order or Standard that is in receipt of bids. Description Code, Safety Orders, General shall be construed to mean the effect on the date set for Furnishing, installing, and modifying traffic signals, safety lighting, and sign illumination systems and payment therefor shall conform to the provisions in Section 86, "Signals and Lighting ", of the Standard Specifications. Traffic signal work is to be performed at the following locations on Irvine Avenue: Location A: University Drive /Del Mar Avenue Location B: Mesa Drive d. Equipment Equipment list and drawings of electrical equipment and material shall conform to the provisions in Section 86 -1.03, "Equipment List and Drawings ", of the Standard Specifications and these Special Provisions. A new or revised cabinet schematic wiring diagrams shall not be required. However, the contractor shall make notations in red on the existing cabinet schematic wiring diagrams as to what wiring changes or new wiring connections he has made in the cabinets. • • e. Testing SP4of8 Materials, field, and functional testing shall conform to the provisions of Section 86 -2.14, "Testing ", of the Standard Specifications and these Special Provisions. Testing of the traffic signal control equipment and cabinets provided for in Section 86- 2.14A,'Materials Testing ", of the Standard Specifications is not required. Paragraph six of Section 86- 2.14C, "Functional Testing ", of the Standard Specifications is amended to read: "During the test period, and until such time thereafter, that any and all Contract related deficiencies of the new or modified system, or systems, have been corrected, the City will maintain the system, or systems. The cost of any Contract related main- tenance necessary, except electrical energy and maintenance due to damage by public traffic, shall be at the Contractor's ex- pense and will be deducted from any moneys due, or to become due the Contractor." The functional test shall consist of ten (10) continuous days. Turn -on of the modified traffic signal systems shall not be on, nor shall the functional test start on, a Friday, Saturday, Sunday, holiday or any day pre - ceding a holiday. The Traffic Engineer shall be notified at least 48 hours prior to the intended turn -on. f. Service Service shall conform to the provisions in Section 86 -2.11, "Service ", of the Standard Specifications and these Special Provisions. Install modified Type II service in accordance with City of Newport Beach Standard Drawing No. STD - 910 -L. Circuit breakers shall be rated 25 percent higher than the expected load. g. Conduit Conduit shall conform to the provisions in Section 86 -2.05, "Conduit ", of the Standard Specifications and these Special Provisions. Non - metallic type conduit shall not be used. Insulated bonding bushings will be required. After conductors have been installed, the ends of conduits terminating in pull boxes and controller cabinets shall be sealed with an approved type sealing compound. h. Pull Boxes Pull boxes shall conform to the provisions in Section 86 -2.06, "Pull Boxes ", of the Standard Specifications and these Special Provisions. Plastic pull boxes shall not be used. New pull boxes shall be No. 5 unless otherwise shown on the Plans. • • SP .5 of 8 i. Conductors and Wiri Conductors and wiring shall conform to the provisions in Section 86 -2.08, "Conductors ", and Section 86 -2.09, "Wiring ", of the Standard Specifications and these Special Provisions. Splices shall be insulated by "Method B ". j. Bonding and Grounding Bonding and Grounding shall conform to the provisions in Section 86 -2.10, "Bonding and Grounding ", of the Standard Specifications and these Special Provisions. Grounding jumper shall be attached by a 3/16 inch or larger brass bolt in the standard or pedestal and shall be run to the conduit, ground rod, or bonding wire in adjacent pull box. The grounding jumper shall be visible after the pole foundation cap has been poured. k. Luminaires Luminaires shall conform to the provisions in Section 86 -6.01, "High - Intensity Discharge Luminaires ", of the Standard Specifications and these Special Provisions. Glare shields are not required. All new luminaires shall be 120 volt, 250 watt high pressure sodium vapor with integral ballast and photoelectric cell. 1. Photoelectric Controls Photoelectric controls shall conform to the provisions in Section 86 -6.07, "Photoelectric Controls ", of the Standard Specifications and these Special Provisions. Photoelectric controls shall be Type IV. m. Ballasts Ballasts shall conform to the provisions in Section 86 -6.10, "Ballasts ", of the Standard Specifications and these Special Provisions. Integral ballasts shall be provided. n. Internally Illuminated Street Name S Internally illuminated street name signs shall conform to the require- ments of the Standard Specifications, the Plans, and these Special Provisions. Illuminated street name signs to be provided on this contract shall be constructed with quality and design features equivalent to NUART or Safeway Sign Company, and shall be installed in accordance with City of Newport Beach Standard Drawing No. STD -911- L,except as otherwise shown on the Plans. � y • • SP6of8 The Contractor shall furnish to the City shop drawings and specifications of the selected suppliers sign if other than "1UART or Safeway Sign Company. City approval must be obtained prior to purchasing of these other signs. The following information shall be included in the drawings and specifications: 1. Internal maintenance method 2. Housing and mountings 3. Lamps and Lampholders 4. Terminal blocks 5. Ballasts 6. Conductors 7. Face panel 8. Fuses 9. Photocell Internally illuminated street name sign color shall conform to the Federal specifications for green background with white legend. o. Pedestrian Signals Pedestrian signals shall conform to the provisions in Section 86 -4.05, "Pedestrian Signal Faces ", of the Standard Specifications and these Special Provisions. Pedestrian signals shall be upgraded to Portland Orange and Lunar White as noted on the Plans. p. Bicycle Push Buttons Bicycle push buttons shall conform to the provisions in Section 86 -5.02, "Pedestrian Push Buttons ", of.the Standard Specifications and these Special Provisions. The sixth and seventh paragraphs of Section 86 -5.02, "Pedestrian Push Buttons ", of the Standard Specifications are amended to read: Push buttons shall be Type B unless otherwise specified Arrows on push button signs shall point in the same direc- tion as the corresponding vehicular through movement. Push button signs, and the installation of push button signs and push buttons shall conform to the City of Newport Beach Standard Drawing Numbers STD -913 -L & STD - 914 -L. q. Signal Faces and Signal Heads Signal faces, signal heads, and auxiliary equipment, as shown on the plans, and the installation thereof shall conform to the provisions 86 -4.01, "Vehicle Signal Faces ", Section 86 -4.02, "Directional Louvers ", Section 86 -4.03, "Blackplates ", and Section 86 -4.06, "Signal Mounting Assemblies ", of the Standard Specifications and these Special Provisions. " • • SP7of8 All lamps for new traffic signal units shall be provided by Contractor. Signal heads and mountings shown on the plan for reuse shall be cleaned, painted, and relamped. The cost of the lamps shall be included in the lump sum bid. r. Detectors Detectors shall conform to the provisions in Section 86 -5, "Detectors ", of the Standard Specifications and these Special Provisions. Loop detector sensor units shall be Type B unless otherwise specified herein, and shall be Canoga Controls Corporation proximeter 404 or approved equal. Output relays shall be used and shall be normally closed. Two loop detector sensor units shall be provided at each Location A & B. Magnetometer detector sensor units and two cha ^P1 loop detector sensor units shall be provided by the City. ` Loop detector lead -in cable shall be a four conductor, .25 inch diameter, shielded and jacketed cable and shall be Canoga Controls Corporation CC30003 or approved equal. Loop detector lead -in cables shall be connected in accordance with the manufacturer's instructions for one and two channel configurations. New detectors shall meet the performance characteristics as defined in Sections 86- 5.01A(2) and 86- 5.016(2), "Performance Characteristics ", of the Standard Specifications for vehicles which include motor driven cycles, as defined in the California Vehicle Code, that are licensed for street use by the Department of Motor Vehicles of the State of California, whose unladen weight does not exceed 220 pounds or engine displacement, 80 cubic centimeters. s. Solid -State Traffic Actuated Controllers and Cabinets Solid -state traffic actuated controller units and cabinets shall conform to the provisions in Section 86 -3, "Controller ", of the Standard Specifications and these Special Provisions. At Location A: Install City furnished Type "R" cabinet and Type II service on new foundation. Remove and salvage existing cabinet and equipment and remove foundation complete. At Location B: Install modified Type II service on existing cabinet. Connect new service and field conductors. t. Maintaining Existing and Temporary Electrical Systems Maintaining existing and temporary electrical systems shall conform to the provisions in Section 86 -1.05, "Maintaining Existing and Temporary Electrical Systems ", of the Standard Specifications and these special provisions. Cost for maintaining existing and temporary electrical systems shall be included in the lump sum bid. No "extra work" will be allowed. + • • SP8of8 Traffic signal system shutdown shall be limited to periods between the hours of 9:00 a.m. and 3:30 p.m. All signal indications, detectors and control equipment, shall be maintained in operation except during shutdown hours as specified above. U. Salvaging Electrical Equipment Salvaging and stockpiling electrical equipment shall conform to the provisions in Section 86 -7, "Salvaging and Reinstalling or Stockpiling Electrical Equipment ", of the Standard Specifications and these Special Provisions. All salvaged materials shall be delivered to the City's Corporation Yard, 592 Superior Avenue, Newport Beach. • • SAMPLE .. CITY OF NEWPORT REACH Contract No. Special Endorsement No. In consideration of the premium charged, this endorsement is attached to and made a part of all policies insuring the liability of any person, firm or corporation performing services under contract for the City of Newport Beach. Notwithstanding any inconsistent expression in the policy to which this endorsement is attached, or in any other endorsement now or hereafter attached thereto, or made a part thereof, the protection afforded by said policies shall; 1. Include the City of Newport Beach, its officers and employees as additional insureds in the policies described below for injuries, death or damage to property arising out of or in connection with the contract executed by the named insured and 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. 2. Include contractual liability coverage applicable to the contract referred to above, including the obligation to defend the City. 3. Delete all exclusions relating to property damage arising out of explosion, collapse, or underground damage (commonly referred to as "xcu" hazards). 4. Indemnify and save harmless the City of Newport Beach against any and all claims, excluding sole negligence of the City, resulting from the undertaking of the contract. This hold harmless assumption on the part of the underwriters shall include all costs of investigation and defense, until reasonable determination is made that the City is solely negligent. 5. Provides limits of liability and coverages as follows: COVERAGES TO WHICH THIS EFFECTIVE ENDORSEMENT DATE OF POLICY POLICY LIMITS OF INSURANCE ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY This endorsement is effective , 19 , when signed by an Authorized Representative of the companies affording coverages and when issued to City shall be valid and form a part of policies herein described. Should any of the above described policies be cancelled before the expiration date thereof, the issuing company shall mail 3D days' prior written notice by registered mail to: City of Newport Beach c/o City Clerk 3300 Newport Boulevard Newport Beach, California 92663. NAME OF AGENT OR BROKER Address By (Authorized Representative IMPORTANT: This is the only evidence of insurance acceptable to the City. The person executing this Endorsement is cautioned to make certain that he has authority to do same on behalf of the Insurance Company or Companies. C.I.E. - 3/79 B I D S U M M A R Y 3i Modification of Traffic Signals Irvine Ave. at University ! TITLE and Safety Lighting LOCATION Dr. /Del Mar. and at Mesa Dr. CONTRACT N0. 2040 TIME 10:00 a.m. ENGINEER'S ESTIMATE $50,000.00 DATE December 27. 1979 i BY CHKD DATE I CONTRACTOR TOTAL PRICE I 1 2 3 4 5 6 7 =3 M 1 10 1 11 Steiny & Company $56,600.00 Grissom & Johnson William R. Hahn $66,500.00 $73,872.00 4 0 RESOLUTION NO. 9705 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO STEINY & COMPANY, INC., IN CONNECTION WITH THE MODIFICATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING ON IRVINE AVENUE AT UNIVERSITY DRIVE/ DEL MAR AVENUE, AND AT MESA DRIVE (C -2040) WHEREAS, pursuant to the notice inviting bids for work in connection with the modification of traffic signals and safety lighting on Irvine Avenue at University Drive/ Del Mar Avenue, and at Mesa Drive, in connection with the plans and specifications heretofore adopted; bids were received on the Lj X day of December, 1979, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is STEINY AND COMPANY, INC., NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of STEINY AND COMPANY, INC., be accepted, and that the contract for the described work be awarded to said bidder; and 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 7th day of January , 1980. Mayor ATTEST: City Clerk kv 12/27/79 i- - lol-la 717? ���` °� CONTRACT N0. 2040 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR MODIFICATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING ON IRVINE AVENUE AT UNIVERSITY DRIVE /DEL MAR AVENUE, AND AT MESA DRIVE Approved by the City Council this 10th :day of December 1979 Doris George, City C1 SUBMITTED BY: STEINY ANA OOMPANY, INCy Contractor Steiny and Co., Inc. 4620 E. La Palma Ave. Anaheim, Ca. 92807 Address Steiny and Co., Inc, 4620 E. La Palma Ave. Anaheim, Ca. 92807 City Zip 67/x, 77 9 - ,� 301 Phone oa Total Bid Price rl L • 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 10:00 A.M. (as determined by telephone time signal) on the 27th day of�ecem_er 1979, at which time they will be opened and read, for perfo ng work as follows: MODIFICATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING ON IRVINE AVENUE @ UNIVERSITY DR /DEL MAR AVENUE, & @ MESA DRIVE CONTRACT NO. 2040 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-3 tWe CCorpora�te Seal shall be affixed to all documents requ�ng signatures. In the case of a ais rtnership, 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.) E Ll Page la The Cit has adopted the Standard Specifications for Public Works Construction (1976 Edition as prepared by t he Southern Callfornia chapters of e Amer-Ma"n-TuITTc 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 per set. A standard "City of Newport Beach Special Endorsement" form has been adopted by the City of Newport Beach. This form is the only endorsement acceptable to the City for liability insurance purposes. The successful low bidder will be required to complete the form upon award of contract. (A sample form is attached for reference.) 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. In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascer- tained 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. A copy of said determination 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 -7981 in- clusive). The contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department. The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 3 -13 -79 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. 16 IR 7 3 Classification C.7 — 10. Accompanying this proposal is , , casm er's GnecK 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 workers' 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. 7a -0�3 0 1 Phone Number Tare- � 9 ae STEM AND ooMPANY, DiC. '������y- " "" (SEAL) orize 3ianature Authorized Signature l Fn 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: STEINY AND COMPANY, INC. J. O. Steiny —Prey dent & Treawrer David na Mne— ice- res. & M9r. Jay Ferry— $ecre;ary. Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address 1. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. STEINY AND OOMPANY, iNC. Bidder's Name Authorized Signature _ � L —Type of Organization (Individual, Co- partnership or Corp.) Steiny and Co., Inc. 4620 E. La Palma Ave. Anaheim, Ca. 9280 dd —re ss • 0 BIDDER'S BOND TO ACCOMPANY PROPOSAL MEN BY THESE PRESENTS, That, we and firmly Page 4 as Principal, as Surety, are held unto the City of Newport Beach, California, in the sum of liars ($ ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, flrrmly by these presents. THE CONDITION OF THE FOREG(ANG OBLIGATION IS SUCH, That if the proposal of t% a above bounden principal for the construction of in the City of Newport Beach, is acc ted by the City Council of said City, and if the above bounden principal shall duly en r into and execute a contract for such construc- tion and shall execute and deliver the o (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not includin 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 read for execution, then this obligation shall become null and void; otherwise it be and re in in full force and effect, and the amount specified herein shall be forfeited to the sal City. In the event that any principal above named 1,xe cuted this bond as an individual, it is agreed that the death of any such principal s all 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 acknowled ement of Attorney -in- Fact}? Title Su ncipa NON- COLLUSION AFFIDAVIT 9 Page 5 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. SIMNY AND OOMPAN% INC. Subscribed and swor to before me this 1_day of , 19_�tj. 7 My commission expires: O� /,7,+- 198O Notary Public OFFICIAL SEAL D. D. WHITE m NOTARY PUBLIC CALIFORNIA PRINCIPAL OFRCE IN ORANGE COUNTY NY COMMISSION EXPIRES OCF. 12, 1980 • 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. I� 0 MODIFICATION OF • PR1of2 TRAFFIC SIGNALS AND SAFETY LIGHTING ON IRVINE AVENUE AT UNIVERSITY DRIVE /DEL MAR AVENUE, AND AT MESA DRIVE CONTRACT NO. 2040 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.2040 and will take in full payment therefor the following unit prices for each T—tem, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT UNIT T TAL NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1 Lump Sum Modify traffic signals and lighting system at the inter- section of Irvine Avenue with University Drive /Del Mar Avenue, and with Mesa Drive. TOTAL PRICE WRITTEN. IN WORDS: 7hbLjSA1JP SIX 11-0n Al ee/ Dollars and Cents STEM AND OOWAIVY, IN174 CONTRACTOR'S NAME PR 2 of 2 %,.1�. 1 (AUTHORIZED SWI Ave : Co., rmc. 4620 E. La Palma CONTRACTOR'S ADDRESS Anaheim, Ca. 92807 TELEPHONE NUMBER�'Z %9 —�25 ©/ �CP�o275 CONTRACT R S LICENSE N0. • DECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA FIRST NATIONAL INSURANCE COMPANY 0 OF AMERICA NOME OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 95105 BOND # 623057 BID BOND Approved by The Amarieun Imtkute of Arehkec% A.I.A. Document No. A-310 I Feb. 1970 Edition) KNOW ALL MEN BY THESE PRESENTS, That we, ST . NY( AND COMPANY. TNC _ as Principal, hereinafter called the Principal, and the SAFECO INSURANCE COMPANY OF AMERICA, of Seattle, Washington, a corporation duly organized under the laws of the State of Washington, as Surety, hereinafter called the Surety, are held and firmly bound unto as Obligee, hereinafter called the Obligee, in the sum of TEN PERCENT (10& 1 OF THE AMOtMT OF TRF RTn- Dollars ($ ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for MnnIFT(-AmTr)N OF TRp17i'816` g1:i;NAX. AND SAFETY LIGHTING IRVINE AVE. NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 27TH. day of DECEMBER —19 79 Witness STEINY AND COMPANY, INC. (Seal) Title SAFECO INSURANCE COMPANY OF "AMERICA By L. ANDERSON Attorney= m•Faet �u 0..'"2 PRINTED IN t/.S.A. WE R OF ATTORNEY E CO INSURANCE COMPANY' OF AMERICA E OFFICE: SAFECO PLAZA SEATTLE, WASHINGTON 98185 SAFECO No. 5291 KNOW ALL MEN BY THESE PRESENTS: That Safeco Insurance Company of America, a Washington corporation, does hereby appoint ---- ----------------- J. L. ANDERSON, Los Angeles, California--------- - - - - -- its true and lawful attorneys) -in -fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar cha ecler issued by the company in the course of its business, and to bind Safeco Insurance Company of America thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, Safeco Insurance Company of America has executed and attesled these presents this 19th day of ARril .1977 CERTIFICATE Extract from the By -Laws of Safeco Insurance Company of America: "Article VI. Section I,'.— FIDELITY AND SURETY BONDS ... the President. any Vice President. and the Secretan shall each have authority to appoint individuals as attorneys- in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business .... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company. the seal. or a facsimile thereof. may be impressed or affixed or in any other manner reproduced: provided, however. that the sea[ shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of Safeco Insurance Company of America adopted July 28. 1970 -On any certificate executed by the Secretary or an assistant secretary of the Company setting out. (i) The provisions of Article VI, Section 12 of the Bylaws, and (it) A copy of the powerof- attomey appointment, executed pursuant thereto, and (iii) Certifying that said power ofatIorney appointment is in full fora and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof.- 1, W. D. Hammersla, Secretary of Safeco Insurance Company of America, do hereby certify that the foregoing extractsof the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seat of said corporation this 27TH _ day of DECEMBER PgPOgrrr. 4 SEAL cr --tai � P..r a.. t♦cq+r. Fl vo r M N 0 0 LY L' 6 Y_ 0 5' O G. � e C 0 a n Z. r R p 0 a > 0 M 6 A x O r .y g N w o � ii ZC f O. C] y fl .. r =• OS4'O E � roE � o c oN 5 r o a o z M a e v� z zrz O 0 V) M U) � � 4 O. C O C7 O O � A rn G� z3 �i r( C THE NEWPORT ENSIGN PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA, County of Orange, I am a citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the above - entitled matter. I am the principal clerk of the printer of the Newport Harbor Ensign newspaper of general circula- tion, printed and published weekly in the city of Newport Beach, County of Orange, and which news- paper has been adjudged a newspaper of general circulation by the Superior Court of the County of Or- ange, State of California, under the date of May 14, 1951, CASE NUMBER A -20178 that the notice, of which the annexed is a printed copy (set in type not smaller than nonpareil) has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates to -wit: Published Dec. 12, 1979 ..... ............................... ....... I certify (or declare) under penalty of perjury that the foregoing' s., true and correct. Dated .at Newport Beach ,California, thisl2dayof Dec-19 ?9 Signature THE NEWPORT ENSIGN 2721 E. Coast Hwy., Corona del Mar, California 92625. PROOF This space ,s for the County Clerk's Filing Stamp 0 Notice Proof of Publication of Traffic Signals Irvine Universit Dr. OF PUBLICATIC I NOTICB CNOTICE _- sFAGm BIDB wIDillNbferGeceaIDeed at office °('the. City''Clmk;. ryh Haallt AM (� Bch' Cortie, until IO:Op ermined d telephone time amaaB on the 2Tth'day of December and ead,which time they will ba opevad for Derfdr ,Ing work m foll,. ow :.OF .< AFFIO : sA TI ND 9AFhAY AT LIGNTQiG ON DIBYE ON Db 'UNIYp{S AT' MESA DRIVE A� AT CONTBAor No 20gp Bide must be 'submitted oa the mOp°aBl krm ettacbed with the mntzact d°cumeme hvabhed by the Public d thee Department The additloeal ropy th the prdpyal form b to be mtataed by thelidderforhie records Each bid must 6a am, ompanied ti cash, cerdti . k '. chec o Y 1 Bidder Bova made payable to the City of Newport Beach, ran abount equal to at lent 10 percent of the amouvf bid. The title of the project and the words onSEAt•ID SBD" shall !b clearly'mazkad anbiaa ae the kja ,s ma Na. .:. aavalape cad. mtr em Eocumeate that meet be the le a, ,renntea, ma mtnrami m the led b;a era: A Proposal . . D. Demmytiov of Subcoatractore C. Bidder aBmd , E Noacollueion ABidevtt E Statement at Fiaavcia, Heepov- ®baity . F. Rae, hTece d hnical Ability end Ekpe4.mm These a roumenb ehaB be afBzea with gpetma and htlea ul tba Deraoy "at., o ov at d of the bidder. Fm con , a III, the d9naturea of the P. a, ,A taa Pxeeident and Becretary o Aeebtent�Banretary ere rmuired and the Corporate Seal shall !» afBzaa to all &a apm+ P reWirinm ai 6.0... gytuma (a the case of a artrxerayA n9aalure of at peveral per�er ie required. No bids will be aroapted I'm a wa- tractor who >>d cod h som oI .he Mkm ened ao_ of Chapter of C.d. of the Bee sad . state hia eva�e °- Iactor ab'I ciam$ieatioa b the popu ®i. bee and one eat of Play and rovtmct --7 beab, including aPe wProH ®one, De m obt?med at the Pubue We ke CalBornia, atqYl'tp - tragom. It m requnbd that the ploy 7.409 E.0^ -... ;rate his license • .mbar end clesaificatioa in the propoesL One set al plates and cmatrect document;, including spacial provisions, may be obtained at the Public Wmla Department, City Hall, Newport Beach, Celiforvla, at m mat to hoeased ma- tract.. It is tequoeted that the place earl contract dxumeab be returned within 2 sveelx after the bid opediag.' The City han adopted the Standard Specifications for Public W.ix Coa- ahvotioc 0976 Erbil.) m prepared by the Southern California Chaptera of the American Public W.A. Amccup. and the Associated Geaeral Contract. of America. Copies may be obtained tram Building Neva, Inc, 3055. Ceerland Avanaa, dos Angelea, Calilmaia 90036, (213)070 -9871, The City bas adopted Standard Special Provision and Standard Dsawin9s. Copim of these are available at the Public W.'n Department at a cost of $S par cot. A davdeoli "City of Newport Beach Special Eadoreemeat" form has been adopted by the City of Newport Beacb. Tbir form H the only endorsement ac- ceptable to the City lot liability to. I ..once purposes. The eurcessful low bidder will be requved to complete the form upon award of contract i Poo any required bond., the company ismare, bid bootie, labor and creterial bonds, arrdJaiddul pet(ormaeca bond- I must be an insurance company or..aty ompeny licerued by the Stale I Calforoar. In aeemdance with the poovidon of Article 2, Chapter 1, Part 7 of the 'I Calilraia Labor Cade (Section 1770 at seq.), the Dneclor of IndostrielAelaticre j bas aacertaired the genmal prevailing rate o/ per diem wages m the locality W which the work 'v to be perlocmod for each craft, chreaiSicalic , m type of wmk- aa. mechanic treaded to execute the contract A copy of .aid delermiamiov is available io the office of the City Clerk. AD Dead-. to the contract dull be W ow- oed by all provisions of the Cafibtnia Labor Cade relating to prevailing wage rates (Section IM1781 inclusive). Thu contractor drag be respomible for corepiiaaca with Section 1777.5 of the Cali/oiaia Labor Code for an a, prenliceable occapetioaa Thor contractor -W poet a copy d ibe prevailing wage rates at the jab dte. Copies may be obtelned from the Public Wm6 Deperfinevt. The City craat e`the oti4ht to reject any or all bids and to waive anY ia- iormeb io-uch code. Publieb: Dec.12, 1979 in The Newport Easign. NE283 By fhe Ciiy COUNCIL `i'Y C� • N51ur01kT BEACH TO: CITY COUNCIL FROM: Public Works Department January 7, 1980 CITY COUNCIL AGENDA ITEM NO. G -2 SUBJECT: MODIFICATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING ON IRVINE AVENUE AT UNIVERSITY DRIVE /DEL MAR AVENUE, AND AT MESA DRIVE (C -2040) RECOMMENDATION: 1. Waive the informality in the bid of Steiny & Company, Inc. 2. Adopt a resolution awarding Contract No. 2040 to Steiny & Company, Inc. for $56,600.00 and authorizing the Mayor and City Clerk to execute the contract. DISCUSSION: Three (3) bids were received and opened in the office of the City Clerk at 10:00 a.m. on December 27, 1979. Bidder Amount 1. Steiny & Company, Inc., Anaheim $56,600.00 2. Grissom & Johnson, Inc., Santa Ana $66,500.00 3. William R. Hahn, Temecula $73,872.00 The engineer's estimate for the project is $50,000.00 The bid from Steiny and Company, Inc. was submitted with only the signature of the Vice President, Mr. David W. Chadbourne. Since this is not consistent with the requirements of the bid documents, Steiny and Company, Inc. was contacted, and a certi- fication of the powers invested to the officers of the Corporation has been forwarded to the City Clerk. A copy of the certification is attached herewith for reference. Inasmuch as this informality did not affect the competitive bid process, waiver is recommended. The project provides for the modification of the traffic signals on Irvine Avenue at University Drive/Del-Mar Avenue, and at Mesa Drive. The modifications will include new control equip- • • CITY COUNCIL - 2 - January 7, 1979 meet, upgraded poles and signal heads, and a change in the operation that will provide permissive /protected left turn movements on Irvine Avenue. The project is being cooperatively financed with the County of Orange. The estimated shares of the cost to the City and County are as follows: City $18,750.00 County $31,250.00 Funds for the City's share of the costs are available in the current budget, Account No. 19 -5663 -503. The estimated date of completion of the project is April 16, 1980. The plans and specifications were prepared by Mohle, Perry & Associates. Richard M. Edmonston Traffic Engineer . HLG:ma Attachment PROJECT LOCATIONS 11 C E R T I F I C A T E 0 RESOLVED that the President, Vice President or Secre- tary of this corporation be and they hereby are, authorized and empowered to execute on behalf of this corporation any and all agreements, contracts or undertakings in connection with the operation of this corporation's business, contain- ing such terms and conditions as the said officers deem neces- sary or convenient. I HEREBY CERTIFY that the above Resolution is a full, true and correct copy of a Resolution duly adopted by the Board of Directors of Steiny and Company, Inc. at a meeting of said Board regularly held on May 24, 1974, and that said Resolution has not been revoked or rescinded. WITNESS my hand and the Seal of said corporation. President. By ;h-- Cii:7 COJNCIL RESOLUTION NO. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO STEINY & COMPANY, INC., IN CONNECTION WITH THE MODIFICATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING ON IRVINE AVENUE AT UNIVERSITY DRIVE/ DEL MAR AVENUE, AND AT MESA DRIVE (C -2040) WHEREAS, pursuant to the notice inviting bids for work in connection with the modification of traffic signals and safety lighting on Irvine Avenue at University Drive/ Del Mar Avenue, and at Mesa Drive, in connection with the plans and specifications heretofore adopted; bids were y received on the 'day of December, 1979, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is STEINY AND COMPANY, INC., NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the bid of STEINY AND COMPANY, INC., be accepted, and that the contract for the described work be awarded to said bidder; and 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. ATTEST: City Clerk ADOPTED this 7th day of January , 1980. kv 12/27/79