Loading...
HomeMy WebLinkAboutC-2376 - Installation of Signals & Safety Lighting at Hospital & PlacentiaMayor Evelyn R. Hart Mayor Pro Tern Philip R. Maurer Council Members Bill Agee John C. Cox Jr. Jackie Heather - Ruthelyn Plummer Donald A. Strauss April 6, 1984 Paul Gardner Corp. 901 S. Sultana Ave. Ontario, CA 91761 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714) 640 -2251 Subject: Surety:. United Pacific Insurance Co. Bonds No: U 46 03 86 Project: Installation of Traffic Signals 5 Lighting Contract No.: C -2376 The City Council on February 27, 1984 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. The Notice was recorded with'the Orange County Recorder on March 6, 1984, Reference No. 84- 093514. Please notify your surety company that the bonds may be released 35 days after this recording date. Sincerely,, Wanda E. Andersen CITY CLERK WEA:lr cc: Public Works City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 I Phase mum to: City Clerk City of Newport Beach 3300 Newport Blvd. P.O. Box 1768 Newport Desch, CA 92663 -3884 NO CONSIDERATIM 84-093514 0 4=41s w EXEMPT EA8RA6XKCCN C2 NO,ricE OF COMPLETION PUBLIC WORKS 1 o All Laborers and Material Men and to Every Other Person Interested: I',� •� YOU WILL PLEASE TAKE NOTICE that on February 27, 1984 _ the Public Works project consisting of Installation of Traffic Signals and Safety _ Lighting at the intersection of Hospital Road 6 Placentia Ave. (C -2376) on :id United Pacific Insurance Co., P.O. Box 10970, Santa Ana. 92711 ompleted. AP CH _. R 61984 CITY V ` ' Public Works Director ,% / VERIFICATION I, the undersigned, say: 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 March 2, 1984 at �Newport Beach, C ifornia. ublic Works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on February 27, 1984 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 March 2, 1984 at Newport Beach, California. ty Clerk March 2, 1984 Lee A. Branch County Recorder P.O. Box 238 Santa Ana, CA 92702 Dear Mr. Branch: CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK (714)640 -2251 Attached for recordation are 4 Notices of Completion of Public Works projects consisting of: 1. Oasis Park Grading & 5th Avenue St. Improvement between Jasmine & Narcissus Ave. (C- 2316), on which Gillespie Construction was the contractor and Fireman's Fund Insurance Co., was the surety. 2. Installation of Traffic Signals & Safety Lighting at the intersection of Hospital Road & Placentia Aver• _' Tan which Paul Gardner Corp. was the contractor and United Pacific Insurance Co. was the surety. 3. Storm Drain Improvement Program for 1983 -84 (C- 2380), on which Gillespie Construction was the contractor and Fireman's Fund Insurance Co., was the surety. 4. Desilting Basin at Big Canyon Reservoir (C- 2384), on which Capistrano Construction Co. was the contractor and The Ohio Casualty Insurance Co. was the surety. Please record and return to us. Sincerely Wanda E. Andersen City Clerk WEA:lr Attachments (4) City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 9 BY THE CITY COUNCIL CITY Of NEWPORT BEACH FEB 2 71984 APPROVED TO: CITY COUNCIL FROM: Public Works Department SUBJECT: RECOMMENDATIONS: 0 L February 27, 1984 CITY COUNCIL AGENDA ITEM NO. F—? � 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion 3. Authorize the City Clerk to release the bonds 35 days after Notice of Completion has been filed. DISCUSSION: The contract for the construction of the Hospital Road - Placentia Avenue traffic signal has been completed to the satisfaction of the Public Works Department. The bid price was $49,268.00 Amount of unit price items constructed 49,268.00 Amount of change orders (205.05) Total contract cost $49,062.95 The project was funded by Park Lido, Ltd. Two change orders were issued. The first, in the amount of $(- )571.05, provided for use of two runs of existing conduit in lieu of in- stalling new. The second, in the amount of $366.00, provided for a change in the sidewalk and handicapped ramp at the northwesterly corner. The design engineering was performed by Greer and Company of Anaheim. The contractor is Paul Gardner Corp. of Ontario. The contract date of completion was August 10, 1983. The relocation of their overhead lines by the Edison Company delayed the completion of the signal until October 4, 1983. 611�.) )Zr-4 Benjamin B. Nolan Public Works Director GPD:jd CITY OF NEWPORT BEACH P.O. BOX 1768, NEWPORT BEACH, CA 92663 -3884 OFFICE OF THE CITY CLERK (714) 640 -2251 T0: FINANCE DIRECTOR TRAFFIC ENGINEERING FROM: CITY CLERK DATE: April 28, 1983 SUBJECT: Contract No. C -2376 Description of Contract Installation of Traffic Signals and Safety Lighting at the intersection of Hospital Road and Placentia Avenue Effective date of Contract April 27,.1983 . Authorized by Minute Action, approved on April 11, 1983 Contract with Paul Gardner Corporat Address 901 S. Sultana Avenue Ontario, CA 91761 Amount of Contract $49,268.00 k404& a� . Wanda E. Andersen City Clerk WEA:lr attach. 3300 Newport Boulevard, Newport Beach CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport BeaoA,.CA 92663.untilll:00 a.m. on the 24th day of March 14.$3, at which time such b-s shall be opened and read for INSTALLATION OF TRAFFIC SIGNAL &.SAFETY LIGHTING AT HOSPITAL RD. & PLACENTIA AV. Title of Project ro� U (I 2376 Contract No. $60,000.00 Engineer's Estimate LIC FO Rr'% Approved by the City Council_ this 28th day of February ,, 1983. L���iy1i1� C: • L���YQGI� -- Wanda E. Andersen 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, Newport Beach, CA 92663. For further information, call Jim Brahler at 640 -2161. Project Engineer 0 0 INSTALLATION OF TRAFFIC SIGNAL AND SAFETY LIGHTING AT THE INTERSECTION OF HOSPITAL ROAD AND PLACENTIA AVENUE CONTRACT NO. 2376 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: 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 Contract No. 2376 in accordance with the Plans and Special Provisions, and will take in full payment therefor, the following unit price for the work, complelein place, to wit: ITEM QUANTITY NO. AND UNIT ITEM DESCRIPTION 1. Lump sum Construct Traffic Signal and Safety Lighting at the intersection of Hospital Road and .Placentia Avenue UNIT TOTAL PRICE PRICE Forty nine thousand, tAo hundred sixty gigh-Dollars and no Cents $ 49,268. $ 49,268 The City reserves the right to reject all bids if there appears to be an inappropriate distribution of costs between the two lump sums. TOTAL PRICE WRITTEN IN WORDS: Forty Nine Thousand Two Hundred Sixty Eight Dollars and no Cents $ 49,268 CONTRACTOR'S LICENSE NO. 172258 Paul Gardner Corporation Bidder March 24, 1983 s/ Paul R. Gardner, President Date Authorized Signature /Title (714) 984 -1714 901 S. Sultana Ave., Ontario, CA 91761 Bidder's Telephone # Bidder's Address • • Page 2 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. STATEMENT OF FINANCIAL RESPONSIBILITY 7. 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. 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. Bids shall be submitted on the attached PROPOSAL. form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. 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 dis- crepancy 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 responsible for bidder errors or 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 the President or Vice President. For partnerships, 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 con- tract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in- clusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. 172258 C10 SA SB1 Contr's Lic. No. & Classification March 24, 1983 Date Paul Gardner Corporation Bidder s/ Paul R. Gardner, President Authorized Signature /Title • • 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. Item of Work Subcontractor Address 1. W.C. Ramp, Mid County Construction,.P.O. Box 86, Corona del Mar, CA 92625 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Paul Gardner Corporation Bidder s/ Paul R. Gardner, President Authorized Signature /Title • BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, • Page 4 That we, Paul Gardner Corporation , as bidder, and United Pacific Insurance Company as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of Bid ------ - - - - -- - ---- - - - - -- Dollars ($ 10% of bid ), 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 Installation of traffic signals and safety lighting at Hospital Road and Placentia Avenue 2376 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 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 a notice to the above bounden bidder by and from said City that said contract is ready for execution, 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 indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 9th day of March , 1983. . (Attach acknowledgement of Attorney -in -Fact) Rhonda Lynn Fitzpatrick Notary Public Commission expires 7 -25 -86 M Title Paul Gardner Corporation Bidder s/ Paul R. Gardner, President Authorized Signature /Title =31VIMINIM 9 To 0!! Robert.J..Cul Robert J. Culp, Attorney -in -Fact • • Page 5 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. s/ Paul R. Gardner, President Authorized Signature /Title Subscribed and sworn to before me this 24th day of March 19 83. My commission expires: April 26, 1986 Jacqueline M. Gardner Notary Public • • Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. Paul Gardner Corporation Bidder s/ Paul R. Gardner, President Authorized Signature /Title 9 Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. 1982 Caltrans District 7 J. Guiterrez (714) 383 -4263 1982 Caltrans District 8 J. Osborne (213) 749 -7246 1982 City of Costa Mesa H. Burnham (714) 754 -5334 • IIJAJ .. hr Ift [M s/ Paul R. Gardner, President Authorized Signature /Title • 0 Page 8 NOTICE The following are samples of contract documents which shall be completed and executed by the successful bidder after he receives letter of award from the City of Newport Beach: PAYMENT BOND (pages 9 & 10) FAITHFUL PERFORMANCE BOND (pages 11 & 12) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13, 14, 15) CONTRACT (pages 16 & 17) Since 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 sub- mission of bid. BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Register Circular 570. INSURANCE COMPANIES shall be assigned Policyholders' Rating B (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Ke Ratin Guide: Property- Casualty. Coverages shall be pr ivoded for a 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 edi- tion adopted for use in the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. r� L KNOW ALL MEN BY THESE PRESENTS, That 0 Page 9 PAYMENT BOND Bond No.: U 46 03 86 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted April 11 1983 has awarded to PAUL GARDNER CORPORATION hereinafter designated as the "Principal ", a contract for INSTALLATION OF TRAFFIC SIGNAL & SAFETY LIGHTING AT HOSPITAL ROAD & PLACENTIA AVENUE (C -2376) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, provender, or other supplies or teams used in, upon, for, or about the per- formance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We PAUL GARDNER CORPORATION as Principal, and UNITED PACIFIC INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of Twenty four thousand, six hundred thirty four and no /100 Dollars ($24,634_on --------- , said sum being one -half of the estimated amount payable by the City of Newport Beach under the terms of the contract, for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon • • Page 10 Payment Bond (Continued) 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 18th day of April , 1983 ` Appro ed as to form: i Citk Attorney it I PAUL GARDNER CORPORATION (Seal) Name of Contractor Principal r U1 P; gna ure�ana pin e it[r r . S l re ,- UNITED PACIFIC INSURANCE MjTA JY (Seal) Name of Surety P.O. Box 10970 Santa _Ana. OA 92711 - 70z -�- - o na,tne Culp, i Ito f -IaoFactd g� ent 1890 N. Garet/ Ave.. Pomona_ CA 977F;7 '. ddress of Agent 714 -623 -610 Telephone No. of Agent • 0 i 8 i _1 i 8 i .� \ W / /r§/ \ \ }\ \ \�( ! \/f \r ,a \k( \ � \\ � \)\ «47 CL u 0 � >m «/$ / \) co �R \)) Ez /f \ \k \\;t/ Qzz�® =0�2; � o ¥B,- k LZ ; $ EA {§ k\ a! £§ lk -. UNITED PIF'IC INSUR ANCS COMPANY HOME OFFICE, TACOMA, WASHINGTON POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, That the UNITED PACIFIC INSURANCE COMPANY, a corporation duty organized under the laws of the State of Washington, does hereby make, constitute and appoint ROBERT J. CULP of POMONA, CALIFORNIA-- - - - - -- Its true and lawful Attorney -in -fact, to make execute, seal and deliver for and on its behalf, and as its act and deed ANY AND ALL BONDS AND UNDERTAKINGS OF SURETYSHIP---------- - - - - -- and to bind the UNITED PACIFIC INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the UNITED PACIFIC INSURANCE COMPANY and sealed and attested by one other of such officers, and hereby ratifies and confirms all that Its said Attorney(s)-in-fact may do In pursuance hereof, This Power of Attorney is granted under and by authority of Section 37A of the By-Laws of UNITED PACIFIC INSURANCE COMPANY which provisions are now in full force and effect, reading as follows: SECTION 37A — ATTORNEYS,IN FACT SECTION 1. The Board of Directors, the President, or any Vice- President or Assistant Vice - President shall have power and authority to: (a) appoint Attorneys-in-fact and to authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (b) to reprove any such Attorney -in -fact at any time and revoke the power and authority given to him. SECTION 2. Attorneys -in -fact shall have power and authority, subject to the terms and limitations of the power of attorney issued to them, to execute and deliver on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The corporate seal is not necessary for the validity of any ponds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. This power of attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of UNITED PACIFIC INSURANCE COMPANY at a meeting held on the 26th day of October, 1971, at which a quorum was present, and said Resolution has not been amended or repealed: "Resolved, that the signatures of such directors and officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached." IN WITNESS WHEREOF, the UNITED PACIFIC INSURANCE COMPANY has caused these presents to be signed by its Vice- President, and its corporate seal to be hereto affixed, this 5th day of May 19-L7. UNITED PJ /A/CIFIC INSURANCE COMPANY STATE OF Washington ( V Vice-Presidens COUNTY OF s ss. Pierce On'nis 5th day of May , 19 77, personally appeared WM. J. COTTER to me known to be the Vice -President of the UNITED PACIFIC INSURANCE COMPANY, and acknowledged that he executed and attested the foregoing instrument and affixed the seal of said corporation thereto, and that Section 37A, Section 1 and 2 of the By -Laws of said Company and the Resolution, set forth therein, are still in full force. /7 My Commission Expires: ,J r:. !-4, January 15 19 78 Washin to� Notary Public in and for State of 6' Residing at Tacoma I, , Assistant Secretary of the UNITED PACIFIC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by said UNITED PACIFIC INSURANCE COMPANY, which is still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company this_ day of 19_. BDU -1431 ED.2 -72 Assistant Secretary 0 • Page it FAITHFUL PERFORMANCE BOND Bond No.: U 46 03 86 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted April 11, 1983, has awarded to PAUL GARDNER CORPORATION hereinafter designated as the "Principal ", a contract for INSTALLATION OF TRAFFIC SIGNAL & SAFETY LIGHTING AT HOSPITAL ROAD & PLACENTIA AVENUE (C -2376) 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, PAUL GARDNER CORPORATION as Principal, and UNITED PACIFIC INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of Forty nine thousand, two hundred sixty eight and no /100 - - -- Dollars ($49,268.00--- - - - - }, 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 Faithful Performance Bond (Continued) Page 12 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 18th day of April , 1983 - ` Approved as to form: c. City Attorney 0 PAUL GARDNER CORPORATION (Seal) Name of Contractor Principal) uthorized Signature and.Ti,tle oriz�ea gpature analAit�le i a r rd t "r- J� S.rC re rf UNITED PACIFIC INSURANCF COMPAUY (Seal) Name of Surety P.O. Box 10970 1890 N. Garey Ave., Pomona, CA 91767 Address of Agent 714- 623 -6161 Telephone No. of Agent !J 1 N E 0 m U 0 m Q) N c N O J w O c U e U 0 U Q E m w O O LL ~ a c z O c p O E N C 7 m E $ t v E D o � - m � 0 c c a o a o •ice 2aii y c > � c > - O d 00 ° ° Z N r; $ � 3 d v o 3 y O O c .mE L L -0 3 ry C � a a 0) C « Q r Z N Q « a 0 0 a N U p O m L O'"J U U } A Q ' •i 'p L 'O Q Q 0SOU LL 4 v Q ) V 00 m w U Q Q Er C rm c m Z LL 4.11 .` • }. Eo m o YOU'{ U O a 0 0 a mm UNITED P *IFIC INSURANA COMPANY HOME OFFICE, TACOMA, WASHINGTON POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, That the UNITED PACIFIC INSURANCE COMPANY, a corporation duly organized under the laws of the State of Washington, does hereby make, constitute and appoint ROBERT J. CULP of POMONA, CALIFORNIA------ - - - - -- its true and lawful Attorney - in -fact, to make execute, seal and deliver for and on its behalf, and as its act and deed ANY AND ALL BONDS AND UNDERTAKINGS OF SURETYSHI and to bind the UNITED PACIFIC INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the UNITED PACIFIC INSURANCE COMPANY and sealed and attested by one other of such officers, and hereby ratifies and confirms ail that Its said Attorney (s)-i n -fact may do in pursuance hereof. This Power of Attorney is granted under and by authority of Section 37A of the By-Laws of UNITED PACIFIC INSURANCE COMPANY which provisions are now in full force and effect, reading as follows: SECTION 37A — ATTORNEYS4 N -FACT SECTION 1. The Board of Directors, the President, or any Vice - President or Assistant Vice- President shall have power and authority to: (a) appoint Attorneys -in -fact and to authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (b) to remove any such Attorney-in-fact at any time and revoke the power and authority given to him, SECTION 2. Attorneys - infact shall have power and authority, subject to the terns and limitations of the power of attorney issued to them, to execute and deliver on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The corporate seal is not necessary for the validity of any bonds and undertakings. recognizances, contracts of indemnity and other writings obligatory in the nature thereof. This power of attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of UNITED PACIFIC INSURANCE COMPANY at a meeting held on the 26th day of October, 1971, at which a quorum was present, and said Resolution has not been amended or repealed: "Resolved, that the signatures of such directors and officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached." IN WITNESS WHEREOF, the UNITED PACIFIC INSURANCE COMPANY has caused these presents to be signed by its Vice- President. and its corporate seal to be hereto affixed, this 5th day of MaY 19 77 UNITED PACIFIC INSURANCE COMPANY STATE OF Washington COUNTY OF � ss. Pierce On'uis 5th day of May , 19 L personally , )M `; zit. ti Vice-President WM. J. COTTER to mer known to be the Vice - President of the UNITED PACIFIC INSURANCE COMPANY, and acknowledged that he executed and attested the foregoing instrument and affixed the seal of said corporation thereto, and that Section 37A, Section 1 and 2 of the By -Laws of said Company and the Resolution, set forth therein, are still in full force. My Commission Expires: January 15 19 7a ` l Washintrton Notary Public in and for State of o Residing at Tacoma I, , Assistant Secretary of the UNITED PACIFIC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by said UNITED PACIFIC INSURANCE COMPANY, which is still in full force and effect. IN WITNESS WHEREOF, 1 have hereunto set my hand and affixed the seal of said Company this day of 19_. Assistant BOU 1431 ED.2 -72 City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED PAUL GARDNER CORPORATION CERTIFICATE OF INSURANCE • Page 13 G COVERAGES Company A Reliance Insurance Com Fsny B Letter United Pacific Insurance Company ny C w 901 So. Sultana Avenue Pi Ontario, CA 91761 I l,Ompany E I attar 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. By: Agency: Averbeck Company "RUtNUr1" 'Repres ative Date Issued Description of operations /locations /vehicles: All operations performed for the City of Newport Be2ach bVV or on behalf of the named insured in connection with the following designated contract: Installation of Traffic signal & safety lighting at Hospital Rd. & Placentia Ave., 42376 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. Evil Policy LIMITS OF LIABILITY IN THOUSANDS 000 COMPANY TYPES OF INSURANCE Policy Exp. g. ro ucts/ LETTER COVERAGE REQUIRED No. Date Each Completed Occurrence Operations A GENERAL LIABILITY x Comprehensive Form p x Premises - Operations x Explosion & Collapse Hazard x Underground Hazard CI 644 3654 Cont. until cance Bodily Injury Property Damage $ $ $ $ x Products /Completed Operations Bodily Injury Hazard and Property x Contractual Insurance Damage Combined $ 500, $ 500, x Broad Form Property. Damage x Independent Contractors x Personal Injury Marine Personal Injury $ 500, Aviation A AUTOMOTIVE LIABILITY ❑x Comprehensive Form CI 644cont. Bodily Injury (Each Person $ Qx Owned 3854 until an c. $ Bodily Injury (Each Occurrence Qx Hired Pro ert Dama e Non -owned o i y Injury and Property Damage Combined $500, EXCESS LIABILITY B ® Umbrella Form ❑ Other than Umbrella Form U 449 645 7/i/8 Bodily Injury and Property Damage Combined $ 1,000, $1,000, WORKERS' COMPENSATION Statutory and EMPLOYER'S LIABILITY ac 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. By: Agency: Averbeck Company "RUtNUr1" 'Repres ative Date Issued Description of operations /locations /vehicles: All operations performed for the City of Newport Be2ach bVV or on behalf of the named insured in connection with the following designated contract: Installation of Traffic signal & safety lighting at Hospital Rd. & Placentia Ave., 42376 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. Evil 0 • Page 14 CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. 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 $ each occurrence Property Damage Liability $ each occurrence ( X ) Single Limit Bodily Injury Liability $ 500,000 each occurrence and Property Damage Liability Combined 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 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works.Depat^tment. Installation of Traffic signal & safety lighting at Hospital 5. Designated Contract: Rd. & Placentia Ave. #2376 Project Title and Contract No.). This endorsement is effective 4/19/83 at 12 :01 A.M. and forms a part of Policy No. CI 6443854 Named Insured Paul Gardner Corporation Endorsement No. 5 AV E�COM A !Y Name of Insurance COmpdny Reliance Insurance Co. By Nut fib FT;r6-d R "5L1rt tive • • Page 15 CITY OF NEWPORT BEACH COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: 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 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 hold 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 M each occurrence each occurrence Bodily Injury Liability $ 500,000 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 Installation of traffic signal & safety lighting at 7. Designated Contract: Hospital Rd. & Placentia Ave., 42376 Project Title and Contract No. This endorsement is effective 4/19/83 at 12:01 A.M. and forms a part of Policy No. CI 6443854 Named Insured PAUL GARDNER CORPORATION Endorsement No. 4 A R E K CO Pa NY Name of Insurance Company Reliance Ins. Co. By ., dui horized• res Live Page 16 CONTRACT THIS AGREEMENT, entered into this .day of 19 3 2, by and between the CITY OF NEWPORT BEACH, hereinafter "City, nd , hereinafter "Contractor, "is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: INSTALLATION OF TRAFFIC SIGNAL & SAFETY e 2376 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: INSTALLATION OF TRAFFIC SIGNAL & SAFETY LIGHTING AT HOSPITAL ROAD & PLACENTIA AVENUE 2376 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 Forty -nine thousand two hundred sixty -eight dollars and no cents ($TT1_26$ K_). 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) • � Page 17 (f) Plans and Special Provisions for INSTALLATION OF TRAFFIC SIGNAL & SAFETY LIGHTING AT HOSPITAL RD. & PLACENTIA AVE. 2376 Title of Project Contract No. (g) This Contract. 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: City Ll erk APPROVED AS TO FORM: - L�26�- C ty Attorney CITY OF NEWPORT BEACH By M4yo r By Its By Its CITY PAUL GARDNER CORPORATION Contractor CONTRACTOR • INDEX • TO SPECIAL PROVISIONS FOR INSTALLATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING AT THE INTERSECTION OF HOSPITAL ROAD AND PLACENTIA AVENUE CONTRACT NO. 2376 SECTION PAGE. I. SCOPE OF WORK ............ ............................... 1 II. COMPLETION OF WORK ....... ............................... 1 III. CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK .......... 2 IV. PAYMENT .................. ............................... 2 V. PROTECTION OF EXISTING UTILITIES ........................ 2 VI. WATER .................... ............................... 2 VII. FLOW AND ACCEPTANCE OF WATER ............................ 2 VIII. AS BUILT PRINTS ........ ............................... 3 IX. GUARANTEE ................ ............................... 3 X. TRAFFIC SIGNAL AND SAFETY LIGHTING FACILITIES ........... 3 a. General .............. ............................... 4 b. Reference Specifications and Standard Plans ......... 4 1. Standard Specifications ......................... 4 2. Standard Plans ... ............................... 4 3. Codes, Ordinances, and Regulations .............. 4 c. Description ......................................... 4 d. Equipment List and Drawings ......................... 5 e. Scheduling of Work ... ............................... 5 f. Foundations .......... ............................... 6 g. Conduit .............. ............................... 6 h. Conductors and Wiring ............................... 6 i. Bonding and Grounding ............................... 6 j. Service .............. ............................... 6 K. Testing .............. ............................... 7 1. Type 90 Controller Assemblies ....................... 7 m. Vehicle Signals ...... ............................... 9 n. Pedestrian Signals ... ............................... 9 :j SECTION PAGE X. o. Detectors ............. ............................... 9 p. Pedestrian and Bike Push Buttons ..................... 9 q. Luminaires .............. .............................10 r. Internally Illuminated Street Name Signs .............10 s. Photoelectric Controls .. .............................10 t. Ballasts ................ .............................10 u. Salvaging Electrical Equipment .......................10 v. Payment ................. .............................10 0 CITY OF NEWPORT BEACH • PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR INSTALLATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING AT THE INTERSECTION OF HOSPITAL ROAD AND PLACENTIA AVENUE CONTRACT NO. 2376 SCOPE OF WORK The work to be done under this contract consists of the installation of traffic signals and safety lighting at the intersection of Hospital Road and Placentia Avenue. The contract requires completion of all work in accordance with these special provisions; the City's Standard Special Provisions; the Plans (Drawing No. T- 5301 -S, sheet 1 of 1), the City's Standard Drawings and Specifications, and where applicable, the California Standard Spe- cifications, January 1981 and the California Standard Plans, January 1981. The City's Standard Specifications are the Standard Specifications for the Public Works Construction, 1982 Edition. Copies may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, CA 90034, telephone (213) 870 -9871. Copies of the City's Standard Drawing and Special Provisions may be purchased from the Public Works Department at a cost of $5.00. If there is a conflict in methods of measurement of payment between the City's Standard Specifications and the California Standard Specifications, the City's Standard Specifications shall take precedence. II. COMPLETION OF THE WORK The contractor shall complete all work within 90 consecutive calendar days after the date of award of contract by the City Council. No extension of time will be granted for a delay caused by a shortage of materials unless the Contractor furnishes to the Engineers, documentary proof that he has made every effort to obtain such materials from all known sources within reasonable reach of the work in a diligent and timely manner, and further proof in the form of supplementary progress schedules, as required in Section 8 -1.04, "Progress Schedule," that the inability to obtain such materials when originally planned, did in fact cause a delay in final completion of the entire work which could -1- 0 0 not be compensated for by revising the sequence of the contractor's operations. The term "shortage of materials," as used in this section, shall apply only to materials, articles, parts or equipment which are standard items and are to be incorporated in the work. The term "shortage of materials," shall not apply to materials, parts, articles or equipment which are processed, made, constructed, fabricated or manufactured to meet the specific requirements of the contract. Only the physical shortage of material will be considered under these pro- visions as a cause for extension of time. Delays in obtaining materials due to priority in filling orders will not constitute a shortage of materials. III. CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK Subject to the provisions in Section 6 -1 of the Standard Specifications, the contractor shall begin work within 15 calendar days after the City executes the contract. Traffic signal standards and signal heads shall not be installed until the signal controller has been delivered to the job site. IV. PAYMENT The unit price for items of work shown in the proposal shall be full compensation for labor, equipment, materials, and all other things necessary to complete the work. The substitution of securities for any payment withheld in accordance with Section 9 -3.2 of the Standard Specifications is permitted pursuant to Government Code Sections 4590 and 14402.5. V. PROTECTION OF EXISTING UTILITIES Known utilities are indicated on the plans. Prior to performing con- struction work, the contractor shall request each utility company to locate their facilities. The contractor shall protect in place and be responsible for, at his own expense, any damages to the utilities encountered during construction of the items shown on the plans. VI. WATER The contractor shall make his own provisions for obtaining and applying for water necessary to perform his work. If the contractor desires to use available City water, it shall be his responsibility to make arrange- ments for the water by contacting the City's Utility Division at (714) 640 -2221. VII. FLOW AND ACCEPTANCE OF WATER It is anticipated that surface and ground or other waters will be en -. countered at various times and locations during the work herein contem- plated. The contractor, by submitting a bid, acknowledges that he has investigated risks arising from water and has prepared his bid accordingly. The contractor shall conduct his operations in such a manner that storm or other waters may proceed uninterrupted along their existing street and drainage courses. Diversion of water for short reaches to protect construc- tion in progress will be permitted if public or private properties are not damaged or in the opinion of the Engineer, are not subjected to the prob- ability of damage. -2- Surface water containing mud or silt from the project area shall be treated by filtration or retention in a settling pond or ponds adequate to prevent muddy water from entering storm drains or the bay. The Contractor shall submit a plan for implementing siltation control prior to commencing con- struction. Upon approval of the plan, the contractor shall be responsible for the implementation and maintenance of the control facilities. VIII. AS BUILT PRI The contractor is required to submit to the Engineer "As- Built" prints prior to the City accepting the installation. The prints shall indicate in red, all deviations from the contract plans, such as: location of poles, pull boxes and runs, depths of conduit, number of conductors, and other appurtenant work. IX. GUARANTEE ._The contractor shall guarantee for a period of at least one -year after acceptance of the work by the City Council, all materials and workmanship against any defects whatsoever. Any such defects shall be repaired at the contractor's expense. Qt19 X, TRAFFIC SIGNAL AND SAFETY LIGHTING FACILITIES a. General The Contractor shall furnish all tools, equipment, materials, supplies, and manufactured articles and shall perform all operations necessary to modify existing and construct additional traffic signal and street lighting facilities as shown on the drawings and as specified herein. b. Reference Specifications and Standard Plans 1. Standard Specifications - Except as modified herein, materials and installation shall conform to the California Standard Specifications, January 1981. All references in this section shall be understood to be Standard Specifications. to "Standard Specifications" referenced to the California 2. — Standard Plans - Except as modified herein, all references in this section to "Standard Plans" shall be understood to be referenced to the California Standard Plans, January 1981. 3. Codes, Ordinances, and Regulations - All electrical materials and equipment furnished and installed under this section shall conform to the referenced regulations and codes specified in Section 86 -1.02 of the Standard Specifications, and to all other ordinances and regula- tions of the authorities having jurisdiction. Whenever reference is made to the Code, Safety Orders, General Order or Standards, the reference shall be con- strued to mean the Code, Order or Standard that is in effect on the date set for receipt of bids. C. Description Furnishing and installing traffic signals, safety lighting, and sign illumination systems and payment therefor shall conform to the pro- visions in Section 86, "SIGNALS AND LIGHTING," of the Standard Specifi- cations. tion: Traffic signal work is to be performed at the following loca- HOSPITAL ROAD AND PLACENTIA AVENUE -4- d. Equipment List and Drawings The controller cabinet schematic wiring diagram and intersec- tion sketch shall be combined into one drawing and shall be supplied on a single 24 "x36" size sheet, or, if desired, on a single 36 "x48" size sheet for five through eight phase installations only, and shall be drawn in sufficiently large scale to be clearly readable by field technicians. Partial schematic diagrams of the basic cabinet wiring on numerous other size sheets will not be acceptable. The Contractor shall furnish a maintenance manual for all controller units, auxiliary equipment, and vehicle detector sensor units, control units, and amplifiers. The maintenance manual and operation manual may be combined into one manual. The maintenance manual or combined maintenance and operation manual shall be submitted at the time the controllers are delivered for installation or, if ordered by the Engineer, prior to purchase. The maintenance manual shall include, but need not be limited to, the following items: ( 1) Specifications ( 2) Design characteristics ( 3) General operation theory ( 4) Function of all controls ( 5) Detailed circuit analysis ( 6) Trouble shooting procedure (diagnostic routine) ( 7) Voltage charts with wave forms ( 8) Block circuit diagram ( 9) Geographical layout of components (10) Schematic diagram (11) List of replaceable component parts with stock numbers The Contractor shall guarantee the entire work constructed by him under this contract and will fully meet all requirements as to quality of workmanship and materials furnished by him. If the Con- tractor fails to make the repairs and replacements promptly, the City may do the work and the Contractor and his surety shall be liable to the City for the cost. e. Scheduling of Work Subject to the provisions in Section 6 -1 of the Standard Speci- fications, the Contractor shall begin work within 15 calendar days after the City executes the contract. Traffic signal standards and signal heads shall not be installed until the signal controller has been delivered to the job site. Above ground signal work shalt not commence until such time that the Contractor notifies the Engineer, in writing, of the date that all electrical materials and equipment are received, and said work shall start within 15 days after said date. -5- No materials or equipment shall be stored at the job sites until receipt of said notification by the Engineer. The job sites shall be maintained in neat and orderly condition at all times. f. Foundations Portland cement concrete shall conform to Section 90 -10, "Minor Concrete," of the Standard Specifications and shall contain not less than 470 pounds of cement per cubic yard, except concrete for reinforced pile foundations shall contain not less than 564 pounds of cement per cubic yard. g. Conduit Non - metallic type conduit shall not be used. Insulated bonding bushings will be required. After conductors have been installed, the ends of conduits terminating in pull boxes and controller cabinets shall be sealed with an approved type sealing compound. Rigid metal conduit, to be used as a drilling or jacking rod, shall be fitted with suitable drill bits for size hole required. h. Conductors and Wiring Conductors shall be spliced by the use of "C" shaped compres- sion connectors as shown on the plans. Splices shall be insulated by "Method B" Insulation for conductors installed for internally illuminated street name signs shall be color coded orange with no stripe. i. Bonding and Grounding Grounding jumper shall be attached by a 3/16 inch or larger brass bolt in the signal standard or controller pedestal and shall be run to the conduit, ground rod or bonding wire in adjacent pull box. Grounding jumper shall be visible after cap has been poured on foundation. j. Service If service equipment cabinet design deviates in any way from the details shown on the plans, details of such deviation shall be sub- mitted to the Engineer for review before fabrication of the contract cabi- nets. If deemed necessary by the Engineer, one complete prototype cabinet shall be delivered to the Engineer for review at least 30 days before fabrication of the contract fixtures. The prototype cabinet will be returned to the Contractor and, if permitted by the Engineer, the cabinet may be installed in the work. am • 5. • 01 k. Testing Materials, field, and functional testing shall conform to the provisions of Section 86 -2.14, "Testing," of the Standard Specifications and these Special Provisions. The City will not require that the traffic signal control equipment or cabinet be tested at the California Transportation Labora- tory or other independent test facility. However, the City will require that the equipment and cabinet be tested as specified in the sixth para- graph of Section 86- 2.14A, "Materials Testing," of the Standard Specifica- tions and that the Certificate of Compliance and signed test report be forwarded to the City along with a written certification from the supplier stating that the controller unit, auxiliary equipment, and cabinet, fully wired, meet the requirements of the Standard Specifications and these Special Provisions. The sixth paragraph of Section 86- 2.14C, "Functional Testing," of the Standard Specifications is amended to read: "During the test period, and until such time there- after, that any and all Contract related deficien- cies of the new or modified system, or systems, have_ been corrected, the City will maintain the systemi or systems. The cost of any Contract related maintenance necessary, except electrical energy, and maintenance due to damage by public traffic, shall be at the Contractor's expense and will be deducted from any moneys due, or to become due the Contractor." The functional test shall consist of ten (10) continuous days. Turn -on of the new traffic signal system shall not be on, nor shall the functional test start on, a Friday, Saturday, Sunday, holiday or any day preceding a holiday. The Traffic Engineer shall be notified at least 48 hours prior to the intended turn -on. Type 90 Controller Assemblies The convenience receptacle shall have ground -fault circuit interruption as defined by the Code. Circuit interruption shall occur on 6 milliamperes of ground -fault current and shall not occur on less than 4 milliamperes of ground -fault current. -7- The Contractor shall arrange to have a signal technician, qualified to work on the controller and employed by the controller manu- facturer or his representative, present at the time the equipment is turned on. Special external bicycle timing logic shall be provided in the traffic signal controller cabinet for each phase on which bicycle push buttons are used. The bicycle timing logic shall utilize solid -state cir- cuitry and shall include a solid -state timer capable of an adjustable timing period from 0 to 16 seconds. The circuitry shall also include a display lamp indicating that a bicycle push button actuation has been registered. The lamp shall remain on until the "bicycle timing" described below has been completed. Actuation of a particular bicycle push button shall activate its' respective bicycle timing logic which shall place and hold a vehicle call on the associated vehicle phase as specified below: For actuations received during the yellow or red interval of the phase, the bicycle timing logic shall place and hold the vehicle call until the start of the next green interval for the phase. At the start of the next green interval, the vehicle call shall continue to be held until the present time. on the adjustable timer has "timed out ". For actuations received during the green interval of the phase, the bicycle timing shall begin immediately and the bicycle timing logic shall place and hold the vehicle call during the bicycle timing provided that bicycle timing has not previously occurred during that same green interval. Actuations received during the green interval while the bicycle timing is in effect, or after the bicycle timing has been completed, shall not be remembered or carried over to the next cycle. The bicycle timing shall be totally independent of the con- troller timing and the removal of the bicycle timing logic shall not affect the normal operation of the controller. If vehicles or pedestrians are also placing calls on the phase that has received a call from the bicycle timing logic, then either the vehicle time, pedestrian time, or the bicycle time, whichever is longest, shall be in effect during the time the affected phase is being serviced. If the bicycle timing logic is provided in a separate housing, the timing logic for all of the individual phases shall be in the same housing, and shall be connected by a NEMA approved connector and har- ness. go M. Vehicle Signals All lamps for vehicle signals shall be provided by the Con- tractor, and the cost thereof shall be included in the lump sum bid. n. Pedestrian Signals Pedestrian signals shall be Type A. The hood described in Section 66- 4.05D, "Visors," of the Standard Specifications shall be provided. o. Detectors Detectors shall conform to the provisions in Section 86 -5, "Detectors," of the Standard Specifications and these Special Provisions. Loop detector sensor units with integral timing capability shall be four channel units and shall be 3 -M "Canoga" brand Model 424T (rack mounted) or approved equal. Loop detector lead -in cable shall be a four conductor, .25 inch diameter, shielded and jacketed cable and shall be Canoga Controls Corporation CC30003 or approved equal. For loop detector applications, lead -in cables shall be connected in accordance with the manufacturer's instructions for one and two channel configurations. Detectors shall meet the performance characteristics as defined in Sections 86- 5.01A(2) and 86- 5.01B(2), "Performance Characteristics," of the Standard Specifications for vehicles which include motor driven cycles, as defined in the California Vehicle Code, that are licensed for street use by the Department of Motor Vehicles of the State of California, and whose unladen weight does not exceed 220 pounds and whose engine dis- placement does not exceed 80 cubic centimeters. Fa Pedestrian and Bike Push Buttons When pedestrian push buttons are installed on pedestrian push buttons posts, the button shall be installed at a height of 3' -10" with the assembly in the upright position. The pedestrian push button post shall be of sufficient length to facilitate installation of the button at this height. The sign shall be 9 "x12" and shall not extend beyond the mounting framework. Bike push buttons shall have an appropriate signy (91'x-i2" maximum) indicating specific use of the button facility. The push button shall be mounted on the street side of poles designated on the construc- tion plan. Mounting height shall be similar to that used for pedestrian buttons except where there may be a conflict between pedestrian and bike push button framework mountings on the same pole. Where this might occur the bike push button framework shall be mounted below the pedes- trian button framework and normally offset 90 degrees. moll w • q. Luminaires Glare shields are not required on semi - cutoff or full cutoff luminaires. Luminaires shall be the cutoff type. Each luminaire shall be die -cast aluminum, with integral regulator ballast and Type IV photoelectric control (Section 86- 6.07A) for use in a multiple 120V circuit. The optical assembly shall provide true 900 cutoff and shielding (without external glare shield) and shall consist of: a glass or glass coated gasketed reflector; a heat and impact resistant, flat glass lens; a porcelain enclosed mogul multiple screw shell socket with lamp grips. The optical assembly shall contain an activated char- coal filter which prevents particulate and gaseous contamination. The reflector shall be specifically designed to produce an ANSI, IES medium, cutoff, Type III light distribution when used with either a 250 or 400 watt high pressure sodium lamp. Luminaires shall be General Electric M -400 cutoff power /door units or approved alternate. r. Internally Illuminated Street Name Signs Internally illuminated street name signs shall be Type A. s. Photoelectric Controls Type IV photoelectric controls shall be provided on each luminaire and on each internally illuminated street name sign. t. Ballasts The ballasts for each high pressure sodium lamp to be used in a mast arm mounted luminaire shall be of the regulator type and shall be mounted in the luminaire housing. Each regulator type high pressure sodium lamp ballast shall operate at a minimum power factor of 98 percent and shall provide proper operation of its respective lamp within a range of ±10 percent of rated line voltage. u. Salvaging Electrical Equipment All salvaged materials shall be delivered by the contractor to the City of Newport Beach Corporation Yard, 592.Superior Avenue, Newport Beach, California 92663. v. Payment The contract lump sum price or prices paid for signal and lighting shall include highway lighting at intersections in connection with signals only. -10- TO: CITY COUNCIL FROM: Public Works Department By THE CITY COUNCIL CITY OF NEWPORT BEACH APR 111983 APRIL 11, 1983 CITY COUNCIL AGENDA ITEM NO. r - ( t') SUBJECT: INSTALLATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING AT THE INTERSECTION OF HOSPITAL ROAD AND PLACENTIA AVENUE. (C 2370) RECOMMENDATION: 1. Award Contract No. 2376 to the Paul Gardner Corporation, Ontario, California, for $49,268. DISCUSSION: Eight (8) bids were received and opened in the office of the City Clerk at 11:00 a.m., March 24, 1983. The bids were as follows: 1. Paul Gardner Corp., Ontario, CA $49,268 2. Grissom & Johnson, Inc., Santa Ana, CA $49,950 3. Steiny & Company, Inc., Anaheim, CA $50,500 4. Mendoza Electrical, Huntington Park, CA $50,979 5. Moore Electrical Contracting, Brea, CA $51,778 6. Baxter - Griffin, Stanton, CA $52,677 7. Smith Electric Supply, Stanton, CA $54,696 8. D & H Perry, Inc., Spring Valley, CA $56,654 The engineers estimate for this project is $60,000. This project provides for the installation of traffic signals and safety lighting at the intersection of Hospital Road and Placentia Avenue. This installation will be funded by Park Lido, Ltd. The estimated date of completion is August 10, 1983. Richard M. dmonston Traffic Engineer JEB /jp INSTALLATION OF TRAFFIC SIGNAL AND SAFETY LIGHTING AT THE INTERSECTION OF HOSPITAL ROAD AND PLACENTIA AVENUE CONTRACT NO. 2376 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: 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 Contract No. 2376 in accordance with the Plans and Special Provisions, and will take in full payment therefor, the following unit price for the work, completcin place, to wit: ITEM QUANTITY NO. AND UNIT 1. Lump sum :T� ITEM DESCRIPTION Construct Traffic Signal and Safety Lighting at the intersection of Hospital Road and Placentia Avenue @ {1r_,�iT,��t� .5r/1'�i_'�1 [dollars and Cents r UNIT TOTAL PRICE PRICE The City reserves the right to reject all bids if there appears to be an inappropriate distribution of costs between the two lump sums. 0 TOTAL PRICE WRITTEN IN WORDS: Dollars and Cents $ CONTRACTOR'S LICENSE NO. J'7125�8 PAuL 6A20N6a C4eP&247jaV Bidder Mvw4 114 Date Authorized Signature /Title P*,t a 6AK0AV-fk 7/t681Y-17111 9oi .So (19.TAA)a /46,_ n174Q010, f CIA 9/76/ Bidder's Telephone # Bidder's Address • • Page 2 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. STATEMENT OF FINANCIAL RESPONSIBILITY 7. 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. 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. Bids shall be submitted on the attached PROPOSAL form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. 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 dis- crepancy 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 responsible for bidder errors or 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 the President or Vice President. For partnerships, 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 con- tract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in- clusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. 17ZZY? G/4 � SA; S/3, Contr's Lic. No. & Classification Authorized S}]'qnature /Title p.411. 2 GA/td W2, La`-NT • • 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. Item of Work Subcontractor Address 1 • W L 94HP MIA 6D1Vu7;( (61N171?y PO &X S6r (&2ap1 A�Nnvi !A 9�aS' 2 3. 4. 5. i 6. 7. g. 9. 10. 11. 12. p aj,L nm*,g! Coemwwrroal Bidder Authorized Signature /Title 104v[ /? 44&03A*"t pREJ�DFN7 • • Page 4 Bond No. U 356264 Premium Incl. in BBSU BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, Paul Gardner Corporation as bidder, and United Pacific Insurance Company , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent of Bid--------------------------- - - - - -- Dollars ($ 10% of Bid ), 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 Installation of traffic signal and safety lighting at Hospital Road & Placentia Avenue. #2376 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 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 a notice to the above bounden bidder by and from said City that said contract is ready for execution, 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 indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 9th day of March 1983. PAUL GARDNER CORPORATION Bidder (Attach acknowledgement of Attorney -in -Fact) Authorized�ig rTitle Notary Publ ic� P'OaL u � , PA&.r"044; 7- UNITED PACIFIC INSURANCE COMPANY Commission expires �- y� Surety OFFIU SEAL a, Rhor�'a Lynn n F. ?o track Bye —�� / S;N „ L[ rwFD No CGUNTY Title ROBERT J Atto O[: '.pliSFi;il87i: 05 1:'!Y 7� tt: -'3 UNITED AACIFIC INSURANPE COMPANY HOME OFFICE. TACOMA, WASHINGTON POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, That the UNITED PACIFIC INSURANCE COMPANY, a corporation duly organized under the laws of the State of Washington, does hereby make,constitute and appoint ROBERT J. CULP of POMONA, CALIFORNIA------- - - - - -- its true and lawful Attorney -in -fact, to make execute, seal and deliver for and on its behalf, and as its act and deed ANY AND ALL BONDS AND UNDERTAKINGS OF SURETYSHIP---------- - - - - -- and to bind the UNITED PACIFIC INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the UNI TED PACIFIC INSURANCE COMPANY and sealed and attested by one other of such officers, and hereby ratifies and confirms all that its said Attorney(s)-in -fact may do in pursuance hereof. This Power of Attorney is granted under and by authority of Section 37A of the By -Laws of UNITED PACIFIC INSURANCE COMPANY which provisions are now in full force and effect, reading as follows: SECTION 37A — ATTORNEYS- IN-FACT SECTION 1. The Board of Directors, the President, or any Vice - President or Assistant Vice-President shall have power and authority to: (a) appoint Attorneys -in -fact and to authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (b) to remove any such Attorney -in -fact at any time and revoke the power and authority given to him. SECTION 2. Attorneys -in -fact shall have power and authority, subject to the terms and limitations of the power of attorney issued to them, to execute and deliver on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The corporate seal is not necessary for the validity of any bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. This power of attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of UNITED PACIFIC INSURANCE COMPANY at a meeting held on the 26th day of October, 1971, at which a quorum was present, and said Resolution has not been amended or repealed: "Resolved, that the signatures of such directors and officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached." IN WITNESS WHEREOF, the UNITED PACIFIC INSURANCE COMPANY has mused these presents to be signed by its Vice - President, and its corporate seal to be hereto affixed, this 5th day of MaY 19?7. UNITED PACIFIC INSURANCE COMPANY STATE OF Washington COUNTY OF # ss. Pierce On'nis 5th day of May , 19 77, personally r � m iV ceFresident WM. J. COTTER , to me known to be the Vice - President of the UNITED PACIFIC INSURANCE COMPANY, and acknowledged that he executed and attested the foregoing instrument and affixed the seal of said corporation thereto, and that Section 37A, Section 1 and 2 of the Rv -Laws of said Company and the Resolution set forth therein are still in full force. My Commission Expires: January 15 19 78 Washington Notary Public in and for State of e Residing at Tacoma 1, , Assistant Secretary of the UNITED PACIFIC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by said UNITED PACIFIC INSURANCE COMPANY, which is still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company this day of 19_. Assistant Secretary • • Page 5 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 day of 19 My commission expires: PALL 4Ai2DNfr2 lo�TIVA) Bidder Authorized Signature /Title PA✓LR 64"AJ"o M'el1&G'V7 Notary Public a m m m E @ 3 U 0 m m y y m T @ � C m O C 3 _ C 0 m U F5 d @ 7 m a r C a @ N n a m 5 � E @ ^m c a U C C @ y m > r U T C n � o d U R N O Z N m N O @ O r T N V- iO N ym m a � c m U b a c c c o o x a m E m c t N > (n O O W 1 i ��QO111,111 f W `^ �J Q 4 E Q LL 1Q- O (n U i @ a N O C c U n T A z a E 3 3 � a O +I . � Page 6 STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. NVI- 44WA16R 60ga - 4rIOAI Bidder Authorized Signature /Title 004" 2 4&?4. *A, r>12E110EA/T s 0 Page 7 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. 1982 ekttr& VS 0 .,17 O% 3 (Yir-i.-/►/t/--1- '7►y1393- 3 /69a 641, UOV.S J067 OAS aAAUF- U3 Z "9- -24W 1951 L►n/ of- 77dr Z7.1— - r33el iL QA2DA/E2 /O/IF�'?A -r Bidder Authorized S1�'gqnature /Title PAvL 2 C�A� "Fa, Ives -,,"7 I1� 1 m n --I Z O - 0z Z �1 F, rrl m ➢ ;2 rri n cn cn z� r_ h � � O 1' z ago -ar D _g i m 3 m N n A v 0 S z c a z m m C Z z --1 r I c L I I i j i I ; I yff ! I � I i r•1 4 i j LT II i i H 17 Zf iI r. 1 I t 1 + hl I1� 1 m n --I Z O - 0z Z �1 F, rrl m ➢ ;2 rri n cn cn z� r_ h � � O 1' z ago -ar D _g <n S ri ri I INEIININK3111111 ME WIrdIN Wes@ b� .. 'z z m m LUZ 1 �k n g I to C. z .�f THE NEWPORT ENSIGN PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA, ss. County of Orange, I am a citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the above - entitled matter. I am the principal clerk of the printer of the Newport Harbor Ensign newspaper of general circula- tion, printed and published weekly in the city of Newport Beach, County of Orange, and which news- paper has been adjudged a newspaper of general circulation by the Superior Court of the County of Or- ange, State of California, under the date of May 14, 1951, CASE NUMBER A -20178 that the notice, of which the annexed is a printed copy (set in type not smaller than nonpareil) has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates to -wit'. ... OteL c .. 1...... . . .11 1. I certify (or declare) under penalty of perjury that the foregoing is true and correct. Dated at Newport Beach, California, this tR day of Pbf44 , 19 ys'3 Signature THE NEWPORT ENSIGN 0 This space is for the County Clerk's Filing Stamp Proof of Publication of PROOF OF PUBLICATION A PUBLIC NOTICE ' NOTICE INVFFINO BIDS Sealed bide may be received at the office of the City Clerk, 3300 Newport Boulevard, Nenport Beach, CA 92663 untB 11:00 a.m. on the 24 day of March, 1983, at which fime such bide sholl M opened and read for Approved by the City Council fhb 2&h day of Fahrumy 1983. Wanda E. Andersen, City Clerk Noepactive bidders may obtain 0.0 eet of bid daeumenb at no eaet at the office of the Public Warier Department, 3300 Neviport Boulevard, Newport Beach, CA 92663. For further taformatfon, con lim 2181."a, Project Engineer, at 840. zwt. Pub. Mor. 2, '83 in The Nempeti E-igu NE1593 FEBRUARY 28, 1983 CITY COUNCIL AGENDA ITEM NO. — /— 12— TO: CITY COUNCIL FROM: Public Works Department SUBJECT: INSTALLATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING AT THE INTERSECTION OF HOSPITAL ROAD AND PLACENTIA AVENUE (C 2376 ). RECOMMENDATION: 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 11:00 a.m., Wednesday, March 24, 1983. DISCUSSION: This project provides for the installation of traffic signals and safety lighting at the intersection of Hospital Road and Placentia Avenue. This installation will be funded by Park Lido, Ltd. The plans for the project were prepared by Greer and Company. Richard M. Edmonston Traffic Engineer RME /jp