HomeMy WebLinkAboutC-2383 - Modification of Traffic Signs & Safety Lighting, Newport Boulevard, 28th, 30th, 32nd StreetsCITY OF NEWPORT BEACH
April 19, 1985
OFFICE OF THE CITY CLERK
P.O. BOX 1768. NEWPORT BEACH. CA 92658 -8915
Paul Gardner Corporation
901 S. Sultana Ave.
Ontario, CA 91761
(714) 644 -3005
Subject: Surety: United Pacific Insurance Co.
Bonds No.: U 46 03 91
'Contract No.: C -2383
Project: Modification of Traffic Signal and Safety Lighting
at the Intersections of Newport Boulevard at 28th
Street, 30th Street and 32nd Street
Attn: Paul Gardner
The City Council on March 25, 1985 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 by the Orange County Recorder on April 1, 1985,
Reference No. 85- 113222. Please notify your surety company that the
bonds may be released 35 days after this date.
Sincerely,
Wanda E. Raggio Q
City Clerk
WER:pm
cc: Public Works
3300 Newport Boulevard, Newport Beach
PLEASE RETURN TO:�
City Clerk�$2j "D %�a�
City of N�dr Beach
3300 Newport Blvd.
Newport Beach, CA 92663 -3884
�5-- 113222
Exempt rpcprtllrig replMe! Mr MOD- A ED IN
Orwernmem CMe etM OF ORANGE G,
-1 R2 PM APR 1'85
NOTiCF. OF COMPLETION (�
COUNTY
RECOPbER
NO CAE SIQERATIQi� PUBLIC WORKS EXEMp
C11 I
'lo All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on March 25, 1985
the Public Works project consisting of Modification of Traffic Signal and Safety _
Lighting at the Intersections of Newport Boulevard at 28th Street, 30th Street and
32nd Street _.(C -2383) _
on which Paul Gardner Corporation, 901 S. Sultana Ave., Ontario, CA 91761
was the contractor, and United Pacific Insurance Co., P.O. Box 10970, Santa Ana, CA 92711
was the surety, was completed.
VERIFICATION
I, the undersigned, say:
CITY OF NEWPORT BFACH
Works Dire
I am the Public Works Director of the City of Newport Beach;
Notice of Completion is true of my own knowledge.
s -
\ fore`�tSing `
I declare under penalty of perjury that the foregoing is true and correct.
Executed on March 27, 1985
Newport Beach, California.
a:tj �-,' a Y44
Public '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 March 25, 1985 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 27, 1985 at Newport Beach, California.
City Clerk
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
March 28, 1985
Lee A. Branch
County Recorder
P.O. Box 238
Santa Ana, CA 92702
Dear Mr. Branch:
Attached for recordation is Notice of Completion of Public Works
project consisting of Modification of Traffic Signal and Safety
Lighting at the Intersections of Newport Boulevard at 28th Street,
30th Street and 32nd Street, Contract No. 2383 on which Paul Gardner
Corporation was the Contractor and United Pacific Insurance Company
was the Surety.
Please record and return to us.
Sincerely,
Wanda E. Raggio
City Clerk
WER:pm
Attachment
cc: Public Works
3300 Newport Boulevard, Newport Beach
09)
r
TO: CITY COUNCIL
FROM: Public Works Department
�7
BY THE CITY COUNCIL
CITY Of NCFYPCP,T REACH
MAR 2 519185
March 25, 1985
CITY COUNCIL AGENDA
ITEM NO. F -12
SUBJECT: ACCEPTANCE OF THE UPGRADING OF THE TRAFFIC SIGNALS ON NEWPORT
BOULEVARD AT 28TH, 30TH, AND 32ND STREETS (C -2383)
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days after
Notice of Completion has been filed.
4. Assess liquidated damages in the amount of $12,300.00.
DISCUSSION:
The contract for the subject project has been completed to the
satisfaction of the Public Works Department.
The bid price was: $101,928.00
Amount of unit price items constructed 101,928.00
Amount of change orders: 3,946.70
Total Contract Cost: 105,874.70
Funds were budgeted in the Gas Tax Fund, Account No. 19- 5688 -205.
Two Change Orders were issued. The first, in the amount of $1,207.76,
provided for the removal and replacement of additional curb and gutter and re-
moval of an abandoned foundation at the 28th Street location.
The second, in the amount of $2,738.94, provided for replacement of
an existing deteriorated service conduit.
The contractor is Paul Gardner Corporation, of Ontario, California.
The contract date of completion was July 8, 1983. The work was
substantially completed on November 8, 1983. All work, including submittal
of the As -Built drawings was not completed until August 16, 1984. The 123
day delay in substantial completion was due to the slow delivery on the part
of the signal controller manufacturer. While the Standard Specifications
provide for an extension of time when material delivery delays are encountered,
this contract's Special Provisions specifically waived that paragraph. The
assessment of liquidated damages in the contract specified amount of $100.00
day is re de the 123 day period.
Benjam n B. Nolan
Public Works Department
GPD :kf
CITY OF NEWPORT BEACH
P.U. DUX 1768, NEWPORT BEACH, CA 92663 -3884
OFFICE OF THE CITY CLERK
(714) 640 -2251
TO: FINANCE DIRECTOR
Public Works
FROM: CITY CLERK
DATE: May 26, 1983
SUBJECT: Contract No, C -2383
Description of Contract Modification of Traffic Signal &
Safety Lighting at the intersections of Newport Blvd at 28th
and 32nd Streets
Effective date of Contract May 26, 1983
Authorized by Minute Action, approved on May 9, 1983
Contract with Paul Gardner Corporation
Address 901 S. Sultana Avenue
Ontario, CA 91761
Amount of Contract $101,928.00
k4r404- L
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 Beach, CA 92663 unti110:00 a.m.
on the 29th day of April 1983, at which time such bids
shall be opened and read for
MODIFICATION OF TRAFFIC SIGNAL AND SAFETY LIGHTING
AT THE INTERSECTIONS OF
NEWPORT BOULEVARD AT 28TH SREET 30TH STREET AND 32ND STREET
T, T_
It e o Project
2383
Contract No.
$130,000
Engineer's Estimate
\L� FORN%
Approved by the City Council
this llth day of April , 1983
ce. d4 rz/_
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 - 21.81.
Project Engineer
4
CITY OF NEWPORT BEACH •
PUBLIC WORKS DEPARTMENT
MODIFICATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING
AT THE INTERSECTIONS OF
NEWPORT BOULEVARD AT 28TH STREET, 30TH STREET AND 32ND
STREET
CONTRACT NO. 2383
INDEX
TO
SPECIAL PROVISIONS
SECTION
PAGE
I.
SCOPE OF WORK . . . . . . . . . . . . . . . . . .
1
II.
COMPLETION OF THE 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 . . . . . . . . . . . . . . . . . . .
3
B. Reference Specifications and Standard Plans
3
1. Standard Specifications . . . . . . . . .
3
2. Standard Plans . . . . . . . . . . . . . .
3
3. Codes, Ordinances, and Regulations. . . .
3
C. Description . . . . . . . . . . . . . . . . .
4
D. Equipment List and Drawings . . . . . . . . .
4
E. Maintaining Existing and Temporary
Electrical Systems . . . . . . . . . . . . . .
4
F. Scheduling of Work . . . . . . . . . . . . . .
5
i
I
0 0
INDEX
(cont'd)
SECTION
PAGE
X. (cont'd)
G.
Foundations . . . . . . . . . . . . . . .
. . 5
H.
Standards, Steel Pedestals and Posts. . . .
. 5
1.
Conduit . . . . . . . . . . . . . . . . .
. . 5
J.
Pull Boxes . . . . . . . . . . . . . . . .
. . 6
K.
Conductors and Wiring . . . . . . . . . .
. . 6
L.
Bonding and Grounding . . . . . . . . . .
. . 6
M.
Service . . . . . . . . . . . . . . . . .
. . 6
N.
Testing . . . . . . . . . . . . . . . . .
. . 6
0.
Model 170 Controller Assemblies . . . . .
. . 7
P.
Vehicle Signal Faces and Signal Heads . .
. . 8
Q.
Pedestrian Signals . . . . . . . . . . . .
. . 8
R.
Detectors . . . . . . . . . . . . . . . .
. . 8
S.
Pedestrian and Bike Push Buttons. . . . .
. . 8
T.
Luminaires . . . . . . . . . . . . . . . .
. . 9
U.
Internally Illuminated Street Name Signs.
. . 9
V.
Photoelectric Controls. . . . . . . . . .
. . 9
W.
Ballasts . . . . . . . . . . . . . . . . .
. . 9
X.
Salvaging Electrical Equipment. . . . . .
. .10
Y.
Payment . . . . . . . . . . . . . . . . .
. .10
ii
1
CITY OF NEWPORT BEACH
ENGINEERING DEPARTMENT
0
MODIFICATION OF TRAFFIC SIGNAL AND SAFETY LIGHTING
AT THE INTERSECTIONS OF
NEWPORT BOULEVARD AT 28TH STREET, 30TH STREET AND 32ND STREET
CONTRACT NO. 2383
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
P. 0. Box 1768
Newport Beach, California 92663 -3884
Gentlemen:
Page 1
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.
2383 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 DESCRIPTION TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE
1 Lump sum Construct Traffic Signal and Safety
Lighting at the intersections of
Newport Boulevard at 28th Street,
30th Street and 32nd Street.
One hundred one thousand nine hundred Dollars
twenty eight and
no Cents $ 1011928
TOTAL PRICE WRITTEN IN WORDS:
One hundred one thousand, nine hundred twenty eight _ Dollars
and
no Cents $101,928
Contractor's License No. 172258 Paul Gardner Corporation
Bidder
(714) 984 -1714
Bidder's Telephone Number
s /Paul Gardner, President
Date April 28, 1983 Authorized Signature /Title
901 S. Sultana Ave., Ontario, CA 91761
Bidder's Address
1 r
. Page 2
1
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.
172958 C10 SA SB1
Contr's Lic. No. & Classification
Paul Gardner Corporation
Bidder
sf Paul 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 Ramps Mid Cnunty Cnnstrurtinn P-0 Box 26,
2. Corona del Mar, CA 92625
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Paul Gardner Corporation
Bidder
s/ Paul R. Gardner, President
Authorized Signature /Title
Page 4
elTy 0 /rf1C5 1-11E�
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
Modification of Traffic Signal and Safety Lighting at the Intersection of
Newport Blvd, at 28th, 30th, and 32nd Streets 2383
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 22nd day
of April , 19 83
(Attach acknowledgement of
Attorney -in -Fact)
Bonita E. Madrid
Notary Public
Commission expires 4 -23 -85
i •s-
s[Paul R. Gardner. President
Authorized Signature /Title
United Pacific Insurance Company
Surety
By s /Robert.J. Culp
Title Attornev- In -Fac
NON - COLLUSION AFFIDAVIT
Page 5
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 29th day of April ,
I 91L.
My commission expires:
1 26, 1986
Paul Gardner Corporation
Bidder
s /Paul R. Gardner, President
Authorized Signature /Title
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
Paul R. Gardner. President
s /
uthor&d Signature /Title
• Page 7
I
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 07
J. Guiterrez
(714)
383 -4263
1982
Caltrans, District 08
J. Osborne
(714)
749 -7246
1982
City of Costa Mesa
H. Burnham
(714)
754 -5334
Paul Gardner Corporation
Bidder
Aut orized igna ure it e
0 0
CITY OF NEWPORT BEACH
TRAFFIC ENGINEERING DIVISION
MODIFICATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING ON
NEWPORT BOULEVARD AT 28TH, 30TH, AND 32ND STREETS
CONTRACT NO. 2383
April 18, 1983
NOTICE TO BIDDERS:
Bidders shall propose to complete Contract No. 2383 in accordance with the con-
tract documents, the Proposal, the Specifications, and as modified by Addendum
No. 1.
1. AMEND SECTION X.0 "MODEL 170 CONTROLLER ASSEMBLIES" OF THE
SPECIAL PROVISIONS BY ADDING THE FOLLOWING:
The controller cabinets supplied shall conform to Section 86 of
CALTRANS Standard Specifications and shall be constructed of
aliminum alloy conforming to the following special provisions:
Cabinets shall be constructed of sheet aluminum alloy 5052,
with a minimum thickness of 0.125 inches. The cabinet surface
shall be painted white over a primer designed for use on
aluminum. All exposed edges shall be free of burrs and
pit marks.
All welds shall be neatly formed and free of cracks, blow
holes, and other irregularities. All welds shall be made
by the Heliarc welding method.
The cabinet shall have rigid inside angle arms for anchoring it
to a base. Angle arms shall be aluminum alloy 5052 minimum of
0.125 inch thickness and minimum width of 2.5 inches.
Please execute and date ADDENDUM No. 1 and attach
bid proposal will be accepted without Addendum No.
hereto.
88 �
6i;;_nBrahler
Project Engineer
to your bid proposal. No
1 being executed and attached
I have carefully examined Addendum No. 1 and hereby consent to this Addendum
being made a part of our proposal.
Paul Gardner Corporation
Date{ ril 29, 1983 (Bidder's Name
u Paul Gardner, President
jAtiTor'ize3Signature)
(714) 984 -1714 901'S. Sultana Ave: _
Telephone Number Bidder's Address
Ontario, CA 91761
NOTICE
• Page 8
The following are samples of 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 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 provide 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 S ecifications for Public Works Cons truction.(latest edi-
tion adopted for use in the City of Newport Beach T, except as
supplemented or modified by the Special Provisions for this project.
Page 9
Bond No.: U 46 03 91
Premium: $510.00
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted May 9, 1983
has awarded to The Paul Gardner Corp.
hereinafter designated as the "Principal ", a contract for Modification of Traffic Signal and
Safety Lighting at the Intersections of Newport B1. at 28th, 30th, & 32nd Sts.
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond with said contract, providing that if
said Principal or any of his or its subcontractors, shall fail to pay for any materials,
provisions, provender, or other supplies or teams used in, upon, for, or about the per-
formance of the work agreed to be done, or for any work or labor done thereon of any
kind, the Surety on this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We Paul Gardner Corporation
as Principal, and United Pacific Insurance Company
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
Fifty thousand, nine hundred sixty four and nDL1DjL ------ Dollars ($_5D,2b4_Qn --------
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
i
. 0 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 16th day of May , 19 83
Appr ed as to form:
City Attorney
Paul Gardner Cor oratio (Seal)
Name of Contractor Principal
United Pacific Insurance Company
Name of Surety
P,O. Box 10970 -
c » +e A— rA ()0711
,n gnature ano iizie or v,utnorizea Agent
William E, Bradley, Attorney -In -Fact
1890 I Garet' Ave., Pomona, CA 91767
Address of Agent
714 - 623 -6161
Telephone No. of Agent
N
C
O
U o
o T
Y [
m ]]
ip O
O
E w
] O LL F
a = z
0
o � w
T ° O
Y
-L° ° Q N
N [
°'E «=
o
m �
o [ [ a
3 m .
a C 7 V m
N T
O « L C
OJ
y O y O
C d L
m w
U V �
d a E E
c
c 3 v
m o „
L Y L
c
0
m T
4 °1
r- Y
d
O O m
✓ U `m
O W W
U
m� acZ Z
O•r Q Q
r > f d
r } 2.
OU
Q U W
L y U
�._LL Z
'o Q
`w N U
O 6 �
N m H U
c d Z LL
yO
O O O o 1
a_
9
[e
=r W
rN
V Q O -i
W a
per, -,mac
C °r
c
,rAC3-; • a
OD
OD
LL
J
d Q
X U
N N
W
C �
0
= W
Uj
T
� m
w
UNITED P. .WIFIIC INSURANCe. CODdPANY
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
WILLIAM E. BRADLEY 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)-m -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: (al appoint
Attorneys -in -fan 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 1b) to remove any such Attorney -in -tact 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 mid Resolution
has not been amended or repealed: -
"Resolved, that the signatures of such directors and officers and the seal of the Company may be all ixed to any such power of
attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate hearing 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 Vim -President, and its corporate
seal to be hereto affixed, this 5th day of May 1977.
UNITED PACIFIC INSURANCE COMPANY
STATE OF 4iaShlrigtOri
s' Vi resident
COUNTY OF Pierce ( ss. 7'7
On this 5th day of May , 19 -E, personally appeared WM • J, COTTER
to me known to be the Vice- Presdent 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 78 Notary Public in and for State of WaShin ton
Tacoma
-- ' Residing at
I, D- Keith Johnson , 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. /�,+� mein p'�
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Company this ! ti+ day of / f '- 19 <s z
Secretary
BDU -1431 ED.2 -72 mos sistant
Page 11
Bond No.: U 46 03 91
Premium: Incl. in Payment
FAITHFUL PERFORMANCE BOND Bond
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
9, 1983
The Paul Gardner
hereinafter designated as the "Principal ", a contract for Modification of Traffic Signals
and Safety Lighting at the intersections of Newport B1. at 28th, 30th, & 32nd Sts.
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 Compa
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
One hundred one thousand, nine hundred twenty eiqht and no /Mlars ($ 101,928.00 - - - -- ),
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
• • Page 12
Faithful Performance Bond (Continued)
of any such change, extension of time, alterations or additions to the terms of the
contract or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 16th day of May , 19 83
INo
Jp oved as to f
0
I
Paul Gardner Cor oratI 00- (Seal)
Name of Contractor Principal)
e
c-crz '7
gnature and Tnle
United Pacific Insurance Company. (Seal)
Name of Surety
P.O. Box 10970 r
Santa Ana, CA 92711
Address of Surety
- in.: .
iature and lirle of Authorized Agf
lliam E. Bradley, Attorney- In -Fac
1890 N. Gare.y Ave., Pomona, CA 91767
Address of Agent
714- 623 -6161
Telephone No. of Agent
F
O
U
0
V)
0
c
0
U
U d
E m Ow
� p L= f
c z
T O O
m O O y
Y
O O G( m
Z U C
E
� o � c
Y
o
a c°
• y. � a LL
Y N
T C �
� d T
C N L m
O « C
m y O y O
co a L
m as Q
� a A
_ L �
•N y N
� � 3
c �a-
c
" o t
L Y L
c
o a �
� Y
Z Q N
� d 2 vii
« Q
a N
i a �
d p O
U
a Q
r > Lo
0
v U
H
.N LL
d Q
+� °a o 0
V7 m
> .� w -
N m a H
c m Z
� « 7
0 o0i'
a
!a JI w
.a
L
rV
li l , s
x:y
0
rn
N
i
d
IJ
va
.n U
X N
N �
O �
O
y
.E w
EW
U�
� m
UNITED P .WIFIC INSURANCjf 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
WILLIAM E. BRADLEY 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 it 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($) -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'. {al 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 (bl to remove any such Attorney -in -fact at any time and revoke the power and authority given to him.
SECTION 2. Attorneys -irl 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 shalt 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 Vim-President, and its corporate
seal to be hereto affixed, this 5th day of May 19 77
UNITED PACIFIC INSURANCE COMPANY
-
STATE OF Washington ( s • Vi resident
COUNTY OF { ss.
Pierce
On this 5th day of May , 19-2, personally appeared WM • 'I , COTTER
to one 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 Sect ion 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 tg 78
Notary Public m and for State of Washin tOn
ik ,
`�,.r,'.
e
-" Residing at TaCOtlla
1, D. Keith Johnson 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 1y' yzn „n //, day of lh 19
y sus ,� wstant Secretary Secretary
RDU -1431 ED.2.72 r r
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
NAME AND ADDRESS OF INSURED
i CERTIFICATE OF INSURANCE .
INSURANCE COMPANI
Company A Reliance Ins. CO.
Letter
M
Page 13
Company
Letter C Firemans Fund Ins. Co.
Company D
Letter
C
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:a Agency: Averbeck Company
uthorized Representative 5 -18 -83
Date Issued
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:
PGC 83304 - Modification of traffic EST nals & safety li htin
Project Tit a and Contract Number #2383
Newport Blvd, at 28th St 30th St nd 3 nd
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.
NE
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 # CI
x Premises - Operations
x Explosion & Collapse Hazard
x Underground Hazard
x Products /Completed Operations
6443845
ONTINUO
UNTIL
ANCELLE
Bodily Injury
SProperty Damage
_
$
$
$
$
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
AUTOMOTIVE LIABILITY
(]x Comprehensive Form
Bodily Injury
(Each Person
$
A
Q Owned # CI
443845
ONTINUO
$
o i y n7ury
currence S
�x Hired
�x Non -owned
UNTIL
ANCELLE
Pro ma e
Bodi ly Injury and
Property Damage
Combined
$ 500
EXCESS LIABILITY
B
® Umbrella Form # LU
499645
7 -1 -83
Bodily Injury
Other than Umbrella Form
and Property
Damage Combined
$ 1,000,
$ 1,000,
WORKERS' COMPENSATION
Statutor
C
and # WP
EMPLOYER'S LIABILITY
9302463
7 -1 -83
$100,
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:a Agency: Averbeck Company
uthorized Representative 5 -18 -83
Date Issued
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:
PGC 83304 - Modification of traffic EST nals & safety li htin
Project Tit a and Contract Number #2383
Newport Blvd, at 28th St 30th St nd 3 nd
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.
NE
• i Page 15
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 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 $ each occurrence
Property Damage Liability $ each occurrence
( X) Single Limit
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 registere it gqttenti n: Publi Works De sort n
$0833'04- Modi t°i cati on of` traffi c signals t& safety lighting at the
7. Designated Contract: intersection of Newport Blvd. at 28th St. 30th St. & 32nd. St.
Pro'ect Title nd Contract No. Contract #2383
Conti ndo cs unto
This endorsement i effective cancelled at 12:01 A.M. and forms a part of
Policy No. CI 6443s845
Named Insured Paul Gardner Corporation it Endorsement No. I
Name of Insurance Company Reliance Ins. Co. By C o� c Pia 4,—m -
Authorized Representative
. • 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 $
Property Damage Liability
( XX) Single Limit
Bodily Injury Liability
and
Property Damage Liability
Combined
each occurrence
$ each occurrence
$ 500.000. each 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 30 days' advance notice to the City of Newport
Beach by registered mail Attentio : Publi Wor De artm nt
PGC83M4- Modiflication orf tra is psignags & safety lighting at the
5. Designated Contract: intersection of Newport Blvd. at 28th St.,30th St. and 32nd. St.
Project. itle and Contract No.). Contract
Continuous unti
This endorsement is effective cancelled at 12:01 A.M. and forms a part of
Policy Nu. C1 6443845
Named Insured Paul Gardner Corporation Endorsement No. 1
Name of Insurance Company Reliance Ins. CO. By
Authorized Representative
C
CONTRACT
i
Page 16
THIS AGREEMENT, entered into thft.CQA0AAay of 19
by and between the CITY OF NEWPORT BEA fiereinafter "City,' nd
The Paul Gardner Corp. ereinafter "Contractor," s made with
reference to the following facts:
(a) City has heretofore advertised for bids for the following
described public work:
Modification of Traffic Signal and Safety Lighting at the
Intersection of Newport Bl. at 28th; 30th & 32nd Sts. 2383
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:
Modification of Traffic Signal and Safety Lighting at the
Intersection of Newport B1. at 28th, 30th & 32nd Sts. 2383
Tit e of Proiect Contract o.
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
i D llars ($ 101,928 }.
his 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 Modification of Traffic Signal &
Safety Lighting a Rl. at 2 8th�3O h, & 2nd Ste 21Al
Title oCont ract 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.
CITY OF NEWPORT BEACH
.
/
�.
/
...:�
ATTEST:
City Clerk
APPROVED AS TO FORM:
The Paul Gardner Corp.
City Attorney Contractor
.�,..A► _.mil �
CITY
CONTRACTOR
• • SP 1 of 10
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
MODIFICATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING
AT THE INTERSECTIONS OF
NEWPORT BOULEVARD AT 28TH STREET, 30TH STREET AND 32ND STREET
CONTRACT NO. 2383
SCOPE OF WORK
The work to be done under this contract consists of the installation of traffic
signals and safety lighting at the intersections of Newport Boulevard at 28th
Street, 30th Street, and 32nd Street.
In order to expedite the early completion of work, the City will furnish the
traffic signal poles, including anchor bolts.
The contract requires completion of all work in accordance with these special
provisions; the City's Standard Special Provisions; the Plans (Drawing No.
T- 5306 -5, Sheets 1 thru 5), the City's Standard Drawings and Specifications,
and, where applicable, the California Standard Specifications, January 1981 and
the California Standard Plans, January 1981. The City's Standard Specifications
are the Standard Specifications for 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
Drawings and Special Provisions may be purchased from the Public Works Department
at a cost of $5.
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 60 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 mater-
ials 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 not be compensated for by revising the sequence of the Contractor's opera-
tions. The term "shortage of materials," as used in this section, shall apply
only to materials, articles, parts or equipment which are standard items and
SP 2 of 10
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 provisions 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 sig-
nal controller has been delivered to the job site.
IV. PAYMENT
The unit price for items of work shown in the proposal shall be full compensa-
tion 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 construction
work, the Contractor shall request each utility company to locate their facili-
ties. 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 arrangements 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 encountered
at various times and locations during the work herein contemplated. The Con-
tractor, 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 unin-
terrupted along their existing street and drainage courses. Diversion of water
• • SP 3 of 10
for short reaches to protect construction in progress will be permitted if
public or private properties are not damaged or, in the opinion of the Engineer,
are not subjected to the probability of damage.
Surface water containing mud or silt from the project area shall be treated
by filtration or retention in a settling pond or ponds adequate to prevent
muddy water from entering storm drains or the bay. The Contractor shall
submit a plan for implementing siltation control prior to commencing construc-
tion. Upon approval of the plan, the Contractor shall be responsible for the
implementation and maintenance of the control facilities.
VIII. AS -BUILT PRINTS
The Contractor is required to submit to the Engineer "As- Built" prints prior to
the City accepting the installation. The prints shall indicate in red, all
deviations from the contract plans, such as: location of poles, pull boxes and
runs, depths of conduit, number of conductors, and other appurtenant work.
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 ex-
pense.
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 facili-
ties as shown on the drawings and as specified herein. See SCOPE OF WORK,
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 to "Standard Specifications" shall be
understood to be referenced to the California Standard Specifications.
2. Standard Plans - Except as modified herein, all references in this
section n to ' tandard 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 construed to mean the Code, Order
or Standard that is in effect on the date set for receipt of bids.
C. Description
0
Furnishing and installing traffic signals,
nation systems and payment therefor shall
Section 86, "SIGNALS AND LIGHTING," of the
E
SP 4 of 70
safety lighting, and sign illumi-
conform to the provisions in
Standard Sepcifications.
Traffic signal work is to be performed at the following locations:
Loc.
A -
Newport
Boulevard
@
28th
Street
Loc.
B -
Newport
Boulevard
@
30th
Street
Loc.
C
- Newport
Boulevard
@
32nd
Street
Equipment List and Drawings
The controller cabinet schematic wiring diagram and intersection sketch, to
be mounted on the cabinet door, shall be combined into one drawing so that
when the cabinet door is fully open, the drawing is oriented with the inter-
section. This sheet shall be 24" x 36" or 36" x 48" and on mylar.
The Contractor shall furnish two maintenance manuals for all new controller
units, auxiliary equipment, and vehicle detector sensor units, control units
and amplifiers. The maintenance manuals and operation manuals may be com-
bined into one manual. The maitenance manuals or combined maintenance and
operation manuals shall be submitted at the time the controllers are deliv-
ered or, if ordered by the Engineer, previous to purchase. The maintenance
manuals shall include, but need not be limited to, the following items:
a) Specifications
b) Design characteristics
c) General operation theory
d) Function of all controls
e) Trouble shooting procedure (diagnostic routine)
f) Block circuit diagram
g) Geographical layout of components
h) Schematic diagrams
i) 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 qulaity of workman-
ship and materials furnished by him. The Contractor shall make, at his own
expense, any repairs or replacements made necessary by defects in workman-
ship or materials furnished by him that becomes evident within one (1) year
after filing of the Notice of Completion of the work and to restore to full
compliance with the requirements of these specifications, any part of the
work which during the one -(1) year period is found to be deficient with
respect to any provisions of the plans and specifications. The Contractor
shall make all repairs and replacements promptly upon receipt of written
orders from the Engineer. If the Contractor 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. Maintaining Existing and Temporary Electrical Systems
Traffic signal system shutdowns shall be limited to periods between the
hours of 9:00 a.m. and 3:30 p.m.
• Sp 5 of 10
Existing traffic signal systems shall not be placed in new phase operation
until all equipment is installed and pavement markings are complete.
All existing signal indications, pedestrian push buttons, detectors and
control equipment shall be maintained in operation, except during shutdown
hours as specified above.
Existing luminaires, that are to be removed, shall remain in operation until
the replacement luminaire is installed and operating.
Cost for minor temporary wiring, which may be required on a day -to -day basis,
shall be considered as part of the lump sum bid price.
F. Scheduling of Work
The Contractor may perform sub - surface work consisting of the installation
of conduit, foundations, and detectors, prior to receipt of all electrical
materials and equipment. All excavation areas shall be filled and per-
manent surface material placed immediately upon completion of underground
work.
Above - ground signal work shall not commence until such time that the Con-
tractor notifies the Engineer, in writing, of the date that all electrical
materials and equipment are received, and said work shall start within 15
days after said date.
No materials or equipment shall be stored at the job sites until receipt
of said notification by the Engineer. The job sites shall be maintained
in neat and orderly condition at all times.
All striping, pavement markings, and signing shall be in place prior to
signal turn on and/or opening of street to public travel.
G. 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.
H. Standards, Steel Pedestals and Posts
Where the plans refer to the side tenon detail at the end of the signal
mast arm, the applicable tip tenon detail may be substituted.
I. Conduit
Non - metallic type conduit will be allowed as an option to the Contractor.
The Contractor shall clearly state, in his bid proposal, which alternate
his cost is based on.
Insulated bonding bushings will be required on metal conduit.
• SP 6 of 10
After conductors have been installed, the ends of conduits terminating in
pull boxes and controller cabinets shall be sealed with an approved type
of sealing compound.
Rigid metal conduit, to be used as a drilling or jacking rod, shall be
fitted with suitable drill bits for size hole required.
J. Pull Boxes
Grout in bottom of pull boxes will not be required.
K. Conductors and Wiri
Conductors shall be spliced by the use of "C" shaped compression 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.
L. 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.
M. Service
If service equipment cabinet design deviates in any way from the details
shown on the plans, details of such deviation shall be submitted to the
Engineer for review before fabrication of the contract cabinets. 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 con-
tract fixtures. The prototype cabinet will be returned to the Contractor
and, if permitted by the Engineer, the cabinet may be installed in the work.
N. 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 Laboratory or other in-
dependent test facility. However, the City will require that the equipment
and cabinet be tested as specified in the sixth paragraph of Section 86- 2.14A,
"Materials Testing," of the Standard Specifications and that the Certificate
of Compliance and signed test report be forwarded to the City along with
a written certification from the supplier stating that the controller unit,
auxiliary equipment, and cabinet, fully wired, meet the requirements of
the Standard Specifications and these Special Provisions.
• • SP 7 of 10
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 deficiencies
of the new or modified system, or systems, have been
corrected, the City will maintain the system, or sys-
tems. 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.
0. Model 170 Controller Assemblies
Caltrans Model 170 controller assembly or assemblies shall be furnished
by the Contractor, complete with all equipment required to provide the
operation shown on the plans.
The Contractor shall arrange to have a signal technician, qualified to
work on the controller and employed by the controller manufacturer or his
representative, present at the time the equipment is turned on.
The Caltrans software for master /submaster and local intersection opera-
tion will be furnished by Caltrans.
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 circuitry 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 asso-
ciated 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."
. SP 8 of 10
At Location B, the Type 170 controller assembly shall provide flash control
for the existing median flasher shown on the plan.
P. Vehicle Signal Faces and Signal Heads
Signal section housings shall be either metal or plastic type.
All lamps for traffic signal units (including programmed visibility type)
shall be furnished by the Contractor.
In the event that plastic heads are to be supplied, as an alternate, all
post top- mounted installations shall utilize TV -1 -T mounting brackets in
place of the TV -1 mounting shown on the plans.
Q. Pedestrian Signals
Pedestrian signals shall be Type A utilizing international symbols.
The hood described in Section 86- 4.05D, "Visors," of the Standard Speci-
fications shall be provided.
R. Detectors
Loop detector sensor units shall be rack- mounted, Type B (2 or 4 channel)
utilizing sequential scanning of channels.
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. Lead -in cables shall be connected in accor-
dance with the manufacturer's instructions for one and two channel config-
urations.
The number of sensor units and lead -in cables required to achieve the speci-
fied detection shall be installed.
Detectors shall meet the performance characteristics as defined in Sections
86- 5.OIA(2) and 86- 5.016(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 displacement does not
exceed 80 cubic centimeters.
S. Pedestrian and Bike Push Buttons
When pedestrian push buttons are installed on pedestrian push button 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" x 12" and shall not extend beyond the mounting frame-
work.
SP 9 of 10
Bike push buttons shall have an appropriate sign (9" x 12" maximum) indi-
cating specific use of the button facility. The push button shall be
mounted on the street side of poles designated on the construction plan.
Mounting height shall be similar to that used for pedestrian buttons ex-
cept 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 pedestrian button frame-
work and normally offset 90 degrees.
T. 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 porce-
lain enclosed mogul multiple screw shell socket with lamp grips. The
optical assembly shall contain an activated charcoal 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 A cutoff power /door units or
approved alternate.
U. Internally Illuminated Street Name Signs
Internally illuminated street name signs shall be Type A.
V. Photoelectric Controls
Type IV photoelectric controls shall be provided on each luminaire and on
each internally illuminated street name sign.
W. Ballasts
The ballast 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.
• ` Sp 10 of 10
X. Salvaging Electrical Equipment
Salvaged materials at locations A and B shall become the property of the
Contractor and shall be removed from the job site at his expense, with the
exception of the street light ballasts and luminaires which shall be salvaged
and delivered by the Contractor to the City of Newport Beach Utilities Yard
at 949 West 16th Street, Newport Beach, California. All other salvaged
materials shall be delivered by the Contractor to the City of Newport Beach
Corporation Yard, 592 Superior Avenue, Newport Beach, California 92663.
Y. Payment
The contract lump sum price or prices paid for signal and lighting shall
include highway lighting at intersections in connection with signals only.
All other roadway lighting on the project shall be considered as included
in the contract lump sum price paid for lighting.
9 0
CITY OF NEWPORT BEACH
ENGINEERING DEPARTMENT
MODIFICATION OF TRAFFIC SIGNAL AND SAFETY LIGHTING
AT THE INTERSECTIONS OF
NEWPORT BOULEVARD AT 28TH STREET, 30TH STREET AND 32ND STREET
CONTRACT NO. 2383
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
P. 0. Box 1768
Newport Beach, California 92663 -3884
Gentlemen:
Page 1
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.
2383 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 DESCRIPTION TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE
Lump sum Construct Traffic Signal and Safety
Lighting at the intersections of
Newport Boulevard at 28th Street,
30th Street and 32nd Street.
Dollars
�. � and
��. Cents $10 9 t 8.00
TOTAL PRICE WRITTEN IN WORDS:
Contractor's License No. %7Z27YJ?
ti1cf Z98H -0/if
Bidder's T lephone Number
Date 4411 a-� /9Q3
Dollars
and
Cents $ia/
-PAr.c 842ou&Jt 6D/lIuQA71041
Bidder
Authori ed Si nature / itle
Wt �r uW064 , dis�J /cru
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.
I7X)58 C, _(0 SA S81
Contr's Lic. No. & MassiTication
Date
Pa„i-
�iannurdz ld�dz� >ro��
Bidder
Authori ed S'gn reditle
JD � ,w 4�3a , Y�'N'
• , 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• LJ C oe Am? a M [ J) do T V e a A/ STZ P o ,8 v sC 8�
2. CnA^./A 7aE, en A0
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
i' • i1, 'i
IM
Authorized Signature/Title
^OL 4 , *W4& I P2r's
9 0
NON- COLLUSION AFFIDAVIT
Page 5
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:
Na- 64e6.V1rZ (AMPRA7o,V
Bidder
Authorized Signature //Title
6040( 2 644O,vsn , ARks
Notary Public
���
q\
/\
\ \\
�\
}\
\
�
�
;
x
2f
/
`
k
_
ƒ
\\
�
a
\ \»
\
�®.
/\
` � `
�:
;
\{k)
\\\
�
��
�
�
\�ƒ
)
��
�
\)
{a
;
a
��
��
�
i�
y
\ \ \\\
* �
�
& \-
\�\
)
/ �
� �
/
�.
/
\
�
� � �
�
-
)(
�. --
(
)
f7
•
. 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.
PAvL 6*2 Aub2 �i�ba�f 7c►t�
Bidder
G.�o< tj
Authorized Signature Title
AVI, 2 WAAW s
9
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.
198.1 64 -r&A1/s &-r o7
A
o vi-re t6 7
I I'd
3 83 - Sold 3
19y'A (4 t. -MANi DIS T o8
I
dSd JE
I cy%
7417 ' 7.)4 G
198,3 C4 oa 404AA kl%M
ti
&na04at
?«,
h.N • Sj3'T
ll _,
Autti�o�i ed4 �cou 1 T �PoI4s
P4 !
! 1 •
CITY OF NEWPORT BEACH
TRAFFIC ENGINEERING DIVISION
MODIFICATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING ON
NEWPORT BOULEVARD AT 28TH, 30TH, AND 32ND STREETS
CONTRACT NO. 2383
April 18, 1983
NOTICE TO BIDDERS:
Bidders shall propose to complete Contract No. 2383 in accordance with the con-
tract documents, the Proposal, the Specifications, and as modified by Addendum
No. 1.
1. AMEND SECTION X.0 "MODEL 170 CONTROLLER ASSEMBLIES" OF THE
SPECIAL PROVISIONS BY ADDING THE FOLLOWING:
The controller cabinets supplied shall conform to Section 86 of
CALTRANS Standard Specifications and shall be constructed of
aliminum alloy conforming to the following special provisions:
Cabinets shall be constructed of sheet aluminum alloy 5052,
with a minimum thickness of 0.125 inches. The cabinet surface
shall be painted white over a primer designed for use on
aluminum. All exposed edges shall be free of burrs and
pit marks.
All welds shall be neatly formed and free of cracks, blow
holes, and other irregularities. All welds shall be made
by the Heliarc welding method.
The cabinet shall have rigid inside angle arms for anchoring it
to a base. Angle arms shall be aluminum alloy 5052 minimum of
0.125 inch thickness and minimum width of 2.5 inches.
Please execute and date ADDENDUM No. 1 and attach
bid proposal will be accepted without Addendum No
hereto.
88
er
Mosll hl
Project Engineer
to your bid proposal. No
1 being executed and attached
I have carefully examined Addendum No. 1 and hereby consent to this Addendum
being made a part of our proposal.
PAvt 64ma4E2 CcAPo l710b
Date 9W` Q°Jr Bidders Name
u orize i na ure
1°ALd� 2 &*0Z4 *0420-5S
7�Y gS�t-lh��t Address) o/ c�AA; �v;
e ep one Number
Number idder's
���ro 69cff- 91 W11
f 1 0 • Page 4
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
Bond No,: U 356264
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 -j,
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
Modification of Traffic Signal and Safety Lighting at the Intersections of Newport
e
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 22nd day
_ate
State of California,
SS:
County of - LDS Annel es , f
On this 22nd day of Apri I in the year 1983 before me Notary of Public
personally appeared Robert J. Cu7D
personally known to me (or proved 1:o me
on the basis of satisfactory evidence) to be the person whose name is subscribed to this instrument as the Attorney - In - Fact
of UNITED PACIFIC INSURANCE COMPANY, and acknowledge to me that he (she) subscribed the name of UNITED
PACIFIC INSURANCE COMPANY thereto as surety, and his (her) own name as Attorney -In -Fact.
CFFICIAL SEAL
coN)rA E. r. ^AD)o
F Yi „Y
l
.r tlnIA4I UtB'..G -CA'_'FO RNIA
� '.,Z r:o;Aar echo rn�eo ua
Lu5 ANGELES CWNty
Idy Commission Explres Ar 61 23, 1395
My Commission expires Apri 1 23 ig 85
BDU -7818 ED. 6/82 (CALIF.)
/ ' -� L / Yjad i � �l
Notary Public in and for said County
C�
o�
Cn
�3
°J 3
� � 1
Na
O -'r
rH�
r'
T
iom
�J.
J
N
:.J
I�
cn
(14r, P
o p
J I'7Y Q
9 N Y p? r
N 'L
Yi � CG ID i}
22 C)
7
D0 0 -0o
N
T Z N ] J
d N
m „ <
Z O m
ZTH'o- a
m
n 2 0
o�n< al
> a
z z
M m
0
m O ° n
O J
F
m
_
m a �
a
�z
o
� f
m �
a 3 �
o m w
m
N s
m L,
D °- • iD
cc
m
m o
" N 3
� � 3
C
Z � v
—I T ° C
m °
O m n
.is
0
c
3
0
r
0
ti
A
rD
rD
Vr
`-ter
R
0
n
m
0
_
a
1.
r • • Page 4
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
Bond No.: U 356264
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 -j,
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
Modification of Traffic Signal and Safety Lighting at the Intersections of Newport
Boulevard at 28th Street, 30th Street and 32nd Street. Contract No. 2383.
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 22nd day
of April , 1983.
(Attach acknowledgement of
Attorney -in -Fact)
Notary Public
Commission expires
Paul Gardner Corporation
Bidder
Autholq�cd4 v Tits "If
United Pacific Insurance
By
Titl'� Robert J. Cul
UNITED POCIPIC INSURANC* 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 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 -tact 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 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 77,
UNITED PACIFIC INSURANCE COMPANY
STATE OF Washington
COUNTY OF Pi E 55.
Pierce 1111
Ow nis 5th day of May , 19 77, personally
i
V ica- Presidem
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.
My Commission Expires:
5 i
January I 19 78 Notary Public in and for State of Washington
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_.
BDU -1431 ED.2 -72
+
A
•
BY THE CITY COUNCIL
CITY OF NEWPORT BEACH
MAY 0 91983
TO: CITY COUNCIL �
FROM: Public Works Department
MAY 9, 1983 �(��
CITY COUNCIL AGENDA`)
ITEM NO. �� (Q)
SUBJECT: MODIFICATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING AT THE
INTERSECTIONS OF NEWPORT BOU EVARD AT 28TH STREET, 30TH STREET,
AND 32ND STREET. (C — ;.383
RECOMMENDATION:
1. Award Contract No. 2383 to the Paul Gardner Corporation, Ontario,
California, for $101,928,
DISCUSSION:
Seven (7) bids were received and opened in the office of the City Clerk at
10 :00 a.m., April 29, 1983. The bids were as follows:
1. Paul Gardner Corp., Ontario, CA $101,928
2. Grissom & Johnson, Inc., Santa Ana, CA $104,280
3. Baxter - Griffin, Stanton CA $106,700
4. Steiny & Company, Inc., Anaheim, CA $111,000
5. Smith Electric Supply, Stanton, CA $111,568
6. Four Simon, Inc., Los Angeles, CA $120,000
7. Mendoza Electrical, Huntington Park, CA $149,990
The engineers estimate for this project is $130,000.
This project provides for the modification of traffic signals and safety
lighting at the intersections of Newport Boulevard at 28th Street,
30th Street, and 32nd Street.
This project will be paid with gas tax funds.
The estimated date of completion is July 8, 1983.
/yJ
Richard 1' Edmonston
Traffic Engineer
JEB /jp
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 Reach, 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:
I certify (or declare) under penalty of perjury that the
foregoing is true and correct. Dated at Newport
Beach, California, this O day of 47r- -19uy
6u ,ign4atQ ur
P41 =_]
THE NEWPORT ENSIGN
C - � 33
This space is for the County Clerk's Filing Stamp
Proof of Publication of
A
Paste Clipping of
Notice
SECURELY
In This Space
seated bid, mar be
•. oNw f &a Cly
at
rtment, .9900 Nowyort
rgn4 N.�wn Bwab, CA
4mu.+uloaaadvai4 naa Nm .
K mOW ZM
H91709
PROOF OF PUBLICATION ,_Q�
0
TO: CITY COUNCIL
FROM: Public Works Department
- 2)
APRIL 11, 1983
CITY COUNCIL AGENDA
ITEM NO. r 1 %
SUBJECT: MODIFICATION OF TRAFFIC SIGNALS AND SAFETY LIGHTIN „
NEWPORT BOULEVARD AT 28TH, 30TH, AND 32ND STREETS.'_
RECOMMENDATION:
1. Approve the plans and specifications.
2. Authorize the City Clerk to a 0 to be opened at
10:00 a.m. on April 29, 1983.
DISCUSSION:
This project provides for the modification of the traffic signals and safety
lighting at three intersections along Newport Boulevard at 28th, 30th, and
32nd Streets. This project is in the 1982 -83 Traffic Signal Program approved
by the City Council on March 8, 1982.
The project provides for the upgrading of poles and other hardware at 28th and
30th Streets as well as new control equipment at all three locations. This
new control equipment will be fully compatible with the State's equipment at
Finley and at Via Lido. This will enable the five signals from 28th to Via Lido
to be synchronized in a manner significantly better than can be done with the
existing equipment. The proposed project has been reviewed and approved by
Caltrans and they have agreed to make their programming software available to
the City at no charge.
The estimated cost of the project is $130,000.
gas tax account to cover the construction costs.
y� y
r�.c� n2C� Richard M. M. Edmonston
Traffic Engineer
RMEJjp
There are adequate funds in the