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