HomeMy WebLinkAboutC-2156 - Traffic signal interconnect on Irvine Avenue between Westcliff & Mesa Drive0 0
October 6, 1981
CITY OF NEWPORT BEACH
Steiny and Company, Inc.
4.520 E. LaPalma Ave.
Anaheim, CA 92807
OFFICE OF THE CITY CLERK
(714) 640 -2251
Subject: Surety: Rollins Burdick Hunter
Bonds No.: 4082083
Project: Installation of Traffic Signal
Contract No.: C -2156
The City Council on September 14, 1981, 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 the
Notice of Completion has been filed.
Notice of Completion was filed with the Orange County Recorder
on September 25, 1981 in Book No. 14234, page 854. Please
notify your surety company that the bonds maybe released 35
days after recording date.
Wanda E. Andersen
City Clerk
WEA:1r
CC' Public Works
file
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663
PIF",SE RETURN TO
CITY ^LERK .
rrly CF h +FVPCRT rEACH
^300 NF.�� rvitT BOULEVARD
fIEWPORT REACH. CALIF. 92663
NO COMIDE ATION
EXEMPT
C5
34136
NOTICE OF COMPLETION
PUBLIC WORKS
SK 94234P6 854
DAAAiEM0114111 k' f�JIt FM111A
-3440 PM SEP25 '81
LEE & BRAM, County Re wft
Io All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PL.EASF TAKE NOTICE that on September 14, 1981 _
the Public Works project consisting of Installation of Traffic Signal Interconnect and
Coordination Facilities on Irvine Ave, between Westcliff Dr. and Mesa Dr. (C -2156)
on which Steiny and Company, Inc., 4520 E. LaPalma Ave„ Anaheim, CA 92807
was the contractor, and Rollins Burdick Hunter _
was the surety, was completed.
VERIFICATION
I, the undersigned, say:
CITY OF NEWPORT B
Works Dir r ""4XtYtD
M aft
I am the Public Works Director of the City of Newport Beach; the
Notice of Completion is true of my own knowledge.
UOT s 1981a.
Cll r
1fEV1PC;tr OF
CALIF. mq'
I declare under penalty of perjury that -the foregoing is true and correct.
Executed on September 15, 1981 at Newport Beach, California.
Pdblic 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 September 14, 1981 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 September 15, 1981 at Newport Beach, California.
i
City Clerk
• a
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
(714) 640 -2251
September 16, 1981
Lee A. Branch
County Recorder
P.O. Box 238
Santa Ana, CA 92702
Attached for recordation is Notice of Completion of Public Works
projects consisting of Installation of Traffic Signal Interconnect
and Coordination Facilities on Irvine Ave, between Westcliff Dr.
and Mesa Dr. Contract No. 2156 on which Steiny and Company, Inc.
was the Contractor and Rollins Burdick Hunter was the Surety.
Please record and return to us.
1
GULl�3 C CL�'LG�LC�yL
Wanda E. ndersen
City Clerk
WEA:lr
attach.
I
City Mall • 3300 Newport Buulecard, Newport Beach, California 92663
ni.: : °F RETURN TO
;'ITS' Gf t• -1.4','PCRT LEACH
tIEWPORT l EACH- CALIF. 92663
�s�t NOTICF. OF COMPLETION
No U
�J PUBLIC WORKS
I o All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on September 14, 1981
the Public Works project consisting of Installation of Traffic Signal Interconnect and
Coordination Facilities on Irvine Ave, between Westcliff Dr. and Mesa Dr, (C -2156)
on which Steiny and Company, Inc., 4520 E. LaPalma Ave., Anaheim, CA 92807
was the contractor, and Rollins Burdick Hunter
was the surety, was completed.
VERIFICATION
I, the undersigned, say:
CIT OF NEWPORTB%FFACH
ublic 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 September 15, 1981 at Newport Beach, California.
Wor s 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 September 14, 1981 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 September 15, 1981 at Newport Beach, California.
City Clerk
0 • September 14, 1981
SEP 141981 CITY COUNCIL AGENDA
By tne CITY CpUt4CIL
ITEM NO.
TO: CITY COUNCIL CITY OF NiWW 4@ACH
FROM: Public Works Department
SUBJECT: ACCEPTANCE OF TRAFFIC SIGNAL INTERCONNECT ON IRVINE AVENUE (C -2156)
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 construct
signal interconnect has been completed to
Department.
The lump sum bid price was
Amount of change orders
Total contract cost
Funds were budgeted in the Gas
ion of the Irvine Avenue traffic
the satisfaction of the Public Works
$49,971.00
None
49,971.00
Tax Fund.
Orange County contributed $10,000 toward the project costs, etc.
Costa Vesa's share was $12,000.
The design engineering was performed by Herman Kimmel and Associates
of Newport Beach.
The contractor is Steiny & Company of Anaheim.
The contract date of completion was October 7, 1980. The work was
not completed until May 20, 1981.
The project was designed around a newly designed master controller
which had not yet been delivered to any customer; however the manufacturer,
Eagle Signal Corporation, felt that the specified completion date was realistic.
After shipping the first unit to Cedar Falls, Iowa, problems were
encountered which eventually led to placing a hold on all activities relating
to the unit. Diagnosis of the problem was hampered by the fact that it only
occurred in the field and could not be duplicated in the laboratory. After 3
months, the cause was traced to a new process used by Motorola in manufacturing
a chip. The source of the chips was changed to National Semi- Conductor and the
Cedar Falls unit was again placed on line. Once that unit proved to be working
correctly, the manufacturing hold was released and the Newport Beach and other
units were completed.
Due to the fact that the delay was beyond the Contractor's control
and the manufacturer's diligent efforts in identifying and correcting the problem,
Ahe assessmnt e of liquidated damages is not recommended.
et4 Q. 164
Benjamin B. Nolan
Public Works Director
GPD:rb
•
Rollins Burdick Hunter of Southern California
Insurance Brokers
6330 San Vicente Boulevard, Los Angeles, California 90048
Telephone 213 937 -7160 Telex 674318
July 1, 1981
City of Newport Beach
3300 West Newport Boulevard
Newport Beach, California 92663
Certificate of Insurance
Contract No. C2156
Irvine Avenue between Westcliff Drive
and Mesa Drive
Our Client: Steiny and Company, Inc.
Gentlemen:
ITZ
You have on file Certificate of Insurance forms for our clients.
The General Liability coverage does not expire until July 1, 1982.
However, the Umbrella Liability and Workers' Compensation coverages
expire July 1, 1981. We are therefore enclosing two renewal certi-
ficates for your files.
Please contact our office on any additional insurance requirements.
Very truly yours,
ROLLINS BURDICK HUNTER
Susan Blohm
Account Manager
SB /fle
Enclosures
FVWNS BU MCK.
HURTEK.
of Southern Calfornla • Insurance Brokers 0 1�
6330 San Vicente Boulevard
Los Angeles, California 90048
(213) 937 -7160 CERTIFICATE OF INSURANCE 4C� .
NAME AND ADDRESS OF CERTIFICATE HOLDER
NAME AND ADDRESS OF INSURED
CITY OF NEWPORT BEACH C/O CITY CLERK
STEINY AND COMPANY, I
3300 NEWPORT BLVD.
221 NO. ARDMORE AVE.
NEWPORT BEACH, CA. 92663
LOS ANGELES, CA. 90004
This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time.
POLICY
LImiU of Liability In ThotpeRds (SOD)
EACH
AGGREGATE
TYPE OF INSURANCE
COMPANY AND POLICY NUMBER
EXPIRATION DATE
OCCURRENCE
GENERAL LIABILITY
COMPREHENSIVE FORM
BODILY INJURY
S
T
C] PREMISES — OPERATIONS
EXPLOSION AND COLLAPSE
PROPERTY DAMAGE
E
S
HAZARD
C] UNDERGROUND HAZARD
PRODUCTSICOMPLETED
OPERATIONS HAZARD
BODILY INJURY AND
❑ CONTRACTUAL INSURANCE
PROPERTY DAMAGE
T
E
BROAD FORM PROPERTY
COMBINED
DAMAGE
❑ INDEPENDENT CONTRACTORS
*Applies to Products/Completed
$
❑ PERSONAL INJURY
Operations HOUTd'
(Personal Inlury)
AUTOMOBILE LIABILITY
BODILY INJURY
COMPREHENSIVE FORM
(EACH PERSON)
S
[� OWNED
BODILY INJURY
(EACH OCCURRENCE)
T
HIRED
PROPERTY DAMAGE
E
I
NON -OWNED
PROPERTY DAMAGE
S
i
COMBINED
EXCESS LIABILITY
UMBRELLA FORM
BODILY INJURY AND
C] OTHER THAN UMBRELLA
PROPERTY DAMAGE
S
S
FORM
COMBINED
WORKERS'cOMPENSAT1oN
THE TRAVELERS INDEMNITY CO.
STATUTORY
and
POL. #TDSKUB169T973 -1 -81
7/1/82
$500, (Each Accident)
EMPLOYERS' LIABILITY
OTHER
DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES CONTRACT NO. C -2156
( STEINY JOB # 8645)
This certificate is not a policy and of itself does not afford any insurance. Nothing contained in this certificate shall be construed to
amend, extend or alter the coverage limits, terms or conditions of the policies it certificates.
Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing company
will drWWX6K1b mail _3D_ days written notice to the above named certificate holder"tmk)N#Kmft)M§tkx4t kXR%tkml Wi
igg ��ifffXq�Rkti�hc� #, *BY REGISTERED MAIL.
Notwithstanding any requirement, term, or condition of any contract or other document with respect to which the certificate is
issued, the insurance afforded by the policies listed on the certificate is subject to all the terms of such policies.
DATE ISSUED: 7/1/81 /Sb RBH
LINO 4D., HUNTER
ov AUTHORIZED RE SENTA
• 0
CITY OF NEWPORT BEACH
Contract No. C -2156 (STEINY JOB # 8645)
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).
Q. Indemnify and save harmless the City of Newport Beach against any and all claims,
excluding sole negligence of the City, resulting from the undertaking of the contract.
This hold harmless assumption on the part of the underwriters shall include all costs of
investigation and defense, until reasonable determination is made that the City is solely
negligent.
5. Provides limits of liability and coverages as follows:
COVERAGES TO
WHICH THIS EFFECTIVE
ENDORSEMENT DATE OF POLICY POLICY LIMITS OF INSURANCE
ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY
UMBRELLA LIABILITY 7/1/81 UL 716020 7/1/81 = 7/1/82 $5,000,000.00 MIDLAND INS. CO.
This endorsement is effective JULY 1 , 1981 , when signed by an
Authorized Representative of the companies affording coverages and when issued to City
shall be valid and form a part of policies herein described.
Should any of the above described policies be cancelled before the expiration date
thereof, the issuing company shall mail 30 days' prior written notice by registered mail to:
City of Newport Beach c/o City Clerk
3300 Newport Boulevard
Newport Beach, California 92663.
NAME OF AGENT OR BROKER
ROLLINS BURDICK HUNTER OF SO. CA. INC.
Address 6330 SAN VICENTE BLVD.
LOS ANGELES, CA. 90048
By _
Authorized ReTresentative�
L. ANDERSON, AS T. VICE PRE IDENT
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. - 3179
CITY OF NEWPORT BEACH
i
Date July 11, 1980
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. 2156
Dr. and Mesa Dr.
Attached is signed copy of subject contract for transmittal to the contractor,
Contractor: Steiny and Company, Tnc.
Address:
4620 E. IaPalma Ave., Anaheim, CA 92807
Amount: $ 49 ,971.00
Effective Date: July 11, 1980
Resolution No. R -9790
Att.
cc: Finance Department [�
- L=�'� -
Doris Geo e
City Mall • 3300 Newport Boulevard, Newport Beach, California 92663
f
i
Y
TRAFFIC SIGNAL I
14,01ACT N0. 2156
1T BEACH
FAR
ITIES
CITY CLERK
Approved.by the City City I
Council this 12th day
of May ,Tfj
._�
714 779�23UZ _
s worgeo city cl
$49 w 0.
Total Bid Price
v 0
k"
i
9
0 PR of
TRAFFIC SIGNAL INTERCONNECT AND COORDINATION FACILITIES
ON
IRVINE AVENUE
BETWEEN
WESTCLIFF DRIVE AND MESA DRIVE
CONTRACT N0, 2156
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. 21556 and will take in full payment therefor
the following unit prices for each item, complete in place, to wit:
1 Lump Sum Construct traffic signal inter-
connect and coordination
facilities on Irvine Avenue
between Westcliff Drive and
Mesa Drive. $ 49,971.00 $49,971.00
TOTAL PRICE WRITTEN IN WORDS:
Forty -Nine Thousand Nine Hundred Seventy -One -------------- - - - - -- Dollars
and
Cents
n
l
f
STEINY AND COMPANY, INC.
CONTRACTOR'S NAME
PRZof2
-May. 29� 1980 SLDavid Chadbourne
DATE .._ ._. __..___.______
(AUTHORIZED SIGNATURE)
CONTRACTOR'S ADDRESS 4620 E. La Palma Avenue. Anahei_p.,.CA 92807
TELEPHONE NUMBER (714) 779_9301 161273
C N T0R S LICENSE NO.
Designate the firm or company that will supply the control equipment:
BBUDOCO
Name of Firm or Company
717 So. State College Blvd., Suite B, Fullerton, CA 92631___
Address
Telephone Number 714 871 -7110
Page I
i
CITY OF NEWPORT BEACH, CALIFORNIA
I.
NOTICE INVITING BIDS
SEALED BIDS will be received at the office of the City Clerk, City Hail, Newport Beach,
California, until 2 :30 P M. (as determined by telephone time signal) on the
29th day of May 1960, at which time they will be opened and read, for
performing work as follows:
Installation of Traffic SignaT'.4;nterconnect and Coordination Facilities
on Irvine Avenue between Westck f Drive and Mesa Drive.
CONTRACT NO. C -2156
Bids must be submitted on the proposal :fom 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 p>able
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 setAed
bid are:
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non- collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability and Experience References
These documents shall be affixed with the signature and titles of the persons signing
on behalf of the bidder. For corporations, the signatures of the President ors
Vice President and Secretary or Assistant Secretar are required and tTie �rp2 5ea1
sha be affixed to all documents requ ring s gnatures. In the case of a ar>s -trmhip
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, maybe '.�._.._ftned
at the Public Works Department, City Hall, Newport-Beach, California, at no -cost to {
licensed contractors. It is requested that the plans and contract docu0erii31be "returned
within 2 weeks after the bid opening.
(cont.)
The City has adopted the Standard Speir.. bons for Public Works Constructian (197 6
Edition) as prepared by.thee ern a aft ml Chapters o e- r can u c 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 Provision _ s.,lod Standard Drawings. Copies of
these are available at the Public Works Depart at a cost of $5 per set.
A standard "City of Newport Beach Special Endo nt" 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. 41.11 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 1170 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.
0
Revised 3 -13 -79
0
Page 2
All bids are to be computed on the basis.of the . given estimated quantities of work,
,.. indicated in this Proposal, times the unit price as submitted by the bidder. In case
of a discrepancy between words and figures, the words shall prevail. In case of an error
in the extension of a unit price, the corrected extension shall be calculated and the bids
will be computed as indicated above and compared on the basis of the corrected totals.
The estimated quantities of work indicated in this Proposal are approximate only,
being given solely as a basis for comparison of bids.
The undersigned has checked carefully all of the above figures and understands that
the City will not be responsible for any errors or omissions on the part of the under-
signed in making up this bid.
The undersigned agrees that in case of default in executing the required contract
with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal
Holidays, after having received notice that the contract is ready for signature, the
proceeds of check or bond accompanying this bid shall become the property of the City
of Newport Beach.
Licensed in accordance with the Statutes of the State of California providing for
the registration of Contractors, License No. 161273 Classification C -10 & A .
Accompanying this proposal is "Bidders Bond"
Trash, rt a Check, Cashier's Check or on
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workers' compensation or to
undertake self- insurance in accordance with the provisions of that code, and agrees to
comply with such provisions before commencing the performance of the work of this contract.
(714) 779 -2301 _
Phone � er
May 29 1980
ae
STEINY AND COMPANY INC.
Bidder's Name
(SEAL)
Authorized Signature
ut orize ignature -
Y ,T
Corpgratinn
Type of Organization
(Individual, Corporation, or Co- Partnership)
List below names of President, Secretary, Treasurer and Manager if a corporation,
and names of all co- partners if a co- partnership:
STEINY AND COMPANY. INC.
J. 0. Steiny - President & Treasurer
David Chadbourne -Vice Pres. & Mgr.
Jay .Perry - Secretary
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
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
STEINY AND COMPANY, INC.
Bidder's Name
S /David Chadbourne
Authorized gnature
Corporation
Type of Organization
(Individual, Co- partnership or Corp.)
4620 E. La Palma Avenue
Anaheim CA 92807
ress
FOR ORIGINAL SEE CITY CLEW FILE COPY
BIDDER'S BOND TO ACCOMPANY PROPOSAL
k,tIO'W ALL MLN BY THESE PRESENTS,
That we, STEINY AND COMPANY, INC.
Page 4
as Principal,
and SAFECO INSURANCE COMPANY OF AMERICA , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT
(10 %) OF THE AMOUNT OF THE BIDDollars ($ ), 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
Traffic Signal Interconnect on Irvine Avenue (Contract # 2156)
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
May 1980
Corporate Seal (If Corporation)
(Attach acknowledgement of
Attorney -in -fact)
STEINcip
Y AN0 COMPANY. INC.
Prinal
SAFECO INSURANCE COMPANY OF AMERICA
Surety
By S /J. L. Anderson
Title Attorney -in -Fact
( ... . .
N OLLUSION 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 May ,
19 80
My commission expires:
October 12, 1980
.STEINY AND COMPANY, INC.
S /David Chadbourne
S /D. D. White
Notary Public
i
POORIGINAL SEE CITY CLERK'S FILE&PY
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 fie
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.
1980
City
of
Anaheim
Paul Singer
1980
City
of
Brea
Sam Peterson
1980
City
of
Fullerton
Bob Hodson
1980
City
of
Huntington Beach
Bill Smith
S 'd Chadbourne
Signed
y
f
LABOR AND MATERIAL BOND
Page 8
BOND # 4082083
PREMIUM INCLUDED IN THE
PERFORMANCE BOND.
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted June 9, 1980
has awarded to Steiny and Company Inc
hereinafter designated as the "Principal ", a contract for Installation of Traffic
Signal Interconnect and Coordination Facilities on Irvine Avenue between
Westcliff Drive and Mesa Drive.
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond with said contract, providing that if
said Principal or any of his or its subcontractors, shall fail to pay for any materials,
provisions, provender, or other supplies or teams used in, upon, for, or about the per-
formance of the work agreed to be done, or for any work or labor done thereon of any
kind, the Surety on this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We STEINY AND COMPANY INe.
as Principal, and SAFECO INSURANCE COMPANY OF AMERICA
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
..f,..f+... c",n mw TT¢AMn TTTT MTNf1GF.n F.T(:HTY FIVE AND 50/100 Dollars ($ 24,985.50 - - - - -- ),
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
,
J
0
(Labor and Material Bond - Continued)
Page 9
this bond, as required by the Provisions of Section 4205 of the Government Code of
the State of California.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or the specifications accompanying the same shall in
any wise affect its obligations on this bond, and it does hereby waive notice of any
such change, extension of time, alterations or additions to the terms of the contract
or to the work or to the specifications,
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 24TH. day of JUNE , 19��.
i
,
4A,,vedoas to f
t ney
AND COMPANY INC. ..('Seal)
C ractor Principal
SEP-M-1 MY
z gnature and Fitle
Authorized Signature and Title
SAFECO INSURANCE COMPANY OF AMERXt
Name of Surety - — .-
8250 WOODMAN AVENUE, PANORAMA CITY, '.CA. 91409
Addr,es,s of Surety
Sig!pgture and Title of Authorized Agent
. L. ANDERSON ATTORNEY -IN -FACT
d ress of 1 gen IA
6330 SAN VICENTE BOULEVARD, LOS ANGELES, CA.90048
PH# 211- 917 -71Hn
Telephone No. of Agent
-
-
_ %�
-
., i
�.
_ �
_
,�
_
-
_-.
/ -_i
'
__
-�
:�
._ .... _7•_!
_ _ a � _ _ ..
`� j �i.
_ -
_ r
�i
�.: c
... ��
'.
! � � .I
•1
1
�
$
■
k
{
�
�
k
�
�
k
!
[
\
$ §§
f
$ § -$r
(
®
°
�
sp
�
� \\ )
®
kk`G
-
_
\
C4
-
+ /o/
m
zC
`
7& §!
2(®
}�
f[ /
/kO
\2
OD
®-
m�
-
z7=
2
&
2
\
(\
{
)
\\
�
n
�Z
tin
w
� ^p
w
z
o o
Of»
00
o� $ O o w
m
9 . 7'
A p �e
�
=.
M
S
0
a7.
U)
nw w K
o
M 0. �.
vn ="m °< o
n° P c;
w 7 O
zLa
0.
^
5E
ry
r
m
o
° 9
A
A
r
o
^7 O
a d^ C
m
O
iS
H t Q
e c
n S. °-
1p
o
v
D 4
ry
o a
A z
B
e mt4z
5
o zU)M
V)
°
o
a
S z
C.
0
c
A 5
ra
z
y
C
M
O
O
�.
a
n
�Z
tin
w
�WER OF ATTORNEY WFECO INSURANCE COMPANY OF AMERICA
OME OFFICE: SAFECO PLAZA
SEATTLE, WASHINGTON 98185
SAFECD
No, 5291
KNOW ALL BY THESE PRESENTS:
That SAFECO Insurance Company of America, a Washington corporation, does hereby appoint
------------------ L. ANDERSON, Los Angeles, California
its true and lawful attorneys) -in -fact, with full authority to execute on behalf of the company fidelity and surety bonds or
undertakings and other documents of a similar character issued by the company in the course of its business, and to bind
SAFECO Insurance Company of America thereby as fully as if such instruments had been duly executed by its regularly
elected officers at its home office.
IN WITNESS WHEREOF, SAFECO Insurance Company of America has executed and attested these presents
this torh flay of April , 19 77
CERTIFICATE
Extract from the By -Laws of SAFECO Insurance Company of America:
"Article VI, Section 12.— FIDELITY AND SURETY BONDS ... the President, any Vice President, and the Secretary shall
each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on
behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the
course of its business .... On any instrument making or evidencing such appointment, the signatures may be affixed by
facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a
facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not
be necessary to the validity of any such instrument or undertaking. "
Extract from a Resolution of the Board of Directors of
SAFECO Insurance Company of America adopted July 28, 1970
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(i) The provisions of Article VI, Section 12 of the By Laws, and
(ii) A copy of the power -of- attorney appointment, executed pursuant thereto, and
(iii) Certifying that said power -of- attorney appointment is in full force and effect,
the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof,"
I, W.D. Hammersla, Secretary of SAFECO Insurance Company of America, do hereby certify that the foregoing extracts of
the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant
thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and
effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
6.1300 91 7/77
this 24TH. day of JUNE , 1980
PRINTED W USA.
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
Page 10.
BOND # 4082083
PREMIUM $297.00
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted June 9, 1980
has awarded to Steiny and Company, Inc.
hereinafter designated as the "Principal ", a contract for Installation of Traffic
Signal Interconnect and Coordination Facilities on Irvine venue etween
Westcliff Drive and Mesa Drive
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We, STEM AND COMPANY INC.
as Principal, and . SAFECO INSURANCE COMPANY OF AMERICA
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
FORTY NINE THOUSAND NINE HUNDRED SEVENTY O
o - - - -- Dollars $49,971.00 -- - - - -�,
said sum being equal to 100% of the estimated amount of the contract, to be paid to
the said City or its certain attorney, its successors, and assigns; for which payment
well and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal,
his or its heirs, executors, administrators, successors, or assigns, shall in all
things stand to and abide by, and well and truly keep and perform the covenants, con-
ditions, and agreements in the said contract and any alteration thereof made as therein
provided on his or their part, to be kept and performed at the time and in the manner
therein specified., and in all respects according to their true intent and meaning, and
shall indemnify and save harmless the City of Newport Beach, its officers and agents,
as therein stipulated, then this obligation shall become null and void; otherwise.it
shall remain in full force and virtue.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or to the specifications accompanying the same shall
in any wise affect its obligations on this bond, and it does hereby waive notice
z
.:
,
a
:r
i�
Page 11
(Performance Bond - Continued)
of any such change, extension of time, alterations or additions to the terms of the
contract or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Princippal and
Surety above named, on the 24TH. day of JUNE so
STEINY AND COMPANY, INC.
Nama of Contractor Urin
BY:
(_Seal)
:ipal )
SECRETARY ;
Title -
Authorized Signature and Title
SAFECO INSURANCE COMPANY OF AMERICA (Seal)
Name of Surety
8250 WOODMAN AVENUE, PANORAMA CITY, CA. 91409
Address of Surety
S14fiature and Title of Authorized Agent
J. L. ANDERSON ATTORNEY -IN -FACT
Approved as to f rm:
ROLLINS BURDICK HUNTER OF SOUTHERN CALIFORNIA
' _...Address of Agent
6330 SAN VICENTE BOULEVARD, LOS ANGELES, CA. 90048
City Attorney
PH# 213 - 937 -7160
Telephone No. of Agent
�.
s
P r
c a
� m
0
0
T n
a
T
O
A
_2
C P
0
m
I�
10
iN
N
N
Z
_
�
m c cam
t9
m O
y 6j
3
O
�p
C
C!
O
O �
d H N
y
^' x
o �
m
= 3 c
3o=
�jrt
=a
roa
ro
_�
_
Do
^�
x
H�
a
(9
SR O
G
y
_ �
m
r
or
6
p
d
�
6
y
6 O
O
G
si
\` Zs
E
e2
k§
|§
�§ §
§@
E�
(k
fk
�a
E
E
,£
}\
k\
r■
|/
B`
|�
\�
\{
§
k
>I
]
�
�
(
B
k
)
.0r
® cr
,c
(
|i2ƒ °a
&I /%
�I®
k |(�
;a E)
kk\ '
�)\
! �
! 0
■ #E
10
�
/
\
§
§
7
\
Page 12
CONTRACT
;7
THIS AGREEMENT, made and entered into this day of� 19 ,
by and between the CITY OF NEWPORT BEACH, California, hereinafter designated as the City,
party of the first part, and Steiny and Company. Inc.
hereinafter designated as the Contractor, party of the second part.
WITNESSETH: That the parties hereto do mutually agree as follows:
1. For and in consideration of the payments and agreements hereinafter mentioned
to be made and performed by the City, the Contractor agrees with the City to furnish all
materials and labor for the construction of
Installation of Traffic Signal Interconnect and Coordination Facilities on Irvine
Avenue between Westcliff Drive and Mesa Drive
and to perform and complete in a good and workmanlike manner all the work pertaining
thereto shown on the Plans and Specifications therefor; to furnish at his own proper
cost and expense all tools, equipment, labor, and materials necessary therefor, (except
such materials, if any, as in the said Specifications are stipulated to be furnished by
the City), and to do everything required by this Agreement and the said Plans and
Specifications.
2. For furnishing all said materials and labor, tools and equipment, and doing
all the work contemplated and embraced in this Agreement, also for all loss and damage
arising out of the nature of the work aforesaid, or from the action of the elements,
or from any unforeseen difficulties which may arise or be encountered in the prosecu-
tion of the work until its acceptance by the City, and for all risks of every description
connected with the work; also, for all expenses incurred by or in consequence of the
suspension or discontinuance of work, except such as in said Specifications are expressly
stipulated to be borne by the City; and for well and faithfully completing the work
and the whole thereof, in the manner shown and described in the said Plans and
Specifications, the City will pay and the Contractor shall receive in full compensation
therefor the lump sum price, or if the bid is on the unit price basis, the total price
for the several items furnished pursuant to the Specifications, named in the bidding
sheet of the Proposal, as the case may be.
3. The City hereby promises and agrees with the said Contractor to employ, and
does hereby employ the said Contractor to provide the materials and to do the work
according to the terms and conditions herein contained and referred to for the price
aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon
the conditions set forth in the Specifications; and the said parties for themselves,
their heirs, executors, administrators, successors and assigns, do hereby agree to
the full performance of the covenants herein contained.
4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and
the Plans and Specifications, and all amendments thereof, when approved by the parties
hereto, or when required by the City in accordance with the provisions of the Plans
and Specifications, are hereby incorporated in and made part of this Agreement.
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 causei,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
,.
i
r �
RJR
ATTEST: 1
City Cler
STEINY AND
BE
a
ML
JAY E. PERRY, SECRETARY
Title
e
i
CONTRACT NO. 2156
INDEX . .
TO-
SPECIAL PR44SIONS
FOR
INSTALLATION OF
TRAFFIC SIGNAL INTERCONNECT AND COORDINATION FACILITIES
ON
IRVINE AVENUE
BETWEEN
SECTION
WESTCLIFF DRIVE AND MESA DRIVE
PAGE
I.
SCOPE OF WORK .
. . . . . . . . . . . . . . .
1
II.
COMPLETION OF THE WORK
. . . . . . . . . . . . . . . . .
1
III.
CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK . . . . .
1
IV.
PAYMENT . .
. . . . . . . . . . . . . . . . . . . . . . .
1
V.
PROTECTION OF EXISTING UTILITIES . . . . . . . . . . . .
2
VI.
WATER . . .
. . . . . . . . . . . . . . . . . . . . . . .
2
VII.
GUARANTEE . .
. . . . . . . . . . . . . . . . . . . . . .
2
VIII.
FLOW AND ACCEPTANCE OF WATER
. . . . . . . . . . . . . .
2
IX.
AS BUILT PRINTS
2
X.
TRAFFIC SIGNAL INTERCONNECT AND COORDINATION FACILITIES
3
a. General .
. . . . . . . . . . . . . . . . . . . .
3
b. Reference Specifications and Standard Plans . . .
3
I. Standard Specifications . . . . . .
3
. . . .
2. Standard Plans
3
.
3. Codes, Ordinances, and Regulations . . . .
3
c. Description . . . . . . . . . .
4
d. Equipment List and Drawings . . . . . . . . . . .
4
e. Maintaining Existing and Temporary Electrical
Systems . . . . . . . . . .
f. Scheduling of Work . . . . . . . .
5
5
i
9
SECTION PAGE
X. TRAFFIC SIGNAL INTERCONNECT AND COORDINATION
FACILITIES (continued)
g. Conduit . . . . . . . . . . . . . . . . . . 5
h. Conductors and Wiring . . . . . . . . . . . . 6
i . Testing . . . . . . . . . . . . . . . . . . . 6
j. Solid State Traffic Actuated Controllers . . 7
k. Pull Boxes . . . . . . . . . . . . . . . . . 8
ii
CITi OF NEWPORT LEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
INSTALLATION OF TRAFFIC SIGNAL
INTERCONNECT AND COORDINATION FACILITIES
ON
IRVINE AVENUE
BETWEEN
WESTCLIFF DRIVE AND MESA DRIVE
CONTRACT NO. 2156
I. SCOPE OF WORK
SP 1 of 8
The work to be done under this contract consists of the installation
of traffic signal interconnect and coordination facilities as hereinafter described.
The contract requires completion of all work in accordance with
these Special Provisions; the City's Standard Special Provisions; the Plans
(Drawing No-T-5217-9, 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 1979 Edition.
Copies may a purchased from Bui ding News, Inc., 3055 Overland venue,
Los Angeles, California 90034, Telephone (213) 870 -9871. Copies of the
City's Standard Drawings and Special Provisions may be purchased from the
Public Works Department at a cost of $5.00.
If there is a conflict in methods of measurement between the City's
Standard Specifications and the California Standard Specifications, the
City's Standard Specifications shall take precedence.
II. COMPLETION OF THE WORK
The Contractor shall complete all work within 120 consecutive calendar
days after the date of award of the contract by the City Council.
III. 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.
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.
V. PROTECTION OF EXISTING UTILITIES
. SP 2 of 8
Prior to performing, the underground construction work shown
on tht. Plans, the Contractor shall request each utility company to
locate their facilities. The Contractor shall protect in place and be
responsible for, at his own expense, any damage to any utilities en-
countered during construction of the items shown on the plans.
VI. WATER
The Contractor shall make his own provisions for obtaining and
applying for water necessary to perform his work. If the Contractor
desires to use available City water, it shall be his responsibility to
make arrangements for the water by contacting the City's Utility Division
at (714) 640 -2221.
VII. GUARANTEE
The for eriod of acceptance ofnthecworksbyltheuCitytCouncila all materials anarworkmanship
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 contem-
plated. The Contractor, by submitting a bid, acknowledges that he has in-
vestigated the risks arising from water and has prepared his bid accordingly.
The Contractor shall conduct his operations in such a manner that storm or
other waters may proceed uninterrupted along their existing street and
drainage courses. Diversion of water for short reaches to protect construction
in progress will be permitted if public or private properties are not damaged
or, in the opinion of the Engineer, are not subjected to the probability of
damage.
Surface water containing mud or silt from the project area shall be
treated by filtration or retention in a settling pond, or ponds, adequate to
prevent muddy water from entering storm drains or the bay. The Contractor
shall submit a plan for implementing siltation control prior to commencing
construction. Upon approval of the plan, the Contractor shall be responsible
for the implementation and maintenance of the control facilities.
IX. AS BUILT PRINTS
The Contractor is required to submit to the Engineer "As- Built" prints
prior to the City accepting the installation. The prints shall indicate in
red all deviations from the contract plans, such as: location of poles, pull
boxes and runs, depths of conduit, number of conductors, and other appurtenant
work.
11
SP 3 of 8
X. TRAFFIC SIGNAL INTERCONi� AND COORDINATION FACILITIES
a. General
The Contractor shall furnish all tools, equipment,
materials, supplies, and manufactured articles, and shall
perform all operations neqessary to modify existing and con-
struct additional traffic signal facilities as shown on the
drawings and as specified herein.
b. Reference Specifications and Standard Plans
1. Standard Specifications - Except as modified
herein, materials and installation shall conform
to the California Standard Specifications, January
1978.
All references in this section to "Standard Speci-
fications" shall be understood to be referenced to
the California Standard Snecifiaai-innc
2. Standard Plans - Except as modified herein, all
references in t is 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 regula-
tions and codes specified in Section 86 -1.02 of the
Standard Specifications, and to all other ordinances
and regulations of the authorities having jurisdiction.
Whenever reference is made to the Code, Safety Orders,
General Order or Standards, the reference shall be
contrued to mean the Code, Order or Standard that is
in effect on the date set for receipt of bids.
• SP 4 of 8
c. Description
Furnishing, installing, and modifying traffic signal equipment
and payment therefor shall conform to the provisions in Section 86,
"Signals and Lighting," of CALTRANS Standard Specifications dated
January 1978, and CALTRANS Standard Plans dated March 1979, where
applicable, and these Special Provisions.
Traffic signal work is to be performed at the following loc-
ations:
ON IRVINE AVENUE AT:
Loc.
A
- 17th
Street /Westcliff Drive
Loc.
B
- 19th
Street /Dover Drive
Loc.
C
- 20th
Street /Highland Drive
Loc.
D
- 22nd
Street /Santiago Drive
Loc.
E -
University Avenue /Del Mar Avenue
Loc.
F -
Mesa
Drive
d. Equipment List and Drawings
Equipment list and drawings of electrical equipment and mat-
erial shall conform to the provisions in Section 86 -1.03, "Equip-
ment List and Drawings," of the Standard Specifications and these
Special Provisions.
The Contractor shall furnish a maintenance manual and oper-
ation manual for all new controller units, master control units,
auxiliary equipment, and vehicle detector sensor units, control
units and amplifiers. The maintenance manual and operation manual
may be combined into one manual. 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 in-
clude, but need not be limited to, the following items:
(a)
(b)
(c)
(d)
(e)
(f)
(g)
(h)
M
Specifications
Design characteristics
General operation theory
Function of all controls
Trouble shooting procedure
Block circuit diagram
Ge
(diagnostic routine)
ographical layout of components
Schematic diagrams
List of replaceable component parts with stock numbers
The operation manual shall give complete instructions for
implementation of all operator programmable functions.
A supplemental cabinet wiring diagram shall be provided indi-
cating the connecting terminations of the new equipment into the
existing circuitry.
SP 5 of 8
e. Maintaining Existing and Temporary Electrical Systems
Maintaining existing and temporary electrical systems shall
conform to the provisions in'8ection 86 -1.05, "Maintaining Exist-
ing and Temporary Electrical Systems," of the Standard Specifi-
cations and these Special Provisions.
Traffic signal.system shutdowns shall be limited to periods
between the hours of 9:00 a.m. and 3:30 p.m.
Cost for minor temporary wiring, which may be required on a
day -to -day basis, shall be considered as part of the lump sum bid
price for each intersection. No "Extra Work" will be allowed.
.f. Scheduling of Work
Scheduling of work shall conform to the provisions in Section
86 -1.06, "Scheduling of Work," of the Standard Specifications and
these Special Provisions.
The Contractor shall perform sub - surface work consisting of
the installation of conduit, foundations, and detectors, prior to
receipt of all electrical materials and equipment, and shall begin
said work within 15 days of the date of execution of contract.
Above ground signal work shall not commence until such time
that the Contractor notifies the Engineer, in writing, of the date
that all electrical materials and equipment are received, and
said work shall start within 15 days after said date.
No materials or equipment shall be stored at the job sites
until receipt of said notification by the Engineer. The job sites
shall be maintained in neat and orderly condition at all times.
Telephone service orders for interconnect systems shall be
first order of work.
g. Conduit
Conduit shall conform to the provisions in Section 86 -2.05,
"Conduit," of the Standard Specifications and these Special
Provisions.
Non - metallic type conduit shall not be used.
Insulated bonding bushings will be required on metal conduit.
After conductors have been installed, the ends of conduits
terminating in pull boxes and controller cabinets shall be sealed
with an approved type of sealing compound.
Rigid metal conduit to be used as a drilling or jacking rod
shall be fitted with suitable drill bits for size hole required.
h. Conductors and Wiring
Conductors and wiring shall conform to the
Section 86 -2.08, "Conductors," a section 86 -2.
s
of the Standard Specification these Special
Splices shall be insulated by "Method B ".
i. Testing
SP 6 of 8
provisions in
09, "Wiring,"
Provisions.
Testing shall conform to the provisions in Section 86 -2.14,
"Testing," of the Standard Specifications and these Special Pro-
visions.
The eighth paragraph in Section 86- 2.14C, "Functional Testing,"
of the Standard Specifications is amended to read:
A shutdown of the electrical system resulting from
damage caused by public traffic or from a power inter-
ruption shall not constitute discontinuity of the funct-
ional test.
All costs for testing of equipment shall be included in the
lump sum bid price.
Materials, field, and functional testing shall conform to the
provisions of Section 86 -2.14, "Testing," of the Standard Specifi-
cations and these Special Provisions.
The City will not require that the traffic signal
control equipment or cabinet be tested at California Trans -
portation.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, auxili-
ary equipment, and cabinet, fully wired, meet the requirements
of the Standard Specifications and these Special Provisions.
The functional test shall consist of ten (10) continuous days.
Turn -on of the new traffic signal system shall not be on, nor
shall the functional test start on, a Friday, Saturday, Sunday,
holiday or any day preceding a holiday. The Traffic Engineer shall
be notified at least 48 hours prior to the intended turn -on.
A knowledgeable representative for the manufacturer or dis-
tributor 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.
0 SP 7 of 8
If the representative for the manufacturer or distributor is
not qualified, or authorized, to work on the control equipment,
the Contractor shall arrange to hare% - -a so qualified signal techni-
cian, employed by the controller,9iufacturer or his representative,
present at the time the equipmep 'r _fs turned on.
j. Solid -State Traffic Actuated Controller
Solid -state traffic actuated controller units, cabinets, and
auxiliary equipment shall conform to the provisions in Section 86 -3,
"Controllers," of the Standard Specifications and these Special
Provisions.
At Locations A, B, D, E, and F, install telemetry communi-
cations and coordination equipment, as required, in the existing
cabinet.
At Location C, install a master traffic adjusted coordinator
and master telemetry equipment in the existing cabinet.
The existing control equipment and cabinets are as follows:
Loc. A - 8 0 Honeywell HMP 190 in a Type "P" cabinet.
Honeywell HMp 190 in a Type "R" cabinetLoc. C - 5 0 Singer #2 00 i a T ..
Type "R" cabinet.
Loc. D - 5 0 Multisonics #901 in a Type "R" cabinet.
Loc. E - 5 0 Multisonics #901 in a Type "R" cabinet.
Loc. F - 5 0 Singer #2000 in a Type "P" cabinet.
Functional Specification - Coordination Equipment.
The master coordinator shall conform to the following
functional capabilities.
1. Microprocessor base design
2. Volume computers
3. occupancy computers
4. External remote control (Submaster supervision)
5. Traffic responsive program selection
6. Time of day /day of week program selection
7. Digital timing, computations and detector monitoring
8. 15 selectable programs
9. 20 detector input capability
10. TDM -FSK communications
11. 64 output minimum
The master coordinator shall receive detector input for
Northbound and Southbound traffic on Irvine Avenue and East-
bound and Westbound traffic on 17th Street. The data received
shall be processed through various calculation routines and
comparisons to establish offset and cycle program to be im-
plemented on Irvine Avenue and split variations for 17th
Street.
• • SP 8 of 8
Coordination, cycle length and split control shall be
accomplished directly through telemetry interface between
the master coordinator and the local Type 90 controllers.
Local controller yield and force off circuits shall be
utilized for these functions.
Illuminated indications shall be available, by command,
on the front panel of the master coordinator for the follow-
ing information:
1. Time of day, day and date
2. Program in effect
3. Volume
4. Occupancy
5. Cycle length in effect
The slave telemetry equipment shall have indications
showing:
1. Coordination status
2. Yield command
3. Force Off command
The communications link shall be accomplished utilizing
telephone lines (Bell System 3002).
At the Contractor's option, master and local coordination
and telemetry hardware and function may differ from that spec-
ified if the operational intent, as determined by the Engineer,
is met. Exceptions to the specifications listing deviations
and their substitute functions shall be supplied by the Con-
tractor at time of bid.
Evaluation of suppliers and proposed equipment will be
considered in the determination of the QUALIFIED LOW BIDDER.
k. 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.
_.
SAMPLE
CITY OF NEWPORT ;tFACH
'ontract No.
Special Endorsement No.
In , lir I I ion nI Ii,f p"c"ium charged, thi '. i- tolia7-rmK-nt, i, attached to and made
n pa rl of all pot it:ie, io,or't ng the liability of .my p,•r ^nn, firm or cnrporation
perform nut %ervicet 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 compan es 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 Reach, 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. - 3/19
)o
0
0
C E R T I F I C A T E
RESOLVED that the President, Vice President or Secre-
tary of this corporation be and they hereby are, authorized
and empowered to execute on behalf of this corporation any
and all agreements, contracts or undertakings in connection
with the operation of this corporation's business, contain-
ing such terms and conditions as the said officers deem neces-
sary or convenient.
I HEREBY CERTIFY that the above Resolution is a full,
true and correct copy, of a Resolution duly adopted by the
Board of Directors of Steiny and Company, Inc. at a meeting
of said Board regularly held on May 24, 1974, and that said
Resolution has not been revoked or rescinded.
WITNESS my hand and the
Seal of said corporation.
P&4AA4-4
Secretary
July 2, 1980
i
"I am aware of and will comply with Section 3700 of the Labor Code,
requiring every employer to be insured against liability for Workers'
Compensation or to undertake self - insurance before commencing any
of the work."
STET ND O ANY, INC.
hAj
SECRETARY
Date X Signat e
CITY OF NEWPORT BEACH
Contract No. C -2156 (STEINY JOB #8645)
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
$500,000. CSL.
GENERAL LIABILITY 6/9/80 TRSLG166T151 -9 -79 7/1/79 to 7/1/82 THE TRAVELEE8 INWNITN
This endorsement is effective JUNE 9TH. , 19 so when signed by an
,Authorized Representative of the companies affording coverages and when issued to City
shall be valid and form a part of policies herein described.
Should any of the above described policies be cancelled before the expiration date
thereof, the issuing company shall mail 30 days' prior written notice by registered mail to:
City of Newport Beach c/o City Clerk
3300 Newport Boulevard
Newport Beach, California 92663.
NAME OF AGENT OR BROKER
ROLLINS BURDICK HUNTER OF SOUTHERN CALIFORNIA
Address 6330 SAN VICENTE BLVD
LOS ANGELES, CALIFORNIA 90048
By __.
Authorized Representative
J. . ANDERSON, ASSISTANT VICE RESIDENT
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. C -2156 (STEINY JOB # 8645)
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
UMBRELLA LIABILITY 6/9/80
UL 391715
7/1/79 to
7/1/80 $5,000,000.
MIDLAND INS. CO.
*AND* - THE RENEWAL
UMBRELLA LIABILITY 7/1/80
UL 391761
7/1/80 to
7/1/81 $5,000,000.
MIDLAND INS. CO.
This endorsement is effective �TVF ATx 198_, when signed by an
Authorized Representative of the companies affording coverages and when issued to City
shall be valid and form a part of policies herein described.
Should any of the above described policies be cancelled before the expiration date
thereof, the issuing company shall mail 30 days' prior written notice by registered mail to:
City of Newport Beach c/o City Clerk
3300 Newport Boulevard
Newport Beach, California 92663.
NAME OF AGENT OR BROKER
ROLLINS BURDICK HUNTER OF SOUTHERN CALIFORNIA
Address 6330 SAN VICENTE BLVD.
LOS ANGELES, CALIFORNIA 90048
By
Authorized Representative)
4JL. ANDERSON, ASSISTANT VICE PRESIDENT
IMPORTANT: This is the only evidence of insurance acceptable to the City. The person
executing this Endorsement is cautioned to make certain that he has authority
to do same on behalf of the Insurance Company or Companies.
C.I.E. - 3/79
N BUR
HUNTEK
of Southern California * Insurance Brokers
6330 San Vicente Boulevard
Los Angeles, California 90048
(213) 937 -7160
NAME AND ADDRESS OF CERTIFICATE HOLDER
CERTIFICATE OF INSURANCE
CITY OF NEWPORT BEACH C/O CITY CLERK
3300 NEWPORT BLVD.
NEWPORT BACH, CA. 92663
NAMEAND ADDRESS OF INSURED
STEINY AND COMPANY, INC.
221 NO. ARDMORE AVE.
LOS ANGELES, CALIFORNIA 90004
This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time.
DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES CONTRACT NO. C -2156
( STEINY JOB # 8645)
This certificate is not a policy and of itself does not afford any insurance. Nothing contained in this certificate shall be construed to
amend, extend or alter the coverage limits, terms or conditions of the policies it certificates.
Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing company
will HtMiKRZmail _ 30 days written notice to the above named certificate holder, ISffiKtf %dC174 XYd{HR317C XEiXiXdtit3#X% dQ
iiEt% i�Ycill�ii' sXIX3fiiP:$ �X{ g[�Clkjy){j{7y�§�}f}$}{�Y�}(gy4 *BY REGISTERED MAIL.
Notwithstanding any requirement, term, or condition of any contract or other document with respect to which the certificate is
issued, the insurance afforded by the policies listed on the certificate is subject to all the terms of such policies.
FOUL `Nc cs; ,!r,K Hi!NTfR
DATEISSUED: eff. 7/1/80 /sb RBH
Llmlts of Liability In Thousands (COO)
TYPE OF INSURANCE
COMPANY AND POLICY NUMBER
POLICY
EXPIRATION DATE
EACH
AGGREGATE
OCCURRENCE
GENERAL LIABILITY
BODILY INJURY
$
$
❑ COMPREHENSIVE FORM
❑ PREMISES — OPERATIONS
❑ EXPLOSION AND COLLAPSE
PROPERTY DAMAGE
$
$
HAZARD
❑ UNDERGROUND HAZARD
❑ PRODUCTS /COMPLETED
OPERATIONS HAZARD
❑ CONTRACTUAL INSURANCE
BODILY INJURY AND
PROPERTY DAMAGE
$
$
❑ BROAD FORM PROPERTY
COMBINED
DAMAGE
❑ INDEPENDENT CONTRACTORS
❑ PERSONAL INJURY
*Applies to Products/ Completed
$
Operations Hazard.
(Personal Injury)
AUTOMOBILE LIABILITY
BODILY INJURY
(EACH PERSON)
$
❑ COMPREHENSIVE FORM
BODILY INJURY
❑ OWNED
(EACH OCCURRENCE)
$
PROPERTY DAMAGE
$
❑ HIRED
BOOILY INJURY AND
❑ NON -OWNED
PROPERTY DAMAGE
$
COMBINED
EXCESS LIABILITY
❑ UMBRELLA FORM
BODILY INJURY AND
❑ OTHER THAN UMBRELLA
PROPERTY DAMAGE
$
$
FORM
COMBINED
WORKERS' COMPENSATION
THE TRAVELERS INDEMNITY CO.
STATUTORY
and
EMPLOYERS' LIABILITY
POL.# TDSKUB168TO06 -1 -80
7/1/81
$1,000, (Each Accident)
OTHER
DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES CONTRACT NO. C -2156
( STEINY JOB # 8645)
This certificate is not a policy and of itself does not afford any insurance. Nothing contained in this certificate shall be construed to
amend, extend or alter the coverage limits, terms or conditions of the policies it certificates.
Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing company
will HtMiKRZmail _ 30 days written notice to the above named certificate holder, ISffiKtf %dC174 XYd{HR317C XEiXiXdtit3#X% dQ
iiEt% i�Ycill�ii' sXIX3fiiP:$ �X{ g[�Clkjy){j{7y�§�}f}$}{�Y�}(gy4 *BY REGISTERED MAIL.
Notwithstanding any requirement, term, or condition of any contract or other document with respect to which the certificate is
issued, the insurance afforded by the policies listed on the certificate is subject to all the terms of such policies.
FOUL `Nc cs; ,!r,K Hi!NTfR
DATEISSUED: eff. 7/1/80 /sb RBH
July 9, 1980
TO: CITY CLERK
FROM: Traffic Engineering Division
SUBJECT: INSTALLATION OF TRAFFIC SIGNAL INTERCONNECT AND COORDINATION
FACILITIES ON IRVINE AVENUE BETWEEN WESTCLIFF DRIVE AND MESA
DRIVE (C -2156)
Attached are four copies of the subject contract documents. Please
have them executed on behalf of the City, retain your copy and the
insurance certificates, and return the remaining copies to our department.
Richard M. Edmonston
Traffic Engineer
RME:ma
Attachments
5
CONTRACT NO. 2156
CITY 0,111EWPORT BEACH
PUBLIC IftIKS DEPARTMENT -� -rny & COMPal2y, Sac.
CONTRACT DOCUMENTS AtMEIM
FOR
INSTALLATION OF
TRAFFIC SIGNAL INTERCONNECT AND COORDINATION'FACILITIES
ON
IRVINE AVENUE
BETWEEN
WESTCLIFF DRIVE AND MESA DRIVE
SUBMITTED BY:
SrEMY AND PDUPA4Yt R,
Contractor
Steiny and Co., hoc,
4620 E La Palma Ave.
Anaheim, Co. 92807
dress •
46201E La PalmalAv
Anaheim, Ca. 92807
Approved by the City ty Zip
Council this 12th day
of May
Phone
r s George. Cify fferu
-9 7
•
otal Bid Price
i
Page 1
=t° CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS will be rec ved at the office of the City Clerk, City Hall, Newport Beach, 3
California, until '2 - P :M. (as determined by telephone time signal) on the
291:h day of aY 1980, _ at which time they will be opened and read, for
performing work as ollof ws:
Installation of Traffic Signal Interconnect and Coordination Facilities
on Irvine Avenue between Westcliff Drive and Mesa Drive.
CONTRACT NO. C -2156
Bids must be submitted on the proposal form attached with the contract documents
furnished by the Public Works Department. The additional copy of the proposal form
is to be retained by the bidder for his records.
Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable
to the City of Newport Beach, for an amount equal to at least 10 percent of the
amount bid.
The title of the.project and the words "SEALED BID" shall be clearly marked on the
outside of the envelope containing the bid.
The contract documents that must be completed, executed, and returned in the sealed
bid are:
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non- collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability and Experience References
These documents shall be affixed with the signature and titles of the persons signing
on behalf of the bidder. For corporations, the signatures of the President or
Vice President and Secretary or Assistant Secr�etar� are required an t e or orate_ Seal
shall be affix ed to all documents regulring sslgnatures. In the case of a arlr tners6 p
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.)
ilu
0
•
Page to
The City has adopted the Standard Specifications for Public Works Construction (197 6
Edition) as prepared by the Southern California Chapters o e r can u is Works
Associdtion 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,
,� indicated in this Proposal, times the unit price as submitted by the bidder. In case
oA 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. Ale2 73 Classification C- 0
Accompanying this proposal i
,
, casnier's cnecK or
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workers' compensation or to
undertake self - insurance in accordance with the provisions of that code, and agrees to
comply with such provisions before commencing the performance of the work of this contract.
1" %41) %79 - 2•3 0
Phone u er
Date
STEINY AND ODWANY, =
Bidder's Name
(SEAL-)
aOrAuized nIze Signature
Type off 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:
STEM AND COMPANY, >NQ
J. O. Steiny— President & Treasurer
Jay Perry — Secretary
• f
Page 3
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies that he hat used the sub -bids of the following
listed contractors in making up his bid and that the subcontractors listed
will be used for the work for which they bid, subject to the approval of the
City Engineer, and in accordance with the applicable provisions of the
specifications. No change may be made in these subcontractors except upon
the prior approval of the Engineer.
Item of Work Subcontractor Address
1 ..
2.
3.
6.
7.
8.
9.
10.
11.
12.
91MM AND ODWANYe XQ
I Type of Organization
(Individual, Co- partnership or Corp.)
' Stein and Co.,_ Inc.
— 4EM4 V aimalvie.
An9heim, Ca. 92807
Address
' •
•
SAFECO INSURANCE COMPANY OF AMERICA
GENERAL INSURANCE COMPANY OF AMERICA
FIRST NATIONAL INSURANCE COMPANY
8APEC0
OF AMERICA
HOME OFFICE: SAFECO PLAZA
SEATTLE, WASHINGTON 98185
BOND # 623057
BID BOND
Approved by The American Institute of Architects,
A.I.A. Doctmont No. A -310 (Feb. 1970 Edition)
KNOWALL MEN BY THESE PRESENTS, That we, STEINY AND COMPANY, INC.
as Principal, hereinafter called the Principal.
and the SAFECO INSURANCE. COMPANY OF AMERICA, of Seattle, Washington, a corporation, duly organized under
the laws of the State of Washington, as Surety, hereinafter called the Surety, are held and firmly bound unto
CITY OF NEWPORT BEACH as Obligee, hereinafter called the Obligee,
in the sum of TEN PERCENT (10 %) OF THE AMOUNT OF THE BID Dollars
(S ), 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
TRAFFIC SIGNAL INTERCONNECT ON IRVINE AVENUE (CONTRACT # 2156)
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 MAY , 19 80 .
fitness
STTEEI�NY AND COMPANY, INC. (Seal)
incta,
Title
SAFECq INSUR ICE COMPANY OF AMERICA
J.
BY
J%llt. ANDERSON Attorney -in -Fact
See R6 linli PRINTED IN U.S.A.
z go
.t t7l
A Aftt g 0
fr o
9. >
cn
0
Z> >
co
m
21
oo
Q.
l<
0
0
:j r
17'
Er
o- > C4
>
0
tj
o NO t- z
(D 0 n
0 Z LO tl
0 ^ cn
G
CR
yLA
EC
OWER OF ATTORNEY
SAFECO
KNOW ALL BY THESE PRESENTS:
OAFECO INSURANCE COMPANY OF AMERICA
HOME OFFICE: SAFECO PLAZA
SEATTLE, WASHINGTON 98165
No. 5291
That SAFECO Insurance Company of America, a Washington corporation, does hereby appoint
L. ANDERSON, Los Angeles, California------------- -- -- - - ----
its true and lawful attorneys) -in -fact, with full authority to execute on behalf of the company fidelity and surety bonds or
undertakings and other documents of a similar character issued by the company in the course of its business, and to bind
SAFECO Insurance Company of America thereby as fully as if such instruments had been duly executed by its regularly
elected officers at its home office.
IN WITNESS WHEREOF, SAFECO Insurance Company of America has executed and attested these presents
this 19th day of April , 19 77.
CERTIFICATE
Extract from the By -Laws of SAFECO Insurance Company of America:
"Article VI, Section 12.— FIDELITY AND SURETY BONDS ... the President, any Vice President, and the Secretary shall
each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on
behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the
course of its business .... On any instrument making or evidencing such appointment, the signatures may be affixed by
facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a
facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, thatthe seal shall not
be necessary to the validity of any such instrument or undertaking."
Extract from a Resolution of the Board of Directors of
SAFECO Insurance Company of America adopted July 28, 1970
"On any certificate executed by the Secretary or an assistant secretary of the Company setting out,
(i) The provisions of Article VI, Section 12 of the By Laws, and
(ii) A copy of the power -of- attorney appointment, executed pursuant thereto, and
(iii) Certifying that said power -of- attorney appointment is in full force and effect,
the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof."
1, W.D. Hammersla, Secretary of SAFECO Insurance Company of America, do hereby certify that the foregoing extracts of
the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant
thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and
effect.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation
this 29TH- day of MAY , 1980
S -1300 RI 7/77 POINTED IN U.S.A.
0 0
Page 5
NON- COLLUSION AFFIDAVIT
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
-N
this4R9 day of_�?� /__� ,
1996. .
My commission expires:
�o
STEM AND OOMPANY. JNQ
OFFICIAL SEAL
D. D. WHITE
NOTARY PUBLIC CALIMMA
A A /),/Ile PRINCIPAL OFFICE IN
y ru
0 0
I . •
STATEMENT OF FINANCIAL RESPONSIBILITY
• Page 6
Tne undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 24 hours after the bid openinq if he
is the apparent low bidder.
Signed
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
bl gne
_
• • PR 1 of 2
TRAFFIC SIGNAL INTERCONNECT AND COORDINATION FACILITIES
ON
IRVINE AVENUE
BETWEEN
WESTCLIFF DRIVE AND MESA DRIVE
CONTRACT NO. 2156
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. 2156 and will take in full payment therefor
the following unit prices for each teen, complete in place, to wit:
ITEM QUANTITY ITEM UNIT TOTAL
N0. AND UNIT DESCRIPTION PRICE PRICE
1 Lump Sum Construct traffic signal inter-
connect and coordination
facilities on Irvine Avenue
between Westcliff Drive and oe
Mesa Drive. S 99T/.- S 9TH
TOTAL PRICE WRITTEN IN WORDS:
—OAIE Dollars
A 1 /l and
Cents
n
STElINY AND OOMPA l INC;
CONTRACTOR'S NAME
DATE - - - -- -- -
• PR 'L oft
4UTIZED SIGNATURE— -
CONTRACTOR'S ADDRESS Stein v and Co.. Inc.
4620 E. La Palma AM
Anaheim, Ca. 92807
TELEPHONE NUMBER / %Y ,30 I
CONTRACTOR'S LICENSE NO.
Designate the firm or company that will supply the control equipment:
7/7 So . �oSiT C . ,� ,E3
Address .l v
Telephone Number ( / r f 7110 !/l�
Y .
TO: CITY COUNCIL
FROM: Public Works Department
•
June 9, 1980
CITY COUNCIL AGENDA
ITEM NO. G -1
SUBJECT: INSTALLATION OF TRAFFIC SIGNAL INTERCONNECT AND
COORDINATION FACILITIES ON IRVINE AVENUE BETWEEN
WESTCLIFF DRIVE AND MESA DRIVE (C -2156)
RECOMMENDATION:
1. Waive the informality in the bid of Steiny &
Company.
2. Adopt a resolution awarding Contract No. 2156
to Steiny & Company for $49,971.00 and authorizing
the Mayor and City Clerk to execute the contract.
DISCUSSION:
Four (4) bids were received and opened in the office of the
City Clerk at 2:30 p.m. on May 29, 1980.
Bidder Amount
1. Steiny and Company, Inc., Anaheim $49,971.00
2. Electrend, Inc., Norwalk $52,750.00
3. William R. Hahn, Temecula $53,666.00
4. Smith Electric Supply, Stanton $63,436.00
The engineer's estimate for the project is $50,000.00
The bid from Steiny & Company was submitted with only the
signature of the Vice President. Since this is not consistent
with the requirements of the bid documents, a copy of a letter,
signed by the President, which indicates that the Vice President's
signature is binding, is attached. Inasmuch as this informality
did not affect the competitive bid process, waiver is recommended.
The project provides for the installation of traffic signal
interconnect and coordination facilities on Irvine Avenue between
Westcliff Drive and Mesa Drive.
CITY COUNCIL AGENDA
Page 2
June 9, 1980
The project is being cooperatively financed with the
City of Costa Mesa and the County of Orange. The cost
sharing is estimated as follows:
City of Costa Mesa $12,000.00
County of Orange $10,000.00
City of Newport Beach $28,000.00
Funds for the City's share of the costs are budgeted
in the current gas tax account, No.. 19 -5678 -105.
The estimated date of completion is October 7, 1980.
Richard M. Edmonston
Traffic Engineer
W01viin
Attachment
MESA92_
N VE?51"'ii �q
w
z
4
J3
w
z
a
DOVER OR
O Signele to Dr
inta[connroted
r
S
C E R T I F I C A T E
RESOLVED that the President, Vice President or Secre-
tary of this corporation be and they hereby are, authorized
and empowered to execute on behalf of this corporation any
and all agreements, contracts or undertakings in connection
with the operation of this corporation's business, contain-
ing such terms and conditions as the said officers deem neces-
sary or convenient.
I HEREBY CERTIFY that the above Resolution is a full,
true and correct copy of a Resolution duly adopted by the
Board of Directors of Steiny and Company, Inc. at a meeting
of said Board regularly held on May 24, 1974, and that said
Resolution has not been revoked or rescinded.
WITNESS my hand and the
Seal of said corporation.
President. —
i
RESOLUTION NO. 9790
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO
STEINY & COMPANY IN CONNECTION WITH THE
INSTALLATION OF TRAFFIC SIGNAL INTERCONNECT
AND COORDINATION FACILITIES ON IRVINE AVENUE
BETWEEN WESTCLIFF DRIVE AND MESA DRIVE (C -2156)
WHEREAS, pursuant to the notice inviting bids for
work in connection with the installation of traffic signal
interconnect and coordination facilities on Irvine Avenue
between Westcliff Drive and Mesa Drive, in connection with
the plans and specifications heretofore adopted, bids were
received on the 29th day of May, 1980, and publicly opened
and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefor is STEINY & COMPANY,
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of STEINY & COMPANY
in the amount of $49,971.00 for the installation of traffic
signal interconnect and coordination facilities on Irvine
Avenue between Westcliff Drive and Mesa Drive be accepted, and
that the contract for the described work be awarded to said
bidder; and
BE IT FURTHER RESOLVED that the Mayor and City Clerk
are hereby authorized and directed to execute a contract in
accordance with the specifications, bid, and this award on behalf
of the City of Newport Beach, and that the City Clerk be directed
to furnish an executed copy to the successful bidder.
ATTEST:
City Clerk
ADOPTED this 9th
day of June
Mayor Pro Ten
1980.
kv
6/4/80
0
..,T B Aaf
TO: CITY COUNCIL
FROM: Public Works Department
May 12, 1980
CITY COUNCIL AGENDA
ITEM NO. H -11
SUBJECT: TRAFFIC SIGNAL INTERCONNECT ON IRVINE AVENUE (C -2156)
RECOMMENDATION:
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for
bids to be opened at 2:30 p.m. on May 29, 1980.
DISCUSSION:
This project provides for the installation of traffic
signal interconnect and coordination facilities on Irvine Avenue
between Westcliff Drive and Mesa Drive. This project is included
in the Traffic Signal Priority Program approved by the City
Council on January 21, 1980.
The plans were prepared by Herman Kimmel and Associates,
Inc. The estimated completion date for the project is September 7,
1980.
The estimated cost of the project is $50,000. Orange
County will be contributing $10,000 towards the project. The City
of Costa Mesa's share will be $12,000, leaving the City of Newport
Beach a share of $28,000. There are adequate funds in the gas tax
account for this project to cover the City's share.
,; G, Rat W))y -Ira
Richard M. Edmonston
Traffic Engineer
JEB:ma
O signet. to be
int erconnected
THE NEWPORT ENSIGN
PROOF OF PUBLICATION
(2015.5 C.C.F.)
STATE OF CALIFORNIA,
SS.
County of Orarxge,
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 -20176 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:
Published M ay
..... ............................... ...
I certify (or declare) under penalty of perjury that the
foregoing is true and correct. Dated at Newport Beach,
s dayof May 19 80
CCC
Signature
THE NE,WPORr ENSIGN
2721 E. Coast Hwy., Corona del Mar, California 92625.
ibis, :e is for the County Clerk's Filing Stamp
Notice - Bid
Proof of Publication of
Traffic Signal # C - 2256
it :. .1 �''< •' I ' ,�,
'.CITY OF NEWPORT BEACH.
'CAMFOBNu
NOTICE INVITING BIDS
SEALED BIDS will be received et tie
allies of lh. City Clark, City Hall, 1
Newport Beach, CelHomia, until 2.30
.p.m. (as demrmmed by telephone hma'
etgnzl).on, the nth day of May, 1990,
at which time they will be opened and
read, far'pechronin. work as fo0ow..
]mtallati. A Traffic Stgnel Intercon-
nect 'and Cr ordimt!on F.eilities on I.-
s Ax.... betwe.. WastcWf Drive
_ and Me- Ddve.
do rRACT NO. C 215(3
'
We must be submitted on the pro.
paw form attached with -the contract
document. furciahed by the Public
Works Department. The tedditi ond
copy of the propo.el form is to be re.
iaind by the bidder for ht. records.
Each bid most be acco spanted by
amh, certified check or Bidder s Bond,
made payable to, the City of Newport
Beach, for an amount equal to at )east
30 par ant of the amount bid.
The the of the project and the words
"SEALED'HID" shelf be clearly marked
on the outside, of the anvalope, contain.
be, thebid.. '
The contract documents that at be
.correlated, a nescutted, and returned in
the sealed bid are:
A. Proposal
H. D..ignhtion of Subcommcmm
C. Bidd.r'a Baud
D. No. callusf.. Affidavit.
E. Statement of Financial Ampo.-
aibility '
F. Technical AEility and Expooionce
Beier
Th es documents shall be Mond
with the signature and title, of the per.
,.as rg.ing on behalf. of the bidder.
For corporations, the eiq..iut. of the
President!' or Vice Prosidont and
Secret.,.r Assistant Secretary are r..
quired and the Corporate seal shall be
affixed ' to all documents ratryioin.
signatures In the case of d Partned
shop, the signature of at latest one
...oral partner is rwqubed,
No bids will be accepted from a cam
trader who has not been licensed in
.....danc. with the "evisons sal
Chapter 9, Diviaioh III of the Business
and Profasaioru' Code. The contractor
,hall mate his lieeaee number and
clauibrftsivn in the proposal. ,.
Co. set of plans and camrad
due .... ts, including special Drovi
done, may be obtained .t the Public
Works Department, City Hall, Newport
Beach, Cal:latvia, at no cost a licens,
ad contractor.. 11 b roqueatad that the
pia.. and caobact dooum.nb be
returned within 2 week. after the bid
epTheThe
City has adopted the Standard
Specifications !or Public Works Cam
!. (1976 Edit..) a prepared by
the Soothe. CaWarna Chapters of the
American Public Works Association
sad AsseCmd General Comtae-
tcrspi America. Copies may be obtaln-
c fmm Bmldissq News, Inc., 3055
O�ed.a�d Ave, I Las A . s, Celli..
670.36;1.
T." ;,, y has sdep:ed Standsrd
Special Proviaioms and Standard Draw
ings. Copies of these are available at
the Public Works Department at a coat
of SS per set; ..
A standa }d. "City of Newport Beech
Special 8ndars unmst't farm has been
adpptad. by the city of Newport Beach.
Thu form re the only endorceme.t ac-
ceptable to the City for liability, iu
ce, purposes. The successful low
bidder will be required to complete the
form upon award of contract.
For any r.,uf,.d bonds, the c
puny .cs ing. u-bid bonds, labor sad
material boada' and faithful per
f rrmanne bonds most be a insnrancy
ompany or surety ctpany 11's owd
by the State of Ca1BDrsu-
In accordance with the provuiom of
Article 2, Chapter 1, Part 7 of the
Califania labor Coda (S.ctkaau Inn
at. aeq.), the Dixaatar of Industrial
Relations has ....`tamed the q..I
prevailing at. of Per diem we,. in
Ilse locality he which the work u to be
p.darmod far each .craft, alesulfrca. .
hod, or type of workmen or ma:hanic
ceded to concrete the contract. A
copy of said d.mrmioetiav b available
or the billion of the City Clark. All par.
❑es to the contract shell be gwarced by
pr..more of the California Labor
Code relating to prevailing wage nitro
(Suctions 1770.7991 inclnskve).. Tha
aotractor shall be responsible for
compliance with Section 1777.5 of that
C.BIO[vla Labor Code for ell apprma.
fineable bacupetimrs.
The contractor abell past .. copy of
the prevailkvq wage rules et Ahe job
site. (Copies mey be obteire d from the
Public Works Departmeat.
The City reaus,ou the right to relent
any or eft bids sad to w ye say in
formality in such bide. -
Publish: May 14, .1960 in Th.
Newport Evaign. NFASD
I
. Page 1
�+ A p p �+ TT �{
CITY OF NEWPORT BEACH, CALIFORNIA FOR LEGAL f ULYUh tO1�i
NOTI3NVITING BIDS
;. (Date)
SEALED BI ll be received , at the offs ^the City Clerk, City Hall, Newport Beach,
California, until 2:30 P M. (as determined by telephone time signal) on the
29th day of�a' 1960, at which time they will be opened and read, for
performing work as folllows:
Installation of Traffic Signal Interconnect and Coordination Facilities
on Irvine Avenue between Westcliff Drive and Mesa Drive.
CONTRACT NO. C -2156
Bids must be submitted on the proposal form attached with the contract documents
furnished by the Public Works Department. The - additional copy of the proposal form
is to be retained by the bidder for his records.
Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable
to the City of Newport Beach, for an amount equal to at least 10 percent of the
amount bid.
The title of the project and the words "SEALED BID" shall be clearly marked on the
outside of the envelope containing the bid.
The contract documents that must be completed, executed, and returned in the sealed
bid are:
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non - collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability and Experience References
These documents shall be affixed with the signature and titles of the persons signing
on behalf of the bidder. For corporations, the signatures of the President or
Vice President and Secretary or Assistant Secretary are required ant a CCorporate Seal
shall be affixed to all documents requiring. - signatures. In the case of a ark 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 1
�+ A p p �+ TT �{
CITY OF NEWPORT BEACH, CALIFORNIA FOR LEGAL f ULYUh tO1�i
NOTI3NVITING BIDS
;. (Date)
SEALED BI ll be received , at the offs ^the City Clerk, City Hall, Newport Beach,
California, until 2:30 P M. (as determined by telephone time signal) on the
29th day of�a' 1960, at which time they will be opened and read, for
performing work as folllows:
Installation of Traffic Signal Interconnect and Coordination Facilities
on Irvine Avenue between Westcliff Drive and Mesa Drive.
CONTRACT NO. C -2156
Bids must be submitted on the proposal form attached with the contract documents
furnished by the Public Works Department. The - additional copy of the proposal form
is to be retained by the bidder for his records.
Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable
to the City of Newport Beach, for an amount equal to at least 10 percent of the
amount bid.
The title of the project and the words "SEALED BID" shall be clearly marked on the
outside of the envelope containing the bid.
The contract documents that must be completed, executed, and returned in the sealed
bid are:
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non - collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability and Experience References
These documents shall be affixed with the signature and titles of the persons signing
on behalf of the bidder. For corporations, the signatures of the President or
Vice President and Secretary or Assistant Secretary are required ant a CCorporate Seal
shall be affixed to all documents requiring. - signatures. In the case of a ark 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 Specifins for Public Works Construction (1976
Edition) as prepared by t he Southern California Chapters of the American u rc 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.
Nk" 5a�
Revised 3 -13 -79