Loading...
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 The project will provide for complete replacement of the existing, outdated traffic signal equipment.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