Loading...
HomeMy WebLinkAboutC-2562 - Street Light Replacement for Balboa BoulevardCITVOF NEWPORT IWACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 6443005 July 13, 1987 Steiny and Company, Inc. 2230 E. Orangethorpe Avenue Fullerton, CA 92631 Subject: Surety: Safeco Insurance Company of America Bonds No. 5095554 Contract No.: C -2562 Project: Street Light Replacement for Balboa Boulevard from Alvarado Street to "B" Street The City Council of Newport Beach on June 8, 1987 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 has been recorded in accordance with applicable sections of the Civil Code. The Notice was recorded by the Orange County Recorder on June 17, 1987, Reference No. 87- 342990. Sincerely, l 1, Wanda E. Raggio City Clerk WER:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach EASE RETURN TO: _ty Clerk/-,e X �/ ?"r ity of Nert Be4h ,300 Newport Blvd. • j ga EXEMPT 1 r PRO GOVERNMENT CODE 6103 Newport Beach, CA 92663 -3884 NOTTCF OF COMPLETION A1Fi' `'.':. "'•'• PUBLIC WORKS EXEMPT C14 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY CALIFORNIA -3 K PM JUN 17'87 O4e- a Vd —,.j aouNry I o All Laborers and Material Men and to Every Other Person Interested: YOU WILL PLEASE TAKE NOTICE that on June 8, 1987 the Public Works project consisting of Street Light Replacement for Balboa Bou evar from Alvarado Street to "B" Street (C -2562) on which Steiny and Company, Inc., 2230 E. Orangethorpe Avenue, Fullerton, CA 92631 was the contractor, and Safeco Insurance Company of America 16320 Roscoe Blvd., Van Nuys, was the surety, was completed. CA, 91406 VERIFICATION I, the undersigned, say: CITY OF NEWPORT BFACH Public' Works Director I am the Public Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on June 11, 1987 at Newport Beach, California. Public iVorks 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 June 8, 1987 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 June 11, 1987 at Newport Beach, California City Clerk crtr ctrnK JUL 7 1987 c1hof mwpd Be&&. CIV CITYDOF NEWPORT AACH June 12, 1987 OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 County Recorder's Office P.O. Box 238 Santa Ana, California 92702 (714) 644 -3005 Enclosed is the following document for recordation and return to the above -named office: Notice of Completion for C- 2562, C -2563 and C -2632. Sincerely, L , Wanda E. Raggio /�� City Clerk 3300 Newport Boulevard, Newport Beach • • 1_J TO: CITY COUNCIL FROM: Public Works Department 0 June 8, 1987 GY ii ;_ "'1 11U-1001 CITY COUNCIL AGENDA 'CITY Oc - RFAC�1 ITEM NO. F -12 JUN 8 067 aPPROVY0 SUBJECT: STREET LIGHT REPLACEMENT FOR BALBOA BOULEVARD FROM ALVARDO STREET TO B STREET (C -2562) 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 recorded in accordance with applicable sections of the Civil Code. DISCUSSION: The contract for the subject project has been completed to the satisfaction of the Public Works Department. The bid price was $143,400.00 Amount of unit price items constructed 137,700.00 Amount of change orders 6,229.70 Total contract cost 143,929.70 One change order in the amount of $6,229.70 was issued to provide for a new electric feed in lieu of reusing the existing. Funds were budgeted in the General Fund, Account No. 02- 3293 -378. The contractor is Steiny & Company of Fullerton. The contract date of completion was March 28, 1987. Benjamin B. Nolan Public Works Director • GpD:jb CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 //,P TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: February 2, 1987 SUBJECT: Contract No. C -2562 Description of Contract Street Light Replacement for Balboa Boulevard from Alvarado Street to "B" Street. Effective date of Contract January 29, 1987 Authorized by Minute Action, approved on January 12, 1987 Contract with Steiny and Company, Inc. Address 2230 E. Orangethorpe Avenue Fullerton, CA 92631 Amount of Contract $143,400.00 cf 4�et Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach v , 9 NOTICE INVITING BIDS 9 CITY CLERK Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92658 -8915 until 11:00 a.m. on the 30th day of December , 1986, at which time such bids sabe opened and read for STREET LIGHT REPLACEMENT FOR BALBOA BOULEVARD FROM ALVARADO STREET TO "B" STREET Title of Project 2562 1 , Contract No. $202,000 Engineer's Estimate O / Approved by the City Council this 8th day of December , 1986. Wanda E. Raggio City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92658 -8915. For further information, call Gilbert Wong at 644 -3311. Project Manager 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL STREET LIGHT REPLACEMENT FOR BALBOA BOULEVARD FROM ALVARADO STREET TO "B" STREET CONTRACT NO. 2562 To the Honorable City Council City of Newport Beach P. 0. Box 1768 Newport Beach, CA 92658 -8915 Gentlemen: PR 1.a The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete this Contract No. 2562 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: ITEM QUANTITY ITEM DE CRIP ION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE k. A 1. Lump Sum Remove existing lighting standards, luminaires and overhead conductors. @ Nineteen Thousand Dollars and No Cents $ 19,000.00 Per Lump Sum 2. Lump Sum Furnish and install underground conduit e d conductors for multiple ,treet lighting system. @ Fifty -Five Thousand Dollars and No Cents $ 55_nnn pp Per Lump Sum 3. 1 Each Furnish and install street light service point and abandon existing service point. @ Eight Hundred Dollars and No Cents $ 800.00 $ 800.00 Per Each — ^— W N r v w m C) m w r om c= r = m a n� �o m o v r i m N 3 cn m Ol Z u� T O ro z z . o n �oz S � w n � n D m O r0 3 rD � S a N O Z wo n Z < n C (D 0 z n -1 Y-• ;tl K A T7 a -e £ o o 0 d O S+ o:3•sJ• a N 6 A J•F s a r+o J.Jr ro f 7 c+roD d•� N •ro Q r - T ro mo 0 ro A A O o ro ro a m s Oro � N 33p A N 3lO' N 7 0 0 ro 0 N 0 T 0 0 - ro d + n C Q 3 (D m o m m S 0 ` O ro �• A 0 a S 3 1 O ro K N 0 O d d ro ro 3 =3 a A a N V ro A d o . -+LO O o £ S N t+ f+ ro G S A Z D E O d -� 0.9 = a r �m av �< - O •M E 3 C A J. C+ IN O San ro w o o A ? S 0 El PR I.b ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 1 Each Install pedestal enclosure @ Five Hundred Dollars and No Cents $ 500.00 $ 500.00 Per Each 5. 35 Each Furnish and install lighting standard complete with 150 Watt luminaire and pull box. @ Nineteen Hundred Dollars and No Cents $1,900.00 $66,500.00 Per Each 6. 4 Each Furnish and install 150 Watt luminaires @ Four Hundred Dollars and No Cents $ 400.00 $ 1,600,00 Per Each TOTAL PRICE WRITTEN IN WORDS: One Hundred Forty -Three Thousand Four Hundred #161273 C -10 & A Contractor's Lic. No. & Classification December 30, 1986 Date 2230 E. Orangethorpe Avenue Full Prtnn rh 92631 Bidder's Address Dollars and Cents $ 143,400.00 STEINY AND COMPANY INC. Bi Tde r S /David Chadbourne, Vice President Authorized Signature /Title (714) 441 -0255 Bidder's Telephone No. 0 0 INSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. The City of Newport Beach will not permit a substitute format for the contract documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held respon- sible for bidder errors and omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For part- nerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. #161273 C -10 & A Con tr's Lic. No. & Classification December 30, 1986 Date STEINY AND COMPANY, INC. Bidder S /David Chadbourne, Vice President Authorized. Signature /Title Page 2 • 0 Page 3 DESIGNATION OF SUBCONTRACTOR(S) The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer.and as provided by State law. Subcontract Work Subcontractor Address 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. STEINY AND COMPANY INC Bidder S /David Chadbourne Authorized Signature Title . • Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, STEINY AND COMPANY, INC , as bidder, and SAFECO INSURANCE COMPANY OF AMERICA , as Surety, are held and firmly bound unto the City of Newport Beach, Calfornia, in the sum of TEN PERCENT (10%) OF THE AMOUNT OF THE BID Dollars ($ ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of STREET LIGHTING REPLACEMENT FOR BALBOA BOULEVARD (CONTRACT 2562) Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver to said City the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of contract documents for execution to the above bounden bidder by and from said City, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an individual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. of IN ECEMBERSS WHEREOF, , we hereunto set our hands and seals this 12th day 19 86. (Attach acknowledgement of Attorney -in -Fact) S/ Purita Burris Notary Public Commission Expires: April 3, 1987 IM-der S /David Chadbourne, Vice President Authorized Signature /Title SAFECO INSURANCE COMPANY OF AMERICA Surety By S/ Jean Willcox Title . Attorney- in -Fact NON- COLLUSION AFFIDAVIT The bidder, 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 arrange- ment or agreement 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 agreement 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 bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever 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 30th day of December 19 86. My commission expires: October 28, 1988 STEINY AND COMPANY. INC. S /David Chadbourne, Vice President Authorized Signature /Title S /D. D. White Notary Public Page 5 • Page 6 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. 1986 City of Anaheim Dave Nelson (714) 999 -5100 1986 City of Tustin Tim Tucker (714) 544 -8890 1986 City of Fullerton Paul Smith (714) 738 -6857 More Upon Request! Bidder Authorized Signature/Title • NOTICE • Page 7 The following are contract documents which shall be completed and executed by the successful bidder after he receives a letter of award from the City of Newport Beach: PAYMENT BOND (pages 8 & 9) FAITHFUL PERFORMANCE BOND (pages 10 & 11) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12, 13, 14) CONTRACT (pages 15 & 16) The City of Newport Beach will not permit a substitute format for these contract documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Register Circular 570. INSURANCE COMPANIES shall be (1) licensed to conduct business in California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VIII (or larger) in accordance with the latest edition of Best's Ke Ratin Guide: Pro ert - Casualty. Coverages shall be provided for all TYPES OF INSURANCE checked on the CERTIFICATE OF INSURANCE. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction (latest edition adopted for use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. • • Page 8 PAYMENT BOND BOND NO. 5095554 PREMIUM: $860.00 (included in FP) KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted January 12, 1987 has awarded to STEINY AND COMPANY, INC. hereinafter designated as the "Principal ", a contract for STREET LIGHT REPLACEMENT FOR BALBOA BOULEVARD FROM ALVARADO STREET TO "B" STREET (C -2562) 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, or other supplies used in, upon, for, or about the performance of *he work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We STEINY AND COMPANY. INC. as Principal, and SAFECO INSURANCE COMPANY OF AMERICA as Surety, are held firmly bound unto the City of Newport Beach, in the sum of ONE HUNDRED FORTY THREE THOUSAND FOUR HUNDRED AND NO /10o Dollars ($143,400.00 ), said sum being equal to 100% 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, or other supplies, 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 Unemploy- ment 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 3250 of the Civil Code of the State of California. The 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 i y n Payment Bond (Continued) • Page 9 this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil 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 _Zotr day of Tana„ry , 197 STEINY AND COMPANY, INC. ('SeAT-) Name of Contractor Principal 0 Zd' kPAW JAY & Pa0'y;-5'ECRETK Y / Authrrizkd i nature and Title Authorized Signature and Title SAFECO INSURANCE COMPANY OF AMERICA (Seal) Name of Surety 16320 Roscoe Blvd., Van Nuys, Ca. 91406 Addre of Surety Signae re and Title i6f Authorized Agent Jean Willcox, Attorney -In -Fact ri -' ,_ (213) 385 -5211 Telephone No. of Agent \} \ \ \ \ \�( ~ ` `- §} co w \ \ \( \ \\ �- \E« 4 \} \\ ] � k \ :.\ Z 77 [ ° , §;qa 0 at \m \ \3 M cu . E � \Em § &E$ [ k y \m(& CD > , @ #[) \ \ \�\ » // q 8/7 ®(]® a §KQ028�� , 10, ;( E� ( 1� POWER OF ATTORNEY FECO INSURANCE COMPANY OF AMERICA ���...... ✓✓✓ INERAL INSURANCE COMPANY OF AMERICA HOME OFFICE: SAFECO PLAZA ECO SEATTLE, WASHINGTON 98185 No. KNOW ALL BY THESE PRESENTS: 5868 That SAFECO Insurance Company of America and General Insurance Company of America, each a Washington corporation , does each hereby .appoint ------------- - - - - -- -JEAN WILLCOX, Los Angeles, California-------- ------ -- - -- --- its true and lawful attorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO Insurance Company of America and General Insurance Company of America have each executed and attested these presents this Rhh day of March , 19 79 . 11 ILI 11 CERTIFICATE Extract from Article VI, Section 12, of the By -Laws of SAFECO Insurance Company of America and of General 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, maybe impressed or affixed or in any other manner reproduced; provided, however, that the seal shall no, 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 and of General 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, Wm. Hammersla, Vice President and Secretary of SAFECO Insurance Company of America and of General 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 these corporations, 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 each corporation F GOpPORgTf p SEAL $�fF OF wxsot't "4"_4 W wry} this 20th day of January , 19 87 CORPORATE SEAL �t 927 ��n� • • Page 10 BOND NO. 5095554 FAITHFUL PERFORMANCE BOND PREMIUM: $860.00 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted. ,; has awarded to STEINY AND COMPANY, INC. hereinafter designated as the "Principal ", a contract for STREET LIGHT REPLACEMENT FOR BALBOA BOULEVARD FROM ALVARADO STREET TO "B" STREET (C -2562) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, CTFTNY AND COMPANY INC. as Principal, and SAFECO INSURANCE COMPANY OF AMERICA as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of ONE HUNDRED FORTY THREE THOUSAND FOUR HUNDRED AND NO/100 Dollars ($ 143,400.00 ), 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 i Faithful Performance Bond (Continued) 46 Page 11 of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 20th day of January 19 87 STEINY AND COMPANY INC. (Sgil) - Name foffContracttor rincipal) - JAY E. PERRY, TiTitre— Authorized Signature and Title SAFECO INSURANCE COMPANY OF AMERICA (Seal) Name of Surety 16320 Roscoe Blvd., Van Nuys, Ca. 91406 Address of Surety SignatVfe and i tj>le of Ott on ze4 Apnt Jean k cox, orney- n- ac 3550 Wilshire Blvd., L.A., Ca. 90010 Address of Agent (213) 385 -5211 Telephone No. of Agent its - P C7 V� O -1 NF 2 3 �p VI 4 ` m �Y' mH S2 p N O p O VI 3 d n a E3 ° ¢ d `j 11 c � o m H v N a O ¢Z rt y m 27 � 0 � m m O R y p d 1• p u b N O � £ v 0 � p p ISO o CD / ) / ( qt�if fi % & (/0 .§(� @�(/ /( §\ /(\ ( ( /)§��} '- ( [ %` Ems[ /}[rEq f2 §[�r g , E o * $ (k \� ~ 0 ® ,SD B CID 7 § a q q & o CD / ) / ( qt�if fi % & (/0 .§(� @�(/ /( §\ /(\ ( ( /)§��} '- ( [ %` Ems[ /}[rEq f2 §[�r g , E o * $ (k \� ~ 0 ® ,SD B POWER OF ATTORNEY OFECO INSURANCE COMPANY OF AMERICA 'GENERAL INSURANCE COMPANY OF AMERICA HOME OFFICE: SAFECO PLAZA SAFECO SEATTLE, WASHINGTON 98185 No. 5868 KNOW ALL BY THESE PRESENTS: That SAFECO Insurance Company of America and General Insurance Company of America, each a Washington corporation , does each hereby appoint - - ---- -JEAN WILLCOX, Los Angeles, California------ - --- - -- --- its true and lawful attorney(s) -in -fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO Insurance Company of America and General Insurance Company of America have each executed and attested these presents this Rth day of March , 19 79 CERTIFICATE Extract from Article VI, Section 12, of the By -Laws of SAFECO Insurance Company of America and of General 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 n;L 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 and of General 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, Wm. Hammersla, Vice President and Secretary of SAFECO Insurance Company of America and of General Insurance Company of America, do hereby cenity that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, 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 WfTNE88 WHEREOF, 1 have hereunto set my hand and affixed the facsimile seal of each corporation this r day of January .19 87 CIM• �htt COyP� DSO `pgPOHq J�, pr SOS 7% C *� CORPORATE s i SEAL SEAL 2953 y. 1925 -k . ���f pf WAS of fin sf WasliT® RTIFICATE HOLDER City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED AND C. 0ERTIFICATE OF INSURANCE • Page 12 IES AFFORDING COVERAGES any A The Travelers Indemnity Company er Company B Transcontinental Insurance Co. Letter wwPany C Letter i,ompany D Letter un"Pany E Letter 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, including attached endorsement(s). ;NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the -Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. S /J /N: 8071 ;By: Agency: Alexander & Alexander of CA., Inc. Authorized Represe tative 'Date: January 20, 1987 Telephone: (213) 385 -5211 ''Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: STREET I1GHT REPLACEMENT FOR BALBOA BOULEVARD FROM ALVARADO STREET TO "B" STREET (C -2562) (Project Title and Contract Number) (NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. R1 Policy LIMITS F LIABILITY IN THOUSANDS 000 COMPANY TYPES OF INSURANCE Policy Exp. LETTER COVERAGE REQUIRED No. Date lAg.FroLlucts Each Completed Occurrence Operations A GENERAL LIABILITY x Comprehensive Form 1662151 7/1/87 Bodily Injury $ $ x Premises - Operations 98E Property Damage $ $ x Explosion & Collapse Hazard x Underground Hazard x Products /Completed Operations Bodily Injury Hazard and Property x Contractual Insurance Damage Combined $ 1,000, $ 1,000, x Broad Form Property Damage x Independent Contractors X Personal Injury Marine Personal Injury $ 1,000 Aviation AUTOMOTIVE LIABILITY A (]x Comprehensive Form �x Owned 166T150 786 7/1/87 Bodily Injury (Each Person $ $ Bodily njury (Each OccurrencELL Hired PrnertZ Damage Non -owned Bodily Injury and Property Damage Combined $ 1,000, EXCESS LIABILITY Q Umbrella Form UMB0719 7/1/87 Bodily Injury B Other than Umbrella Form 372 and Property Damage Combined $ 1,000, $ 1,000, WORKERS' COMPENSATION Statutor A and EMPLOYER'S LIABILITY 169T973 186 7/1/87 $ 1,000, kEach Accident) ;NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, the -Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mail, attention: Public Works Department. S /J /N: 8071 ;By: Agency: Alexander & Alexander of CA., Inc. Authorized Represe tative 'Date: January 20, 1987 Telephone: (213) 385 -5211 ''Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: STREET I1GHT REPLACEMENT FOR BALBOA BOULEVARD FROM ALVARADO STREET TO "B" STREET (C -2562) (Project Title and Contract Number) (NOTICE: This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. R1 CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: Page 13 l., With respect to such insurance as is afforded by the policy for Bodily Injury and Property Damage Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded the additional named insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The limits of liability under this endorsement for the additional insureds named in paragraph 1 of this endorsement shall be the limits indicated below for either Multi- ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability Property Damage Liability ( X) Single Limit Bodily Injury Liability and Property Damage Liability Combined $ each occurrence $ each occurrence 1,000,000. h occurrence The limits of liability as stated in paragraph 3 of this endorsement shall not in- crease the total liability of the Insurance Company for all damages as the result of any one accident or occurrence in excess of the limits of Liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 3D days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. STREET LIGHT REPLACEMENT FOR BALBOA BLVD. FROM ALVARADO ST. TO "B" ST. (C -2562) 5. Designated Contract: Project Title and Contract No.). This endorsement is effective 01/20/87 at 12:01 A.M. and forms a part of Policy No. 1667150786 Named Insured Steiny and Company, Inc. Endorsement No. A Name of Insurance Company Travelers Indemnity Co. BY pWi Authorized Repre entat've Page 14 CITY OF NEWPORT BEACH COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Comprehensive General Liability, the City of Newport Beach, its officers and employees are additional in- sureds but only with respect to liability arising out of operations performed by or on behalf of the named insured in connection with the contract designated below or acts and omissions of the City of Newport Beach in connection with its general supervision of such operations. The insurance afforded said additional insured shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or nold harmless provision con- tained in the written contract, designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU "hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured named in paragraph I of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability Property Damage Liability (X) Single Limit $ each occurrence each occurrence Bodily Injury Liability $ 1,000,000. each occurrence and Property Damage Liability Combined The applicable limit of the Insurance Company's liability for the insurance afforded for contractual liability shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insureds. The limits of liability as stated in this endorsement shall not increase the total liability of the Insurance Company for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to Comprehen- sive General Liability Insurance. 6. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department STREET LIGHT REPLACEMENT FOR BALBOA BLVD. FROM ALVARADO ST. TO "B" ST. (C -2562) 7. Designated Contract: Project Title and Contract No. This endorsement is effective 01/20/87 at 12:01 A.M. and forms a part of Policy No.166T151986 Named Insured Steiny and Company, Inc. Endorsement No. A Name of Insurance Company Travelers Indemnity Co. By uthorized Repre nta 've • Page 15 CONTRACT THIS AGREEMENT, entered into this okay of 19, by and between the CITY OF NEWPORT BEACH, hereinafter "Ci and STEINY AND COMPANY, INC. hereinafter "Co ractor, "is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: STREET LIGHT REPLACEMENT FOR BALBOA BLVD. FROM ALVARADO ST. TO "B" ST. (C -2562) Title of Project Contract No. (b) Contractor has been determined by City to be the lowest responsi- ble bidder on said public work, and Contractor's bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction of the following described public work: STREET LIGHT REPLACEMENT FOR BALBOA BLVD. FROM ALVARADO ST. TO "B" ST. (C -2562) Title of Project Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of c u Cu IV14 -1111 GG IIV UJUn� ' - "W IYJ +YVV.VV /. This compensation includes 1 any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstruc- tions in the performance of the work; (3) any expense incurred as a result of any suspension or discontinuance of the work; but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instruction to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and endorsement(s) l I -y 1101 (f) Plans and Special Provisions for e (g) This Contract. Contract No. Page 16 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximiately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. ATTEST: /I' /li /' / / � APPROVED AS TO FORM: City Attorney CITY STEINY AND COMPAW& INC. Na mu - f Contr c or (Principal) JAY E..PE`�2R'F� SECP.ETAW _ Aut ri ed Signatur and Authorized Signature and Title 2( - - \( - R� / j 4 R y A � < }) 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STREET LIGHT REPLACEMENT FOR BALBOA BOULEVARD FROM ALVARADO STREET TO "B" STREET CONTRACT NO. 2562 INDEX FOR SPECIAL PROVISIONS SECTION PAGE I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. TIME OF COMPLETION . . . . . . . . . . . . . . . . . . . . . . . . 1 III. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 IV. PUBLIC CONVENIENCE AND TRAFFIC CONTROL . . . . . . . . . . . . . . 2 A. Traffic Control Plans . . . . . . . . . . . . . . . . . . . . 2 B. "NO PARKING, TOW AWAY" Signs . . . . . . . . . . . . . . . . . 2 C. Notification to Residents and Businesses. . . . . . . . . . . 3 V. CONSTRUCTION SURVEY STAKING . . . . . . . . . . . . . . . . . . . 3 VI. UNDERGROUND SYSTEM . . . . . . . . . . . . . . . . . . . . . . . . 3 VII. SERVICE POINT . . . . . . . . . . . . . . . . . . . . . . . . . 3 VIII. PEDESTAL ENCLOS,RE . . . . . . . . . . . . . . . . . . . . . . . . 4 IX. STREET LIGHTING STANDARD . . . . . . . . . . . . . . . . . . . . . 4 X. LUMINAIRE REPLACEMENT . . . . . . . . . . . . . . . . . . . . . . 4 XI. REMOVAL AND SALVAGE . . . . . . . . . . . . . . . . . . . . . . . 5 XII. SIDEWALK REPLACEMENT . . . . . . . . . . . . . . . . . . . . . . . 5 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR STREET LIGHT REPLACEMENT FOR BALBOA BOULEVARD FROM ALVARADO STREET TO "B" STREET CONTRACT NO. 2562 I. SCOPE OF WORK The work to be done under this Contract consists of replacing the existing incandescent and mercury vapor lamps on substandard poles with an energy efficient system of high pressure sodium vapor luminaries. The Contract requires completion of all work in accordance with these Special Provisions, the Plans (Drawing No. E- 5026 -S), the City's Standard Special Provisions and Standard Drawings for Public Works Construction (1985 Edition) and the Standard Specifications for Public Works Construction (1985 Edition Copies ot the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department for Five Dollars ($5). Copies of the Standard Specifications may be purchased at Building News, Inc., 3055 Overland Avenue, Los Angeles, CA 90034, (213) 202 -7775. II. TIME OF COMPLETION The Contractor shall complete all field work on this Contract by March 28, 1987 or within sixty (60) consecutive calendar days after the start of construction, whichever comes first. No work shall begin until a schedule of work has been approved by the Engineer. The construction schedule shall incorporate the following requirements: 1. All work for the new street light system shall be completed (except for the connection of the feed point), prior to starting the removal of the existing stree light system. 2. A complete plan for each stage and phase of construction proposed by the Contractor, and estimated length of the outages during transition from the existing to the new system. 3. Accommodation of the City's street sweeping (north side of street on Mondays, south side on Tuesdays) and trash collection in alleys (Mondays). If the Contractor's work interferes with sweeping or trash collection days, it shall be his responsibility to make arrangements by contacting the City's Field Operations Superintendent, Mr. Merle Milne, at (714) 644 -3060. 0 0 SP 2 Of 5 It will be the Contractor's responsibility to ensure the availability of all materials prior to the start of work. Unavailability of materials will not be sufficient reason to grant the Contractor an extension of time. The intent of this section of the Special Provisions is to emphasize to the Contractor the importance of prosecuting the street light construc- tion in an orderly, pre - planned, continuous fashion, so that the tran- sition from the existing to the new system will be accomplished so that the time the lights are out of service will be minimized. In no event shall any of the lights be out of service on weekends or holidays or for more than five consecutive days. III. PAYMENT The unit or lump sum price bid for each item of work shown on the Proposal shall be considered as full compensation for all labor, equipment, materials and all other things necessary to complete the work in place, and no additional allowance will be made therefor. IV. PUBLIC CONVENIENCE AND TRAFFIC CONTROL The Contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH), also published by Building News, Inc. A. Traffic Control Plans The Contractor shall submit written traffic control plans to the Engineer and obtain his approval a minimum of five (5) working days prior to commencing any work. The plans shall incorporate the following: The location and wording of all signs, barricades, delineators, lights, warning devices, temporary parking restrictions, and any other details required to assure that all traffic will be handled in a safe and fficient manner with a minimum of inconvenience to the motorists. 2. A complete and separate plan for each stage and phase of construction proposed by the Contractor showing all items listed under 1. above. B. "NO PARKING, TOW AWAY" SIGNS Where any restrictions herein mentioned necessitate temporary prohibi- tion of parking during construction, the Contractor shall furnish, install, and maintain in place "NO PARKING, TOW- AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty (40) hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police 0 SP 3 Of 5 Department, Traffic Division, at (714) 644 -3740, for verification of posting at least 40 hours in advance of the need of enforcement. The signs shall be (1) made of white card stock; (2) have minimum dimensions of 12 inches wide and 18 inches high; and (3) be similar in design and color to sign number R -38 of the CalTrans Uniform Sign Chart, such as, manufactured by Signal Flash of Anaheim, (714) 871 -2224. The Contractor shall print the hours, days and date of closure in 2- inch -high letters and numbers. A sample of the completed sign shall be approved by the Engineer prior to posting C. NOTIFICATION TO RESIDENTS AND BUSINESSES Between 48 and 55 hours before restrict*. g vehicular access to garages or parking spaces, the Contractor shall distribute to each affected address a written notice stating when construction operations will start and approximately when vehicular accessibility will be restored. The written notices will be prepared by the Engineer. The Contractor shall insert the applicable dates and time at the time he distributes the notices. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor renotification using an explanatory letter furnished by the Engineer. V. CONSTRUCTION SURVEY STAKING Field staking for location of new street lighting standards will be provided by the Engineer. VI. UNDERGROUND SYSTEM The new street lighting system shall be 240 -volt multiple system. The conduit shall be the diameter indicated on the plans and shall be PVC Schedule 40, or if installed by jacking methods, it may be galvanized metal. Existing conduit may be reused where indicated on the plans. Conductors shall be the number and size indicated on the plans. The location of f e conduit shall conform tc Drawing No. STD -101 -L except where it is nece ;ary to vary the location to avoid obstacles such as utilities, lighting standard foundations, storm drains, etc. Non - standard conduit locations shall be approved by the Engineer. The lump sum price bid for furnishing and installing conduit and conductors shall include all things necessary to complete the system including connec- tions to service points, pedestals and new lighting standards. VII. SERVICE POINT A new 240 -volt metered service point shall be installed on the Southern California Edison pole at the location shown on the plans. r • SP 4 Of 5 When all work is completed, except for connecting the conductors to the Southern California Edison facilities, the Contractor shall arrange with Chris Cartwright of Southern California Edison Company (714) 895 -0203 for the necessary connection. The Contractor shall have a representative pre- sent when the connection is made. The meter cabinet shall be a commercial meter can suitable for mounting on a wood pole, with factory installed test blocks, 3 wire, 240 volt, single phase with 100 AMP 2 -pole main breaker. The meter can shall be circle AW #214 MTB or approved equal. The lump sum price bid for this item of work shall include removal and salvaging of the existing series service point and all facilities required by the Southern California Edison Company for connections to their system. Service charges by Southern California Edison Company will be billed to and paid for by the City. VIII. PEDESTAL ENCLOSURE A cast aluminum prewired pedestal enclosure will be furnished by the City. The enclosure shall be picked up by the Contractor from the City's Utilities Yard at 949 West 16th Street. The Contractor shall furnish and install a breaker in the enclosure for each circuit indicated. The enclosure shall be mounted in accordance with CBN STD - 206 -L. The lump sum price bid for this item of work shall include all connections to the existing and new underground system. IX. STREET LIGHTING STANDARD This item of work includes furnishing and installing a street lighting standard with a pole height of 26' -3" complete with a 150 watt high pressure sodium vapor luminaire per CNB STD - 201 -L. This luminaire shall be as specified in Section XI. A fuse and fuseholder is to be installed in the base of each ole to serve the wattage o' the luminaire per CNB STD - 205 -L. A pu , box is to be furnished and installed adjacent to each pole base per CBN STD- 205 -L. The luminaire shall conform to the require- ments of Section XI. The lump sum price bid for this item of work shall include foundation, bracket arm, pull boxes, luminaire, fuses, conductors, and all other items necessary for a complete installation and connection to the underground system. X. LUMINAIRE REPLACEMENT This item of work includes all work necessary to replace luminaires on lighting standards that are to remain and installing a fuse holder and appropriately sized fuse in the base of each lighting standard. SP 5 Of 5 New luminaires shall be 150 watt, 240 volt high pressure sodium -vapor General Electric M250 A2 or Hubbell RM -150 (RM -CD- 15S -73- 032 - 035 -FO) power door with enclosed regulator- type - ballast, photo electric cell receptacle, charcoal filtered optical assembly and Type III distribution with cut -off optics, or approved equal. XI. REMOVAL AND SALVAGE After the new street lighting system is complete and operable, existing steel and concrete lighting standards, luminaires, mast arms, transformers and overhead conductors shall be removed. All removed items, except the steel lighting standards, shall be salvaged and delivered by the Contractor to the City's Utilities Yard at 949 West 16th Street. The Contractor shall be responsible for protecting all salvaged material against damage until it is delivered at the City Yard. The steel lighting standards shall become the property of the Contractor and shall be removed from the job site. The lump sum price bid to remove existing lighting standards, luminaires and overhead conductors shall include all work necessary to remove and salvage the items described herein and removal of interfering portions of lighting standard foundations and the replacement of necessary concrete sidewalk. XII. SIDEWALK REPLACEMENT Where concrete sidewalk is removed for installation of conduit, removal of lighting standard foundations, installation of street light standards or pull boxes, the sidewalk shall be sawcut and replaced to score lines or joints. The thickness and finish of the replacement sidewalk shall match the existing adjacent sidewalk. 0 0 January 27, 1987 TO: CITY CLERK FROM: Public Works Department SUBJECT: Street Light Replacement For Balboa Boulevard From Alvarado Street To "B" Street (C -2562) Attached are forms of the subject contract documents. Please have them executed on behalf of the City, retain your copy and return the other copies to this department. u'2 C C.�2� c I.�.1 �.✓' Gilbert Wong Project Engineer GW:jb Att. C7 • • (4) January 12, 1987 BY THE ilffi COUKILCITY COUNCIL AGENDA OITY O:F'siEVPORT BE,ACMEM N0. F -3(c) TO: CITY COUNCIL JAN 12 }?gl FROM: Public Works Department — APPRoVFp SUBJECT: STREET LIGHT REPLACEMENT FOR BALBOA BOULEVARD FROM ALVARADO STREET TO B STREET (C -2562) RECOMMENDATION: 1. Adopt a budget amendment appropriating $43,400 to Account No. 02- 3293 -378. 2. Award Contract No. 2562 to Steiny and Company, Inc., for the total price of $143,400 and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 A.M. on December 30, 1986 the City Clerk opened and read the following bids for this project: Bidder Total Price Low Steiny and Company, Inc. $143,400 2 Paul Gardner Corporation 143,800 3 Superior Signal Service Corporation 185,010 The low bid is 41% below the Engineer's estimate of $202,000. The low bidder, Steiny and Company, is a well - qualified general engineering contrac- tor who has successfully completed other contracts for the City. The contract includes replacement of street lights on Balboa Peninsula as described on the attached agenda item of December 8, 1986. Funds for award are proposed from Account No. 02- 3293 -378 ($100,000) and by budget amendment. A request to appropriate the additional $43,400 into Account No. 02- 3293 -378 has been prepared for Council consideration per the agenda item. • - Plans and specifications were prepared All work should be coopleted by March 28, 1987. Benjamin B. Nolan Public Works Director LD:jd Att. by the Public Works Department. r . • TO: CITY COUNCIL FROM: Public Works Department December 8, 1986 CITY COUNCIL AGENDA ITEM NO. F -12 SUBJECT: STREET LIGHT REPLACEMENT -- BALBOA BOULEVARD FROM ALVARADO STREET TO "B" STREET, C -2562 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 11:00 A.M. on December 30, 1986. DISCUSSION: This project provides for the replacement of the existing variety of • incandescent and mercury vapor lamps, poles and overhead conductors which date back to the early 1900s. The old system will be upgraded to a more uniform, safer, and energy- efficient, high - pressure sodium -vapor luminaire system on standard City precast concrete poles. (See attached Exhibit A for project location.) C The estimated cost of the work is $202,000. Since only $100,000 is available in the current budget, additional funds may be requested in a budget amendment after the bids are received. The difference in cost is due to the original preliminary estimate having been too low. Because the age of the existing system is resulting in increasing level of maintenance and repair work being required, the Utilities Department advises that it would be desirable to proceed with the project at this time. The circuit layout of the existing system does not lend itself to partial conversion, thus an alternative of a phased project to fit within the isting appropriatio�nisis not desirable. Benjamin B. Nolan Public Works Director GW:jd Att. an a I7 y _ Z 4' J. _ s P• o� fi(t�,; , ,` <' J /r' ;' .^i,. ' 4 , Q j. E T ol I. P i �'P' • �o IM1M1O ; � ` TP, � 0 /A c , -Yt - / P T�'Y�•/ �l 00� ry ti Y , • Y CITY PUBLIC WORKP SDEPARTMENT 57-REE7- L16Nr ,e&0MeC14SA1r FOQ e4z BOA Yez v 3 PROJECT LOCATION DRAWN •6. DATE B -ZO -dG APPROVED PUBLIC WORKS DIRECTOR R.E. NO. DRAWING NO. EXHza1r A t 66,jIllace IlliwDm ftA G 9266) (1N1631-8120 STATE OF CALIFORNIA County of Orange, Ile NeivportE►�sigr► � SS. I*am a citizen of the United States and a resident of the County afore- said; I am over the age of eighteen years, and not a party to or inter- ested in the above - entitled matter. I am the principal clerk of the prin- ter of the Newport Ensign newspaper of general circulation, printed and published weekly in the city of New- port Beach, County of Orange, and which newspaper has been adjudged a newspaper of general circulation by the Superior Court of the County of Orange, State of California, under the -date of May 14, 1951, CASE NUM- BER A -20178 that the notice, of which the annexed is a printed copy (set in type not smaller than non- pareil) has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates to- wit: I certify (or declare) under penalty cf perjury that the foregoing is true and correct. Dated in Newport Beach, California DEC 111986 SIGNATURE BECKY L. BOLTON LEGAL ADVERTISING DIRECTOR A rll..� w o� r_..:..,.:,.. PROOF OF PUBLICATION (2015.5 C.C.P.) II----------------------------- 11 11 11 II 1 II II 11 II 11 I I NOTICE INVITING BIDS 1 t Sealed bids may be I I received at the office of the I I City Clerk, 3300 Newport tt 1 Boulevard,-PO Box 1768, I t t Newport Beach, CA 92658 - I I I 8915 until 11:00 a.m. on 1 I the 30th day of December, 1 1 1986, at which time such I I bids shall be opened and 1 I read for I I Title of Project: I I STREET LIGHT REPLACE - I I MENT FOR BALBOA I I BOULEVARD FROM ALVA- I I RADO STREET TO "B" I I STREET I t Contract Na.2562 1 Engineers Estimate: I I 8202,000 I I Approved by the City Coun- t I cil this 8th day of I I December, 1986 II 1 I (Signed) ty Cl Reggio erk 11 I I Prospective bidders may 1 1 .obtain one set of bid doc- -\ I I uments at no cost at the I I office of the Public Works 1 I Department, 3300 Newport 1 I Boulevard, P.O. Boxc 1768, - 1 I Newport Beach, CA 92658- 1 I 8915. I I For further information, I I call Gilbert Wong, Project 1 1 Manager, at 644 -3311 11 12/11 '5791 II II 11 11 If 11 II I1 It 11 11 11 I '- II •- II - is TO: CITY COUNCIL • Decembe 8, 1986 BY TAE LiTY COUgj[ITY COUNCIL AGENDA viTY OF AEVIT'ORT BEAeTIEM NO. F -12 DEC 8 1986 FROM: Public Works Department — APPROVED SUBJECT: STREET LIGHT REPLACEMENT-- BALBOA BOULEVARD FROM ALVARADO STREET TO "B" STREET, C -2562 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Authorize the City - Clerk =to - advertise for bids -to be opened at 11:00-A.M. on December 30, 1986. DISCUSSION: This project provides for the replacement of the existing variety of • incandescent and mercury vapor lamps, poles and overhead conductors which date back to the early 1900s. The old system will be upgraded to a more uniform, safer, and energy- efficient, high - pressure sodium -vapor luminaire system on standard City precast concrete poles. (See attached Exhibit A for project location.) The estimated cost of the work is $202,000. Since only $100,000 is available in the current budget, additional funds may be requested in a budget amendment after the bids are received. The difference in cost is due to the original preliminary estimate having been too low. Because the age of the existing system is resulting in an increasing level of maintenance and repair work being required, the Utilities Department advises that it would be desirable to proceed with the project at this time. The circuit layout of the existing system does not lend itself to a partial conversion, thus an alternative of a phased project to fit within the isting appropriation is not desirable. ?44 Benjamin B. Nolan Public Works Director • GW:jd Att. U /✓ r 04/ jr co Vt , d a' / / '- iFEVNy u•. �: /vu vPr , � , %� : ..; ! (� ' ', ".jai ,L. r \y. e•A /% ,r !:•^ ! 4 , dc4 � pn'td'o ' l• "I !`' w 1. '�' PROJECT LOCATION �/ M I� �'�� fl, I `� �� ! ty��1p r JTQE``T P•, h /..i Ty n f •.•r" /, .R 1. iY � 9 � �.l �'','' � r.,�cf � i!�" i .• f,.9` S'lie eA'1 r • .. ��� f .q :y -1 d T -� 'L. '•! 1, r : •' I. CITY OF NEWPORT BEACH DRAWN 6. DATE 8'r0"6G PUBLIC WORKS DEPARTMENT APPROVED PUBLIC WORKS DIRECTOR 57-,PEE7- R.E. NO. — FO,P '041-640A BLVD. DRAWING NO. EXNiBIT A