Loading...
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