Loading...
HomeMy WebLinkAboutC-2101 - Traffic signal and lighting at Birch Street and Von Karman0 f lie / TO: CITY COUNCIL FROM: Public Works Department April 28, 1980 CITY COUNCIL AGENDA ITEM NO. H -12 SUBJECT: ACCEPTANCE OF INSTALLATION OF TRAFFIC SIGNAL AND SAFETY LIGHTING AT BIRCH STREET AND VON KARMAN AVENUE AND BICYCLE PUSH BUTTONS AT 14 SIGNALIZED INTERSECTIONS (C -2101) 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 installation of a traffic signal and safety lighting at Birch and Von Karman and the installation of bicycle push buttons at 14 signalized intersections has been completed to the satisfaction of the Public Works Department. The bid price was: $ 87,438.00 Amount of unit price items constructed 87,297.50 Amount of change orders (140.50) Total contract cost 87,297.50 The pedestrian signal heads to be installed at the Dover/ Westcliff intersection were changed from the fiber -optic type to incandescent resulting in a cost reduction of $140.50. A change order was issued in this amount. The entire cost of the traffic signal ($67,438.00) was paid by Koll Center Newport. Funds for the bicycle push buttons ($20,000.00) were budgeted in the Gas Tax Fund. The design engineering was performed by Herman Kimmel & Associates of Newport Beach. The contractor is Wm. R. Hahn of Temecula, California The contract date of completion was January 8, 1980. 60 April 28, 1980 Subject: Acceptance of installation of lighting at Birch Street and push buttons at 14 signalized Page 2 to traffic signal and safety Von Karman Avenue and bicycle intersections (C -2101) The contractor ordered the signal poles on the date of awara, September 10, 1979 with delivery promised by December 10, 1979. The poles were actually delivered the week of February 4, 1980. The contractor was then delayed by rain until early March. The signal was turned on March 19, 1980. The assessment of liquidated damages is not recommended,as the basic responsibility for late completion lies with the pole manufacturer who will not accept the pass- through of damages from the contractor. All work was completed on March 20, 1980. Benjamin B. Nolan Public Works Director GPD:do SPP 1'! 1919 By }ha CITY COUNCIL JiTY OF N$WPORT BEACH TO: FROM: CITY COUNCIL Public Works Department 0 September 10, 1979 CITY COUNCIL AGENDA ITEM NO. H -2(' SUBJECT: INSTALLATION OF TRAFFIC SIGNAL AND SAFETY LIGHTING AT BIRCH STREET AND VON KARMAN AVENUE AND BICYCLE PUSH BUTTONS AT 14 SIGNALIZED INTERSECTIONS(C -2101) RECOMMENDATION: Adopt a resolution awarding Contract No. 2101 to William R. Hahn for $87,438.00 and authorizing the Mayor and the City Clerk to execute the contract. DISCUSSION: Three bids were received and opened in the office of the City Clerk at 2:00 p.m. on August 29, 1979. Bidder Amount 1. William R. Hahn, Temecula $ 87,438.00 2. Smith Electric Supply, Stanton $104,583.00 3. Steiny and Company, Inc., Anaheim $105,000.00 The engineer's estimate for the project is $105,000.00. The project provides for the installation of traffic signals and safety lighting at the intersection of Birch Street and Von Kaman Avenue. Also, the project provides for installation of bicycle detection at various existing traffic signals throughout the City. The amount bid for the traffic signal at Birch Street and Von Karman Avenue is $67,438. which will be funded 100% by Koll Center Newport in fulfillment of a condition of approval of the final tract map for Tract 7953. Sufficient funds for the bicycle push button portion of the project are available in the current budget (Account No. 19- 5663 -303). The traffic signal plans and specifications were prepared by Herman Kimmel and Associates, and the bicycle push button plans and specifications by Alderman, Swift, and Lewis. The estimated date of completion is January 8, 1980. Richard M. Edmonston Traffic Engineer HLG:ma I • i �EP 9!i RESOLUTION NO. BY the CITY COUNCIL A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO WILLIAM R. HAHN IN CONNECTION WITH THE INSTALL- MENT OF TRAFFIC SIGNAL AND SAFETY LIGHTING AT BIRCH STREET AND VON KARMAN AVENUE AND BICYCLE PUSH BUTTONS AT 14 SIGNALIZED INTERSECTIONS (C -2101) WHEREAS, pursuant to the notice inviting bids to work in connection with the installment of traffic signal and safety lighting at Birch Street and Von Karman Avenue and bicycle push buttons at 14 signalized intersections, in connection with the plans and specifications heretofore adopted, bids were received on the 29th day of August, 1979, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is WILLIAM R. HAHN, NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the amount of $87,438.00 in connection traffic signal and safety lighting Avenue and bicycle push buttons at accepted, and that the contract fo to said bidder; and bid of WILLIAM R. HAHN in the with the installment of said at Birch Street and Von Karman 14 signalized intersections be the described work be awarded 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 10th day of September , 1979. Mayor ATTEST: City Clerk HRC /kv 9 /S /79 AUG 13 1979 By the (;iii i:uUNC1L CITY. Q" .1 . °T wo" TO: CITY COUNCIL FROM: Public Works Department s August 13, 1979 CITY COUNCIL AGENDA ITEM NO. H_12 SUBJECT: TRAFFIC SIGNAL AT BIRCH STREET AND VON KARMAN AVENUE AND BICYCLE PUSH BUTTONS AT 14 SIGNALIZED INTERSECTIONS (C -2101) RECOMMENDATION: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 2:00 PM on August 29, 1979. DISCUSSION: This project provides for the installation of traffic signals and safety lighting at Birch Street and Von Karman Avenue, and bicycle push buttons at 14 City owned and maintained traffic signal locations. The traffic signal will be funded 100% by Koll Center Newport. Installation of the signal was a condition of approval of the final tract map for Tract 7953. Installation of the bicycle push buttons was approved in the 1977 -78 Traffic Signal Priority list by the City Council and is currently budgeted. The estimated cost of the project is $105,000.00, with $70,000.00 of this estimated for traffic signal and safety lighting. Koll Center Newport has advised the City that they will advance their share of the costs once bids have been received and the actual cost determined. The plans for the new signal were prepared by Herman Kimmel and Associates. Alderman, Swift, and Lewis prepared the plans for the various locations receiving bicycle detection. The estimated date of completion is January 8, 1980. Richard M. Edmonston Traffic Engineer HLG:sy THE NEWPORT ENSIGN PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA, 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: .......A st...16.:... 197.9.... _ ... 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 THE NEWPORT ENSIGN ., 2721 E. Coast Hwy., Corona del Mar, California 92025. ibis is for the County Clerk's Filing Stamp C - .21DI A Proof of Publication of PROOF OF PUBLICA Inviting Bids PUBLIC NOTICE CITY OFNEWPORT BEACH CAUFOANIA N BIDS Sealed &� bbe� t the d- Bm d the City Clerk, City Hell, Newport Beech C-1= w1f0 2 p.m. (a dga- mtsed by teiephaaa if. aged) m the 29th day of euguet, 1879, at which flee I hey will be ogv.d, ead read fa pm- formfoq work as f dl.. TRAFFIC SIGNAL AT INCH STREET AND VON EARMAN AVE. AND BICYCLE PUSH BUTTONS AT 14 SIGNAI177D INTERSECTIONS. CONTRACTNO.210I Bide meet be submitted m the proper at fmm attached vdth the matract doeo. meats haabhed by the Public W.61).. partmwt The edditional mW of the propoeel form b to be mtetned by the biddarfm hb amid.. Each bid mud be accompaded by cash mrbBad check or add., • Bond, made payable to the city d N.wpod Beach, fm an amomt equal to at lemt 10 percent of the a eoeat bid. The title Of the pryct asd the wmda "SEALED BID" .bW be cl.mly mgked oa the outaide of the eavelopa mot, ng he bid. The mnbact documeab that moat be comp'g'A —oal and efurwd in the wal.d bld ew: A. Proposal B. id.,'. B d9ubmvtrcmn C. Bddi a md D. NoscoRmion Af9davit E. Stef eneof of Fiaaadd Haponability F. TachaiW Ability and Eap.ri.aw M. aa.cae The. dcumeab shell be eRte.d with the ai9veture and tit]. of the pesos aigaing on behalf of the bidder. Fa eor- poetioru, the gghaf.ra of fly Pr.adad or vice Previdsnt and Secratary at Ae a. lent S-Iat r — regufr.d and the Coe. paste Beal e6all be aff tied w all doco. m.nte requfdw dghatma. In the caw of a Apetnerehip, theggnatun dat Teed ow woadp tam b rquiad, No bide will b ao.Wad from a ma- tractor who bee aot beep Ba.a.ad fn c mrdaaca w9h the moviaona of Cbpta 9, Dfvielam IS of the Bpi. am Pm feaerone'Cida. Tha mnlrecTOr shell gets his hce...mbar ad cl.saiftmtfm bi the aopoal. Oue eat Of Plea and mvbact aft. mete, bda iw al a w po viet., may . obtained at the Public Wary. D. Padm at, City half, Nwwport Bea&, Cal- Borma, g as ooet to hwwad mnbeelore If b ragWged that the plea ead aoo. _ depayaab be nl,rwd waYle 7 6 0 TM City Me adopted Standmd fip- 9pedfi.o m br Pubes l saga Caro. droctioa (1976 Fddwu) eo p.epa� tM Southera Calilornia CMptm of the Amnion Publio Wab Aevociation and ti, Amoeiabd 90aetel C.11,1potal of Ammsa. Corym maybe oM- _ Building Neale Ix.. 300BOva tut Angell, Caldanie, 90034. 31 87E998B$$ Tba2elty has aeopted Slandesd Spe cial- Pmvidooa and Stadmd Dnwlopa Cape« d thew are.vm1-" at the Pub' lc Wab Dsputmenl at a ooet of ES pe. eat. A etnndetd "City d Newport -Basch Spacial. Eadonameat" farm bas ben adopted by the City of Na epmt Beacb. The form a the ody eadmeamed soaF . able to the City to 14W1111 Wmmee pmWaea The succeedul law blddx win be .paired to mmplate the kitm epno award of wvhnct. (A empla corm te .Hacbdfo..derenn.) , - For a:ay rp,d.d boodg, . the o,ae y uing ad bode, labor end mMetal bonds, ad lafthbd parbrme.oe b..da oral be n W... 0=m v m leery campaoy lic®pd W the Sate of CeW� wde . a aaadenw wta the Prov4,aoa d Adele 2 Chapter 1, Part 7 of the Cenf- onua Iabo. Cate (Sscttoe11770 el ap.) the Dhacla of Inddat ial Belatiwl life aecmtaad iM p.al pev.Siog_ret- of pm dim wagaa a the looaltry a which the work is to M pdv.med for eacb m.it, ol.a.ilioatioa, u typo d wak- en or mechanic needed W execute the 000had. A copy d add determination h avetlable a tM of l a of 1M City Clark An What to the mnt.act hall M We- .ad by ell wovieions d the Ce19 labor Code relating to prwiatlag wage rates (Saoliooe 1770.7981 incl,oiw). The ood acla. eaau M rwpon". fa compliance with Section 177$ of tM Califomia labor Code Im an epwn- ticeabla ocaupationa TM cc.hacter 16.11 Pat a copy d the prevailing wage atae at ill -,{pb eta. Copies may M obtataed.ham tM Peblic Works D,WM . The City reremo IM right to re)ecl any a all bide and to waive any infer malitY NE S PvN May 20, 1980, 0 0 CITY OF NEWPORT BEACH William R. Hahn 33921 Temecula Creek Road Temecula, CA 92390 . Subject: Surety: Bonds No.: Project: ODntract No.: OFFICE OF THE CITY CLERK (714) 640 -2251 Comment Mutual Insurance Company 008969 Traffic Signal and Safety Lighting at Birds Street and Von Kamm Avenue, and bicycle push buttcns at 14 signalized intersections. 2101 The City Council on April 28, 1980 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after Notice of Oampletion has been filed. Notice of Completion was filed with the Orange ODunty IC?corder on May 2, 1980 in Book No. 13596 Page 1578. Please notify your surety company that bonds may be released 35 days. after recording date. Doris George City Clerk DG:bf cc: Public Works Departirent City Half • 3300 Newport Boulevard, Newport Beach, California 92663 RECORDING R_Q�cS fED C? BY AND MAIL TO 4 9 � � .._, C&l i / EXEI��PT C2 NOTICE OF COMPLETION PUBLIC WORKS &K 1359EPS 1578 - R cof",bED IN OFFi,, RECORDS OI-; `d 1GE COUNTY, CALIFORNIA 5 'a I P, M. MAY 2 19N LEE A. BRANCH, County Racordtr I o All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE: NOTICE that on March 20, 1980 the Public Works project consisting of Traffic Signal and Safety Lighting at _Birch Street and Von Karman Avenue and Bicycle Push Buttons at 14 Signalized Intersections. on which William R. Hahn was the contractor, and Convenant Mutual Insurance Company was the surety, was completed. VERIFICATION I, the undersigned, say: CIT OF NEWPORT B CACH Public Works Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on April 30, 1980 at Newport Beach, California. �. Publi6 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 April 28, 1980 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on April 30, 1980 at Newport Beach, California. i r Doris George, City Clerk • 0 CITY OF NEWPORT BEACH CALIFORNIA city Hall 3300 W. Newport Blvd 640 -2251 Date: April 30, 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 signal and safety—Lighting at Birch St. and Von Barman Ave. and bicycle push buttons at 14 signalized intersections. Contract No. C 2101 on which Willam R. Hahn was the Contractor and Convenant Mutual Insurance Cmpany was the surety. Please record and return to us. Very trulJ yours, Dorls4George V City Clerk City of Newport Beach Encl. SEW POST °CITY OF NEWPORT BEACH Date October 24, 1979 TO: Public Works Department FROM: City Clerk SUBJECT: Contract No. 2101 Project ins a on of Traffic Signal and Safety Lighting at Birch Street and Von Karmen Avenud and Bicycle Push Buttons at 14 signalized intersections Attached is signed copy of subject contract for transmittal to the contractor. Contractor: William R. AhAMM r !4 iA, Address: 33921 Temecula Creek Road, Tameeula. CA 92390 Amount: $ 87,438.00 Effective Date: October 23, 1979 Resolution No. 9639 Doris Geo e Att. cc: Finance Department Q City Ilall • 3300 Newport Boulevard, Newport Beach, California 92663 • ' CITY CLERK CONTRACT NO. 2101 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS FOR INSTALLATION OF TRAFFIC SIGNAL AND SAFETY LIGHTING AT BIRCH STREET AND VON KARMAN AVENUE AND BICYCLE PUSH BUTTONS AT 14 SIGNALIZED INTERSECTIONS Approved by the City Council this 13th day of August 1973 r oris George, City Cler SUBMITTED BY: William R. Hahn Contractor 33921 Temecula Creek Rd. s Temecula, California 92390 City Zip (714) 676 -4683 Phone 587, 438.00 Trot, Price Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS :,LFLI_D :;.DS will be received at the office of the City Clerk, City Nall, Newport Beach, California, until 2:00 P.M. (as determined by telephone time signal) on the 29th_____ day of August 1979, at which time they will be opened and read, for performing work as follows: TRAFFIC SIGNAL AT BIRCH STREET AND.VON KARMAN AVENUE AND BICYCLE PUSH BUTTONS AT 14 SIGNALIZED INTERSECTIONS CONTRACT NO. 2101 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 (here 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-� he Corporate_ Seal shall be affixed to all documents requiring signatures. In the case of a arls tnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) Page la the City has adopted the Standard Specifications for Public Works Construction (1976 :Lun) as prepared by the o�hrn California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $5 per set. A standard "City of Newport Beach Special Endorsement" form has been adopted by the City of Newport Beach. This form is the only endorsement acceptable to the City for liability insurance purposes. The successful low bidder will be required to complete the form upon award of contract. (A sample form is attached for reference.) For any required bonds, the company issuing bid bonds, labor and material bonds, and faithful performance bonds must be an insurance company or surety company licensed by the State of California. In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascer- tained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to' prevailing wage rates (Sections 1770 -7981 in- clusive). The contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department. The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 3 -13 -79 Page 2 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this Proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the under- signed in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal Holidays, after having received notice that the contract is ready for signature, the proceeds of check or bond accompanying this bid shall become the property of the City of Newport Beach. Licensed in accordance with the Statutes of the State of California providing for the registration of Contractors, License No. 185466 Classification C -10,A Accompanying this proposal is Bidder's B nd as , Certi ie d Check, Cas ier s Check or on in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. rV HAH Bidder s Name (SEAL) S /William R. Hahn uthorized Signature Authorized Signature Individual Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address 1. None 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. RUMINTSIM 1: S /Wi17tam R. Hahn ut orized - Signature Individual Type of Organization (Individual, Co- partnership or Corp.) 33921 Temecula Creek Road Tamerula. California 92390 Address "FJORIGINAL SEE CITY CLERK'S FILE 4PY" Page 4 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, WILLIAM R. HAHN , as Principal, and COVENANT MUTUAL INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT OF TOTAL AMOUNT OF BID Dollars ($ 10% ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of Installation of Traffic Signal & Safety Lighting at Birch St, and Von Karman Ave. and Bicycle Push Buttons at 14 Signalized Intersections 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 29th day of August , 19 79 Corporate Seal (If Corporation) WILLIAM R. HAHN Principal S /William R. Hahn, Owner (Attach acknowledgement of Attorney -in -Fact DIMITRA SCHMAUSS COVENANT MUTUAL INSURANCE COMPANY Notary Public Surety Commission expires April 30, 1982 By S /Arthur J. Clement, Jr. Title Attorney -in -Fact NON- COLLUSION AFFIDAVIT • Page 5 The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them, have in any way, directly or indirectly, entered into any arrangement or agree- ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agree- ment with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this 29th day of August , 19 79 . My commission expires: August 31, 1979 X71 I .,n : ...i, S /Don Lause Notary Public "FOR ORIGIN SEE CITY CLERK'S FILE COPY" • STATEMENT OF FINANCIAL RESPONSIBILITY Tne undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. "On File with City Clerk ". Page 6 Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. 1979 City of Fullerton Traffic Engineer 525 -7171 1979 City of Orange Dennis Schmita 532 -0441 1979 City of Fountain Valley Don Bryan 963 -8321 1979 State of California Lloyd Wesby 636 -3531 �. 0 LABOR AND MATERIAL BOND KNOW ALL MEN BY THESE PRESENTS, That 0 Page 8 Bond No. 008969 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted September 10, 1979 has awarded to William R. Hahn hereinafter designated as the "Principal ", a contract for installation of Traffic Signal and Safety Lighting at Birch Street and Von Karman Avenue and Bicycle Push Buttons at 14 Signalized Intersections. 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 WILLIAM R. au as Principal, and COVENANT MUTUAL INSURANCE. COMPANY as Surety, are held firmly bound unto the City. of Newport Beach, in the sum of 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 V 0 (Labor and Material Bond - Continued) 16 Page 9 this bond, as required by the Provisions of Section 4205 of the Government Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications, In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 20th day of SEPTEMBER , 191. (Executed in 4 counterparts) "At-k" (Seal ) Name of Contractor Principal William R. Hahn Q o Authorized Signature and Title Authorized Signature and Title CQVMU . 07 KYUAL INSURANCE COMPANY Seal) Name of Surety J. 141 South Lake AvAnue, Signature ana iijie of Hutrlgrize- gAgent Arthur J. Clement,.Jr., A+Aornep,Lin -Fact CA. ED- ddress of gent J - 213- 793- 7124/681 -0675 Telephone No. of Agent �If E c � c 1 N � 3 _ r I III° 1 � U Z i cr E'� J,= - � H a Iris � �o j I v f c E L c N �- o - f•J c (n N - U G = - N V e Qo N U , -�L ( ) ƒƒ| ; 7 (0 � G / \CL \ _ Ao \\\ / . -10 u �* \\ \\ \ \ \\ / »L) \-& 4 0 $) . E z 2 \ } \ 0 -C \ 0 /J �e,� ƒ..... , -�L 0 0 COVENANT MUTUAL INSURANCE COMPANY Hartford, Connecticut POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: ThatCOV ENANT MUTUAL INSURANCE COMPANY, a corporation of the State of Connecticut, does hereby make, constitute and appoint ARTHUR J. CLEMENT, JR. its true and lawful Attorney(s)-in -Fact, with full power and authority, for and on behalf of the Company as surety, to execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertakings, recog- nizances, consents of surety or other written obligations in the nature thereof, as follows: Any and all bonds, undertakings, recognizances, consents of surety or other written obligations in the nature thereof in an unlimited amount. and to bind COVENANT MUTUAL INSURANCE COMPANY thereby, and all of the acts of said Attorney(s) -in -Fact, pursuant to these presents, are hereby ratified and confirmed. This appointment is made under and by authority of the following provisions of section 12 of the by -laws of the Company, which are now in full force and effect: From time to time the board may impose such additional duties and confer such further authority upon any or all of the officers as it may in its discretion determine including, without limitation or characterization, authority to execute by facsimile signature or facsimile signatures, and deliver or cause or authorize any duly appointed agent to deliver in the name and behalf of the corporation any policy, contract, bond, undertaking, consent of surety, recognizance, general or special power of attorney, certification, attestation, or other instru- ment, all with or without the seal of the corporation, but if under seal to evidence such seal by physical im- pression or by facsimile or by any other appropriate method. This power of attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the Directors of COVENANT MUTUAL INSURANCE COMPANY at a meeting duly called and held on March 11, 1973: RESOLVED: That any bond, undertaking, recognizance, consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when signed by the President or any Senior Vice President or Vice President and duly attested and sealed, if a seal is required, by any Secretary or Assistant Secretary or when signed by the President or any Senior Vice President or Vice President and countersigned and sealed, if a seas is required, by a duty authorized attorney -in -fact or agent; and any such bond, undertaking, recognizance, consent of surety orwritten obligation in the nature thereof shall be valid and binding upon the Company when duly executed and sealed, if a seal is required, by one or more attorneys -in -fact or agents pursuant to and within the limits of the authority granted by his or their power or powers of attorney. FURTHER RESOLVED: That the signature of any officer authorized by the by -laws and the Company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of any bond, undertaking, recognizance or other written obligation in the nature there- of; such signature and seal, when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS WHEREOF, COVENANT MUTUAL INSURANCE COMPANY has caused these presents to be signed by its proper officer and its corporate seal to be hereunto affixed this 22nd day of March, 1973. Attest: fiQ e!/iLfQIf30 Assistant Secretary STATE OF CONNECTICUT ss: COUNTY OF HARTFORD COVENANT MUTUAL INSURANCE COMPANY By V.&'a i A" - Vice Presid t On this 22nd day of March in the year 1973 before me personally came Francis W. Palfrey, Jr., and James E. Witkins to me known, who being by me duly sworn, did depose and say; that they reside in the State of Connecticut; that they are respectively Vice President and Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY, the corporation described in and which executed the above instrument; that they know the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority of their office under the by -laws of said corporation, and that they signed their names thereto by like authority. E•'Y`• ?rc''• /fell~ ClL� 07A L? Notary Public w ..� My commission expires March 31, 1978 �......... c CERTIFICATION a'tCfl u i, Vera C. Spitko, Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY certify that the foregoing power of attorney, the above - quoted provisons of Section 12 of the by -laws and the resolutions of the Board of Directors of March 12, 1973 have not been abridged or revoked and are now in full force and effect. Signed and sealed at Hartford, Connecticut, this 20th day of SEPTEMBER 19 79. Assistant Secrets v 0 KNOW ALL MEN BY THESE PRESENTS, PERFORMANCE BOND That 0 Page 10 Bond No. 008969 Premium :$525.00 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted September 10, 1979 has awarded to William R. Hahn hereinafter designated as the "Principal ", a contract for Installation of Traffic Signal and Safety Lighting at Birch Street and Von Kaman Avenue and Bicycle Push 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, WILLIAM R. HAHN as Principal, and COVENANTACTUAL INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of reY VOK 4KNOW.,] 14119018) 1 a.AU V DI Dim Vol IN WeDs l..Y : 111 1 • 1 t 1 1 / 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 a I 0 0 Page 11 (Performance Bond - Continued) of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 20th day of SEPTEMBER , 1939_, V-4h , 'ir�'� . (Executed in 4 counterparts) BY.U3%L.l_kQtX (Seal) Name of Contractor Principal) William R. Rahn' uthorized Signature and Title Authorized Signature and Title COVENANT MUTUAL INSURANCE COMPANY (Seal) Name of Surety 141 SOUTH LAKE AVENUE, SUITE 110 213-793,7124/68i-o675 Telephone No. of Agent I N 1 a a y A y l i 1 00 � 1 c 1 1 f 1 1 d v a 1 1 c 3 E 2 LL Cis 'S � _ a y U 6 \/ §\ §d § ( \ ( R b \ ) ƒ]| f }f !! Q §s} ƒ.fir \ 0 ^� «- �� / ! 7] \i )} p, , r o \ \ \( \\ �\ I 00 «\ COVENT MUTUAL INSURANCE COMPANP Hartford, Connecticut POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That COVENANT MUTUAL INSURANCE COMPANY, a corporation of the State of Connecticut, does hereby make, constitute and appoint ARTHUR J. CLEMENT, JR. its true and lawful Attorney (s)•in -Fact, with full power and authority, for and on behalf of the Company as surety, to execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertakings, recog- nizances, consents of surety or other written obligations in the nature thereof, as follows: Any and all bonds, undertakings, recognizances, consents of surety or other written obligations in the nature thereof in an unlimited amount. and to bind COVENANT MUTUAL INSURANCE COMPANY thereby, and all of the acts of said Attorney(s)-in-Fact, pursuant to these presents, are hereby ratified and confirmed. This appointment is made under and by authority of the following provisions of section 12 of the by -laws of the Company, which are now in full force and effect: From time to time the board may impose such additional duties and confer such further authority upon any or all of the officers as it may in its discretion determine including, without limitation or characterization, authority to execute by facsimile signature or facsimile signatures, and deliver or cause or authorize any duly appointed agent to deliver in the name and behalf of the corporation any policy, contract, bond, undertaking, consent of surety, recognizance, general or special power of attorney, certification, attestation, or other instru- ment, all with or without the seal of the corporation, but if under seal to evidence such seal by physical im- pression or by facsimile or by any other appropriate method. This power of attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the Directors of COVENANT MUTUAL INSURANCE COMPANY at a meeting duly called and held on March 12, 1973: RESOLVED: Thatany bond, undertaking, recognizance, consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when signed by the President or any Senior Vice President or Vice President and duly attested and sealed, if a seal is required, by any Secretary or Assistant Secretary or when signed by the President or any Senior Vice President or Vice President and countersigned and sealed, if a seal is required, by a duly authorized attorney -in -fact or agent; and any such bond, undertaking, recognizance, consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when duly executed and sealed, if a seal is required, by one or more attorneys -in -fact or agents pursuant to and within the limits of the authority granted by his or their power or powers of attorney. . FURTHER RESOLVED: That the signature of any officer authorized by the by -laws and the Company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of any bond, undertaking, recognizance or other written obligation in the nature there- of; such signature and seal, when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS WHEREOF, COVENANT MUTUAL INSURANCE COMPANY has caused these presents to be signed by its proper officer and its corporate seal to be hereunto affixed this 22nd day of March, 1973. Attest: ilawa "• y'� Assistant Secretary STATE OF CONNECTICUT is: COUNTY OF HARTFORD COVENANT MUTUAL INSURANCE COMPANY By ) ea �r. A". Vice Presid t On this 22nd day of March in the year 1973 before me personally came Francis W. Palfrey, Jr., and James E. Witkins to me known, who being by me duly sworn, did depose and say; that they reside in the State of Connecticut; thatthey are respectively Vice President and Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY, the corporation described in and which executed the above instrument; that they know the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority of their office under the by -laws cf said corporation, and that they signed their names thereto by like authority. / r �; MQ i,► +r .L / Notary Public E w ••� : n My commission expires March 31, 1978 CERTIFICATION 1, Vera C. Spitko, Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY certify that the foregoing power of attorney, the above- quoted provis;ons of Section 12 of the by -laws and the resolutions of the Board of Directors of March 12, 1973 have not been abridged or revoked and are now in full force and effect. Signed and sealed at Hartford, Connecticut, this 20th day of SEPTEMBER 1C' 79 i� Assistant Secre v Page 12 CONTRACT THIS AGREEMENT, made and entered into thisday of� —P�v , 19 7-7 by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City, party of the first part, and William R. Hahn hereinafter designated as the Contractor, party of the second part. WITNESSETH: That the parties hereto do,_mutually agree as follows: 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the City, the Contractor agrees with the City to furnish all materials and labor for the construction of Installation of Traffic Signal and Safety Lighting at Birch Street and Von Karman Avenue and Bicycle Push Buttons at 14 Signalized Intersections. and to perform and complete in a good and workmanlike manner all the work pertaining thereto shown on the Plans and Specifications therefor; to furnish at his own proper cost and expense all tools, equipment, labor, and materials necessary therefor, (except such materials, if any, as in the said Specifications are stipulated to be furnished by the City), and to do everything required by this Agreement and the said Plans and Specifications. 2. For furnishing all said materials and labor, tools and equipment, and doing all the work contemplated and embraced in this Agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecu- tion of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said Specifications are expressly stipulated to be borne by the City; and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said Plans and Specifications, the City will pay and the Contractor shall receive in full compensation therefor the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the Specifications, named in the bidding sheet of the Proposal, as the case may be. 3. The City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to for the price aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and the Plans and Specifications, and all amendments thereof, when approved by the parties hereto, or when required by the City in accordance with the provisions of the Plans and Specifications, are hereby incorporated in and made part of this Agreement. • • Page 13 5. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of workman needed to execute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by reference herein. 6. The Contractor shall assume the defense of and indemnify and save harmless the City, the Director of Public Works, and their officers and employees, from all claims, loss, damage, injury, and liability of every kind, nature, and description, directly or indirectly arising from the performance of the contract or work, regardless of responsi- bility for negligence; and from any and all claims, loss, damage, injury, and liability, howsoever the same may be caused,resulting directly or indirectly from the nature of the work covered by the contract, regardless of responsibility for negligence. IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed the day and year first above written. CITY OF NEWPORT BEACH, CALIFORNIA By: )4_.'ac '01� -Mayor ATTEST: City Clerk \ ►.1.wou� �S�IkHy Contractor (SEAL) By:k. By: Approve to fo City A rney Title STATE OF CALIFORNIA, ss. COUNTY OF T (lR ANCiFT FS ON SEPTEMBER 20, 1979 , before me, the undersigned, a Notary Public in and for said State, personally appeared William R. Hahn —� —_. known to me, to be the person_ whose fne— LS . _subscribe the within Instrument, and acknow4edged to m hat — executed the same. 0Ff CVd SEAL DMIIT4A Si HMAUSS e WITNESS my hand and icial seal. Of E,CE �N 1.1� C�wr•1 ^`.; - Exp:ras April 30, '1982 Notary Public in and for said Stale, . • PR 1 of 5 TRAFFIC SIGNAL AND SAFETY LIGHTING AT BIRCH STREET AND VON KARMAN AVENUE AND BICYCLE PUSH BUTTONS AT 14 SIGNALIZED INTERSECTIONS CONTRACT NO. 2101 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 2101 and will take in full payment therefor the following unit prices for each item, complete in place, to wit: Lump Sum Construct traffic signal and lighting system at the inter- section of Birch Street and Von Karman Avenue @Sixty Seyen Thousand Four Dollars and Hundred Thirty Eight Dollars Cents $67j4R__�On Per Lump Sum 2 Lump Sum Furnish and install bicycle push buttons at the intersection of San Joaquin Hills Road and Santa Rosa Drive @Thirteen Hundred Dollars Dollars and NO Cents $_3,300.00 Per Lump Sum . . PR2of5 TTEf4 QUANTITY ITEM DESCRIPTION UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE 3 Lump Sum Furnish and install bicycle push buttons at the intersection of San Joaquin Hills Road and Santa Cruz Drive @ Thirteen Hundred Dollars and No Cents $1,300.00 Per Lump Sum 4 Lump Sum Furnish and install bicycle push buttons at the intersection of San Joaquin Hills Road and Marguerite Avenue @ Thirteen Hundred Dollars and No Cents $ 7_Rnn no Per Lump Sum 5 Lump Sum Furnish and install bicycle push buttons at the intersection of San Joaquin Hills Road and Crown Drive North @ Thirteen Hundred Dollars and No Cents $1,300,00 Per Lump Sum 6 Lump Sum Furnish and install bicycle push buttons at the intersection of Jamboree Road and San Joaquin Hills Road @ Thirteen Hundred Dollars r and No Cents $j, 300, 00 Per Lump Sum 7 Lump Sum Furnish and install bicycle push buttons at the intersection of Dover Drive and 16th Street @ Thirteen Hundred Dollars and Nn Cents S 1_,300.00 Per Lump Sum ITEM NO. 0 0 QUANTITY ITEM DESCRIPTION UNIT AND UNIT PRICE WRITTEN IN WORDS Lump Sum Furnish and install bicycle push buttons at the intersection of Dover Drive and Westcliff Drive PR3of 5 TOTAL PRICE @ Thirty One Hundred Dollars and No Cents $3,100.00 Per Lump Sum 9 Lump Sum Furnish and install bicycle push buttons at the intersection of Bayside Drive and Jamboree Road/ Marine Avenue @ Thirteen Hundred Dollars and No Cents Per Lump Sum 10 Lump Sum Furnish and install bicycle push buttons at the intersection of Ford Road and Jamboree Road @ Thirteen Hundred Dollars and Cents $1,300.00 Per No p Sum 11 Lump Sum Furnish and install bicycle push buttons at the intersection of 32nd Street and Balboa Boulevard @ Thirteen Hundred Dollars and No Cents $15 inn.no _ Per Lump Sum 12 Lump Sum Furnish and install bicycle push buttons at the intersection of Jamboree Road and Eastbluff Drive (North) @ Thirteen Hundred Dollars and No Cents S 1,300.00 Per Lump Sum • • PR4of5 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL 0. AND UNIT PRICE WRITTEN IN WORDS PRICE 13 Lump Sum Furnish and install bicycle push buttons at the intersection of Jamboree Road and Santa Barbara Drive @ Thirteen Hundred Dollars and No Cents $1300 nn Per Lump Sum 14 Lump Sum Furnish and install bicycle push buttons at the intersection of San Joaquin Hills Road and San Miguel Drive @ Thirteen Hundred Dollars and No Cents $ 1,300.00 Per Lump Sum 15 Lump Sum Furnish and install bicycle push buttons at the intersection of Campus Drive and Von Karman Avenue @ Thirteen Hundred Dollars and No Cents $1,300.00 Per Lump Sum TOTAL PRICE FOR ITEMS 1 THROUGH 15 WRITTEN IN WORDS: Eighty Seven Thousand Four Hundred and Thirt- ollars and Eight Dollars and no cents Cents $87,438.00 0 WILLIAM R. HAHN_ _ CON ?RA.CTOR'S NAME August.29.,_. LATE • PR5of5 William R. Hahn UTHORIZED SIGNATURE CONTRACTOR'S ADDRESS 33921 Temecula Creek Road Temecula, California 92390 TELEPHONE NUMBER (714) 676 -4683 185466- C -10_A CONTRACTOR'S CENSE N0. Designate the firm or company that will supply the control equipment: Multisonics Name of firm or Company Dublin, California Telephone Number (415) 829 -3300 0 0 CONTRACT N0. 2101 INDEX TO SPECIAL PROVISIONS FOR INSTALLATION OF TRAFFIC SIGNAL AND SAFETY LIGHTING AT BIRCH STREET AND VON KARMAN AVENUE AND BICYCLE PUSH BUTTONS AT 14 SIGNALIZED INTERSECTIONS SECTION PAGE I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . I 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, SAFETY LIGHTING,AND BICYCLE PUSH BUTTON FACILITIES . . . . . . . . . . . . . . . . 3 -13 • • SP 1 of 13 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR INSTALLATION OF TRAFFIC SIGNAL AND SAFETY LIGHTING AT BIRCH STREET AND VON KARMAN AVENUE AND BICYCLE PUSH BUTTONS AT 14 SIGNALIZED INTERSECTIONS CONTRACT NO. 2101 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 Nos. T- 5191 -S and T- 5203 -M), 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 Specifications for Public Works Construction, 1976 Edition. Copies may be purchased from Building News, Inc. 3055 Overland Avenue, 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. • • SP2of13 PROTECTTON OF EXISTING UTILITI 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 r�­pnnsible 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 Department.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. TX. AS BUILT PRINTS The Contractor is required to submit to the Engineer "As- Built" prints irior to the City accepting the installation. The prints shall indicate in red all deviations from the contract plans, such as: locations of poles, Jwll boxes and runs, depths of conduit, number of conductors, and other appurtenant work, for future reference. 0 • SP 3 of 13 TRAFFIC SIGNAL, SAFETY LIGHTING,AND BICYCLE PUSH BUTTON FACILITIES General The Contractor shall furnish all tools, equipment, materials, supplies, and manufactured articles and shall perform all operations necessary to construct new traffic signal and street lighting facilities and install bicycle push buttons as shown on the plans and as specified herein. Reference Specifications and Standard Plans I.. 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 tandard 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 Order or Standards, the reference Code, Order or Standard that is in receipt of bids. Description Code, Safety Order, General shall be construed to mean the effect on the date set for Furnishing and installing traffic signals, safety lighting, sign illumination systems, and bicycle push buttons and payment therefor shall conform to the provisions in Section 86, "Signals and Lighting ", of the Standard Specifications and these Special Provisions. 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 a 24" x 36" size sheet, or if desired, on a 36" x 48" size sheet 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 numerous sheets will not be acceptable. 0 • SP 4 of 13 A new or revised cabinet schematic wiring diagram shall not be required fm, the existing 14 signalized intersections where only bicycle push buttons are to be installed. However, the contractor shall make notations in red on the existing cabinet schematic wiring diagram as to what wiring changes or new wiring connections he has made in the cabinet. 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 installation 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 layouts 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 the 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 pre- ceding 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 quali- fied, or authorized, to work on the control equipment, the Contractor • . SP5of 13 .hail arrange to have a so qualified signal technician, employed by the controller manufacturer or his representative, present at the time the r,quipment 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 k(:ach 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. Pul,l_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 "Bonding and Grounding ", of the Standard Specifications and these Special Provisions. Grounding jumper shall be attached by a 3/16 inch or larger brass hull. 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. 0 k. Luminaire,: • SP 6 of 13 Luminaires shall conform to the provisions in Section 86 -6.01, "High - �r'i�ity Di4rfia��e Liminaires ", of the Standard Specifications and these ',wcidl Provisinn,.. 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 Specifications, the Plans, and these Special Provisions. Illuminated street name signs to be provided on this contract shall be constructed with quality and design features equivalent to NUART or Safeway Sign Company, and shall be installed in accordance with the 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 i­lf,ral specification, for green background with white legend. . • SP 7 of 13 Emergency Rlacement..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. P, pre -timed controller shall be provided in the traffic signal con - ... .ahinot for nmorgenc' replacement operation. The pre -timed rontroller .i -.iii ildvr' 71 signdi circuits with not less than 12 intervals. A separate harness shall be provided in the cabinet for use with the pr(—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 d 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 t% -5.02, "Pedestrian Push Buttons ", of the Standard Specifications and these Special Provisions. The. sixth and seventh paragraphs of Section 86 -5.02, "Pedestrian !'u:n 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 huttons shall conform to the City of Newport Beach Traffic Engineering Divi,;inn Drawing Numbers TE -2 -00 and TE -3 -00 included herein. • • SP8of13 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 specified 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 units shall be provided with a call hold feature which shall extend the vehicle call for an adjustable period of time and shall be Canoga Controls Corporation Proximeter 202 or approved equal. Loop detector lead -in cable shall be a four conductor, .25 inch diameter, shielded and jacketed cable and shall be Canoga Controls Corporation CC30003 or approved equal. Loop detector lead -in cables shall be connected in accordance with the manufacturer's instructions for one and two channel configurations. 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 displacement 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. 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 provisions. 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. • SP 9 of 13 v. 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 ap- proaches. 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 inter- ruption 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). All available control features such as: hold, force off, etc., shall be provided external to the controller, on a terminal strip, for future use. The cabinet shall contain a conspicuous warning against operation without the monitoring device being installed. The traffic signal controller and cabinet shall be wired for future eight phase- operation. Controller phase modules, load switches, and other control equipment required for future use need not be provided. w. Salvaging Electrical Equipment Salvaging and stockpiling electrical equipment shall conform to the provisions in Section 86 -7, "Salvaging and Reinstalling or Stockpiling Electrical Equipment ", of the Standard Specifications and these Special Provisions. All salvaged materials shall be delivered to the City's Corporation Yard, 592 Superior Avenue, Newport Beach. Meter socket as required by U111ity Cot> ny. For wring, refer to Calif Std Plan No ° ES -2C, Abgrom /. ° Service disconnect' and c /rcu /t Z_ breakers. Fabricate sheet metal enclosure — from /B -gage galvanized stock, Point to match color of cabinet ry and servke enclosure, and fn- III stall over exposed conduit. 11 II 1) nw u Conduit to Utility Company / service point Some as /rated above. Some as noted above. 2„ 0 0 N=to] Type "M " cabinet Top of pedestal shall be large enough to prowde o / " clearance around Jae base of the ca%rW and sheet meta/ enclosure. PCC pedestal foundation in occordonce wtYh the Calif. Standard Spec/fkothns and Std. Pkn No. ES - 4B, except as r&ed hereon. Increase width by dimension "x" Type "P " of "R „ cabinet. Cabinet fOU0017AVO in OCCM017nce with the Ca /if. Stan*rd Spectfkafans odd Stn! Plan NO ES except as noted hereai. 4 CITY OF NEWPORT 15EACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL SERVICE ( MODIFIED TYPE n) Revised 2-20 -79 DRAWN H.L.G. DATE 5 -1 -76 yrrrtvvc� 11 BLIC WORKS DIRECTOR // R.E. NO. 9537 DRAWING No. STD. -910 -L Note: See manufacturers shop drawings for mount/ng hardware and sign constructbn details. Approved hanger assembly CITY OF NEWPORT PUBLIC WORKS DEPAF SECTION A —A ILLUMINATED STREET NAME SIGN INSTALLATION Condulet to be booted on backside. ✓r cable Revised 8 -1 -79 DRAWN RL.G DATE 5 -1 -76 BLI UBLIC WORKS dRECTOR R.E. 140. 8537 '9II'L DRAWING N0. STD, O i 5 if PUSH BUTTON FOR BIKE [OGROSSING0 R =12 SP 12 of 13 --I I i { i 72 NOTES: I- USE APPROPRIATE RIGHT OR LEFT ARROW, 2- SIGN SHALL BE PORCELAIN ENAMELED WITH WHITE LEGEND ON GREEN BACKGROUND. 3- ! -ETTER SIZE SHALL BE 1/2° 4- BOLT HOLES SHAD- BE THE CORRECT SPACING AND SIZE FOR THE TYPE B PFDESTRIAN 1'1JSII BUTTON. I CITY OF NEWPORT BEACH DRAWN DATE 4 -Cb -/b PUBLIC WORKS DEPARTMENT APPROVED BICYCLE PUSHBUTTON CE R R.E. N NO. 0. 22045 4 INSTRUCTION SIGN DRAWING NO. TE -2 -00 CAScw I IFA SE .27 f 1 1,1061,417-Z0 ON EX /ST /NG J /GN4! .COIF MOU/YTED oN NEW PFD. POJT NO, SCAL Z- NO SCALE ;;� ✓Y d /CYCLE I� f PB, TYPE BJ I R I I d t1 - d 'a CA SZ- IIZ MOUNTED_ O/✓ EX /ST /NG PFD. POST A/0 E NEvY 6fCYClf PUSH BUTTON — (P. P. B. T yPE B� NFAI 9 1CYCLE /BUSH , BUTTON (P. P. B. TYPE BJ �I O � �Q � I ° a .Q , n,n tr I� I'I p i l � I'I 0 ICI � 6 "�' Ili h I I \ �a d . NOTE: FORALL CASES, MOUNT.°OJf/BU770NgS.SE/L/BL), w17-11,&a7-7-0,,v LOC, 4TF0, 4BOVE/ NS TiPUCT /ONJ /GN�FORS /GNMESSAGEfFfDD`YG. TE - ?-Oo) CITY OF NEWPORT BEACH DRAWN L.G. DATE _ PUBLIC WORKS DEPARTMENT APPROVEDr BICYCLE PUSH BUTTON ��T � TR/iFFIG ENGINEER RE. NO 2204$ INSTALLATION DETAILS DRAWING NO. TE -3 -00 • SAMPLE* 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 This endorsement is effective 19 , when signed by an Authorized Representative of the companies affording coverages and when issued to City shall be valid and form a part of policies herein described. Should any of the above described policies be cancelled before the expiration date thereof, the issuing company shall mail 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 Address By Authorized Representative) IMPORTANT: This is the only evidence of insurance acceptable to the City. The person executing this Endorsement is cautioned to make certain that he has authority to do same on behalf of the Insurance Company or Companies. C.I.E. - 3/79 CITY OF NEWPORT BEACH Contract No. 2101 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 10/4/79 GLA 504293 1/1/79 -80 1,000,000. Allianz - Combined Insurance Single Limit Company This endorsement is effective October 4 , 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 Insurance Incorporated Address 9040 E. Telegraph Road, Suite 204 Downey, California 90402 By Authorized Representative IMPORTANT: This is the only evidence of insurance acceptable to the City. The person executing this Endorsement is cautioned to make certain that he has authority to do same on behalf of the Insurance Company or Companies. C.I.E. - 3/79 "I am aware of and wilocomply with «ection 3700 of th *abor Code, requiring every employer to be insured against liability for Workers' Compensation or to undertake self- insurance before commencing any of the work." October 4, 1979 Signature This Is to certify that the COMPANY designated above has issued to the named Insured the policy(s) enumerated below, subject to all the terms of such pollcy(s)- Thls Certificate of Insurance neither affirmatively nor negatively amends extends or alters the coverage afforded by such policy(s). In the event of any material changein orcancellation of the policy(si. the COMPANY will make every effort to notify the certificate holder, but undertakes no responsibility for failure to do am CERTIFICATE HOLDER AND ADDRESS NAMED - INSURED AND ADDRESS ' City of Newport Beach William R. Hahn c/o City Clerk 33921 Temecula Creek Rd. 3300 Newport Boulevard Temecula, Calif. 92390 Newport Beach, California 92663 If certificate holder is a ioss oavee with respect to the described auto. check here O POLICY NUMBER ❑ ARGONAUT - MIDWEST INSURANCE COMPANY % CERTIFICATE X20366040091 HOME OFFICE: CHICAGO, ILLINOIS OF ❑ ARGONAUT - NORTHWEST INSURANCE COMPANY EMPLOYERS' LIABILITY 112.000 000 each accident HOME OFFICE BOISE, IDAH INSURAN, ❑ ARGONAUT- SOUTHWEST I0 ANCE COMPANY _ HOME OFFICE METAIRIE. LOUISIANA $ ,000 each occurrence ❑ GEORGIA INSURANCE COMPANY — EXCEPT AUTOMOBILE v` $ 000 aggregate roducts HOME OFFICE: ATLANTA, GEORGIA This Is to certify that the COMPANY designated above has issued to the named Insured the policy(s) enumerated below, subject to all the terms of such pollcy(s)- Thls Certificate of Insurance neither affirmatively nor negatively amends extends or alters the coverage afforded by such policy(s). In the event of any material changein orcancellation of the policy(si. the COMPANY will make every effort to notify the certificate holder, but undertakes no responsibility for failure to do am CERTIFICATE HOLDER AND ADDRESS NAMED - INSURED AND ADDRESS ' City of Newport Beach William R. Hahn c/o City Clerk 33921 Temecula Creek Rd. 3300 Newport Boulevard Temecula, Calif. 92390 Newport Beach, California 92663 If certificate holder is a ioss oavee with respect to the described auto. check here O POLICY NUMBER KIND OF INSURANCE AND COVERAGES LIMITS EXPIRATION X20366040091 WORKERS' COMPENSATION Statutory EMPLOYERS' LIABILITY 112.000 000 each accident 1 -1 -80 BODILY INJURY LIABILITY $ ,000 each occurrence — EXCEPT AUTOMOBILE v` $ 000 aggregate roducts PROPERTY DAMAGE LIABILITY $ ,000 each occurrence — EXCEPT AUTOMOBILE r! S ,000 aggregate operations $ .000 aggregate protective $ ,000 aggregate products $ 000 aggregate contractual BODILY INJURY LIABILITY $ ,000 each person — AUTOMOBILE It $ ,000 each accident $ 000 each occurrence PROPERTY DAMAGE LIABILITY $ ,000 each accident — AUTOMOBILE 000 each occurrence MEDICAL PAYMENTS — AUTOMOBILE S each person PHYSICAL DAMAGE — AUTOMOBILE — ACTUAL CASH VALUE UNLESS OTHERWISE STATED COMPREHENSIVE S . COLLISION OR UPSET LESS S deductible I FIRE AND THEFT S 'r IF COMPREHENSIVE LIABILITY, CHECK HERE L) I Description of Operations. Locations, or Automobiles Covered; or Additional Coverages; or Special Condition. All Operations. The City of Newport Beach is hereby named as additional insured as respects their interest. Should the above policy be cancelled before the expiration date tlit�r 0 -,' issuing Company will mail 30 days written notice to the aboyit\named ceX ficate holder. DATED AT: OCTi U 1919x• TRAFPIC ENCIKE ]II ING PRODUCER AND ADDRESS N rT,± `1 Insurance Incorporated of So, P.O. Box 54679 Terminal Annex Los Angeles, California 90054 'THIS CERTIFICATE IS NOT AN INSURANCE POLICY AND DOES NOT AMEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED 011 THIS CERTIFICATE. NOTI;ITP.S'IA:r01N5 ANY RLQWREMENi, TERM OR CONDITION OF ANY CO;rTRAST 03 OTHER COCUMENT WITH RES ?ECT TO WHICH THIS CERTIFICATE IS ISSUED, THE IHSURAiICE AFFORDED BY THE POLICIES LISTED ON THE CERTIFICATES IS SUBJECT TO ALL THE TERMS OF SUCH POLICIES. 's Calif. Downey, California ON October 4 19-19— PRESIDENT'� A ETARY N0616 R4 Authorized A6Presentative RESOLUTION NO. 9 F,g 9 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH AWARDING A CONTRACT TO WILLIAM R. HAHN IN CONNECTION WITH THE INSTALL- MENT OF TRAFFIC SIGNAL AND SAFETY LIGHTING AT BIRCH STREET AND VON KARMAN AVENUE AND BICYCLE PUSH BUTTONS AT 14 SIGNALIZED INTERSECTIONS (C -2101) WHEREAS, pursuant to the notice inviting bids to work in connection with the installment of traffic signal and safety lighting at Birch Street and Von Karman Avenue and bicycle push buttons at 14 signalized intersections, in connection with the plans and specifications heretofore adopted, bids were received on the 29th day of August, 1979, and publicly opened and declared; and WHEREAS, it appears that the lowest responsible bidder therefor is WILLIAM R. HAHN, NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Newport Beach that the amount of $87,438.00 in connection traffic signal and safety lighting Avenue and bicycle push buttons at accepted, and that the contract fo to said bidder; and bid of WILLIAM R. HAHN in the with the installment of said at Birch Street and Von Karman 14 signalized intersections be r the described work be awarded 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 10th day of September , 1979. ATTEST: City Clerk HRC /kv 9/5/79 B I D S U M M A R Y Traffic Signal and Bicycle TITLE Push Button Installation LOCATION Birch & Von Karman / City Wide CONTRACT N0. 2101 TIME 2 :00 pm ENGINEER'S ESTIMATE 105,000.00 DATE August 29, 19 BY CHKD DATE 111 2 3 4 5 Cv 7 0 VE 10 11 CONTRACTOR TOTAL PRICE i CONTRACT NO. 2101 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT DOCUMENTS BAH INSTALLATION OF TRAFFIC SIGNAL AND SAFETY LIGHTING AT BIRCH STREET AND VON KARMAN AVENUE AND BICYCLE PUSH BUTTONS AT 14 SIGNALIZED INTERSECTIONS Approved by the City Council this 13th day of August , 1 977 i i oris�George" City Cler� SUBMITTED BY: Contractor C'-z� Address City ip Phone JA 8`1,43 ,b.Q0 Total Bid Price Page 1 CITY OF NEWPORT BEACH, CALIFORNIA NOTICE INVITING BIDS SLAL'D LIDS will be received at the office of the City Clerk, City Hall, Newport Beach, California, until 2:00 P.M. (as determined by telephone time signal) on the 29th day of August 1979, at which time they will be opened and read, for performing work as follows: TRAFFIC SIGNAL AT BIRCH STREET AND.VON KARMAN AVENUE AND BICYCLE PUSH BUTTONS AT 14 SIGNALIZED INTERSECTIONS CONTRACT NO. 2101 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 Ihese documents shall be affixed with the signature and titles of the persons signing un behalf of the bidder. For corporations, the signatures of the President or Vice President and Secretary or Assistant Secretary are required an�Corporraate_ Seal shall be affixed to all documents requiring signatures. In the case of a arrtnership, the signature of at least one general partner is required. No bids will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The contractor shall state his license number and classification in the proposal. One set of plans and.contract documents, including special provisions, may be obtained at the Public Works Department, City Hall, Newport Beach, California, at no cost to licensed contractors. It is requested that the plans and contract documents be returned within 2 weeks after the bid opening. (cont.) Page la The City has adopted the Standard Specifications for Public Works Construction (1976 ;d:ii(n) as prepared by the Southern California Chapters of the American Public Works Association and the Associated General Contractors of America. Copies may be obtained from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213) 870 -9871. The City has adopted Standard Special Provisions and Standard Drawings. Copies of these are available at the Public Works Department at a cost of $5 per set. A standard "City of Newport Beach Special Endorsement" form has been adopted by the City of Newport Beach. This form is the only endorsement acceptable to the City for liability insurance purposes. The successful low bidder will be required to complete the form upon award of contract. (A sample form is attached for reference.) For any required bonds, the company issuing bid bonds, labor and material bonds, and faithful performance bonds must be an insurance company or surety company licensed by the State of California. In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascer- tained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to-prevailing wage rates (Sections 1770 -7981 in- clusive). The contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. The contractor shall post a copy of the prevailing wage rates at the job site. Copies may be obtained from the Public Works Department. The City reserves the right to reject any or all bids and to waive any informality in such bids. Revised 3 -13 -79 6 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. \6946(. Classification Q. Accompanying this proposal is (Cash, Certified Check, Cas ier s Check or on in an amount not less than 10 percent of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. L1�4� C-I i. - 469 Phone Number �]c�Ca r5T zq, \9-\`i M •e Bidder's Name (SEAL) Authorized Signature Authorized Signature ��pw pub V Type of Organization (Individual, Corporation, or Co- Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co- partners if a co- partnership: Page 3 DESIGNATION OF SUBCONTRACTORS The undersigned certifies that he has used the sub -bids of the following listed contractors in making up his bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with the applicable provisions of the specifications. No change may be made in these subcontractors except upon the prior approval of the Engineer. Item of Work Subcontractor Address 1. lAN%'z 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Bidder's Name Authorized Signature Type of Organization (Individual, Co- partnership or Corp.) 33g2� l llE.c��A �Qn.�c -�ao Address BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL MEN BY THESE PRESENTS, That we, Page 4 as Principal, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of liars ($ ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden principal for the construction of in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden principal shall duly enter into and execute a contract for such construc- tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from the date of the mailing of a notice to the above bounden principal by and from said City of Newport Beach that said contract is ready for execution, then this obligation shall become null and void; otherwise it be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this day of , 19 Corporate Seal (If Corporation) (Attach acknowledgement of Attorney -in -Fact) Z Title Principal Surety NON- COLLUSION AFFIDAVIT 9 Page 5 The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them,,have in any way, directly or indirectly, entered into any arrangement or agree - ment with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agree- ment with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the Bylaws, Rules or Regulations of which prohibit or prevent the contractor from considering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from bidding to any contractor who does not use the facilities of or accept bids from or through such bid depository; that no inducement or any form or character other than that which appears upon the face of the bid will be suggested, offered, paid, or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this-,2/4Aday of - 4A1dC4IS7T , 19—Z 2. My commission expires: i 4_,..._ -'�_ l,- Notary Pudic OFFICIAL SERI. DON LAUSE NOTARV PUBLIC - CALIFORNIA 0 PRINCIPAL OFFICE IN ORANGE COUNTY Ay fbmmW.M EWM AuRua B1. 1979 STATEMENT OF FINANCIAL RESPONSIBILITY 0 Tne undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 24 hours after the bid opening if he is the apparent low bidder. Signed Page 6 6 9 Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. \R"lq C\a-4 mG FU .QCQXw", T4 kAle- 9L&►jQQe ills --t %-I S �alq CvR1,aR �SuA�XtiPL �nS�CUa:L S92.-4r34 k \Q-ig C t-t OW 9(3- 8'j7-/l c igne 11 TRAFFIC SIGNAL AND SAFETY LIGHTING AT BIRCH STREET AND VON KARMAN AVENUE 0 PR 1 of 5 AND BICYCLE PUSH BUTTONS AT 14 SIGNALIZED INTERSECTIONS CONTRACT NO. 2101 PROPOSAL To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Notice Inviting Bids, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 2101 and will take in full payment therefor the following unit prices for each item, complete in place, to wit: Lump Sum Construct traffic signal and lighting system at the inter- section of Birch Street and Von Karman Avenue @ x;"31:: � Dollars _ and Per Lump Sum 2 Lump Sum Furnish and install bicycle push buttons at the intersection of San Joaquin Hills Road and Santa Rosa Drive @ Dollars and tiUQX Qvo �r (13 '_M Cents Per Lump Sum . • PR2of 5 lILf4 QUANTITY _ ITEM DESCRIPTION UNIT TOTAL u. AND UNIT PRICE WRITTEN IN WORDS PRICE Lump Sum Furnish and install bicycle push buttons at the intersection of San Joaquin Hills Road and Santa Cruz Drive @ Dollars and Cents $ l,3ca•E,. Per Lump Sum 4 Lump Sum Furnish and install bicycle push buttons at the intersection of San Joaquin Hills Road and Marguerite Avenue @ Dollars and Cents $ ,3e c,0 Per Lump Sum 5 Lump Sum Furnish and install bicycle push buttons at the intersection of San Joaquin Hills Road and Crown Drive North @ ttac ixleaci Dollars and Cents 3cc cz Per Lump Sum 6 Lump Sum Furnish and install bicycle push buttons at the intersection of Jamboree Road and San Joaquin Hills Road Dollars and Cents Per Lump Sum 7 Lump Sum Furnish and install bicycle push buttons at the intersection of Dover Drive and 16th Street @ i+.o�€�. Dollars and �...�c� b_rz. Lac Qr—A. Cents S 1)3cc.C.C: Per Lump Sum • . PR3of5 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT PRICE WRITTEN IN WORDS PRICE U Lump Sum Furnish and install bicycle push buttons at the intersection of Dover Drive and Westcliff Drive Dollars and Cents $ 3.00 �a Per Lump Sum 9 Lump Sum Furnish and install bicycle push buttons at the intersection of Bayside Drive and Jamboree Road/ Marine Avenue @ Dollars and Cents $ i3ccc Per Lump Sum 10 Lump Sum Furnish and install bicycle push buttons at the intersection of Ford Road and Jamboree Road QNnya&C4, Dollars and Cents Per Lump Sum 11 Lump Sum Furnish and install bicycle push buttons at the intersection of 32nd Street and Balboa Boulevard @ ollars and Cents Per Lump Sum 12 Lump Sum Furnish and install bicycle push buttons at the intersection of Jamboree Road and Eastbluff Drive (North) Dollars and Cents Per Lump Sum • • PR4of 5 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE 13 Lump Sum Furnish and install bicycle push buttons at the intersection of Jamboree Road and Santa Barbara Drive @ %kV- Z%L W,4\ " Dollars T and Cents $ 1,3cc�C, c1 Per Lump Sum 14 Lump Sum Furnish and install bicycle push buttons at the intersection of San Joaquin Hills Road and San Miguel Drive r @ Dollars and -10k t l el >" �2,F%s Cents $ k3cz',• Per Lump Sum 15 Lump Sum Furnish and install bicycle push buttons at the intersection of Campus Drive and Von Karman Avenue Do] l ars and Cents $ ,3oe•,;, o Per Lump Sum TOTAL PRICE FOR ITEMS 1 THROUGH 15 WRITTEN IN WORDS: Ek4,,rr't Dollars and tam —�t+keaA q><� i-c -k�3uL*-A 6L t. .<; C€�;z Cents $ S 1,�3f5.c CONTRACTOWS —NAME------ AME — DATE 0 0 . 1 AUTHORIZED SI NATURE CONTRACTOR'S ADDRESS:Z \o,"A PR5of5 TELEPHONE NUMBER(-t%y)G,'t(.-- �� c:-kQ,A CONTRACTOR'S LICENSE NO. Designate the firm or company that will supply the control equipment: rm or S Telephone Number E,;#R -330U 0 0 CONTRACT NO. 2101 INDEX TO SPECIAL PROVISIONS FOR INSTALLATION OF TRAFFIC SIGNAL AND SAFETY LIGHTING AT BIRCH STREET AND VON KARMAN AVENUE AND BICYCLE PUSH BUTTONS AT 14 SIGNALIZED INTERSECTIONS SECTION PAGE I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . I 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, SAFETY LIGHTING,AND BICYCLE PUSH BUTTON FACILITIES . . . . . . . . . . . . . . . . 3 -13 0 • SP 1 of 13 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR INSTALLATION OF TRAFFIC SIGNAL AND SAFETY LIGHTING AT BIRCH STREET AND VON KARMAN AVENUE AND BICYCLE PUSH BUTTONS AT 14 SIGNALIZED INTERSECTIONS CONTRACT NO. 2101 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 Nos. T- 5191 -S and T- 5203 -M), 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 Specifications for Public Works Construction, 1976 Edition. Copies may be purchased from Building News, Inc. 3055 Overland Avenue, 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. • 19 SP2of 13 PROTECTION OF EXISTING UTILITIES Known utilities are indicated on the plans. Prior to performing construction work, the Contractor shall request each utility company to locate their facilities. The Contractor shall protect in place and be rr•spnnsible 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 Department.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. TX. 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. SP 3 of 13 TRAFFIC SIGNAL, SAFETY LIGHTING,AND BICYCLE PUSH BUTTON FACILITIES General The Contractor shall furnish all tools, equipment, materials, supplies, and manufactured articles and shall perform all operations necessary to construct new traffic signal and street lighting facilities and install bicycle push buttons as shown on the plans and as specified herein. 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 Order, 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. Description Furnishing and installing traffic signals, safety lighting, sign illumination systems, and bicycle push buttons and payment therefor shall conform to the provisions in Section 86, "Signals and Lighting ", of the Standard Specifications and these Special Provisions. 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 a 24" x 36" size sheet, or if desired., on a 36" x 48" size sheet 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 numerous sheets will not be acceptable. • SP4of13 A new or revised cabinet schematic wiring diagram shall not be required Foy, the existing 14 signalized intersections where only bicycle push buttons are to be installed. However, the contractor shall make notations in red on the existing cabinet schematic wiring diagram as to what wiring changes or new wiring connections he has made in the cabinet. 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 installation 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 layouts 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 the 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 pre- ceding 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 quali- fied, or authorized, to work on the control equipment, the Contractor • SP5of 13 shad arrdnge 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 Dedch 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 tt6 -2.10, "Bonding and Grounding ", of the Standard Specifications and these Special Provisions. Grounding juniper 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 13 k. Luminaire-. Luminaires shall conform to the provisions in Section 86 -6.01, "High - !.Ornr.ity Discha—,e Luminaires", of the Standard Specifications and these 1'(W� 1 11 1 Provisions,. Glare shields are riot 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 Specifications, the Plans, and these Special Provisions. Illuminated street name signs to be provided on this contract shall be constructed with quality and design features equivalent to NUART or Safeway Sign Company, and shall be installed in accordance with the 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 i-lf,ral specifications for green background with white legend. 0 • SP7of13 o. Emergency_Re lacement 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 - ..li,,,. rahinet for emergency replacement operation. The pre -timed controller .i .iii iravc, 71 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. Bic Push Buttons Bicycle push buttons shall conform to the provisions in Section 86 -5.02, "Pedestrian Push Buttons ", of the Standard Specifications and these Sp�cinl Provisions. the sixth and seventh paragraphs of Section 86 -5.02, "Pedestrian Piv^r, !',uttons ", 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. rI L s. Signal_ Faces and Signal Heads . SP8of 13 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 specified 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 units shall be provided with a call hold feature which shall extend the vehicle call for an adjustable period of time and shall be Canoga Controls Corporation Proximeter 202 or approved equal. Loop detector lead -in cable shall be a four conductor, .25 inch diameter, shielded and jacketed cable and shall be Canoga Controls Corporation CC30003 or approved equal. Loop detector lead -in cables shall be connected in accordance with the manufacturer's instructions for one and two channel configurations. 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 displacement 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. 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 provisions. 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. • SP9of13 v. 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 ap- proaches. 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 inter- ruption 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). All available control features such as: hold, force off, etc., shall be provided external to the controller, on a terminal strip, for future use. The cabinet shall contain a conspicuous warning against operation without the monitoring device being installed. The traffic signal controller and cabinet shall be wired for future eight phase- operation. Controller phase modules, load switches, and other control equipment required for future use need not be provided. w. Salvaging Electrical Equipment Salvaging and stockpiling electrical equipment shall conform to the provisions in Section 86 -7, "Salvaging and Reinstalling or Stockpiling Electrical Equipment ", of the Standard Specifications and these Special Provisions. All salvaged materials shall be delivered to the City's Corporation Yard, 592 Superior Avenue, Newport Beach. Meter socket as required by Umity Cova�o - For wiring, refer to Co /if. For Plan No. ES -2C, Deayrom /. Service disconnect and circuit breakers. Fabricate sheet metal enclosure from 18 -gage galvanized stock. Point to match color of cabinet and servkv enclosure, and fn- Stott ow exposed condult. --- - - - - -- Conduit to Ufifity Company service point. Some as noted above. Some as noted / -Some 2„ U �_„ x Type "M” cabinet SP Top of pedestal shot / be ° large enough /o provx/e o / „c/eara ce around the base of the caWW and S11061 metal WIOsure. I � lij I iii = �til II II s \ PCC pedestal foundation in accordance W#h the Calif. Slanobrd SpectfkOMPO S and Md.. R6n No. £S - 48, except as no7YM hereon. Increase width by dimension "x" Type "P " or ,/R cabinet. Cabinet found7lmn in accordance wllh the Ca /if. S/anobrd Specif/cnlans ad S/d. P/an No. ES -4B, except as now hereon. 4„ CITY OF NEWPORT Revised 2 -20 -79 DATE g'I' TRAFFIC SIGNAL SERVICE BLIC WORKS DIRECTOR R.E. NO. 9837 ( MODIFIED TYPE II) DRAWING NO. STD. -910 -L 0'-3" Cleoronce Photocell 0` A �J STREET NAME Ori loop in s ✓r crOY sMirhrp eMaw 1/Hd/p. 10.611 iCenledex of egrn to face of POW F 0 Note: See manufocfurei s shop drawhigs for mow&g hardware and sign caostruefbn daki /s. Approved hanger assembly SECTION A -A CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTWNT ILLUMINATED STREET NAME SIGN INSTALLATION Condulet to be booted on bodkside. ✓T cable Revised 0-1 -79 DRAWN RL.G DATE 3-1-76 APPROVED UBLIC WORKS DIRECM7 R.E. N0. DRAWING NO. STQ' 9II— L i i 1 i 5 r` J PUSH BUTTON FOR BIKE oG ROSSING o R =12 SP 12 of 13 i 72 NOTES: I— USE APPROPRIATE RIGHT OR LEFT ARROW. 2— SIGN SHALL BE PORCELAIN ENAMELED WITH WHITE LEGEND ON GREEN BACKGROUND. 3— ! -ETTER SIZE SHALL BE 1/2 of 4— BOLT HOLES SHALl— BE THE CORRECT SPACING AND SIZE FOR THE TYPE B PEDESTRIAN I'llSII BUTTON. I CITY OF NEWPORT BEACH DRAWN LmU4 DATE 4 -Cb PUBLIC WORKS DEPARTMENT APPROVED -,. , BICYCLE PUSHBUTTON �.f�rNGINEER . TRAPFIC ENGINEER R.E. No. 22045 ` INSTRUCTION SIGN DRAWING NO. TE -2 -00 i CAS£ I , V0!/iYTEO ON cX /ST /NG' S/GNAI POLE, A!0... SCALE i r� /.� i/ BUTTON I I TYPE B/ I _.... v 1 v CA SE 17 MOUNTED ON IVACW PF,D_. POJT i NO SCALE NFvY BfCYCIf �I BUTTON— ,. III 6 I I �I N" I CA SE 17 MOUNTED ON IVACW PF,D_. POJT i NO SCALE NFvY BfCYCIf PUSH BUTTON— ,. I I ti 2 =6 - ' a d CA SE III MOUNTED _O /✓ EX /ST /NG PFD. _POST NO -SCALE i j T ii NFl� B /CYCLE II PUSH ,BUTTON - -- ; j� (PP,6 TYPE B) I I I 0 O ICI 4 NOTE; FORACL CASES, MO!/NTPUSHBUTTONASSEMBLY W17-11,9417-7-01Y LOCA TF0, 4BOVE /NsrRelcT ✓ONS/GN�FORS/GNMZ -ff -fOG. - -,? 00 FYGT CITY OF NEWPORT BEACH DRAWN L.G. DATE PUBLIC WORKS DEPARTMENT APPROVED�J!h�J�/y�I t BICYCLE PUSH BUTTON TRAFFIC ENGINEER— R.E. NO. 22045 INSTALLATION DETAILS DRAWING NO. TE -3 -00 SAMPLEO 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 thepart of the underwriters shall include all costs of investigation and defense, until reasonable determination is made that the City is solely negligent. 5. Provides limits of liability and coverages as follows COVERAGES TO WHICH THIS EFFECTIVE ENDORSEMENT DATE OF POLICY POLICY LIMITS OF INSURANCE ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY This endorsement is effective , 19 , when signed by an Authorized Representative of the companies affording coverages and when issued to City shall be valid and form a part of policies herein described. Should any of the above described policies be cancelled before the expiration date thereof, the issuing company shall mail 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 Address By Authorized Representative) IMPORTANT: This is the only evidence of insurance acceptable to the City. The person executing this Endorsement is cautioned to make certain that he has authority to do same on behalf of the Insurance Company or Companies. . C.I.E. - 3/79 State of California County of Los Angeles J SS. On this 29th day of August 19L9, before me personally came Arthur J. Clement, Jr. to me known, who being by me duly sworn, did depose and say: that he is Attorney(s) -in -Fact of Covenant Mutual Insurance Company, the Corporation described in and which executed the foregoing instrument; that he know(s) the seal of said Corporation; that the seal affixed to said i sfr'umenf is such core rate seal; fhaf it w so affixed by authority granted to him in accordance with the By -L s of the said Corpora ion, and that he si ned)his name thereto by like authority, \ (Notary Public) a Covenant Lq�—_ • COVENANT MUTUAL INSURANCE COMPANY 9 BID BOND BBSU Approved by The American Institute of Architects, Bond No. A.I.A. Document No. A -310 tFeb. 1970 Edition) KNOW ALL MEN BY THESE PRESENTS, That we, WILLIAM R. HAHN as Principal, hereinafter called the Principal, and the COVENANT MUTUAL INSURANCE COMPANY, of Hartford, Connecticut, a corporation duly or- ganized under the laws of the State of Connecticut, as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF NEWPORT BEACH as Obligee, hereinafter called the Obligee, in the sum of TEN PERCENT OF THE TOTAL AMOUNT OF THE BID Dollars (g 10% ), 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 INSTALLATION OF TRAFFIC SIGNALS AND SAFETY LIGHT AND BICYCLE PUSH BUTTONS — BIRCH STREET & VON KARMAN & SAN JOAQUIN, (IN ACCORDANCE WITH THE ATTACHED PROPOSAL) 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 29TH day of August , 19 7 . WILLIAM R. HAHN (Seal) Principal Witness Title COV INSURANCE PANY Witness By Jt Arthur J. C went , Jr : Attor -in -Fact COVENA T MUTUAL INSURANCE COMPANYR Hartford, Connecticut POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That COVENANT MUTUAL INSURANCE COMPANY, a corporation of the State of Connecticut, does hereby make, constitute and appoint Arthur J. Clement, Jr. its true and lawful Attorney (s)•in -Fact, with full power and authority, for and on behalf of the Company as surety, to execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertakings, recog- nizances, consents of surety or other written obligations in the nature thereof, as follows: Any and all bonds, undertakings, recognizances, consents of surety or other written obligations in the nature thereof in an unlimited amount. and to bind COVENANT MUTUAL INSURANCE COMPANY thereby, and all of the acts of said Attorney (s) -in -Fact, pursuant to these presents, are hereby ratified and confirmed. This appointment is made under and by authority of the following provisions of section 12 of the by -laws of the Company, which are now in full force and effect: From time to time the board may impose such additional duties and confer such further authority upon any or all of the officers as it may in its discretion determine including, without limitation or characterization, authority to execute by facsimile signature or facsimile signatures, and deliver or cause or authorize any duly appointed agent to deliver in the name and behalf of the corporation any policy, contract, bond, undertaking, consent of surety, recognizance, general or special power of attorney, certification, attestation, or other instru- ment, all with or without the seal of the corporation, but if under seal to evidence such seal by physical im- pression or by facsimile or by any other appropriate method. This power of attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the Directors of COVENANT MUTUAL INSURANCE COMPANY at a meeting duly called and held on March 12, 1973: RESOLVED: Thatany bond, undertaking, recognizance, consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when signed by the President or any Senior Vice President or Vice President and duly attested and sealed, if a seal is required, by any Secretary or Assistant Secretary or when signed by the President or any Senior Vice President or Vice President and countersigned and sealed, if a seal is required, by a duly authorized attorney -in -fact or agent; and any such bond, undertaking, recognizance, consent of surety or written obligation in the nature thereof shall be valid and binding upon the Company when duly executed and sealed, if a seal is required, by one or more attorneys -in -fact or agents pursuant to and within the limits of the authority granted by his or their power or powers of attorney. FURTHER RESOLVED: That the signature of any officer authorized by the by -laws and the Company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of any bond, undertaking, recognizance or other written obligation in the nature there. of; such signature and seal, when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS WHEREOF, COVENANT MUTUAL INSURANCE COMPANY has caused these presents to be signed by its proper officer and its corporate seal to be hereunto affixed this 22nd day of March, 1973. Attest: jlavw `• Assistant Secretary STATE OF CONNECTICUT u: COUNTY OF HARTFORD COVENANT MUTUAL INSURANCE COMPANY . �r. A" . By 1 Vice Presidill On this 22nd day of March in the year 1973 before me personally came Francis W. Palfrey, Jr., and James E. Witkinsto me known, who being by me duly sworn, did depose and say; that they reside in the State of Connecticut; thatthey are respectively Vice President and Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY, the corporation described in and which executed the above instrument; that they know the seal of said corporation; thatthe seal affixed to said instrument is such corporate seal; that it was so affixed by authority of their office under the by -laws of said corporation, and that they signed their names thereto by like authority. E "~ '.,fed'''. 't i-1 ,:_L x-(_, / • /�i' i[/t/^"t �/'(.� f ?f Oi, Ar .'�'• NotarV Public ' + My commission expires March 31, 1978 iitl:r ` CERTIFICATION 1, Vera C. Spitko, Assistant Secretary of COVENANT MUTUAL INSURANCE COMPANY certify that the foregoing power of attorney, the above- quoted provisions of Section 12 of the by -laws and the resolutions of the Board of Directors of March 12, 1973 have not been abridged or revoked and are now in full force and effect. Signed and sealed at Hartford, Connecticut, this 29th day of August 1979 (1— t 4 l�i . :t/ Assistant Secretakly 0 0 WILLIAM H. AND FRANKTR J. HAHN STATEMENT OF FINikNCIAL POSITION MARCH 31, 1979 ASSETS Current Assets Cash in savings Personal residence, en,ecula, California Furniture, jewelry, and personal belongings Horses and miscellaneous equipment FLrst trust deed Second trust deed Total Current ASgetS Other Assets Owner's equity, electrical contracting business- Exhibit "A" Total Assets $ 15,100 187 , OOC LIABILITIES AND NET WORTH 7,500 35,500 29,600 9,000 4 ?83,700 Current Liabilities Note payable, Doris K. Ambrose $ 30,000 Mortgage payable, personal residence 75,000 Total Current liabilities Net Worth William R. and Frankie J. Hahn Total Liabilities And Net Worth Prepared from the books and records without audit. UROWNINO BUSINESS SERVICE 114UA I'NEZ RD., SUITE 103 PH, 734- 076 -8150 WCHO CALtVDHNiA, CALIF. 82390 9 34,278 $1317,978 $105,000 212,978 $317,978 • • WILLIAM R. RAHN, ELECTRICAL CONTRACTUR STATEMENT OF FINANCIAL POSITION MARCh 31, 1979 ASSETS Current Assets Cash in bank Material inventory Total Current Assets Property And Equipr"cnt Trucks Machinery and tools Net Book Value Other Assets Prepaid Insurance Total Asset Exhibit "A" is 4,636 2,907 L' 7,543 Accumulated Cost DepreCiati.on $13,104 li 625 10,490 333 $23,594 ii 958 22,636 LIABILITIES AND OWNER'S EQUITY 6,132 $36.311 Current Liabilities Payroll taxes payable $ 2,033 Total Current Liabilities $ 2,033 Owner's Equity William R. Hahn, investment $15,225 Net income, Exhibit "B" 19.053 Total Owner's Equity i 34,278 Total Liabilities And Stockholder's Equity $36,311 Prepared from the books and records without audit. DAQWNING BUSINESS SERVICE �?itA7 5'N1 -:7, 8D., SUITE 103 PH. 714.870.1450 C,v.1P'. 02100 • WILLIAM R. HAHN, ELECTRICAL CONTRACTOR STATEMENT OF OPERATIONS THREE MONTHS ENDED MARCH 31, 1979 Sales Cost of Sales Labor and material Less: inventory 3-31 -79 Cost of Sales Gross Income Operatina Expense Auto and truck Advertising and prom Bid expense Office expense Licenses and dues Supplies Insurance Interest Telephone Payroll taxes Union fees Miscellaneous Depreciation Total Operating Net Income Exhibit "B" S 69,031 X42,888 2,907 39,981 6 29,050 b 2,306 tion 658 207 94 90 256 1,142 500 451 1,087 2,185 63 958 Expense 9,997 6 19.053 Prepared from the books and records without audit. BBONVNING BUSINESS SERVICE 27105 T,\L.Z RU., SUITE. 10:1 PH. 7b1- 676 -6150 HANC110 C9UJFORNTA, CAJAK 92390