HomeMy WebLinkAboutC-2076 - Traffic Signal Modifications at Newport Boulevard and 32nd Streeti
April 9, 1979
4 CITY COUNCIL AGENDA
ITEM NO. G -3
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: TRAFFIC SIGNAL MODIFICATIONS AT NEWPORT BOULEVARD AND 32nd
STREET (C -2076)
RECOMMENDATIONS:
1. Waive the informality in the bid of Steiny and Company,Inc.
2. Adopt a resolution awarding Contract No. 2076 to Steiny and
Company,Inc. for $55,700 and authorizing the Mayor and the
City Clerk to execute the contract.
DISCUSSION:
Six bids were received and opened in the office of the City Clerk
at 10:00 A.M. on March 20, 1979.
Bidder Amount
1. Steiny and Company, Inc., Anaheim $55,700.00
2. Paul Gardner Corp., Ontario $56,572.00
3. Grissom and Johnson, Inc., Santa Ana $56,999.00
4. William R. Hahn, Temecula $58,346.00
5. Smith Electric Supply, Stanton $59,948.00
6. Baxter - Griffin, Stanton $68,865.00
The engineer's estimate for the project is $55,000.00. Sufficient
funds for the project are available In the current budget (ACC# 19- 5655 -014).
The bid from Steiny and Company,Inc. was submitted with only the
signature of the Vice President and General Manager, Mr. David W. Chadbourne.
Steiny and Company, Inc. has been contacted regarding this matter, and a
letter from their President stating that Mr. Chadbourne is authorized by
their Board of Directors to sign bid documents, has been forwarded to the
0
-2-
• %. - r
City Clerk (See attached copy). Inasmuch as the informality did not affect
the competitive bid process, waiver is recommended.
The project will provide for complete replacement of the existing,
outdated traffic signal equipment. Accordingly, changes have been made to
the operation of the signal to reduce congestion by allowing protected/
permissive left turns from Newport Boulevard, and by allowing each direction
on 32nd Street to operate independently of one another. These operational
changes will also provide improved fire pre- enption operation and allow
fire vehicles exiting the station to utilize the intersection more efficiently
and safely.
The plans and specifications were prepared by Mohle,Perry and
Associates. The estimated date of completion is August 7, 1979.
Richard M. Edmonston
Traffic Engineer
HLG /mc
Att:
h
0
STEINYAND COMPANY, INC.
221 NORTH ARDMORE AVENUE, COS ANGELES 90004
PHONE: 2n 392-2337
11
March 21, 1979
Mr. Pat Dunnigan
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA. 92660
Dear Mr. Dunnigan:
RE: Contract No. 2076 - Newport
Boulevard and 32nd Street
In order to comply with the specifications for the
above -noted job, we are hereby submitting a copy of
the most recent audited financial statements for
Steiny and Company, Inc.
Very truly yours,
STEINY AND COMPANY, INC.
7 �
Jay E. Perry J
Secretary
JEP /elp
Enclosure
-1 F�,o cii1, z31 09 _
CC: Dave White
�TTrn Cy .9
OFFICES IN: VALLEJO ANO ANAHEIM
l C
1;
By fha Ci3 "� %iiJ;d 11 RESOLUTION NO.� /5
C:Ty OR Nla poftv i
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO STEINY
AND COMPANY, INC., IN CONNECTION WITH THE
TRAFFIC SIGNAL MODIFICATIONS AT NEWPORT
BOULEVARD AND 32ND STREET (C -2076)
WHEREAS, pursuant to the notice inviting bids for
work in connection with the traffic signal modifications at
Newport Boulevard and 32nd Street, in connection with the
plans and specifications heretofore adopted, bids were received
on the 20th day of March, 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.,
in the amount of $55,700.00 in connection with the traffic
signal modifications at Newport Boulevard and 32nd Street be
accepted, and that the contract for the described work be awarded
to said bidder; and
BE IT FURTHER RESOLVED that the Mayor and City Clerk
are hereby authorized and directed to execute a contract in
accordance with the specifications, bid, and this award on behalf
of the City of Newport Beach, and that the City.Clerk be directed
to furnish an executed copy to the successful bidder.
ADOPTED this 9th day of April , 1979.
Mayor
ATTEST:
City Clerk DDO /kb
4/3/79
THE NEWPORT ENSIGN(
PROOF OF PUBLICATION
(2015.5 C.C.P.)
STATE Of CALIFORNIA, +
)t` ss.
County of Orange.
I am a citizen of the United States and a resident of the
County aforesaid; I am over the age of eighteen years, and
not a party to or interested in the above-entitled matter. I
am the principal clerk of the printer of the Newport Harbor
Ensign newspaper of general circulation, printed and pub-
lished weekly in the city of Newport Beach, County of Or-
ange, and which newspaper has been adjudged a news-
paper of general circulation by the Superior Court of the
County of Orange, State of California, under the date of
May 14, 1951, CASE NUMBER A -20178 that the notice, of
which the annexed is a printed copy (set in type not smaller
than nonpareil). has been published in each regular and en-
tire issue of said newspaper and not in any supplement
thereof on the following dates to -wit:
1,
I certify (or declare) under penalty of perjury that the
foregoing is true and correct. Dated at Newport Beach,
California, this day of 19
1 March 79
Signature
THE NEWPORT ENSIGN
2721 E. Coast Hwy., Corona del Mar, California 92625.
ibis sE. -e is for the County Clerk-'s P1ling Stamp
FT
Proof of Publication of
M
`1.� i'vsY�RPa
CIiY 4 "r
C..GLtE.
0ontraet r 2075
.PUBUCNOTICE
CrrY OFNEWPOATBEAC$ CALU-
NOTICE INFI77NG
SsALM ems a. " b.',aeioaa at tM
oBtce of the City Clenb; City He4 New
pod Beech, C.W.%,*.patn 10:00 AM
I.(k determilmd br telepinaa time wg *.
ov the 20ib dej4kW'Meec1t; 1979, et
!vincb time -th, -'"Vhe mpiped .+vd --
.teadMODIFlmm[ug
SIGNAIS UID WG At.
NEWPOAT90I7RM'T ? N:
CONTAACr NO 2078 '. ..r
B.dt t1 b: rvb�tled th�' pee-
PROOF OF PUBLICATION
m a roniwa'd
I ..d. b. p tm ep asa b..0 . e m tj �4
aount sfP.I ;rts+seo p oant , _
'
1D
Tu uw'd rb:a*ni.'=Yaba::tL:,wd:.
'sE:at.� Bm• .baA 2e =le•dr adrkd - -
m � wbida o1-iLa vavalopa commY
vThheb d
-The .4i.t'dacevimptwat mwtlz
completed anecuted eadYetumMln
veelad btd
A
'- B ..D:eiigpeNO'n'oISV&auliaclan"
C, Biddaie Bond � _`t!! ,
D:. Non<ollu.im JJBdavlt:V
F ft" " m.
E. 5tetemeve d inaveiel `3ieip�- '
F T «b eel Ezpul
TMaedocamed. It" oaBized ,nlb
ttii eig ... lm-avd, Htie:i.oddf . pauom
eigvivg ov behaB d the biddm. Fm coif ,
wa,O the vigm tmmd its l?eadevt
V'ee Retident and Seoeee+Y of
C.r t ft S.1 A 1.bw!.bd ed its
Cgepomh Sea! .hnil be eNtned topic:
dacumenb iequirivg rigmluix. )0
It
tees of a Pmtpenhip, ebe- ei9oeb'te dwt
laNc ones 01 b
'NC bide ..ill be eviceyert,bom-e cne-
trett« rtio ha. noY beev'Bdenved:ie «-
la® end {covbei
tomia, at.. taut t.licevved voeheclon.
It is regumted that the plat end rnn-
tr ct docuvienb be caromed within two
(21 weak akin the bid opening.,
The City has adopted the Standard
Speci,oiihma for Pubb'c WoSt Con.
eb S-uti (1946 EditionTa t pr paind by hxiv
the Southern Ca
Amedcaa Publio Wai6 ono, a d the
the Auo aced A0Ot,.00 n, I
America. CopiaGmea obte aved from
Building News lac., 3055 b-Ani f A,
eve L. Aage) a,
9509971.' CeW 90034, (213) .
The (Sty ha. adapted Standard, $
ciaj Provia" and Standard Lhnwlagpe..
lic dthenareayallatil.atthePub-
hc Wor6 lhp odunaut at a egt'of $5 Pei
at.
' A standard "Certificate of Inaaam
for C ur
tract Work" foim fiaa bees adopt:
ed by the City of Newport 9each. 1'hu
I u t he only certificate of immanro
acceptable to the City: The avamWl
low bidder wBI be raqufied to compote
Wu corm upov award d the contract.
For I inquired $ands the oompauy
Issuing bid faith lahm e� material
bovde, and (eithhI perlorma.. bond.
Must be av iaeuranro company or ...,y
company Ilrova.d by
lomte. the $tote dCali-
Ia aaordaaa with th. Prayliivas d
Article 2 Chapter 1, Pert 7 of the Cali. .
lomia Labor Code- (Sactto- "1770
I)ireetor d Iadustitel Aetetloas.
has a «art idaJ tL g.anal .¢reyailieg:'..
r t d pas diem w q tb kxe1�1). in
whmh the work u to ye pRje�,
each r o ad Im,
crate daai(icatip4 r typh d
wmkmav o «henic eedad to axe.
cuNe the mta act. A iopy d aid ad
m aflon is Bahl, :. I —
1POmYbk br cvmPlieace M�$ sz, o
d the
1777.5 C.Wmda Iabm Code for
all apprentu eable.cavpeaom.
The conbactor.hell pinta copy d the
Prevailing wa9a rates, at the lob ?its.
. Cop ay h. obte ad fium.tba Pubbc
WmbD -pain W. ,
. 'The City «aiyea thi d51lit b +tif tJ
'say or all brda -add; t- mwkayial i.
andi"-uch bide. ` ...�
Publish: Mar. 1, 1949 to 1'he Newpm�
g °' NE142
9s-
FF R February 26, 1979
gy the t%ki C0Uj4CtL CITY COUNCIL AGENDA
CI'(Y W N9001k 4 H ITEM NO. H -12
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: TRAFFIC SIGNAL AT NEWPORT BLVD. AND 32nd STREET (C -2076)
RECOMMENDATION:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertize for bids to be
opened at 10 :30 A.M. on March 20, 1979,
DISCUSSION:
This project provides for the modification of the traffic
signal at the intersection of Newport Boulevard and 32nd Street. This
project was approved in the 1977 -78 Traffic Signal Priority list by
the City Council and is currently budgeted.
The proposed project provides for the upgrading of poles,
traffic controller equipment and for splitting the signal phases for
eastbound and westbound 32nd Street. Increased traffic at this inter-
section, especially in the summer months, makes the proposed modifica-
tions necessary.
The estimated cost of this project is $55,000 and it will be
funded solely by the City of Newport Beach. It is projected that the
work will be complete by the end of August 1979.
Richard M. Edmonston
Traffic Engineer
RME:gv
4620 P. Izz m
(n 9"'C"017
y2 : ate
110, y.
T—Lojact
ca t m,
V
0
n CD.� ny of
c
32nd t
WI
Ue an'i; lo
NoticE-1 of O 'n—,-' t-; on F,J G Of
cA*i 1"'i, 'n
K 2 mzy
35 (j;lvs after
'X)=3 G
City mer»
raf
cc. P&Iic T"b-ns Daparlm----nt
kFC
1 V,C,F' K;N TO REQUEST BY
Cary 0.;c riF= T [3T.CH
rr' +n,J Gfii.�F.92J5J-
N�1 ^1PGRT '; -�:
* 2I48
EXEMPT
C 7
NOTICE, OF COMPLETION
PUBLIC WORKS
BK 13474Po 9
RECORDED IN OFFICIAL RECORDS
OF ORANGE COUitTY, CALtf6RMA
S e' .3 . PAJAN 18 1980
fto
LEE A. BRANCH, County Recorder
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE. NOTICE that on Decenber 10, 1979
the Public Works project consisting of Traffic Signal Modifications at Newport
Boulevard and 32nd Street
on which Steiny & Ccmpany
was the contractor, and
was the surety, was completed.
VERIFICATION
I, the undersigned, say:
CITY OF NEWPORT BEACH
ubl c Works Director
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on January 15, 1980
Newport Beach, California.
r
i
Public Works Director
VERIFICATION OF CITY CLERK
1, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on Jnnuary ] r IQAn 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 January 15, 1980
__ at Newport Beach, California.
City Clerk
I,-
0..i7tio Sr t3 0J
t
w
CITY OF NEWPORT BEACH
CALIFORNIA city Hall
3300 W. Newport Blvd
640 -2251
Date: January 15, 1980
Lee A. Branch
County Recorder
P. 0. Box 238
Santa Ana, California 92702
Dear Mr. Carlyle:
Attached for recordation is Notice of Completion of Public
Works project consisting of Traffic Signals Modifications at
Newport Blvd. and 32nd Street Contract No. 2076
on which Steiny & Canpany was the Contractor
and was the surety.
Please record and return to us.
Encl.
Very trul yours,
/Doris
City Clerk
City of Newport Beach
0 0
NOTICE OF COMPLETION
PUBLIC WORKS
To All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on December 10, 1979
the Public Works project consisting of Traffic Signal Modifications at Newport
Boulevard and 32nd Street
on which SteinY & Company
was the contractor, and
was the surety, was completed.
CI Y OF NEWPORT BEACH
v'Publ?'c Works Director
VERIFICATION
I, the undersigned, say:
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 January 15, 1980 at Newport Beach, California.
J:; ' J2,�t�l m.f.n
Public'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 Tannaxy 7, 1g80 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 January 15, 1980 at Newport Beach, California.
i
City Clerk
0
January 7, 1979
CITY COUNCIL AGENDA
y ; , ;I C%Ui:I - ITEM N0. H -11
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: ACCEPTANCE OF TRAFFIC SIGNAL MODIFICATIONS AT NEWPORT BOULEVARD
AND 32ND STREET (C -2076)
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days
after Notice of Completion has been filed.
DISCUSSION:
The contract for the modifications to the traffic signal at Newport
Boulevard and 32nd Street has been completed to the satisfaction of the Public
Works Department.
The bid price was $55,700.00
Amount of unit price items constructed 55,700.00
Amount of change orders 4,756.00
Total contract cost 60,456.00
Funds were budgeted in the Gas Tax Fund
(Account No. 19- 5678 -305)
Two change orders were issued. The first in the amount of $2,102
provided for the relocation of the controller further away from the corner.
This change was made at the request of Los Angeles Federal Savings, and the
City was reimbursed for the extra cost. The second, in the amount of $2,654,
provided for a change in the type of two of the signal heads and a modifica-
tion to the controller logic so that there would be less pedestrian inter-
ference with the vehicular traffic.
The design engineering was performed by Mohle, Perry and Associates.
The contractor is Steiny and Company of Anaheim, California
The contract date of completion was August 8, 1979. The signal was
substantially complete and was turned on August 8, 1979. Acceptance was de-
layed pending repair of a time clock and a controller module. All work was
completed on December 10, 1979.
a";, V �-- � ��l ?4 r 4
Benjamin B. Nolan
Public Works Department
GPD:jd
By iha G i Y COUNCiL
�'iTy CP ty, A/PORT BEACH
TO: CITY COUNCIL
FROM: Public Works Department
January 7, 1979
CITY COUNCIL AGENDA
ITEM NO. H -14
SUBJECT: ACCEPTANCE OF BALBOA ISLAND BULKHEAD COPING REPAIR, PHASE II (C- 2104)
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days after
Notice of Completion has been filed.
DISCUSSION:
The contract for the second phase of the Balboa Island Coping Repair
along the Grand Canal has been completed to the satisfaction of the Public Works
Department.
The bid price was $79,190.00
Amount of unit price items constructed 79,190.00
Amount of change orders none
Total contract cost 79,190.00
Funds were budgeted in the General Fund,
(Account No. 02- 4197 -136)
The design engineering was performed by the Public Works Department.
The contractor is Uribe Company of Baldwin Park, California.
The contract date of completion was January 11, 1980. All the work was
pleted by December 20, 1979.
Benjamin B. Nolan
Public Works Director
GPD:em
W PA)IP
CITY OF NEWPORT BEACH
Date May 11, 1979
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. 2076
Project Traffic Tna allation at_jjPwpnrt RnylPyArd and 1213d S rret
Attached is signed copy of subject contract for transmittal to the contractor.
Contractor: Stein and Company
Amount: $ 55,700.00
Effective Date: May 9, 1979
Resolution No. 9534
Doris Geo e
Att.
cc: Finance Department [�
City Halt • 3300 Newport Boulevard, i\ewpol't Beach, California 92663
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
May 8, 1979
TO: CITY CLERK
FROM: Traffic Engineering Division
0
SUBJECT: TRAFFIC INSTALLATION AT NEWPORT BOULEVARD AND 32ND
STREET (C -2076)
Attached are four copies of the subject contract documents.
Please have executed on behalf of the City, retain your copy
and the insurance certificates, and return the remaining copies
to our department.
Also attached is a certificate from Steiny and Company,
Inc., further supporting the single signature on the contract
documents. Please retain it in your files.
Richard M. Edmonston
Traffic Engineer
Attachments
HLG :mw
*--s- q
• a CITY CLERK
CONTRACT NO. 2076
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
MODIFICATION OF
TRAFFIC SIGNAL AND SAFETY LIGHTING
AT
NEWPORT BOULEVARD AND 32ND STREET
SUBMITTED BY:
STEINY AND COMPANY, INC.
Contractor
Steiny and Co., Inc.
4620 E. LaPalma Avenue
Anaheim. CA 92807
Address
Steiny and Co., Inc.
4620 E. LaPalma Avenue
Anaheim. CA 92807
Approved by the City City Zip
Council this 26th day
Of February —97
(714) 993 -6520
Phone
1
oris George, City Qyerk
$55,700.00
Tota Bid Price
0
TRAFFIC SIGNAL AND SAFETY LIGHTING
AT
NEWPORT BOULEVARD AND 32ND STREET
CONTRACT NO. 2076
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
Gentlemen:
9
PR 1 of 2
The undersigned declares that he has carefully examined the location of the
work, has read the Notice Inviting Bids, has examined the Plans and Special
Provisions, and hereby proposes to furnish all materials and do all the work
required to complete Contract No. 2076 and will take in full payment therefor
the following unit prices for each item, complete in place, to wit:
NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1 Lump Sum �hJodi,fy traffic signal and
lighting system at the inter-
section of Newport Blvd. and
32nd Street. $ $55.700.00
TOTAL PRICE WRITTEN. IN WORDS:
Fifty Five Thousand Seven Hundred Dollars
and
Cents
• • • PR2of2.
STEINY AND COMPANY, INC.
CONTRACTOR'S NAME
3 -20 -79 S /David Chadbourne.
DATE AUTHORIZED SIGNATURE
Steiny and Co., Inc.
4620 E. La Palma Avenue
CONTRACTOR'S ADDRESS Anaheim, CA 92807
TELEPHONE NUMBER (714) 99
CONTRACTOR'S LICENSE NO.
Designate the firm or.company that will supply the control equipment:
Econolite Corp.
Name of Firm or Company
Anaheim, Calif.
Address
Telephone Number-630-3700
• 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
- 2nth- day of � 1971, at which time they will be opened and read, for
performing work as o of 11 ws:
MODIFICATION OF TRAFFIC SIGNALS
AND SAFETY LIGHTING AT
NEWPORT BOULEVARD AND 32ND STREET
CONTRACT NO. 2076
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 Secr =etary are required an t e CCor orate Seal
shall be affixed to�cuments requiring 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.)
E
T 2
Page la
The City has adopted the Standard Specifications for Public Works Constructi
(1976 Edition) as prepared by the Southern California Chapters of the meric
Public Works Association ,and the Associated General Contractors of America.
Copies may be obtained from Buildin News, Inc., 3055 Overland Avenue,
Los Angeles, California 90034, (2133 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 "Certificate of Insurance for Contract Work" form has been adopted
by the City of Newport Beach. This form is the only certificate of insurance
acceptable to the City. The successful low bidder will be required to complete
this form upon award of the contract. (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 ascertained the general prevailing rate of per diem wages in the
locality in which the work is to be performed for each craft, classification,
or type of workman or mechanic needed to execute the contract. 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 re-
lating to prevailing wage rates (Sections 1770 -1781 inclusive). 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 infor-
mality in such bids.
Revised 12- 2948.
0 s
r
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 �� �� '
as rt 4e ec k, Cashier's Check or NoF2T
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.
3 -2
e
Bidder's Name
(SEAL)
S/ avid C adbourne
ut or ze gnature
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:
r.�-= .,
�. ,.,
: =r
6�`%,}��.. a.da. � ur.�� C...y_, ,. �.�. �._.s_�..1x � x A '3_ Ln..' ... i:'... L e. i�M -."�F •.s ....r'._ �Wi.L'1�d£+�Or
r s
... ..
Page 3
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies that he has used the sub -bids of the following
listed contractors in making up his bid and that the subcontractors listed
will be used for the work for which they bid, subject to the approval of the
City Engineer, and in accordance with the applicable provisions of the
specifications. No change may be made in these subcontractors except upon
the prior approval of the Engineer.
Item of Work Subcontractor Address
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
S /David Chadbourne
Authorized Signature
Type.of Organization
(Individual, Co- partnership or Corp.)
Steiny and Co.. Inc.
4620. E. .1a Palma Avenue
Anaheim, CA 92807
900ress
r '
' _ �,�r -:'a .: r ;rte f e °.3e;
Page .4
MOW ALL MEN-BY THESE PRESENTS,
That we, STEINY AND COMPANY, INC, as Principal,
and SAFECO INSURANCE COMPANY OF AMERICA , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT
(10%) OF THE AMOUNT OF THE BID 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.
5.:.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden principal for the construction of
modification of traffic signals and safety lighting at Newport Blvd and 32nd St
- 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 20th day of
March 1979
Corporate Seal (If Corporation)
R D COMPANY, INC.
_ PrTncipa
BX•S/David Chadbourne
(Attach acknowledgement of
Attorney -in -Fact
SAFFCn TNSURAN.E COMPANY OF AMERICA
Surety
By S/J L. Anderson
ri
0
i
P .5
age
NON-COLLUSION AFFIDAVIT
ebiddersi 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, offe red, 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
Rits :bid.
STEMY AND COMPANY, INC,
Subscribed and sworn to before me
this 20thday of March
19 79
My commission expires:
10-12-1980
S/D. D. White
Notary Public
I
l
e
FOR ORIGINAL SEE CITY CLIW& FILE ,COPY ". Page 6
STATEMENT OF FINANCIAL F Sf:OI+kStBILITY
The undersigned submits herewith a statement of his financial. responsibility
or agrees to submit a statement within 24 hours after the bid opening if he
? is the apparent low bidder.-
- "On File with City Clerk ".
STEINY AND COMPANY,,INC,
S /David Chadbourne
s
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
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.
1978 City of Anaheim Paul Singer 533 -5763
1978 City of Irvine Mr. Walt Nolack 754 -3691
1978 City of Garden Grove Gary Cron 638 -6610
1978 City of Orange Bernice Dennis 532 -0441
19791979 City of San Clemente Ben Villa 492 -5101
gne
E
1,
,...%.•.= mss.%"' ..,....- ._.....',, fi - ....ej , i = "::. "��
i Y
LABOR AND MATERIAL BOND
KNOW ALL MEN BY THESE PRESENTS, That
Page 8
BOND # 2888914
PREMIUM INCLUDED IN
PERFORMANCE BOND
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted ARM 9. 1979
has awarded to Steiny and Company. Inc_
hereinafter designated as the "Principal ", a contract for Mndifiratinn of Traffic
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 a
. FIFTY FIVE THOUSAND SEVEN HUNDRED AND NO /100 Dollars ($ 55,700.00
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
•
mss:. -_ .�,.r:�.._�..�..,.....� -� mss._ ._.�- - - :.. �....,- _._.._...�.�..� -±�- ..,, ..- yc...:...._ ,.�..�_..._ .�.... -==:
L
Page 9
(Labor and,Material Bond:- Continued)
this bond, as required by the Provisions of Section 4205 of the Government Code of
the State of California.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or the specifications accompanying the same shall in
any wise affect its obligations on this bond, and it does hereby waive notice of any
such change, extension of time, alterations or additions to the terms of the contract
or to the work onto 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 24th day of APRIL 19 79 .
I
STEINY AND COMPANY,INC., Beal)
Name of tractor incipal - <-
BY: SECRMPVY T
Authori d ignature Tit I e � z
Authorize AuthDrized Signature and Title
SAFECO INSURANCE COMPANY OF jhhS? al).
Name of Surety
8250 WOODMAN AVENUE,PANORAMA CITY,CA:,-91.400
Address of Surety
Signpure and title of Autnorized Agent
J. L. ANDERSON ATTORNEY -IN -FACT
90048
Il
ress o gent RMif3 0
(213) 937 7160
Telephone No. of Agent
' _ n
i
S
t
t
r.
Y
,i
7
ACKNOWLEDGMENT BY SURETY
STATE OF CALIFORNIA
County of LOS ANGELES ss.
On this 24th day of APRIL 1979 , before me, FRANCRS JUNE GTOTA
a notary public in and for the State of California with principal office in the County of LOS ANGELES
residing therein, duly commissioned and sworn, personally appeared J. L. ANDERSON
known to me to be the person whose name is subscribed to the within instrument as the attorney -in -fact of the
SAFF.CO TNSITRANCR COMPANY OF AMFRTCA ,
the corporation named as Surety in said instrument, and acknowledged to me that he subscribed the name of said corporation
thereto as Surety, and his own name as attomey -in -fact.
I� WITNESS WHEREOF, I have hereunto set my hand and a ed official seal, at my office in the aforesaid County,
an this certificate first above written.
the y d year in
Notary Public
A
1 IIII IIIIIIIIIIIIIIIIIII II IIII II 1 VIII ..
STATE OF CALIFORNIA,
((( ss.
COUNTY OF Los Angeles 1
°.. .............___ OFFICIAL SEAL '
KATHLEEN L. MALONE',
°� o N6TARY PUBLIC -CAI IFORft IA
-' LOS ANGELES COUNTY
My
o Commission Expires Nov. 11, 1990
.. .. .............. nnnnn
it 26
1979
before me, the undersigned, a Notary Public in and for said State, personally appeared
--JAY—E. Perm
_— known to me to be the
Spc-retar)z
of the RtPin Inc.
the Corporation that executed the within Instrument, known to me to be the person who
executed the within Instrument, on behalf of the Corporation, therein named—,and acknowledged
to me that such Corporation executed the same.
WITNESS my hand and official seal.
? ` Notary Publi? and for said State.
#WER OF ATTORNEY
SAFECO
KNOW ALL MEN BY THESE PRESENTS:
*ECO INSURANCE COMPANY OF AMERICA
NOME OFFICE SAFECO PLAZA
SEATTLE, WASHINGTON 98785
No
5291
That Safeoo 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 acter issued by the company in the course of Its business. and to bind
Safeco Insurance Company of America thereby a� 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 1977 .
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 tl,e Secretary shat;
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 compam 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 26, 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- atiomey 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."
1, W. D. Hamrnersla, 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
24th day of APRIL
19--L9—.
J
_4C NiN
SEAL r✓
Y
';. Page 10
PERFORMANCE BOND BOND #2888914
PREMIUM $331.00
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted April 9, 1979
has awarded to Steiny and Company. Inc.
hereinafter designated as the "Principal ", a contract for Modification of Traffic
Signal and Safety Lighting at Newport Boulevard and 32nd Street
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We, STEINY AND COMPANY,INC.
as Principal, and SAFECO INSURANCE COMPANY OF AMERICA
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
FIFTY FIVE THOUSAND, SEVEN HUNDRED AND NO /100 Dollars ($ 55,700.00
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
r
B- -
r .
Page ii
(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 24th day of APRIL lg 79
w STEINY AND COMPANY,INC., (Seal)
Name of Contractor incipal)
BY:
SEQtAfY T
thori z d i gnature Title-:-- ;
Authorized Signature and Title
A
t
i
SAFECO INSURANCE COMPANY OF AMk�A (Seal)
Name of Surety
8250 WOODMAN AVENUE, PANORAMA CITY,CA.,' 91409
Address of Surety
Sign ure and Title of Authorized Agent .
J. L. ANDERSON, ATTORNEY -IN -FACT
6330 SAN VICENTE BLVD., ROOM #300, LOS ANO QLDS�$A.,:
(213) 937 7160
Telephone No. of Agent
- .�
-=' � � r:
_ ; �°
- -.._
-�- '�'�
- - °�-�
y ,�.
- . -_ - -- .
_ ��
= ��_� __�
tf
_ \ ;
� �
�.
S
.:: _.....m:.^^e.iY..± � -��:z� - �.;;:;„ .v...�.. —,d ri.IC'6'iA tt:LS�I��.. - ...... -. -.
.� -c. �..Y�s..� vav ........ .......�..�..Se. -'
STATE OF CALIFORNIA,
ss.
COUNTY OF Los Angeles
ON April 26, 19 q ,
before me, the undersigned, a Notary Public in and for said State, personally appeared
------ _.;ate £.._L=y-
unnu¢eee um¢neuunceee¢¢eecue¢•e ¢ ea *seee¢¢eseem
OFFIC:AL LL
"E KATHLEEN L. MAI- ONE 1'a
°4 =a-u:, ,•" NOTARY PUBLICCailhO \i�>
ITY
k
LOS ANGUES COO;'
.M,> My Commission Expires Nov. 11, 1980:
nnmmuumuuuneeuuuuunnunueauuumi
known to me to be the
of the
the Corporation that executed the within Instrument, nown to me to be the person who
executed the within Instrument, on behalf of the Corporation, therein named-,and acknowledged
to me that such Corporation executed the same.
WITNESS my hand and official seal.
Notary Public in and for said State.
i01M 222-NP.Y. 344 A SUBEIOI/.PY OI /.MENICIIN BT/.TI... VPOBu CT- COPT.
ACKNOWLEDGMENT BY SURETY
STATE OF CALIFORNIA
County of TQq ANGFIRS ss.
On this 24th day of APRIL 1979 , before me, FRANCRS .TIINF. CTOTA
a notary public in and for the State of California with principal office in the County of LOS ANGFIFS
residing therein, duly commissioned and sworn, personally appeared .7_ T ANDERSON
known to me to be the person whose name is subscribed to the within instrument as the attorney -in -fact of the
SAFECO INSURANCE COMPANY OF AMERICA
the corporation named as Surety in said instrument, and acknowledged to me that he subscribed the name of said corporation
thereto as Surety, and his own name as atiomey -in -fact.
IN WITNESS WHEREOF, I have hereunto set my hand and used m official seal, at my office in the afore County,
the day and year in this certificate first above written.
Notary Public
L
i MY commis io^ - ., "y
Expa' ) .n :; J, 1979
SWNYIgIy1�11WU11YIIIIIIIIIIIIInIIIIIINUIJWIINAIIINJIIII111111 1111UIIn.111111111n.Y'.'J
� a
POWER OF ATTORNEY SAFECO INSURANCE COMPANY OF AMERICA
jwy HOME OFFICE SAFECO PLAZA
SEATTLE, WASHINGTON 98185
SAFECO
No. 5291
KNOW ALL MEN BY THESE PRESENTS:
That Sefeco 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 xter issued by the company in the course of Its business. and to bind
Safeco Insurance Company of America thereby az 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 1977
. o .. ,us trun••• ro.ao-- sw.,• a as-
CERTIFICATE
Extract from the By -Laws of Safeco Insurance Company of America
"Article Vt. Section I _.— FIDELITY AND SURETY BONDS ... the President, anc Vice President. and the Secreiar. shall
each have authority to appoint individuals as attornecs- 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 jr. the
course of its business .... On am instrument making or evidencing such appointment, the signatures may be affixed by
m
facsimile. On a 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 Bylaws, and
(ii) A copy of the power-of-at tome) appointment, executed pursuant thereto, and
(iii) Certifying that said power ofattorney 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."
1, W. D. Hammersla, Secretary of Safeco Insurance Company of America, do hereby certify that the foregoing extracts of
the By -Uws 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
24th dayof
APRIL
+ ""11)
SEAL
• o .+cos. acar.�.
I9 __L9_
t.
4
Page 12
CONTRACT
THIS AGREEMENT, made and entered into this c?�& day of
by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City,
party of the first part, and Steinv 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 Signal and Safety Lighting at Newport Boulevard and
32nd Street
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.
_�- ___. _��..�_ _ s_
Page 13
C
5. Pursuant to the Labor;.Cede of the State of California, the City Council has
ascertained the general prevail,* rates of per diem wages for each craft or type of
workman needed to execute the contract and a schedule containing such.information is
included in the Notice Inviting Bids and is incorporated by reference herein.
6. The Contractor shall assume the defense of and indemnify and save harmless the
City, the Director of Public Works, and their officers and employees, from all claims,
loss, damage, injury, and liability of every kind, nature, and description, directly or
indirectly arising from the performance of the contract or work, regardless of responsi-
bility for negligence; and from any and all claims, loss, damage, injury, and liability,
howsoever the same may be caused,resulting directly or indirectly from the nature of
the work covered by the contract, regardless of responsibility for negligence.
IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed
the day and year first above written.
ATTEST:
City Clerk.
CITY �OJF NEWPORT BEACH, CALIFORNIA
By: l� /�/zt
ayo
.i
WHINY AND COMPANY. INCA ` -
Eofe lKense No. Y61271
Contractor
By: ?�IP'lAki
JAY E. PERRY, szcRrrARY
Title
By:
;q
0
/•
0
STATE OF CALIFORNIA,
t ss.
COUNTY OF LOS I�ncreleB 1
ON -tril ZG, ,1979
before me, the undersigned, a Notary Public in and for said State, personally appeared
known to me to be the
_.__SPzCXXtaryr-- --- _----------
of the
nnmm�eumnunnmumnumunuuaunnuq the Corporation that exec within Instrument, mown to me to be the person who
oeelclAt SEAL executed the within Instrument, on behalf of the Corporation, therein named; and acknowledged
KATHLEEN L. MALONE to me that such Corporation executed the same.
NOTARY PUBLIC ELES COUNTY UNT C
aLOS ANGELES LIWR ________. ,__._____.___.r..___ ___ __._....______________________. ____________
.o. My Commission Expires Nov, 11, 1980-- — — — - - - -
eiunnnnnnnuuuunuuumuumumuuuun7 WITNESS my hand and official seal.
Notary Public in and for said State.
,wm.�nccwmcn,— uo,ywav,w,— nu,wvm vwm uc —eev. rov. • snos,m +n. �..M...�... ...,,.....�.. ...,o.,�.. wn..
CONTRACT NO. 2076
INDEX
TO
SPECIAL PROVISIONS
FOR
MODIFICATION OF
TRAFFIC SIGNAL AND SAFETY LIGHTING
AT
NEWPORT BOULEVARD AND 32ND STREET
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
3-16
0
ftSP 1 of 16
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
MODIFICATION OF TRAFFIC SIGNAL
AND SAFETY LIGHTING
AT
NEWPORT BOULEVARD AND 32ND STREET
CONTRACT NO. 2076
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- 5200 -S), the City's Standard Drawings and Specifications; and,
where applicable, 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 be purchased from Buil ing News, Inc. 3055 Overland venue, Los
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 120 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.
0
V. PROTECTION OF EXISTING UTILITIES
• SP2of16
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- Built" 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.
. S SP 3 of 16
X. TRAFFIC SIGNAL AND SAFETY LIGHTING FACILITIES
a. General
The Contractor shall furnish all tools, equipment, materials, supplies,
and manufactured articles and shall perform all operations necessary to
modify existing and construct additional traffic signal and street lighting
facilities as shown on the drawings and as specified herein.
b. Reference Specifications and Standard Plans
1. Standard Specifications - Except as modified herein, materials
and installation shall conform 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
referenced to the California Standard Plans, March 1977.
3. Codes, Ordinances, and Regulations - All electrical materials
and equipment furnished and installed 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 Code, Safety Orders, General
Order or Standards, the reference shall be construed to mean the
Code, Order or Standard that is in effect on the date set for
receipt of bids.
c. Description
Furnishing and installing 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 location:
NEWPORT BOULEVARD AND 32ND STREET
d. Equipment List and Drawings
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.
The controller cabinet schematic wiring diagram and intersection
sketch shall be combined into one drawing and shall be supplied on 24" x 36"
size sheets, or if desired, on 36" x 48" size sheets for five through eight
phase installations only, and shall be drawn in sufficiently large scale to
be clearly readable by field technicians. Partial schematic diagrams of the
basic cabinet wiring on 8z" x 11" sheets will not be acceptable.
. , SP4of16
The Contractor shall furnish a maintenance manual for all controller
units, auxiliary equipment, and vehicle detector sensor units, control units,
and amplifiers. The maintenance manual or combined maintenance and operation
manual shall be submitted at the time the controllers are delivered for testing
or, if ordered by the Engineer, previous to purchase. The maintenance manual
shall include, but need not be limited to, the following items:
(1) Specifications
(2) Design characteristics
(3) General Operation theory
(4) Function of all controls
(5) Detailed circuit analysis
(6) Trouble shooting procedure (diagnostic routine)
(7) Voltage charts with wave forms
(8) Block circuit diagram
(9) Geographical layout of components
(10) Schematic diagrams
(11) List of replaceable component parts with stock numbers
Testing
Materials, field, and functional testing shall conform to the provisions
of Section 86 -2.14, "Testing ", of the Standard Specifications and these Special
Provisions.
The City will not require that the traffic signal control equipment
or cabinet be tested at California Transportation Laboratory or other
independent test facility. However, the City will require that the
equipment and cabinet be tested as specified in paragraph 6 of Section
86- 2.14A, "Materials Testing ", of the Standard Specifications and
that the Certificate of Compliance and signed test report be forwarded
to the City along with a written certification from the supplier stating
that the controller units,auxiliary equipment, and cabinet, fully wired,
meet the requirements of the Standard Specifications and these special
provisions.
The functional test shall consist of ten (10) continuous days.
Turn -on of the new traffic signal system shall not be on, nor shall
the functional test start on, a Friday, Saturday, Sunday, holiday or any day
preceding a holiday. The Traffic Engineer shall be notified at least 48 hours
prior to the intended turn -on.
A knowledgeable representative for the manufacturer or distributor
of the traffic signal control equipment shall be present for the turn -on,
and for a reasonable period of time thereafter, as determined by the
Engineer.
If the representative for the manufacturer or distributor is not
qualified, or authorized, to work on the control equipment, the Contractor
`J
6 SP5of16
shall arrange to have a so qualified signal technician, employed by the
controller manufacturer or his representative, present at the time the
equipment is turned 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 included herein. 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 Specfications 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.
Pull boxes shall be No. 5 unless otherwise shown on the Plans.
i. Conductors and Wiring
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.
SP 6 of 16
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 Signs
Internally illuminated street name signs shall conform to the
requirements of the Standard.Specificatipns, 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 included herein.
The Contractor shall furnish to the City shop drawings and specifications
of the selected suppliers sign. City approval must be obtained prior to
purchasing.
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.
• SP 7 of 16
0. Emergency Replacement Pre -Timed Controller
Pre -timed controller units shall conform to the provisions in Section
86 -3, "Controllers ", of the Standard Specifications and these Special Provisions.
A pre -timed controller shall be provided in the traffic signal con-
troller cabinet for emergency replacement operation. The pre -timed controller
,Iiall have 21 signal circuits with not less than 12 intervals.
A separate harness shall be provided in the cabinet for use with the
pre -timed controller and shall be of a type acceptable to the City. The
signal output circuits from the pre -timed controller shall be connected to
a separate terminal strip and then shall be connected to the load side of
the solid -state load switches.
Instructions on transfer of control from the solid -state controller
to the pre -timed controller shall be mounted in the cabinet in plain view.
p. 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 Type D.
The hood described in Section 86- 4.05C, "Visors ", of the Standard
Specifications shall be provided.
q. Pedestrian Push Buttons
Pedestrian push buttons shall conform to the provisions in Section
86 -5.02, "Pedestrian Push Buttons ", of the Standard Specifications and these
Special Provisions.
When pedestrian push buttons are installed on pedestrian push button
posts, the button shall be installed at a height of 3' -10 ". The length of
the pedestrian push button post shown on the plans shall be increased as
required to facilitate installation of the button at this height.
The sign shall be 9" x 12" and shall not extend beyond the mounting
framework.
r. 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 Traffic Engineering
Division Drawing Numbers TE -2 -00 and TE -3 -00 included herein.
SP 8 of 16'
s. 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.
All lamps for traffic signal units shall be provided by Contractor,
and the cost of the lamps shall be included in the lump sum bid.
t. 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 speci-
fied herein, and shall be Canoga Controls Corporation Proximeter 404 or
approved equal. Output relays shall be used and shall be normally closed.
Magnetometer detector sensor unit shall be provided with a call hold
feature which shall extend the vehicle call for an adjustable period of time .
and shall be a Canoga Controls Corporation Proximeter 202 or approved equal.
Loop and magnetometer detector lead -in cable shall be a four conduc-
tor, .25 inch diameter, shielded and jacketed cable and shall be Canoga
Controls Corporation CC30003 or approved equal. For loop detector applica-
tions, lead -in cables shall be connected in accordance with the manufacturer's
instructions for one and two channel configurations.
The Contractor shall test the detectors with a motor driven cycle,
as defined in.the California Vehicle Code, that is licensed for street use
by the Department of Motor Vehicles of the State of California. The unladen
weight of the vehicle shall not exceed 200 pounds and the engine displace-
ment shall not exceed 100 cubic centimeters. Special features, components
or vehicles designed to activate the detector will not be permitted. The
Contractor shall provide an operator.who shall drive the motor driven cycle
through the response or detection area of the detector at not less than
three miles per hour nor more than seven miles per hour. The detector shall
provide an indication in response to this test.
Loop detector sensor units with integral call delay capability shall
be two channel units and shall be Canoga Controls Corporation Proximeter
402/2T or approved equal. Output relays shall be used and shall be normally
closed.
Special Loop Detector Operation:
Queue detectors, 2 -S -A1 and 2 -N -A3, shall be used to call the
protected left turn movements, Al and A3. The "green gating"
features of the amplifier are not to be used.
Detectors 1 -S -A1 and 1 -N -A3 shall function as presence detec-
tors for the protected left turn movements, Al and A3, during
their green intervals only.. At all other times these detectors
shall function as presence detectors for the companion through
movements, A2 and A4.
SSP 9 of 16
The "green gating" feature of the sensor unit for the 1 -E -B2
and 2 -E -B2 detectors shall be utilized to disable the delay
timer during Phase B2 green.
u. 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 pro-
visions.
Cost for maintaining:'existing and temporary electrical systems shall
be included in the lump sum bid. No "extra work" will be allowed.
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.
v. Salvaging Electrical Equipment
Salvaging and stockpiling electrical equipment shall conform to the
provisions in Section 86 -7, "Salvaging and Reinstalling or Stockpiling Elec-
trical Equipment ", of the Standard Specifications and these Special Provisions.
All salvaged materials shall be delivered to the City of Newport
Beach Corporation Yard, 592 Superior Avenue.
w. Traffic Count Facilities
Traffic count facilities shall conform to the details shown on the
Plans and these Special Provisions.
Traffic count capability shall be provided in the Type "R" controller
cabinet and shall include all equipment and cabinet wiring necessary to
count and record vehicular traffic on each approach of Newport Boulevard.
The facilities shall be capable of counting each approach simultane-
ously, and recording each approach separately.
Magnetometer detectors and sensor units, and the installation thereof,
shall conform to the provisions under "Detectors" elsewhere in these special
provisions.
Install one (1) traffic count lane summator. Each summator shall
have the following:
1._ Solid state circuitry throughout that is not inconsistent with
the Standard Specifications. Relays shall not be used. The
power supply for the summator shall be integral and shall operate
from 120 volts t 10 percent, 60 Hz power.
2. The capability to operate as specified from 00 F. to 1600 F.
3. Immunity to line transients when tested in accordance with Test
Method No. Calif. 667.
SP 10 of 16
4. Six input channels and two output channels. The summator shall
have the capability of producing one output pulse from any input
channel. In addition, it shall have the capability of producing
unique output pulses for each of any simultaneous inputs.
5. Input circuitry compatible with the output circuitry of the
vehicle detectors used with the summator.
6. An output that is a solid state switch and compatible with the
input circuitry of the traffic count recorder used with the
summator. The solid state switch shall have a minimum current
rating of 500 milliamps in the "on" state and a minimum break-
down voltage of 30 volts in the "off" state. The output switch
shall be protected to switch an inductive load.
Traffic count lane summators shall be Traffic Data Systems, Inc.
Model No. CD2265 -2.
Install one (1) Leupold & Stevens traffic count recorder Model No.
7552 -2. The recorder shall operate from a 120 VAC (± lob), 60 HZ power
source, and shall provide for a 15 minute recording interval.
A clear plastic, rigid, self - supporting dust cover shall be provided
with the recorder, and shall be designed to permit easy and safe removal
while the recorder is in operation.
x. 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.
No equipment within the controller cabinet, except a flasher or
flash transfer relay, shall use a socket which will accept a flasher or
flash transfer relay.
Flashing operation shall provide flashing red lights on all
approaches. During flashing operation, pedestrian signals shall be turned
off.
Solid -state switching devices shall conform to the provisions in
Section 86- 3.08D, "Solid -State Switching Devices ", of the Standard Speci-
fications and the following:
Zero voltage turn -on is not required during the first half -cycle
of line voltage during which the input signal is applied, A reed
relay, rated for at least 10 million operations, may be used in the
input portion of the switching device. , .
The "On -Off" switch for the cabinet lighting fixture shall be the
door - actuated type.
The convenience receptacle shall have ground -fault circuit interrup-
tion as defined by the Code.
The loop detector lead -in, from the field terminals in the cabinet
to the sensor unit, shall conform to option (B).
' SP 11 of 16
All control circuits available in the controller including those for
coordination shall be provided external to the controller on a terminal
strip, for present and future operation.
The cabinet shall contain a conspicuous warning against operation
without the monitoring device being installed.
Programming of the time settings described in Section 86 -2.066 (1),
"Time Settings ", of the Standard Specifications, shall be accomplished by
use of "pins" or "thumbwheels ".
The "conditional service" capability of the controller shall be
defeated so as to prevent either protected left turn phase, Al or A3, from
being reserviced until such time that a cross street phase has been serviced,
or in the absence of a cross street demand, until both concurrent through
phases, A2 and A4, have been serviced and terminated concurrently.
Coordinated Operation:
Equipment shall be provided in the cabinet for coordinated operation
as hereinafter described.
A solid state time clock shall be used to initiate and terminate the
coordinated operation. The clock shall be capable of allowing coordination
to occur a minimum of 3 discrete times during any 24 hour day, on any or all
days of a 7 day week, and to have durations from 0 to 24 hours per day. The
capabilities of the clock shall include a means to omit any or all days of the
week from operation. The starting and ending times of coordinated operation
shall be completely programable by the Traffic Engineer.
The solid state clock shall be accurate to within 60 seconds a year,
and shall operate from 120 VAC (± 10 %), 60 HZ.
During coordinated operation a constant signal shall be applied to
the controller to hold Phases A2 and A4 until the signal is removed. Solid
state circuitry and timer shall be provided to permit a synchronization
pulse from a local intersection to momentarily remove the hold signal after
the pulse has been delayed for an adjustable period of time from 0 to 30
seconds.
Once released from hold the controller shall force off Phases A2 and
A4 and service any conflicting calls. However, in the event a Phase A2 or
A4 pedestrian call is being serviced at the time of release, the controller
shall not force off until the pedestrian timing is completed.
During non - coordinated operation the controller shall operate unin-
hibited, except during fire pre - emption.
Fire - Pre -empt:
Solid state circuitry and timer shall be provided in the cabinet
external to the controller, that will allow a signal from the Fire Station
to immediately pre -empt the controller from any vehicle phase currently
SP 12 of 16
being serviced, other than Phase B2, which shall then be called, if not already
in service and held for an adjustable period of time from 0 to 60 seconds.
Once this timing has been accomplished, the controller shall be released from
hold and Phase B2 shall continue to time in its normal manner.
In the event the controller is timing any pedestrian phase.at the time
pre -empt signal is received, the circuitry shall not pre -empt the phase until
the pedestrian timing is completed.
Pre - empted phases shall be terminated with their yellow interval as in
normal operation.
The pre -empt signal from the Fire Station shall be originated from the
controller cabinet and shall be initiated by the existing "momentary on" switch
in the Fire Station.
y. Programmed Visibility Traffic Signal Heads
Programmed visibility traffic signal heads shall conform to the pro-
visions in Sections 86 -4.04, "Programmed Visibility Traffic Signal Heads ",
and 86 -4.06, "Signal Mounting Assemblies ", of the Standard Specifications and
these special provisions.
Horizontal pipe fittings for programmed visibility heads shall be
extended a minimum of 18 inches toward the center of intersection to allow
for masking and relamping.
Meier socket as required by
U111ity Company. For wiring,
refer to Ca /if. Sfd. Plan No.
ES -2C, Drogrom / .
Service disconnect and circuit
bredkers.
Fobi /cote sheaf metal enclosure
from 18-gage galvanized slack.
Point to match color of cabinet
and service enclosure, and /n-
510/1 over exposed condull.
Conduit to Utility Company
service point.
Some• as noted
above.
�I
II
I
Some as noted __,-1 1
above. I �
ar I3 OT Ib
-yl S Type rrM rr cabinet
Top of pedestal shall be
° large enough to provide a
clearance around the
! /base of the cob/ne1 and
sheet meta/ enclosure.
M, I 1 r PCC pedestal mmdaton /n
1111
accordance with the Co/ /f.
Standard Spec/fk kns and
I I 1 Std. Plan No. ES-48Y
1 ! ! ; ` .,..,•, except as noted hereon.
1 =1
Increase width by d /hens /on r'x"
T e Prror "Rrr
YP
�S cabinet.
Cab /net founabl/nn in
accordance with the Calif
Standard Spec /ficat/ons and
Std. P /on No. ES -48 ,
except as noted hereon.
4 r,
i
//k\
______i
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
TRAFFIC SIGNAL SERVICE
( MODIFIED TYPE II)
DRAWN H.L.G. DATE 5 -1 -76
APPROVED
I
SLIC WORKS DIRECTOR
R.E. NO. 9537
DRAWING FIG. STD. -910 -L
x = /'- 6 Minimum
e
v
c
e
`o
m
U
F
a
.F
`U
*NAME
-°
x Phoroce/
STREET
Oripp loop in s ✓T
cc /e enter /ng elbow
f/d/ng.
(Centerline of sign to face of
Note: See manufacturer s shop drawings for
mount /ng hardware and sign c»nstruct /on
detoi /s.
Approved hongei
cssem*
SECTION A -A
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
ILLUMINATED STREET NAME
SIGN INSTALLATION
SP 14 of 16
Condulet to be iocoted
on backside.
',IT cable
DRAWN H_L.G DATE 5-1-76
APPROVED \ -
UBLIC WORKS DIRECTOR
R.E. NO. 9537
DRAWING No. STD -911 -L
5
r�
s
R =12
SP 15 of 16
72
NOTES: I- USE APPROPRIATE RIGHT OR LEFT ARROW.
2- SIGN SHALL BE PORCELAIN ENAMELED WITH
WHITE LEGEND ON GREEN BACKGROUND.
3- LETTER SIZE SHALL BE 1/2"
4- BOLT HOLES SHALL BE THE CORRECT SPACING
AND SIZE FOR THE TYPE B PEDESTRIAN
PUSH BUTTON STD. PLAN ES - 5C CALTRANS
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BICYCLE PUSHBUTTON
INSTRUCTION SIGN
DRAWN L . DATE 4 -Z6-
APPROVED - . � _ _
15-z --1®
DRAWING NO.
R.E. NO. 2 2338
TE -2 -00
N` 4Y -5 /CYCLC
I
TYPE Q
0
Cn
N
f.
2 -6 2"
i�
14
It I Q
I �
�I.
4 4
or it) ut
/VO-NI %J O%t/ %Y'
/ ✓E!'� f�fCYCIE
(PR 13, R)
0
f ° � •a
CA 5/6-
-jam
A/OJWYI -.O _O /V,`- Z/SI AIO PE'D. POST
/'VO SCA%
II I
1� I
AFli✓ 6 /CYCLE — -- --_ � T•
(PP3 TYPO B) ), I
II
o jj Y
I I
FOR ALL CASES / f OC /ir'Tf'!/S /1 f3UT%O /;'lJSYI ;-s7"SLY mW71;1 f?6177!713,1
% OCA% F/ �A1; 0/!"//✓ SlRUCT /ON.I%G/>'�FO/7f'G / /;e!�5��� �FIcFG';/G. Tl <.? Gc�
PUBLIC 4YORKS DEPARTMENT �ri•;eov
C�
a v�
. Q , '.
66 t
I f _+...r a rm /P r
Da14"ItING ro. ; c - 3 -00
22045
CITY OF NLWPOkT REACH
CKRTIFICATE OF INSURANCC FOR CONTRACT WORK
CONTRACT NO.
This is to certify that the Company named below has
I a:,ued to the gained Insured Lhe policy of comprehensive liability
insurance identified herein, hereinafter referred to as 'Policy ",
and endorsed said Policy as follows to &&sure compliance by the
Named Insured with the insurance requirements of the Contract
executed by the Natned Insured and the City of Newport Bench,
thereinafter, "City ").
1.. The combined sinyle limit for Comprehensive Liability
(bodily injury or death, or property damage) is not less than
$500,000 each occurrence, $500,000 aggregate protective and
contractual. $1,000,000 aggregate products.
7. Neither the Policy nor this Endorsement shall be
cancelled or materially changed until thirty (10) days after
receipt by City of written notice of such cancellation or change
by registered mail, addressed as follows: City of Newport Beach
c/o City Clerk, 3300 Newport Boulevard, Newport Basch, California
93663.
1. The City of Newport Beach, its officers and employees
are hereby declared to be additional named insureds in the policy
described insofar as they may be held liable for injuries, death
or damage to property &rising out of or in connection with the
contract executed by the named insured and the City. It in 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 intereet clause.
4. Contractual liability coverage applicable to the
contract referred to above, including the obligation to defend
City is included.
5. Exclusions relating to property damage &rising out
of exploaion, collapse, or underground damage (commonly referred
to as "xcu" hazards) are deleted, where applicable.
6. The Policy provides coverage for, but is not limited
to: Owned, lion -Owned and Hired Automobile; Products Liability -
Completed Operations: Premises- Operationst Contractors Protective
Liability: Marine or Aviation (when applicable); and Property
Damage,
This Endo rsemYY````A;Z a effective
Authorized Re Cis sentati�vte /nlof
and when iss u� YYYYYY Cii \yyAa 11
No. �`Ldls ino
when signed by an
valid and form part of Policy
expiring
NAME OF AM/• /Og`R
ADDRESS - AGE BAORENy�
n
Authorized Representative
IMPORTANT: This is the only evidence of insurance acceptable to
the City. The person executing this Certificate is cautioned to
make. certain that he hao authority to execute this Certificate
on behalf of the Insurance Company
I a CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
MODIFICATION OF TRAFFIC SIGNAL AND SAFETY LIGHTING AT NEWPORT BOULEVARD & 32ND STREET
CONTRACT NO. 2076
ADDENDUM NO. 1
NOTICE TO BIDDERS
Please be advised that the wording in the Notice Inviting Bids and in the
Special Provisions has been revised to read as follows:
NOTICE INVITING BIDS
On page la, revise paragraph 3 to read: 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 this form upon award of contract.
(A sample form is attached for reference.)
SPECIAL PROVISIONS
Add the following Section to the Special Provisions:
Ia. LIABILITY INSURANCE
A standard "City of Newport Beach Special Endorsement" form has been
adopted by the City (sample attached). This form is the only endorsement acceptable
to the City. The successful low bidder' will be required to complete this form upon
award of contract.
Under Section 7 -3 of the Standard Specifications,-substitute the following
limits for those shown: comprehensive liability, combined single limit for bodily
injury and property damage.
Each occurrence:
$500,000
Aggregate protective:
$500,000
Aggregate products:
$1,000,000
Aggregate contractural:
$500,000
This policy shall include.the following coverages:
a. Contractural or Assumed Liability relating to contract(s) between the
named insured and the endorsement holder named above.
b. Owned, hired and non -owned automobiles.
c. Contractors Protective Liability (when insured engages subcontractors).
d. Products Liability or completed operations.
e. Explosion and Underground Hazards (when applicable).
f. Personal Injury Hazards.
g. Broad Form Property Damage.
Please show the date of receipt of this addendum on the proposal or insert
a copy with your proposal.
Richard M. Edmonston, P.E.
Traffic Engineer
Date of receipt: 3 -15 -79 S /David Chadbourne
CONTRACTOR'S SIGNATURE
t
CITY OF NEWPORT BEACH
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
LIABILITY
4 -24 -79
7- 75LC2428172
7 -1 -79/80
$500,000.
FIREMANS FUND
UMHRELLA LIAB.
4 -24 -79
An 300574
7 -1 -79/80
$5,000,000.
ASSOC. INTERNAT'L
This endorsement is effective 4 -24- , 19 79 , 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 S. CALIF.,
Address 6330 SAN VICENTE BLVD.,
LOS ANGELES, CALIF., 90048
By _
Authorized Representa. e
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
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
MODIFICATION OF TRAFFIC SIGNAL AND SAFETY LIGHTING AT NEWPORT BOULEVARD & 32ND STREET
CONTRACT NO. 2076
ADDENDUM NO. 2
NOTICE TO BIDDERS
Please be advised that the wording in the Special Provisions
has been amended as follows:
Paragraph 10 of Section x, "Solid State Traffic Actuated
Controllers and Cabinets ", is amended to read:
Programming of the time settings described in
Section 86- 2.066(1), "Time Settings, of the
Standard Specifications, shall be accomplished
by use of "pins ", "thumbwheels ", or "toggle
switches ".
Please show the date of receipt of this addendum on the
proposal or insert a copy with your proposal.
, itc JN
Richard M. Edmonston, P.E.
Traffic Engineer
RME:dcc
Date of Receipt: g_lg 19
S /David Chadbourne
CONTRACTOR'S SIGNATURE
4' • ►�
r
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.
Secretary
April 26, 1979
RFCcIvcD
"'" 1 1979ft-
TRAFFIC
"I am aware of and will comply with Section 3700 of the Labor Code,
requiring every employer to be insured against liability for Workers'
Compensation or to undertake self- insurance before commencing any
of the work."
S i Y A MPANY, INC.
tea, 214 4 97
Date Si nature
JAY E. PER
Rollins Burdick Hunter of Southern California
Insurance Broken
6330 San Vicente Boulevard, Los Angeles, California 90048
Telephone 213 937 -7160 Telex 674318
April 24,1979
City of Newport Beach
3300 Newport Blvd.
Newport Beach, Ca 92660
Re: STEINY AND COMPANY, INC.
Gentlemen:
We are pleased to enclose Certificate
evidencing the following coverages:
0
of Insurance
Type of Inaurenca Company Number
__X _Workers Compensation
ASSOCIATED INDEMNITY CORP.
7 -75WP 2324535
_Comprehensive Liability FIREMAN'S FUND INS, CO. 7 -75LC 2428172
Broad From Property Damage
Automobile Physical Damage
Fire Insurance
X Umbrella Associated International AUL 300574
The above certificate
following:
has been issued in connection with the
Job: Newport Blvd. and 32nd St.—C-2076
If you have any questions regarding these enclosures, please feel free to contact us.
Very truly yours,
Susan Blohm
June Gioia
Account Managers
200.13.79
_.__ ..... ...... _ ._. _.. _._.. _.._.._...
•
HIKTEIZ
of Southern California • Insurance Brokers
6330 San Vicente Boulevard
Los Angeles, California 90048
(213) 937 -7160
NAME AND ADDRESS OF CERTIFICATE HOLDER
City of Newport Beach
3300 Newport Blvd.
Newport Beach, Ca 92660
CERTIFICATE OF INSURANCE
NAME AND ADDRESS OF INSURED
Steiny and Company, Inc.
221 No. Ardmore Avenue
Los Angeles, Calif. 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
Job: Newport Blvd and 32nd St. C -2076
Steiny Job No. 8567
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 endeavor to mail 'An days written notice to the above named certificate holder, but failure to mail such notice shall
impose no obligation or liability of any kind upon the company.
^.-.. - ..:..., ..: .:.:.: ... .. ..... ...,. whi:.., the csrlifieate
Is Ile ❑ ..-: t I d such pDlicie5.
Rollins Burdick Hunter
DATEISSUED: April 25,1979 Z „alw�1/,
5 M- 10 -77 AUTHORIZED REPRESENTATIVE
Limits of Liability In Thousands (000)
TYPE OF INSURANCE
COMPANY AND POLICY NUMBER
POLICY
EXPIRATION DATE
EACH
AGGREGATE
OCCURRENCE
GENERAL LIABILITY
BODILY INJURY
$
$
® COMPREHENSIVE FORM
PREMISES — OPERATIONS
Fireman's Fund Ins. Co.
7/1/79
EXPLOSION AND COLLAPSE
7- 75LC2428172
PROPERTY DAMAGE
$
$
HAZARD
Q UNDERGROUND HAZARD
PRODUCTS /COMPLETED
OPERATIONS HAZARD
CONTRACTUALINSURANCE
BODILY INJURY AND
PROPERTY DAMAGE
$500
$ 500
E8 BROAD FORM PROPERTY
COMBINED
DAMAGE
® INDEPENDENT CONTRACTORS
® PERSONAL INJURY
*Applies to Products /Completed
It
Operations Hazard.
(Personal Injury)
AUTOMOBILE LIABILITY
BODILY INJURY
COMPREHENSIVE FORM
Fireman's Fund Ins. Co.
7/1/79
(EACH PERSON)
f
OWNED
7- 75LC2428172
BODILY INJURY
(EACH OCCURRENCE)
$
PROPERTY DAMAGE
$
HIRED
BODILY INJURY AND
NON -OWNED
PROPERTY DAMAGE
$500
COMBINED
EXCESS LIABILITY
UMBRELLA FORM
Associated International
7/1/79
BODILY INJURY AND
E] OTHER UMBRELLA
AUL 300574
PROPERTY DAMAGE
$5000
s 5000
MTHAN
WORKERS'COMPENSATION
Associated Indemnity Corp.
l /l /80
STATUTORY
and
$2000 (Each Accident)
EMPLOYERS' LIABILITY
7- 75WP2324535
OTHER
DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES
Job: Newport Blvd and 32nd St. C -2076
Steiny Job No. 8567
This certificate is not a policy and of itself does not afford any insurance. Nothing contained in this certificate shall be construed to
amend, extend or alter the coverage limits, terms or conditions of the policies it certificates.
Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing company
will endeavor to mail 'An days written notice to the above named certificate holder, but failure to mail such notice shall
impose no obligation or liability of any kind upon the company.
^.-.. - ..:..., ..: .:.:.: ... .. ..... ...,. whi:.., the csrlifieate
Is Ile ❑ ..-: t I d such pDlicie5.
Rollins Burdick Hunter
DATEISSUED: April 25,1979 Z „alw�1/,
5 M- 10 -77 AUTHORIZED REPRESENTATIVE
I .. •
SPECEM INTEREST ENDORSEMENT
It is agreed that this policy shall not be cancelled not the coverage thereof reduced
until 3 -0 days
notice of such cancellation or reduction in coverage shall have been sent in writing to:
City of Newport Beach
3300 Newport Blvd.
Newport Beach, Ca 92660
End. #112
POLICY NUMBER
f INSURED
EFFECTIVE
7 -75WP 2324535
I STEW AND COMPAW' INC.,
9/24/79
FIREMAN'S FUND INSURANCE COMPANY
PRODUCER
THE AMERICAN INSURANCE COMPANY
ROLLINS BIIRDIC$ & HUNTER OF S. CALIF
NATIONAL SURETY CORPORATION
t
ASSOCIATED INDEMNITY CORPORATION
AMERIICCANNN AUTOMOBILE INSURANCE COMPANY
COUNTERSIGNATURE OF AUTHORIZED AGENT
Y PRESIDENT TO.X
180042 -8.88
SPECU'ED INTEREST ENDORSEMENT
It is agreed that this policy shall not be cancelled nor the coverage thereof reduced
wild 3 0 days
notice of such cancellation, or reduction in coverage shall hate been seat in writing to:
City of Newport Beach
3300 Newport. Blvd.
Newport Beah, Ca 92660
End, #113
POLICY NJMDER
INSURED EFFECTIVE
7-751C
I STEINY AND CMPANY,INC., 4/24/79
FTAF &"-S FUND 1NSL'PJ.NCE COMPANY
PRODUCER
THE A,+—PJCAN I1+5:,RANCE COMPANY
NAT,ONA1 SUP.E.TY CORPORATION.
ROLLDu'",BURD1CK & HWPEd CF SO. CALIFORNIA
ASSOCLATe.3T VNoD-(NIrY CORPORATION
r J(CCALN AUTOMOBILE INSUF -kNCE COMPANY
COUNTERS,GNATURE OF AL'TNORIZED AGENT
e+U
PRESIDENT ]O.%
180042-0-60
TITLE TRAFFIC SIGNAL MODIFICATION
CONTRACT NO. 2076
ENGINEER'S ESTIMATE $55 000.00
1
2
3
4
5
6
7
8
9
10
11
CONTRACTOR
LOCATION NE14PORT BLVD. at 32nd STREET
TIME 10:00 A. M,
DATE MARCH 20, 1979
BY CHKD DATE
TOTAL PRICE
G �
&-- ��.— V7 r Lam, 5 i� (so
na
0 0
STEINYAND COMPANY, INC.
221 NORTH ARDMORE AVENUE, LOS ANGELES 90004
PHONE: 213 3B2 -2331
Mr. Pat Dunnigan
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA. 92660
Dear Mr. Dunnigan:
March 21, 1979
RE: Contract No. 2076 - Newport
Boulevard and 32nd Street
In order to comply with the specifications for the
above -noted job, we are hereby submitting a copy of
the most recent audited financial statements for
Steiny and Company, Inc.
JEP /elp
Enclosure
cc: Dave White
Very truly yours,
STEINY AND /�' OMPANY, INC.
(;U I — Jay E. Perrry
Secretary
QiPICES IN: VALLEJO ANO ANAHEIM
`, ✓� 9l�F p�"90 yo j
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
TRAFFIC ENGINEERING
March 28, 1979
TO: CITY CLERK
FROM: Traffic Engineer
SUBJECT: NEWPORT BLVD. /32ND STREET TRAFFIC SIGNAL; C -2076
We are in receipt of, and are hereby forwarding, a copy of the
most recent audited financial statements for Steiny and Company, Inc.
We are also forwarding a letter from Mr. J. 0. Steiny, President of
Steiny and Company, Inc. stating that Mr. David W. Chadbourne is an
officer of Steiny and Company, Inc. and, as such, is authorized by
the Board of Directors to sign bid documents, included those submitted
for the subject contract. The significance of this being that we
will be requesting the City Council to waive the requirement for two
signatures on the bid documents for C -2076.
Richard M. Edmonston
Traffic Engineer
RME:dcc
Enclosure(s)
C�
STEINY AND COMPANY, INC.
FINANCIAL REPORT
JUNE 30, 1978
r
0 0
C O N T E N T S
Page
REPORT OF CERTIFIED PUBLIC ACCOUNTANTS 1
FINANCIAL STATEMENTS
Balance sheets p
Statements of income g
Statements of retained earnings ¢
Statements of changes in financial position S
Notes to financial statements 6 -10
0
Hutchinson and Bloodgood
CERTIFIED PUBLIC ACCOUNTANTS
420 NORTH BRAND BOULEVARD, SUITE 600
MAIL: P.O. BOX 1917
GLENDALE, CALIFORNIA 91209
(213) 240 - 14371245 -9251
To the Board of Directors
Steiny and Company, Inc.
Los Angeles, California
11
We have examined the accompanying balance sheets of Steiny and Company,
Inc. as of June 30, 1978 and 1977 and the related statements of income, retained
earnings and changes in financial position for the years then ended. our
examinations were made in accordance with generally accepted auditing standards
and, accordingly, included such tests of the accounting records and such other
auditing procedures as we considered necessary in the circumstances.
In our opinion, the financial statements mentioned above present fairly
the financial position of Steiny and Company, Inc. at June 30, 1978 and 1977, and
the results of its operations and changes in its financial position for the years
then ended, in conformity with generally accepted accounting principles applied
on a consistent basis.
Glendale, California
August 25, 1978
- 1 -
MEMBERS OF THE AMERICAN INSTITUTE OF CERTIFIED PUBLIC ACCOUNTANTS
0 I -t ID W
N J
t0
O
O hJ
.+
h
O M M h o
h M
O
O
O M f S
J
h N N h H
H M
Vl
T
O h N
h
h J OO M rn J
tb t0
J
J
t1'1 11
h
h
~
Le) N
t/1 00
v1
•-i t0 uli
In
10
t0 t0 J
01 .D
N
O
N
O h tD
J
N
N
.•-�
N
M
m
W
W
♦1
ro
iJ
m
W
m
W
11
W
O
11
N
ro
a
.+
N
bD
W
C
w
C
ro
W
N
ro
m
1J
C
9
W
L
ro
a1
r-i
ro
u
u
ro
C
W
O
,1
m
W
N
0
z
W
x
H
N
I
O J t
O
r~
vl
uy
O en
O
t/1 00
.-�
O
10
t0
O
O h tD
J
O
W
^ ^
h
N O J
.--i
O�
J
M
M
w'1 tD .•-I
M
N
H Ln
.-1
•� J
t/1
.••1
e-I
N
N
r-I
•
to
E
00 00
O
C C
..
u
a
N
ct
O
C N
E
O
W
O m
C b0
p
z
14
d
C
C C
m
W
m W
r-1 H
C
m y
a1
%
C
~
u
o0
b
k w
m
,�
•rW4
to
>a W C
W
11
N
U 00
{roa
•,OI .••.
W
ron
va°.1
u
4•ui
Nb
N Y
C
W
� k
C W m
m
N
O
M r-I
O
O•^
N y
N m Y
W4
C
°v
cd
U
m
U W
O
4
O
w
•
E u 0 0 W
41A
O
•a ro
i
STEINY AND COMPANY, INC.
STATEMENTS OF INCOME
Years Ended June 30, 1978 and 1977
The Notes to Financial Statements are an integral part of these statements.
- 3 -
1978
1977
Earned revenues
$11,789,340
$10,656,250
Cost of
earned revenues (including accrued
losses
on contracts, 1978 - $64,000)
10,278,422
9,661,437
Gross profit (Note 1)
$ 1,510,918
$ 994,813
Selling
expenses
56,837
46,771
$ 1,454,081
$ 948,042
General
and administrative expenses
974,200
750,712
Operating income
$ 479,881
$ 197,330
Financial expenses, net of financial income
54,368
26,318
Income before taxes on income
$ 425,513
$ 171,012
Federal
and State income taxes (Notes 1 and 3)
210,050
62,700
Net income
S 108.312
The Notes to Financial Statements are an integral part of these statements.
- 3 -
0
STEINY AND COMPANY, INC.
STATEMENTS OF RETAINED EARNINGS
Years Ended June 30, 1978 and 1977
Balance, beginning
Add net income
Deduct amount paid on the retirement
of 2 shares of capital stock
Balance, ending
L]
1978
$1,156,204
215,463
$1.371.667
1977
$1,049,714
108,312
(1,822)
1.156.204
The Notes to Financial Statements are an integral part of these statements.
- 4 -
STEINY AND COMPANY, INC.
STATEMENTS OF CHANGES IN XINANCIAL POSITION
Years Ended June 30, 1978 and 1977
1978 1977
FINANCIAL RESOURCES PROVIDED BY
Operations:
Net income $215,463 $ 108,312
Items which did not require outlay of
working capital during the year:
Depreciation 25,585 22,521
Amortization 12,504 12,504
Loss on sale of assets 776 -
Total working capital provided by operations $254,328 $ 143,337
Increase in loans on officers' life insurance 7,718 7,718
Proceeds from sale of equipment 3,500 -
265,546 151,055
FINANCIAL RESOURCES APPLIED TO
Increase in notes receivable,
due from affiliates
$ 79,500
$ 120,000
Acquisition of long -term assets:
Purchase of property and equipment
58,945
46,700
Increase in cash surrender value
of officers' life insurance
6,707
7,718
Decrease in long -term debt
29,900
35,700
Purchase of treasury stock
- -
1,822
$175,052
211,940
Increase (decrease) in working capital,
as below
0 49460
8_)
SUMMARY OF CHANGES IN WORKING CAPITAL COMPONENTS
Increase (decrease) in:
Cash
$ 6,255
$(138,781)
Accounts receivable
(682,855)
763,724
Unbilled costs and accrued earnings
on uncompleted contracts
483,486
(242,281)
Prepaid expenses and deposits
12,782
(49,757)
Decrease (increase) in:
Notes payable
652,200
(629,000)
Accounts payable and accrued liabilities
(434,594)
173,359
Billings on uncompleted contracts
in excess of costs
68,464
63,976
Income taxes payable
53,037
(73,944)
Deferred income taxes
6( 8,281)
71,819
Increase (decrease) in working capital
90.494
(60.885)
The Notes to Financial Statements are an integral part of these statements.
- 5 -
STEINY AND COMPANY, INC.
NOTES TO FINANCIAL STATEMENTS
June 30, 1978
Note 1. Significant Accounting Policies
40
The accounting policies relative to the carrying value of property and
equipment and intangibles are indicated in the captions on the balance
sheets. Information as to the methods of accounting for profit sharing
and employee stock ownership plans, deferred income taxes, and related
party transactions is included in the other notes to financial state-
ments. Other significant accounting policies are as follows:
Presentation:
Certain amounts have been reclassified in the financial statements
for the year ended June 30, 1977 to correspond to the current
year's financial statement presentation.
Accounting for long -term contracts:
The Company recognizes income on long -term contracts on the
percentage -of- completion method. The percentage of completion
is determined by relating the actual cost of work performed to
date to the current estimated total cost of the respective
contracts.
At the time a loss on a contract becomes known, the entire
amount of the estimated ultimate loss on both short and long-
term contracts is accrued.
Unbilled contract work represents the excess of costs incurred
and profits recognized on the percentage -of- completion
accounting method to date over billings to date on certain
contracts. Advances and excess billings on contract work
represent the excess of billings to date over costs incurred
and profits recognized on the percentage -of- completion
accounting method to date on the remaining contracts.
Property and equipment depreciation:
Property and equipment is being depreciated using the straight -
line method over periods ranging from 2 to 10 years for shop
equipment; 2 to 6 years for furniture and fixtures; 2 to 5
years for automotive equipment; 10 years for buildings; and
over the applicable lease terms for leasehold improvements.
Maintenance and repairs are charged to expense as incurred.
The cost and accumulated depreciation of items of property
and equipment retired or otherwise disposed of are removed
from the related accounts, and any residual values are
charged or credited to income.
0
STEINY AND COMPANY, INC.
NOTES TO FINANCIAL STATEMENTS
June 30, 1978
Note 1. Significant Accounting Policies (Continued)
Taxes on income:
0
The tax effects of transactions are recognized in the year in which
they enter into the determination of net income, regardless of when
they are recognized for tax purposes. The timing differences are
shown as income taxes applicable to earnings on uncompleted
contracts in the balance sheets. The significant item that gives
rise to this difference is the Company's practice of reporting
income on the completed contract basis for tax purposes and
accounting for income on contracts using the percentage -of-
completion basis for its financial statements. The Company uses
the flow - through method in accounting for investment tax credits.
Note 2. Notes Payable
A summary of notes payable, current and long term, follows:
1978 1977
Contract payable under covenant not
to compete, due in annual
installments of $12,500 $37,500 $ 50,000
8% note payable due in quarterly
installments of $5,800 plus
interest (a) - - 40,600
Notes payable due at various dates
with interest ranging from
4% to 7 -1/2% (b) - - 629,000
$37,500 $719,600
Less current portion 12,500 664,700
Long -term portion 2$ 5,000 5�4
(a) Secured by pledge of the Company's treasury stock and
guaranteed by the Company's majority shareholder.
The note is subordinated to any future claims made
under bonding agreements.
(b) Bonds due from the City of Los Angeles from contracts
being performed have been assigned to the holders of
these nctes.
- 7 -
9 0
STEINY AND COMPANY, INC.
NOTES TO FINANCIAL STATEMENTS
June 30, 1978
Note 3. Income Taxes
The estimated provision for Federal and State income taxes, as reflected
on the statements of income, consists of the following:
The effective income tax rate which is lower than the statutory Federal
and State income tax rate, is detailed as follows:
Federal
State
Total
June 30, 1978:
48.0%
State tax rate, net of Federal
Current
$119,875
$27,291
$147,166
Deferred
56,847
11,825
68,672
Investment tax credit
(5,788)
- -
(5,788)
17�
9 1 6
210 OS
June 30, 1977:
2.1
.7
Current
$113,852
$26,160
$140,012
Deferred
(61,473)
(10,660)
(72,133)
Investment tax credit
(5,179)
- -
(5,179)
7 200
1�
6
The effective income tax rate which is lower than the statutory Federal
and State income tax rate, is detailed as follows:
Other, net (.8) 1228)
9 4 % 33 7 °/
Note 4. Lease Commitments
Description of leasing arrangements:
The Company conducts a major part of its operations from leased
facilities and in addition, the Company leases transportation
equipment under operating leases expiring in the next three
years. In most cases, management expects that in the normal
course of business, leases will be renewed or replaced by new
leases.
1978
1977
Statutory Federal tax rate
48.0%
48.0%
State tax rate, net of Federal
income tax benefit
4.7
4.7
Investment tax credit
(1.4)
(3.0)
Federal statutory exemption
(3.2)
(7.9)
permanent differences between
financial statement and
taxable income
2.1
.7
Other, net (.8) 1228)
9 4 % 33 7 °/
Note 4. Lease Commitments
Description of leasing arrangements:
The Company conducts a major part of its operations from leased
facilities and in addition, the Company leases transportation
equipment under operating leases expiring in the next three
years. In most cases, management expects that in the normal
course of business, leases will be renewed or replaced by new
leases.
0 0
STEINY AND COMPANY, INC.
NOTES TO FINANCIAL STATEMENTS
June 30, 1978
Note 4. Lease Commitments (Continued)
Operating leases:
The following is a schedule by years of future minimum rental
payments required under operating leases that have initial or
remaining non - cancellable lease terms in excess of one year
as of June 30, 1978:
Year ending June 30,
1979 $156,853
1980 109,828
1981 50,616
.297
Rental expense under operating leases amounted to approximately
$241,700 in 1978 and $231,461 in 1977.
Note 5. Employee Profit Sharing And Stock Ownership Plans
A qualified profit sharing retirement plan was established in June 1968
and amended in April 1976. Contributions to the plan are made at
the discretion of the Board of Directors. The Company is under no
obligation to make contributions or maintain the plan for any length
of time, and may completely discontinue or terminate the plan at any
time without liability.
On April 12, 1976, the Company established a qualified employee stock
ownership plan (ESOP). Contributions to and continuance of the plan
fall within the same limits as the profit sharing plan.
Contributions to the plans for the years ended June 30, 1978 and 1977,
are as follows:
1978 1977
Profit sharing plan $ 5,619 $ 4,338
Employee stock ownership plan 130,772 8,676
136 391 1
- 9 -
0
STEINY AND COMPANY, INC.
NOTES TO FINANCIAL STATEMENTS
June 30, 1978
Note 6. Related Party Transactions
E
The Company presently rents the premises in Los Angeles and Baldwin Park
from its majority stockholder, Mr. J. 0. Steiny, for an amount approxi-
mating $40,200 in 1978 and 1977.
The Company has made several loans to Computer Service Co., an affiliated
company, which amounted to $30,000 and $120,000 during the years ended
June 30, 1978 and 1977, respectively. Of this amount, $110,000 was
repaid during fiscal 1978. In addition, the Company has loaned Datac Co.
$159,500 during 1978. As of June 21, 1978, Datac Co. merged with
Computer Service Co. with the latter as the surviving corporation,
assuming the $159,500 obligation to Steiny and Company, Inc. The net
results of these transactions with affiliate are reflected on the
balance sheets as long -term notes receivable.
purchases by Steiny and Company, Inc. from its affiliate, Computer
Service Co., amount to approximately $656,730 and $485,000 for the
years ended June 30, 1978 and 1977, respectively. Payables outstanding
to the affiliate amount to $72,602 and $31,660 at the above dates.
Note 7. Contracts In Process
Comparative information with respect to contracts in process follows:
1978 1977
Expenditures on uncompleted contracts $7,144,513 $6,199,688
Estimated earnings thereon (net of
accrued losses in the amount of
$64,000 for 1978) 2,812,160 2,387,277
$9,956,673 $8,586,965
Less billings applicable thereto 9,278,231 8,460,473
$ 678.442 126.492
Included in accompanying balance sheets
under following captions:
Costs and estimated earnings in
excess of billings on
uncompleted contracts $1,093,272 $ 609,786
Billings in excess of costs
and estimated earnings 414,830 483,294
$ 678.442 S 126.492
- 10 -
n;�tir:t ua
STEINYANO COMPANY, INC
221 NORTH ARDMORE AVENUE, LOS ANGELES 90004
PHONE: 213 382-2331
City of Newport Beach
3300 Newport Blvd.
Newport Beach, California 92660
Gentlemen:
•
March 22, 1979
Please be advised that Mr. David W. Chadbourne is
an officer of Steiny and Company, Inc., and as such is
authorized by the Board of Directors to sign bid documents,
including those already submitted with regard to your
Contract No. 2076.
Very truly yours,
l'
J.m. Steiny
Presiddnt
JOS:mm
OFFICES IN: VALLEJO AND ANAHEIM
3/20/77
t L.1 _ n
ff it
CONTRACT NO. 2076 l ANAH"IM
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
MODIFICATION OF
TRAFFIC SIGNAL AND SAFETY LIGHTING
AT
NEWPORT BOULEVARD AND 32ND STREET
SUBMITTED BY:
Approved by the City
Council this day
of February 979
A0-- 4i /�)C-v-�
ori�, City qyerk
STEINY AND COMPANY, INC.
Contractor
ress
Steiny and Co., Inc.
4620 E. La Palma Ave.
Anaheim, Ca. 92807
Steiny and Co., Inc.
4620 E. La Palma Ave.
Anaheim, Ca. 92807
Zip
X11) wo
Phone
Total Bid Price
' X
>..:,. 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 T11iD_. A.M. (as determined by telephone time signal) on the
$mss day of 1979, at which time they will be opened and read, for
performing as oows:
MODIFICATION OF TRAFFIC SIGNALS
AND SAFETY LIGHTING AT
NEWPORT BOULEVARD AND 32ND STREET
CONTRACT NO. 2076
Bids must be submitted on the proposal form attached with the contract documents
'
furnished by the Publie=liorks.Department. The additional copy of the proposal - fa m
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 i
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 t e Corporate_ Seat !
sha^T b� a affixed to.all documents requiring signatures. In the case of a arP 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.)
3i
i.
Page la
The City has adopted the Standard S ecifications for Public Works. Construction
(1976 Edition) as prepared y the Southern atiform a Chapters of the American
°= Public Works Association and the Associated General Contractors of America.
Copies maybe obtained from Buildin 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 "Certificate of Insurance for Contract Work" form has been adopted
by the City of Newport Beach. This form is the only certificate of insurance
acceptable to the City. The successful low bidder will be required to complete
this form upon award of the contract. (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 ascertained the general prevailing rate of per diem wages in the
locality in which the work is to be performed for each craft, classification,
or type of workman or mechanic needed to execute the contract. 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 re-
lating to prevailing wage rates (Sections 1770 -1781 inclusive). 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 infor-
mality in such bids.
..
Page 2
All bids- ere 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
Holiddys,.after having received notice that the contract is ready for signature, the
proce eds of . check or bond accompanying this bid shall become the property of the City
of Newport Beach.
Licensed in accordance with the Statutes f the State of California providing for
the registration of Contractors, License No. p Classification
Accompanying this proposal is Rt� evs DONA
T as-h, Certified Check, shiers Check or Bond)
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.c6Aract.
TlE AND QOMPANY, INC.
Phone Number
'i(SEAL)
gnature
nnatiim -
t
Type offOrganization
(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:
ST�JNY AND QOMPANY, INC.
A O. Stemy— President d, Tree
5 •_ M1
Page .3
DUIGNATION 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
wiII 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 maybe made in these subcontractors except upon
F the prior-approval of.the Engineer.
Item of Work Subcontractor Address
er•s- Rama
nuuwrrcou a:ynawre --
—V hype o Organization
n
(Individual, Co- partnership or Corp.)
piny and QL Ise.
4620 E. La Palma Ave.'
Anaheim Ca 92807
1•
_
2
-
4•
5•
6.
7•
-
,8•
9.
L
=_.
in_
er•s- Rama
nuuwrrcou a:ynawre --
—V hype o Organization
n
(Individual, Co- partnership or Corp.)
piny and QL Ise.
4620 E. La Palma Ave.'
Anaheim Ca 92807
• • l �� �
�� :��' -v���"- " - -`�` fii�_- — k _ ..Y� � � ��s;-- . >� ` Wig:'°
-KNOW ALL MEN BY THESE PRESENTS,
That we,
as Principal,
as Surety, are held
rt Be Califo ia, in the sum of
($ lawful money of the United -
1 trul to be made, we bind ourselves,
SUCH,
�n principal for the construction of
in the City.of Newport B ach a pted by the City Council of said. City, and if the
` above`bounden. principal hal dul enter into and execute a contract for such construc- i
tion and shall execute a liv the. two (2).bonds described in the "Notice Inviting
Bids" within ten (10) days (no including Saturday, Sunday and Federal Holidays) from
r - the date of the iling of A tice to the above bounden principal by and from said City 1.
of Newport Bea at the serittbesandarema for n in this the amount be am n 11 and v id;
specif� herd hal be orfeited to the said City.
// Ii y principal above named executed this bond as an individual.
th of any such principal shall not exonerate the surety from
s bond.
it the ven tha
agree th the
obliaat under
.(Attach.
Attorne
i
>S WI Of, we he set our.hands and seals this day of
. 19
1 If Corporation)
Principal
of
Surety
:.
I,' _
Pik-" F �: ,,
z''::` `'
2r ..��_
' A 1 • •
.Page 5
NON- COLLUSION AFFIDAVIT
The bidders, by its officers and agents or representatives present at the time of
f--- 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 -..
meat 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 -
went 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 afty. subcontractor or materialmaM *Mch"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 biA 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.
my commi s.si om expires:
l o -
12_'- 1980
STEM AND QOMPANIi, MM
Notary Public
t9PPIelAt sEAI.
D. D. WHITE
• NOTARY PNRLIF CAUFORNII
PRINCIPAL OFFICE IN
ORANGE COUNTY
Iff COMMISSION EMRES OCT. 12. 1980
�•
,6,,�yy��r. ..
L _ JY�rT. =�a� 1u��dY6r�i!
Page 7
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character to
that proposed herein which he has performed and successfully completed.
Year
9
i
Ll
• • PR 1 of 2
TRAFFIC SIGNAL AND SAFETY LIGHTING
AT
NEWPORT BOULEVARD AND 32ND STREET
CONTRACT N0. 2076
vcnoncai
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. 2076 and will take in full payment therefor
the following unit prices for each item, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION UNIT UNIT TOTAL
NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1 Lump Sum Modify traffic signal and
lighting system at the inter-
section of Newport Blvd. and
32nd Street. $
TOTAL PRICE WRITTEN -IN WORDS:
Dollars
and
Cents
• • PR2of2
STEINY AND COMPANY: MQ
CONTRACTOR'S NAME
DATE (AUTHORIZED-SIGNATURE
Steiny and Co., Inc.
4620 E. La Palma Ave.
CONTRACTOR'S ADDRESS Anaheim, Ca. 92807
TELEPHONE NUMBER tp4 Q93 —652 -' I to I ), 7.'5
CONTRACTOR'S S LICENSE NO.
Designate the firm or company that will supply the control equipment:
G
Telephone Number
0FECO INSURANCE COMPANY OF AMERICA
II
NERAL INSURANCE COMPANY OF AMERICA
� e \i, FIRST NATIONAL INSURANCE COMPANY
.COf U �'' OF AMERICA
iii��i —; ,.1 HOME OFFICE: SAFECO PLAZA
P' SEATTLE, WASHINGTON 98165
teirJ vrnC an f,
ANAHEIM
BID BOND
BOND # 623057
Approved by The American Institute of Architects,
A.I.A. Document No. A -310 IFeb. 1970 Edition)
KNOW ALL MEN BY THESE PRESENTS, That we, STEINY AND COMPANYtINC.I
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
in the sum of.
City of Npui nrt Roarlh as Obligee, hereinafter called the Obligee.
TEN PERCENT (10%) OF THE AMOUNT OF THE BID
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 Modification of traffic signals and
safety lighting at Newport Blvd. and 32nd St.
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 20th day of March '19 79 .
Witness
STEMY AND COMPANY INC., (Seal)
r i P
al
d-7 Az
Title
SAFECO INSURANCE COMPANY OF AMERICA
By 1. ,Ze�e
J. . ANDERSON Attorney -in -Fact
1 5-51 R611/73 PRINTED IN US.&
ACKNOWLEDGMENT I3YSURETY
i STATE OF CALIFORNIA
County of Los Angeles ss.
P4 On this 20th day of March 1979 , before me Frances L. Elliott
a notary public in and for the State of California with principal office in the County of Los Angeles
residing therein, duly commissioned and sworn, personally appeared J. L. Anderson
known to me to be the person whose name is subscribed to the within instrument as the attorney -in -fact of the
Safeco Insurance Company of America
the corporation named as Surety in said instrument, and acknowledged to me that he subscribed the name of said corporation
thereto as Surety, and his own name as attorney -in -fact.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County,
the day and year in this certificate first above written.
OFFICIAL SEAL -S'-2-' , D11(- .--i3t..
Frances L. Elliott ; Notary Public
• 4 (aBtftY PUBLIC-CALIFORNIA
• PRINCIPAL OFFICE IN
• LOS ANGELES COUNTY
s -1157 5/70 0 My Commission Expires April 8, 1979 •
*WE R OF ATTORNEY QAFECO INSURANCE COMPANY OF AMERICA
HOME OFFICE: SAFECO PLAZA
SEATTLE, WASHINGTON 98185
SAMCC
No.
KNOW ALL MEN BY THESE PRESENTS:
5291
That Safeco Insurance Company of America, a Washington corporation, does hereby appoint
L. ANDERSON, Los Angeles, California
its true and lawful stiorney(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 chz aver issued by the company in the course of its business, and to bind
Safety Insurance Company of America thereby aN 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 79th day, of Avtil 1977
CERTIFICATE
Extract from the By -Laws of Safeco Insurance Company of America:
lO'V.� I�f �A- MIIL•'Jf �'
"Article VI. Section I2.— 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 map 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 V1, Section 12 of the Bylaws, and
(ii) A copy of the power-of-at tome) 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."
1, 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 20th day of March
,1979
C�r....e ei a�it/
�.a wW RIB. tCYtM�
raru,nc CITY OF NEWPORT BEACH
XNAHE+M
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
MODIFICATION
OF TRAFFIC SIGNAL AND SAFETY LIGHTING AT NEWPORT BOULEVARD & 32ND STREET
CONTRACT NO.. 2076
;.ADDENDUM.NO. 2
Sit,-
:NOTICE'TO'BIDDERS
Please be advised, that the niording in -the Special Provisions
has been amenifed as ,fo ll ows: -`
_ ....
Paragraph 10:'of 'Sect orvx,`,_ "Solid 'State Traffic.Actuated:
Control? "ers`and Cabinets ",.is "amer,ided,o read:;
Programming `of the timeF settings described in
Section 86- 2.066(1), "Timt f the
Standard-Specifications,, ha11 be.accompiished
by use`of, "Bins ", "thumbwhee.7s'',.or. "toggle
::- switches''.
Please ow the date of receipt of this addendum on the
proposal or insert °a.:copy with•your.proposal:.
/ Cl2aI /t pokk/pi,,
=_
''.Richard M..'.Edmonston P E..
;Traffic Engineer
RME dCc
Date of Receipt -. f �77
o lons.'_
AB L TY`-INSURANCE._',` . . ......
.
A s - tandar p la Endorsement" -form has been
,
dopted by e-- jty.,� sa� ple. attached) This form.as, the only endorsement
d required -:.td -complete thisjorm upon
the. Ci t�.
`56fti6'm-x7,m:3 t of �thd-
r -. �Jnder __St�ndard Specfffic-ations 'substitute
P..
the following
...... . lia 11-
-1ml ts,; or- e_.�.s o-wn.':':.�-,..-com'prehen-sive.-. - b ityy Tcombined.-slngl_e
�d7amage:.-,,.��,.!:",7�.,
imit-jor-b6dilry
ury....an ;-,property.
MAR 105 1079
CITY OF NEWPORT BEACH
Aggregate. pro tect1 ve $500,000
PUBLIC WORKS DEPARTMENT
&
CONTRACT DOCUMENTS
'pany,
FOR
MODIFICATION OF TRAFFIC SIGNAL AND SAFETY LIGHTING AT NEWPORT
BOULEVARD & 32ND STREET
CONTRACT NO. 2076
ADDENDUM NO. I
rac the-.-'-'--
contracts)
NOTICE TO BIDDERS
above
Owned hire dn:a fid:nOn-owned automobiles:
-7
Pj_eas,.e.. be ..a,dvi,. s ed. that. the wording in.the Noti ce Inviting Bids and in the
Special Provisions-nas-been revised to read as follows:
-- !Products- i. ityor,Completed operations.-
_,NOTICE INVITING BIDS.
e Explosion and'Underground, Hazards: (when applicable-)-'..--
On page paragrap h 3 to read St and ar d
City of Newport Beach
Special - Endorsement'! form hasibeen--adopted by-the-.City of Newport Beach_ :This form
a
is.the b.1e._to_th6:_City�-_for liability
insurance purposes.---
The
*successful Tow bidder wiTl'be required _to comDl6i:4-thisJorm
upon award.t'6f-- contract..
A, sample i.orm.-is attached -foi.- rel
b,
o lons.'_
AB L TY`-INSURANCE._',` . . ......
.
A s - tandar p la Endorsement" -form has been
,
dopted by e-- jty.,� sa� ple. attached) This form.as, the only endorsement
d required -:.td -complete thisjorm upon
the. Ci t�.
`56fti6'm-x7,m:3 t of �thd-
r -. �Jnder __St�ndard Specfffic-ations 'substitute
P..
the following
...... . lia 11-
-1ml ts,; or- e_.�.s o-wn.':':.�-,..-com'prehen-sive.-. - b ityy Tcombined.-slngl_e
�d7amage:.-,,.��,.!:",7�.,
imit-jor-b6dilry
ury....an ;-,property.
Each occurrence
Aggregate. pro tect1 ve $500,000
7. Aogregate -produc S, 000
Aggregate contractural $50Q,000,
-h P U h', g:�Co verag&s :
a;�,,__ C ntrac al,,.:or:. ssume la ility
o -relating to
rac the-.-'-'--
contracts)
ed "i ns ured-,-and the e n ment'halder named.
above
Owned hire dn:a fid:nOn-owned automobiles:
-7
c-" C ontractors- Protective Liability-(when insured
engages subcontractors) .
-- !Products- i. ityor,Completed operations.-
e Explosion and'Underground, Hazards: (when applicable-)-'..--
I i u ry,
f.-- Personal. '. n Hazards..
Broad,Foiii Property ,Damage ..
.-Please show"the"date of neceipt'of this addendum on the prop6saI6rnsr
a copy with your prop sa
Richard Edmonston,:P.E.-
..:Traffic affic Enqineer.
r
RESOLUTION NO. 9534
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO STEINY
AND COMPANY, INC., IN CONNECTION WITH THE
TRAFFIC SIGNAL MODIFICATIONS AT NEWPORT
BOULEVARD AND 32ND STREET (C -2076)
WHEREAS, pursuant to the notice inviting bids for
work in connection with the traffic signal modifications at
Newport Boulevard and 32nd Street, in connection with the
plans and specifications heretofore adopted, bids were received
on the 20th day of March, 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 COMPANY, INC.,
in the amount of $55,700.00 in connection with the traffic
signal modifications at Newport Boulevard and 32nd Street 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 9th day of
yor
ATTEST:
it , 1979.
City Clerk DDO /kb
4/3/79