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