HomeMy WebLinkAboutC-2155 - Traffic signal and lighting at Hoag and Superior9 dL
September 15, 1981
CITY OF NEWPORT BEACH
Grissom & Johnson, Inc.
P.O. Box 10040
Santa Ana, CA 92711
OFFICE OF THE CITY CLERK
(714) 640 -2251
Subject: Surety: Insurance Co. of North America
Bonds No.: 04 64 69
Project: Install Traffic Signal & Lighting
Contract No.: 2155
The City Council on July 27, 1981, accepted the work of subject
project and authorized the City Clerk to file a Notice of
Completion and to release the bonds 35 days after Notice of
Completion has been filed.
Notice of Completion was filed with the Orange County Recorder
on August 5, 1981 in Book No. 14170, Page 1054. Please notify
your surety company that bonds may be released 35 days after
recording date.
Wanda E. Anderse -n
City Clerk
WEA:lr
cc: Public Works
City Hall • 3300 Newport Boulevard. Newport Beach, California 92663
RECORDING
REQUESTED BY ANO
Return t° '
Clerk's
5503
IN OFFICIAL RECORDS
E COUNTY CALIFORNIA
City Office
Newport Beach City Hall
7-400 AU 5,81
3300 Newport Blvd.
E �T
M
Newport Beach, CA 92663
NOTIC �ETION
LEE A.
110 CONSIDERATION
W
PUBLIC WORKS
T '
I o All Laborers and Material Men
and to Every Other Person
Interested:
s�
V
CD
YOU WILL PLEASE TAKE
NOTICE that on February
11, 1981
�
the Public Works project consisting
of Installation O a
is Signal. an ,ateety _
lighting at the Intersection of Superior Avenue and Hospital
Road (Contract No. 2155)_
O
(31
on which Griss on Inc..
0
was the cont t I surance
Company of North Anerica
was the u w corKpl ed.
9
>�C1o���
C Y OF NEWPORT EA
4 i
5
�k —
�: \'4
Pub 11 c�W�ore
Director
/
VERIFICATION
I, the undersigned, say:
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on July 30th, 1981 at Newport Beach, California.
Publid 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 July 27, 1981 accepted the above described work as
completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on July 30th, 1981 at Newport Beach, California.
City Clerk's Office
July 30, 1981
0 a
Lee A. Branch
County Recorder
P.O. Box 238
Santa Ana, CA 92702
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
(714) 640 -2251
Attached for recordation is Notice of Completion of Public Works
projects consisting of Installation of a Traffic Signal and Safety
Lighting at the Intersection of Superior Avenue and Hospital Road
(Contract No. 2155), on which Grissom & Johnson, Inc, was the
Contractor and Insurance Company of North America was the surety.
Please record and return to us.
Wanda E. Andersen
City Clerk
WEA:lr
attach.
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663
Return to:
City Clerk's Office
Newport Beach City Hall
3300 Newport Blvd.
Newport Beach, CA 92663
NO'T'ICE OF COMPLETION
NO CONSIDERATION
PUBLIC WORKS
I o All Laborers and Material Men and to Every Other Person Interested
YOU WILL PLEASE TAKE NOTICE that on February 11, 1981
the Public Works project consisting of Installation ot a Trattic Signal. and Satety
Lighting at the Intersection of Superior Avenue and Hospital Road (Contract No.
on which Grissom & Johnson Inc. P.O. Box 10040 Santa Ana CA 92711
was the contractor, and Insurance Company of North Anerica
was the surety, was completed.
VERIFICATION
I, the undersigned, say:
CIT :OFNEWIPORT BEACH
Publi Works Director
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on July 30th, 1981
at Newport Beach, California.
JA
Pu lic ! or cs 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 July 27, 1981 accepted the above described work as
completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on July 30th, 1981 at,Newport Beach, California.
City Clerk's Office
ILI1 ) 7 7��1 July 27, 1981
Ey JUNia� CITY COUNCIL AGENDA
C "Y OF NV WPORT BEACh ITEM N0. —/
• TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: ACCEPTANCE OF INSTALLATION OF A TRAFFIC SIGNAL AND SAFETY LIGHTING
AT THE INTERSECTION OF SUPERIOR AVENUE AND HOSPITAL ROAD (C -2155)
C:K1Q; 19 ` FRI.A K1114.5
1. Accept the work.
2. Assess liquidated damages in the amount of $9,500.
3. Authorize the City Clerk to file a Notice of Completion.
4. Authorize the City Clerk to release the bonds 35 days
after Notice of Completion has been filed.
DISCUSSION:
The contract for the construction of the Superior Avenue /Hospital
Road traffic signal has been completed to the satisfaction of the Public Works
Department.
• The lump sum bid price was $61,633.00
Amount of change orders (- 5,556.00)
Total contract cost $56,077.00
One Change Order was issued providing for the deletion of the median
curbing due to the Costa Mesa County Sanitary District construction in Superior
Avenue. Arrangements have been made to have this curb installed by a separate
contractor.
Financing of the project was:
Adjacent developers $35,000.00
Orange County 10,538.50
City (Gas Tax Fund) 10,538.50
The design engineering was performed by Mohle, Perry and Associates of
Santa Ana.
The contractor is Grissom & Johnson, Inc., of Santa Ana.
The contract date of completion was August 30, 1980. Due to a delay
in receiving the traffic control equipment, the signal was not turned on until
February 11, 1981, 164 days after the specified date of completion. To accom-
modate the automatic traffic counting capability, the specifications required a
"sole source" electronic component. The manufacturer of this component, in the
midst of major geographical and financial reorganization, did not ship to the
signal control manufacturer for 69 days, at which time the manufacture of the
controller was commenced.
July 27, 1981 . 40
SUBJECT: ACCEPTANCE OF INSTALLATION OF A TRAFIC SIGNAL AND SAFETY LIGHTING
Page 2
The remainder of the 164 days' late completion, 95 days, does not
appear to warrant a time extension. Liquidated damages in the amount of $100 •
per day are recommended for this period, in accordance with the terms of the
contract specifications. The contractor has been notified of the recommendations
for liquidated damages.
ASenj�Zm'in B. Nolan
Public Works Director
GPD:jo
•
1
� 4 SEW PpaT i
CITY OF NEWPORT BEACH
TO: Public Works Department
FROM: City Clerk
SUBJECT: Contract No. 2155
Project Instal Traff�
Ave.
Attached is signed copy of subject contract for transmittal to the contractor.
Contractor: Grissom & Johnscn, Inc,
Address: P.O. Box 10040, Santa ana, CA 92711
Amount: $ $61,633.00
Effective Date: May 30, 1980
Resolution No. 9776 ,
Doris Geo e
• 1
Att.
cc: Finance Department
i City Ifall 3300 Newport Boulevard, Newport Beach, California 92663
0
•
�c
gel /I�IIIS /III 111ce
O ONT ELECTRICAL CONTRACTORS - uceNSE No. 263167 c -to
P.O. Box 10040 • 17162 Armstrong Ave. • Santa Ana, Caht. 92711 • (714) 540 -9570
An Equal Employment Opportunity Employer
May 21, 1980
City of Newport Beach
3300 Newport Blvd.
Newport Beach CA 92663
ATT: Mr. Richard Edmonston, Traffic Engineer
RE: Contract Documents - Contract #2155
Gentlemen:
I
The contract documents are completed and enclosed for
the above referenced contract.
Worker's Compensation Certificate, Workers' Compen-
sation Certificate of Insurance and Special Endorse-
: ment also have been signed and enclosed.
Very truly yours,
t.
Virg l a Martin,
Executive Secretary
/vm
enclosures
':...;kL........ .
tJ
b4 A7
• GRISSCM AND 'JOHNSON, INC.
P. O. BOX I0040
17182 ARMSTRONG AVE.
SANTA ANA. CALIF. 92711
Workers' Compensation Certificate
"I am aware of and will comply with Section 3700 of the Labor Code,
requiring every employer to be insured against liability for Workers'
Compensation or to undertake self - insurance before commencing any
of the work."
MAY 16 1980
Date
_ _ 111111V . _.
• CITY OF NEWPORT BEACH •
Contract No. All Operations
Special Endorsement No.
In consideration of the premium charged, this endorsement is attached to and
made a part of all policies insuring the liability of any person, firm or corporation
performing services under,contract for. the City of Newport Beach.
Notwithstanding any inconsistent expression in the policy to which this endorse-
ment is attached, or in any other endorsement now or hereafter attached thereto, or
made a part thereof, the protection afforded by said policies shall:
1. Include the City of Newport Beach, its officers and employees as additional
insureds in the policies described below for injuries, death or damage to property
arising out of or in connection with the contract executed by the named insured and the
City. It is further agreed that this policy shall be primary and non - contributing with
any other insurance available to the City of Newport Beach, and includes a severability
of interest clause.
2. Include contractual liability coverage applicable to the contract referred
to above, including the obligation to defend the City, subject to the terms and conditions
of contractual liability insurance.
3. Delete all exclusions relating to property damage arising out of explosion,
collapse, or underground damage (commonly referred to as "xcu" hazards).
4. Indemnify and save harmless the City of Newport Beach against any and
all claims, excluding sole negligence of the City, resulting fran the undertaking of
the contract. This hold harmless assumption on the part of the underwriters shall
include all costs of investigation and defense, until reasonable determination is made
that the City is solely negligent.
3
Provides limits of liability and coverages as follows:
COVERAGES TO
WHICH THIS EFFECTIVE
ENDORSEMENT DATE OF POLICY
ATTACHES ENDORSEMENT NUMBER
POLICY LIMITS OF
PERIOD LIABILITY
INSURANCE
CITY CLERK
CONTRACT NO. 2155
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT DOCUMENTS
FOR
INSTALLATION OF
TRAFFIC SIGNAL AND SAFETY LIGHTING
AT
HOSPITAL ROAD AND SUPERIOR AVENUE
Approved by the City
Council this 14th day
SUBMITTED BY:
Grissom & Johnson, Inc.
ontractor
P. 0. Box 10040
Address
Santa Ana, CA 92711
City Zip
714 - 5404570
MOO
$61.633.00
Total Bid Price
x.
T i �
Page la
The City, has adopted the Standard Specifications for Public Works Construction (1976
Edition).as prepared by J Sou�Fiern iallTorn a ap ers o e mer can u c Works
Association and the Associated General Contractors of America. Copies may be obtained
from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213)
870 -9871.
The City has adopted Standard,Special Provisions and Standard Drawings. Copies of
these are available at the Public Works Department at.a cost of $5 per set.
A standard "City of Newport Beach Special Endorsement" form has been adopted by the
City of Newport Beach. This form is the only endorsement acceptable to the City for
liability insurance purposes: The successful low bidder will be required to complete
the form upon award of contract. (A sample form is attached for reference.)
For any required bonds, the company issuing bid bonds, labor and material bonds, and
faithful performance bonds must be an insurance company or surety company licensed by
the State of California.
In accordance with the provisions of Article 2, Chapter 1, Part 7 of the,California
Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascer-
tained the general prevailing rate of per diem wages in the locality in which the work
is to be performed for each craft, classification, or type of workman or mechanic
needed to execute the contract. A copy of said determination is available in the office
of the City Clerk. All parties to the contract shall be governed by all provisions of
the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in-
clusive). The contractor shalt be responsible for compliance with Section 1777.5 of
the California Labor Code for all apprenticeable occupations.
The contractor shall post a copy of the prevailing wage rates at the job site. Copies
may be obtained from the Public Works Department.
The City reserves the right to reject any or all bids and to waive any informality in
such bids.
Revised 3 -13 -79
0
M Page 1
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach,
California, until 2:00 P. .N. (as determined by telephone time signal) on the
30th day of A ril 19 80 at which time they will be opened and read, for
performing work as fo
TRAFFIC SIGNAL AT SUPERIOR AVENUE AND HOSPITAL ROAD
CONTRACT NO. C -2155
Bids must be submitted on the proposal form attached with the contract documents
furnished by the Public Works Department. The additional copy of the proposal form
is to be retained by the bidder for his records.
Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable
to the City of Newport Beach, for an amount equal to at least 10 percent of the
amount bid.
The title of the project and the words "SEALED BID" shall be clearly marked on the
outside of the envelope containing the bid.
The contract documents that must be completed, executed, and returned in the sealed
bid are:
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non - collusion Affidavit
E. Statement of Financial Responsibility
F. Technical Ability and Experience References
These documents shall be affixed with the signature and titles of the persons signing
on behalf of the bidder. For corporations, the signatures of the President or
Vice President and Secretary or Assist Secretary are required an�Corporat�e Seal
sha affixed to aI documents requiring signatures. In the case of a arl� tnership,
the signature of at least one general partner is required.
No bids will be accepted from a contractor who has not been licensed in accordance with
the provisions of Chapter 9, Division III of the Business and Professions' Code. The
contractor shall state his license number and classification in the proposal.
One set of plans and contract documents, including special provisions, may be obtained
at the Public Works Department, City Hall, Newport Beach, California, at no cost to
licensed contractors. It is requested that the plans and contract documents be returned
within 2 weeks after the bid opening.
(cont.)
n 'a
Page 2
All bids are to be computed on the basis of the given estimated quantities of work,
as indicated in this Proposal, times the unit price as submitted by the bidder. In case
of a discrepancy between words and figures, the words shall prevail. In case of an error
in the extension of a unit price, the corrected extension shall be calculated and the'bids
will be computed as indicated above and compared on the basis of the corrected totals.
The estimated quantities of work indicated in this Proposal are approximate only,
being given solely as a basis for comparison of bids.
The undersigned has checked carefully all of the above figures and understands that
the City will not be responsible for any errors or omissions on the part of the under-
signed in making up this bid.
The undersigned agrees that in case of default in executing the required contract
with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal
Holidays, after having received notice that the contract is ready for signature, the
proceeds of check or bond accompanying this bid shall become the property of the City
of Newport Beach.
Licensed in accordance with the Statutes of the State of California providing for
the registration of Contractors, License No. 263167 Classification C -10
Accompanying this proposal is
as rti
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workers' compensation or to
undertake self- insurance in accordance with the provisions of that code, and agrees to
comply with such provisions before commencing the performance of the work of this contract.
Grissom.& Johnson, Inc.
P. 0. Box 10040
714 - 540 -9570 n a A a A 92711
Phone u er Bidder's Name
(SEAL)
J�pril 30. 1980 __ _ _
Da Pe ut orize gnature
Authorized Signature
rnrnnratinn
Type of Organization
(Individual, Corporation, or Co- Partnership)
List below names of President, Secretary, Treasurer and Manager if a corporation,
and names of all co- partners if a co- partnership:
Rex M. Grissom
President
Stephen Geis, Jr. Secretary /Treasurer
r
0 •
Page 3
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies that he has used the sub -bids of the following
listed contractors in making up his bid and that the subcontractors listed
will be used for the work for which they bid, subject to the approval of the
City Engineer, and in accordance with the applicable provisions of the
specifications. No change may be made in these subcontractors except upon
the prior approval of the Engineer.
Item of Work Subcontractor Address
1. Median Construction Nobest. Inc. 12771 Western. Garden Grnve
2.
3.
4.
5.
6.
7.
9.
10.
11.
12.
Grissom & Johnson, Inc.
Bidder's ame
S /Stephen Geis, Jr.
Authorized ignature
Corporation
Type of rganization
(Individual, Co- partnership or Corp.)
P. 0. Box 10040
Santa Ana. CA 927Lr— _
address
"FOR *INAL SEE CITY CLERK'S FILE COP*
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, Grissom & Johnson, Inc.
Page 4
as Principal,
and INSURANCE COMPANY OF NORTH AMERICA , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
ten percent Dollars ($ 10% ), lawful money of the United
States for the payment of which sum well and truly to be made, we bind ourselves,
jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden principal for the construction of
Installation of traffic signal and safety lighting at Hospital Road and Superior Avenue
in the City of Newport Beach, is accepted by the City Council of said City, and if the
above bounden principal shall duly enter into and execute a contract for such construc-
tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting
Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from
the date of the mailing of a notice to the above bounden principal by and from said City
of Newport Beach that said contract is ready for execution, then this obligation shall
become null and void; otherwise it be and remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the surety from
its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 21st day of
April , lg 80
Corporate Seal (If Corporation)
II X01 .I i
(Attach acknowledgement of
Attorney -in -Fact
Linda A. Sublett, Notary Public
INSURANCE COMPANY OF NORTH AMERICA
Commission Expires Sept. 30. 1983 Surety
By S /Charles T. Terry
Title Attorney -in -fact
Page 5
iy NON;COLLUSION AF.FIDAVh
The bidders,_. by its officers and agents representatives present at the time of
filing this bid, being,duly- .sworn. on their oaths say, that neither they nor any of
them, have in any way, directly or indirectly, entered into any arrangement or agree -
ment With any other bidder, o' 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 public officer any.sum of money, or has given or is to give to such other
bdder'or public officer anything of value whatever, or such affiant.or:affiants or
either of them has not diitly or indirectly, entered into any arrangement or agree -
ment with any other bidder or bidders, which tends to or does lessen or destroy free
competition in the letting of the contract-sought for by the attached bids; that no
bid has been accepted from any subcontractor or materialman through any bid depository,
the Bylaws, Rules :or Regulations:of which prohibit or pent the contractor, from
considering any bid from any sub rev
contractor or material is not processed
through said bid depository, or whtck r -event any subcontractor or materialman from
bidding to any contractor who does ;p ose the facilities of or accept bids from or
through such bid depository; that ttotducement or any form. or character other than .
that which appears upon th4.face of the :bid will .be suggested, offered, paid, or
delivered to any.person WhiariS� ever to influence }the acceptance of the said bid or .
awarding of the contract, 0.0 has this blilft y agreement or understanding of any
k kind whatsoever, With any person whomsoeye pay, deliver to,.or share with any
other person in any way or manner, any of proceeds of the contracts sought by
this ,bi d.
j Grissom & Johnson, Inc.
S /Stepheo- Geis,.Jr.
Secretary /Treasurer
May 3, 1982 S /Virginia Martin
Notary FuDlic
I
P,
"FOR OR *NAL SEE CITY CLERK'S FILE COPY':
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 24 hours after the bid openinq if he
is the apparent low bidder.
"On File with City Clerk ".
S /Stephen Geis, Jr.
Signed
Page 6
Page 7
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character to
that proposed herein which he has performed and successfully completed.
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No.
Please see attached sheet.
`S /Stephen Geis, Jr
�"e 1
., ._
a ._` i
4 Y.
.�� -:.- lam. ......_ r ,.. _.. ..0 _r u� _.�._ .- rrs_rm��ai.'�: 'ib'eve�b= .�_.._ Gv'K- x�'.�:. -� . -__- x - � .a i Y a..e
` `O( 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.
7105 1978 City of Placentia R. Beardsley 993 -8131
Traffic Signals - Project SRS -0005 (399)
7098
1978
City of
Irvine B. Yamada
754 -3600
Traffic
Signal - Projects 801 -29 & 810 -25
7666
1978
County of Los Angeles J. Hendershot
213 -226 -8169
7059
1977
Traffic Signal Mod. - Contract 2354
County of orange P. Gilbert
834 -7089
Traffic
Signal - W.O. R084334 -35
7078
1978
County of- Orange P. Gilbert
834 -7089
Traffic
Signal - W.O. 08470
7128
1978
County of Orange P. Gilbert
834 -7089
7086
•1978
Traffic
City of
Signal - Contract D -78 -065
Costa Mesa H. Burnham
754 -5334
Traffic
Signal - Contract 9/19/77
71 2],.
1978
State of California R. Decker
.997 -5071
Traffic
Signals - 07- 332804
7100
1978
City of
Fullerton T. Hartzog
525 -7171
Traffic
Signals - P.O. F5345
7141/42
1979
City of
Santa Ana J. Pendergast
834 -4939
Traffic
Signals - Project 5049 & 8150
BOX 10040
- 17182 ARMSTRONG A /
SANTA ANA, CALIF. 9271 /
Tgned
KNOW ALL MEN BY THESE PRESENTS,
WHEREAS, the City Council
Page 8
}: bOND #MNR 04 64 69
LABOR ;F1P1I1:14ATERIAL BOND PREMIUM INCLUDED IN PERFORMANCE
BOND CHARGE
That
of the City of Newport Beach, State of California, by
motion adopted May 12, 1980
has awarded to Grissom & Johnson Inc.
hereinafter designated as the "Principal ", a contract for Installation of Traffic
Signal and Safety Lighting at Hospital Road and Superior Avenue
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 GlaSSOM & JOHNSON, INC.
as Surety, are held firmly bound unto the City of Newport aBnddchrlo0te sum of
Sixty -one Thousand, Six Hundred Thirty- three / Dollars ($ 61.633.00 ),
said sum being one -half of the estimated amount payable by the City of Newport Beach
under the terms of the contract, for which payment well and truly to be made we bind
ourselves, our heirs, executors and administrators, successors, or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or
his subcontractors, fail to pay for any materials, provisions, provender, or other
supplies or teams, used in, upon, for, or about the performance of the work contracted
to be done, or for any other work or labor thereon of any kind or for amounts due
under the Unemployment Insurance Code with respect to such work or labor, that the
Surety or Sureties will pay for the same, in an amount not exceeding the sum specified
in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's
fee, to be fixed by the Court as required by the Provisions of Section 4204 of the
Government Code of the State of California.
This bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 3181 of the California Civil Code
so as to give a right of action to them or their assigns in any suit brought upon
Page 9
(Labor and Material Bond - Continued)
this bond, as required by the Provisions of Section 4205 of the Government Code of
the State of California.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or the specifications accompanying the same shall in
any wise affect its obligations on this bond, and it does hereby waive notice of any
such change, extension of time, alterations or additions to the terms of the contract
or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual,
It is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
s IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the jg day of May , 19—B-0 _.
-r
I
GRISSOM & JOHNSON INC. (Seal)
Name of Contraacyt�or7Prriincipal
Authorizied Signature and Title -
s President _ ^
Akth6rized ignatu Title
Ska-phen Geis, J ecretary /Treasurer
INSURANCE COMPANY OF NORTH
Name of Surety
4050 Fri i Blvd -
'I
Addre ur y -
Approved as to form: Signature an Title o Authorized gent
E. Lee Smith, III,Attorney -in -fact
ALEXANDER &'ALEXANDER OF CA., INC.
Address of Agent
ity t orney P.O. Box 504
Santa Ana Ca 714- 558 -0101
elephone
No of Agent
I
|
�\ !
�-> S /:
(( \( \§
- { -/
/3 jEE§
(f //
( \\ \
ik \ \fie
\ \� ».
/�,
% \'
7A� \
A». a
/1 }i
'(ZE
})i
} } \�
�[
� \[
\ {
f/
®�\
2£E
(f //
( \\ \
ik \ \fie
\ \� ».
/�,
% \'
7A� \
A». a
/1 }i
'(ZE
})i
} } \�
�[
� \[
\ {
})��<22 ®\�0■
\ - ! »■}■/
/
} \/
%§ \k \§
ƒ \ƒ7&
kft
\ \$rte
,\\}
QZ
r
a rn (D
2) !f%
ate=
�. ,.
�
\ 2!I
}
\
\ \
) o
\ }
\
{
/
� r
NE
/
ca
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
«Pa1ge 10
-OPOM" 64 69
"PREMIUM: $231.00
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted May 12, 1980
has awarded to Grissom & Johnson, Inc.-
hereinafter designated as the "Principal ", a contract for Installation of Traffic
Signal and Safety Lighting at Hospital Road and Superior Avenue.
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We, GRISSOM & JOHNSON, INC.
as Principal, and INSURANCE COMPANY OF NORTH AMERICA
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
Sixty -one Thousand, Six Hundred Thirty -three and
n0 /100 Dollars ($ 61,633.00 /,
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
r •
Page 11
(Performance Bond - Continued)
of any such change, extension of time, alterations or additions to the terms of the
contract or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 18+-b day of May , 19 80
GRISSOM & JOHNSON, INC. (Seal)
Name of Contractor (Principal)
s _
+
Authorized Signature and Tit e —
riss m, President
y Q
ut iz d Signature d tle
en Geis, Jr., Secretary /Treasurer
i
INSURANCE COMPANY OF NORTH AMERS(2eal')-
Name of Surety
4050 Wi hi e Blvd
ca_ 90010 .. .
e
Approved as to fo
City Attorndy
Y
blgnature\ana 11tie
E. Lee Smith,III,
Address of Agent
Telephone No. of Agent
\ \ / }�
crr w
AEI %\ \ n \
& &EG *\ p/ /
cn
e. } }([ ee
/ »tea (D (D i
& ®�f ,4' zi
2� ! of■ \-
{ §, °
/
\
%
2�
a /
| �
�ƒ
!/
2/22/
\ \ / }�
crr w
AEI %\ \ n \
& &EG *\ p/ /
cn
e. } }([ ee
/ »tea (D (D i
& ®�f ,4' zi
2� ! of■ \-
{ §, °
/
\
%
2�
a /
| �
} \ �MP,� |
\\ \ \n\ �}
�//\
� »�!«
nll
(777;■
\ C k0
! }${a
\�R;f \ §
» \(t
(((({
@ \) =9
Zz
�a -&»
®tea ®!
\\)w®
/( \�}
2f » I
\ \
/ 9
) 2
§ �
n }
¥
}
Ln
Ll
/
/
\
aF
THIS AGREEMENT, made and entered.into t & t-day of ,
by and between the CITY OF NEWPORT BEACH, California, hereinafter de ignated as
party of the first part, and
MJ
the City,
hereinafter designated as the Contractor, party of .e part.
WITNESSETH: That the parties hereto do`_''` ly agree as follows:
1. For and in consideration of the payments and agreements hereinafter mentioned
to be made and performed by the City, the Contractor agrees with the City to furnish all
materials and labor for the construction of
Installation of Traffic Signal
and to perform and complete in a good and wor
k� manner all the work pertaining
thereto shown on the Plans and Specifications T r; to furnish at his own proper
cost and expense all tools, equipment, labor, a terials necessary therefor, (except
such materials, if any, as in the said Specifications are stipulated to be furnished by
the City), and to do everything required by this Agreement and the said Plans and
Specifications.
2. For furnishing all said materials and labor, tools and equipment, and doing =~
all the work contemplated and embraced in this Agreement, also for all loss and damage
arising out of the nature of the work aforesaid, or- .from -the action of the elements,
or from any unforeseen difficulties which may arise or be encountered in the prosecu-
tion of the work until its acceptance by the City, and for all risks of every description
connected with the work; also, for all expenses incurred by or in consequence of the
suspension or discontinuance of work, except such as in said Specifications are expressly
stipulated to be borne by the City; and for well and faithfully completing the work.
and the whole thereof, in the manner shown and described in the said Plans and
Specifications, the City will pay and the Contractor shall receive in full compensation
therefor the lump sum price, or if the bid is on the unit price basis, the toW.- price
for the several items furnished pursuant to the Specifications, named in the bidding
sheet of the Proposal, as the case may be.
3. The City hereby promises and agrees with the said Contractor to y., and
does hereby employ the said Contractor to provide the materials and to do thi6ork
according to the terms and conditions herein contained and referred to for the 'price
aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon
the conditions set forth in the Specifications; and the said parties for themselves,
their heirs, executors, administrators, successors and assigns, do herebq agree to
the full performance of the covenants herein contained.
4. The Notice to Bidders, Instructions to Bidders, Contractor's Proposal, and
the Plans and Specifications, and all amendments thereof, when approved by the parties
hereto, or when required by the City in accordance with the provisions of the Plans
and Specifications, are hereby incorporated in and made part of this Agreement.
i
:r
..: Page 13
5. Pursuant to the Labor Code.of the State, 't :California, the City Council has
ascertained the general prevailing..rates of-pe wages for each craft or .type of
workman needed to execute the contract and };_ le containing such information is
included in the Notice Inviting Bids and is porated by reference herein.
6. The Contractor shall assume the defense of and indemnify and save harmless the
City, the Director of Public Works, and their officers and employees, from all claims,
loss, damage, injury, and liability of every kind, nature, and description, directly or
indirectly arising from the performance of the contract or work, regardless of responsi-
bility for negligence; and from any and all clai Joss, damage, injury, and liability,
howsoever the same may be caused,resulting directW or indirectly from the nature of
the work covered by the contract, regardless of responsibility for negligence.
IN WITNESS WHEREOF, the Parties hereto have caused this contract to be executed
the day and year first above written.
ATTEST: .
ity C erk
App ved as to form-
t' tto e
CITY OF NEWPORT BEACH, CALIFORNIA
f?W—WX—WW WA
GRISSOM & JOHNSON, INC. =
Contractor -
w
By.
..4 A44
Jam-
�
Rex M. Grissom, Presi eair�-_ ;
Title
\ \�
\ \ } }/
}� \\
2R
E3
\k\
n wl
9 a
ZI
Ej-
\\
n >
41*
}
~} a |
\ \�
\ \ } }/
}� \\
2R
E3
\k\
n wl
9 a
• •
TRAFFIC SIGNAL AND SAFETY LIGHTING
AT
HOSPITAL ROAD AND SUPERIOR AVENUE
CONTRACT NO. Zj5,
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
Gentlemen:
PR 1 of 2
The undersigned declares that he has carefully examined the location of the
work, has read the Notice Inviting Bids, has examined the Plans and Special
Provisions, and hereby proposes to furnish all materials and do all the work
required to complete Contract No. 2155 and will take in full payment therefor
the following unit prices for each item, complete in place, to wit:
ITEM QUANTITY ITEM UNIT TOTAL
N0. AND UNIT DESCRIPTION PRICE PRICE
I Lump Sum Construct traffic signal
and safety lighting
facilities at the inter-
section of Hospital Road
and Superior Avenue
TOTAL PRICE WRITTEN IN WORDS:
$ Lump Sum $61,633.00
Sixes -One Thousand Six Hundred Thirty -Three Dollars
and
No Cents
• • PRZof2
Grissom & Johnson, Inc.
CONTRACTOR'S NAME
April 21, 1980 S /Stephen Geis, Jr.
DATE AUTHORIZED SIGNATURE
CONTRACTOR'S ADDRESS P. 0. Box 10040
Santa Ana, CA 92711
TELEPHONE NUMBER 714- 540 -9570 263167 C -10
CONTRACTOR'S LICENSE NO.
Designate the firm or company that will supply the control equipment:
BBUDDCO
Name of Firm or Company
717 South State College B1., Suite B, Fullerton, CA 92631 _
Address
Telephone Number 714 - 871 -7110
CONTRACT NO. 2155
INDEX
TO
SPECIAL PROVISIONS
FOR
INSTALLATION OF
TRAFFIC SIGNAL AND SAFETY LIGHTING
AT
HOSPITAL ROAD AND SUPERIOR AVENUE
SECTION
PAGE
I.
SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . .
1
II.
COMPLETION OF THE WORK . . . . . . . . . . . . . . . . .
1
III.
CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK . . . . .
1
IV.
PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . .
1
V.
PROTECTION OF EXISTING UTILITIES . . . . . . . . . . . .
2
VI.
WATER . . . . . . . . . . . . . . . . . . . . . . . . . .
2
VII.
GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . .
2
VIII.
FLOW AND ACCEPTANCE OF WATER . . . . . . . . . . . . . .
2
IX.
AS BUILT PRINTS . . . . . . . . . . . . . . . . . . . . .
2
X.
TRAFFIC SIGNAL 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 . . . . . . . . . . . . . . . . . . .
3
d. Equipment List and Drawings . . . . . . . . . . .
3
e. Testing . . . . . . . . . . . . . . . . . . . . .
4
f. Service . . . . . . . . . . . . . . . . . . . . .
5
i
1'
SECTION PAGE
X. TRAFFIC SIGNAL AND SAFETY LIGHTING FACILITIES
(Continued)
g.
Conduit . . . . . . . . . . . . . . . . . . . .
5
h.
Pull Boxes . . . . . . . . . . . . . . .
5
i.
Conductors and Wiring . . . . . . . . . .
5
J.
Bonding and Grounding . . . . . . . . . . . .
5
k.
Luminaires
6
1.
Photoelectric Controls . . . . . . . . . . . .
6
m.
Ballasts . . . . . . . . . . . . . . .
. 6
n.
Internally Illuminated Street Name Signs . .
. 6
o.
Vehicle Signals . . . . . . . . . . . . .
. 7
p.
Pedestrian Signals . . . . . . . . . . . . .
. 7
q.
Pedestrian Push Buttons . . . . . . . . . .
. 7
r.
Bicycle Push Buttons . . . . . . . . . . . .
. 8
s.
Detectors . . . . . ... . . . . . . . .
. 8
t.
Emergency Replacement Pre -Timed Controller
9
u.
Solid State Traffic Actuated Controllers and
Cabinets . . . . . . . . . . . . . . . . .
. 9
v.
Maintaining Existing and Temporary
Electrical Systems . . . . . . . . . . . .
. 11
w.
Traffic Count Facifities . . . . . . . . . .
. 12
ii
0
I. SCOPE OF WORK
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPEGIAL PROVE ' __
F
INSTALLATI011.AF- C SIGNAL
AND SAr WING
HOSPITAL ROAD AND SUPERIOR AVENUE
CONTRACT NO! -`2t5�
SP 1 of 12
The work to be done under this contract consists of the installation
of traffic signal and safety lighting as hereinafter described.
The.contract requires completion of all work in accordance with
these Special Provisions; the City's Standard Special Provisions; the Plans
(Drawing No .T-%W9-9, the City's Standard Drawings and Specifications; and,
where applicable, the California Standard Specifications, January 1978, and
the California Standard Plans, March 1977. The City's Standard Specifications
are the Standard S ifications for Public Works Construction 1979 Edition.
Copies may a purc ase ran u ng ews, Inc., ver an venue,
Los Angeles, California 90034, Telephone (213) 870 -9871. Copies of the
City's Standard Drawings and Special Provisions may be purchased from the
Public Works Department at a cost of $5.00.
If there is a conflict in methods of measurement between the City's
Standard Specifications and the California Standard Specifications, the
City's Standard Specifications shall take precedence.
II. COMPLETION OF THE WORK
The Contractor shall complete all work within 110 consecutive calendar
days after the date of award of the contract by the City Council.
III. CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK
Subject to the provisions in Section 6 -1 of the Standard Specifications,
the Contractor shall begin work within 15 calendar days after the City
executes the contract.
Traffic signal standards and signal heads shall not be installed until
the signal controller has been delivered to the job site.
IV. PAYMENT
The unit or lump sum bid for each item of work shown on the proposal
shall be considered as full compensation for all labor, materials, equipment,
and all other things necessary to complete the work in place, and no
additional allowance will be made therefor.
Payment for incidental items of work, not separately provided for in
the proposal, shall be included in the price bid for other related items of
work.
i
• • SN 2 of 12
PROTECTION OF EXISTING UTILITIES
Known utilities are indicated-on the plans. Prior to performing
construction work, the Contractor sffW request each utility company to
locate their facilities. The Contracts shall protect in place and be
responsible for, at his own expense, any damage to any utilities en-
countered during construction of the items shown on the plans.
VI. WATER
The Contractor shall make his own provisions for obtaining and
applying for water necessary to perform his work. If the Contractor
desires to use available City water, it shall be his responsibility to
make arrangements for the water by contacting the City's Utility Division
at (714) 640 -2221.
VII. GUARANTEE
The Contractor shall guarantee for a period of one year, after
acceptance of the work by the City Council, all materials and workmanship
against any defects whatsoever. Any such defects shall be repaired at the
Contractor's expense.
VIII. FLOW AND ACCEPTANCE OF WATER
It is anticipated that surface and ground or other waters will be
encountered at various times and locations during the work herein contem-
plated. The Contractor, by submitting a bid, acknowledges that he has in-
vestigated the risks arising from water and has prepared his bid accordingly.
The Contractor shall conduct his operations in such a manner that storm or
other waters may proceed uninterrupted along their existing street and
drainage courses. Diversion of water for short reaches to protect construction
in progress will be permitted if public or private properties are not damaged
or, in the opinion of the Engineer, are not subjected to the probability of
damage.
Surface water containing mud or silt from the project area shall be
treated by filtration or retention in a settling pond, or ponds, adequate to
prevent muddy water from entering storm drains or the bay. The Contractor
shall submit a plan for implementing siltation control prior to commencing
construction. Upon approval of the plan, the Contractor shall be responsible
for the implementation and maintenance of the control facilities.
IX. AS BUILT PRINTS
The Contractor is required to submit to the Engineer "As- Built" prints
prior to the City accepting the installation. The prints shall indicate in
red all deviations from the contract plans, such as: location of poles, pull
boxes and runs, depths of conduit, number of conductors, and other appurtenant
work.
X. TRAFFIC SIGNAL AND SAFETY LIGHTING FACILITIES
a. General
SP 3 of 12
The Contractor shall furnisull tools, equipment, materials, supplies,
and manufactured articles and shall perform all operations necessary to
modify existing and construct additional traffic signal and street lighting
facilities as shown on -the drawings and as specified herein.
b. Reference Specifications and Standard Plans
a Standard Specifications - Except as modified herein, materials
and ins' t ITatTon shall conform to the California Standard
Specifications, January 1978.
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 to standard Plans" shall be understood to be
referenced to the California Standard Plans, March 1977.
3, Codes Ordinances and Re ulations - All electrical materials
and equipment urnis a an asta lled under this section shall
conform to the referenced regii iations and codes specified in
Section 86 -1.02 of the Standard Specifications, and to all other
ordinances and regulations of the authorities having jurisdiction.
Whenever reference is made to the
Order or Standards,.the reference
Code, Order or Standard that is in
receipt of bids.
Code, Safety Orders, General
shall be construed to mean the
effect on the date set for
c. Description
Furnishing and installing traffic signals, safety lighting, and sign
illumination systems and payment therefor shall conform to the provisions in
Section 86, "SIGNALS AND LIGHTING ", of the Standard Specifications.
Traffic signal work is to be performed at the following location:
HOSPITAL ROAD AND SUPERIOR AVENUE
d. Eouipment.List and Drawings
Equipment list and drawings of electrical equipment and material shall
conform to the provisions in Section 86 -1.03, "Equipment List and Drawings ",
of the Standard Specifications and these Special Provisions.
The controller cabinet schematic wiring diagram and intersection sketch
shall be combined into one drawing and shall be supplied on a single 24" x 36"
size sheet, or if desired, on a single 36" x 48" size sheet for five through
eight phase installations only, and shall be drawn in sufficiently large scale
to be clearly readable by field technicians. Partial schematic diagrams of
the basic cabinet wiring on numerous other size sheets will not be acceptable.
- - __
` SP 4 of 12
The Contractor shall furnish a maintenance manual for all controller
units, auxiliary equipment, -and vehicle detector sensor units, control units,
and amplifiers. The mainterWhce manual and operation manual may be combined
into one manual. The maintenance manual or combined maintenance and operation
manual shall be submitted at the time the -amtrollers are delivered for in-
stallation or, if ordered by the E rior to purchase. The maintenance
manual shall include, but need not be l: d to, the following items:
1) Specifications
2) Design characteristics
3) General operation theory
(4) Function of all controls
5 Detailed circuit analysis
6) Trouble shooting procedure (diagnostic routine)
T) Voltage charts with wave forms
(8 Block circuit diagram
(9 Georgraphical layout of components
(10 Schematic diagram
(11 List of replaceable component parts with stock numbers
e. 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 inde-
pendent 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 units,
auxiliary equipment, and cabinet, fully wired, meet the requirements of the
Standard Specifications and these Special Provisions
The sixth paragraph of Section 86- 2.14C, "Functional Testing ", of the
Standard Specifications is amended to read:
"During the test period, and until such time thereafter,
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 systems. The cost of
any Contract related maintenance necessary, except elec-
trical 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, holdiay or any day pre-
ceding a holiday. The Traffic Engineer shall be notified at least 48 hours
prior to the intended turn -on.
A knowledgeable representative for the manufacturer or distributor of
the traffic signal control equipment shall be present for the turn -on, and
• • SP 5 of 12
for a reasonable period of time thereafter, as determined by the Engineer.
If the representative for the manufacturer or distributor is not quali-
fied, or authorized, to work on the control equipment, the Contractor shall
arrange to have a so qualified signal, technician, employed by the controller
manufacturer or his representative, preset -it the time the equipment is
turned on.-
f. Service
Service shall conform to the provisions in Section 86 -2.11, "Service ",
of the Standard Specifications and these Special Provisions.
Install modified Type II" rvice in accordance with City of Newport
Beach Standard Drawing No. STD -9TK. Circuit breakers shall be rated 25
percent higher than the expected load.
g. Conduit
Conduit shall conform to the provisions in Section 86 -2.05, "Conduit ",
of the Standard Specifications and these Special Provisions.
Non - metallic type conduit shall not be used.
Insulated bonding bushings will be required.
After conductors have been installed, the ends of conduits terminating
in pull boxes and controller cabinets shall be sealed with an approved type
sealing compound.
h. Pull Boxes
Pull boxes shall conform to the provisions in Section 86 -2.06, "Pull
Boxes ", of the Standard Specifications and these Special Provisions.
Plastic pull boxes shall not be used.
Pull boxes shall be No. 5 unless otherwise shown on the Plans.
i. Conductors and Wiring
Conductors and wiring shall conform to the provisions in Section 86 -2.08,
"Conductors ", and Section 86 -2.09, "Wiring ", of the Standard Specifications and
these Special Provisions.
Splices shall be insulated by "Method B ".
j. Bonding and Grounding
Bonding and grounding shall conform to the provisions in Section 86 -2.10,
"Bonding and Grounding ", of the Standard Specifications and these Special
Provisions.
Grounding jumper shall be attached by a 3/16 inch or larger brass bolt
in the standard or pedestal and shall be run to the conduit, ground rod, or
bonding wire in adjacent pull box.
The grounding jumper shall be visible after the pole foundation cap has
been poured.
M f * SP6of 12
k. Luminaires
Luminaires shall cons the pt"egisions in Section 86 -6.01. "High -
Intensity Discharge Luminaires`Ff the ^dard Specifications and these
Special Provisions.
Glare shields are not required.
All new luminaires shall be 120 volt, 250 watt high pressure sodium
vapor with integral ballast and photoelectric cell.
1. Photoelectric Controls
Photoelectric controls shall conform to the provisions in Section
86 -6.07, "Photoelectric Controls ", of the Standard Specifications and these
Special Provisions.
Photoelectric controls shall be Type IV.
M. Ballasts
Ballasts shall conform to the provisions in Section 86 -6.10, "Ballasts ",
of the Standard Specifications and these Special Provisions.
Integral ballasts shall be provided.
n. Internally Illuminated Street Name Signs
Internally illuminated street name signs shall conform to the require-
ments of the Standard Specifications, the Plans, and these Special Provisions.
Illuminated street name signs shall be constructed with quality and
design features equivalent to NUART or Safeway Sign Company, and shall be in-
stalled in accordance with City of Newport Beach Standard Drawing No. STD - 911 -L.
The Contractor shall furnish to the City shop drawings and specifications
of the selected suppliers sign. City approval must be obtained prior to
purchasing.
The following information shall be included in the drawings and
specifications:
1. Internal maintenance method
2. Housing and mountings
3. Lamps and Lampholders
4. Terminal blocks
5. Ballasts
6. Conductors
7. Face panel
B. Fuses
9. Photocell
Internally illuminated street name sign color shall conform to the
Federal specifications for green background with white legend.
• ` SP 7 of 12
o. Vehicle Signals
Vehicle signals shall conform.to the provisions in Section 86 -4,
"TRAFFIC SIGNALS AND FITTINGS ", of the standard Specifications and these
Special Provisions.
All lamps for vehicle signals shall be provided by the Contractor,
and the cost thereof shall be included in the lump sum bid.
p. Pedestrian Signals
Pedestrian signals shall conform to the provisions in Section 86 -4.05,
"Pedestrian Signal Faces ", of the Standard Specifications and these Special
Provisions.
Section 86- 4.05A, "Types ", is amended to add the following sub - section:
"86- 4.05A(4) Type J. -Type J signals shall be similar to
Type B signals except message illumination shall be provided
by 116 W incandescent lamps not requiring the use of trans-
formers.
The message plate shall consist of a three line message:
'DONT'- 'WALK' - 'WALK', and shall be installed in a single
housing. The message plate may be constructed of rigid type
polyester resin with a sufficiently high heat distortion point,
and a resistance to high temperatures. Message letters shall
be 4y" high with 5/8" stroke, but need not have standard
spacing between message lines so long as messages are clearly
visable and definable. Spacing between message letters shall
be increased for distance legibility.
The reflector shall be of parabolic construction design to
direct light from the lamps outward for maximum efficiency and
minimum 'sun phantom. "'
Type J pedestrian signals shall be provided.
The hood described in Section 86- 4.05C, "Visors ", of the Standard
Specifications shall be provided and shall have the divider strip located
between the "DONT WALK" and the "WALK" indications.
All lamps for pedestrian signals shall be provided by the Contractor,
and the cost thereof shall be included in the lump sum bid.
q. Pedestrian Push Buttons
Pedestrian push buttons shall conform to the provisions in Section
86 -5.02, "Pedestrian Push Buttons ", of the Standard Specifications and these
Special Provisions.
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
framework.
� M
. SP 8 of 12
r. Bicycle Push Buttons
Bicycle push buttons shall conform iQ.the provisions in Section
86 -5.02, "Pedestrian Push Buttons ", of the Standard Specifications and these
Special Provisions.
The sixth and seventh paragraphs of Section 86 -5.02, "Pedestrian Push
Buttons ", of the Standard Specifications are amended to read:
"Push buttons shall be Type B unless otherwise specified."
"Arrows on push button signs shall point in the same
direction as the corresponding vehicular through movement."
Push button signs, and the installation of push button signs and push
buttons shall conform to the City of Newport Beach Standard Drawing Numbers
STD -913 -L and STD - 914 -L.
Special bicycle timing logic shall be provided in the traffic signal
controller cabinet as specified under "Solid State Traffic Actuated Controllers
and Cabinets" elsewhere in these Special Provisions.
s. Detectors
Detectors shall conform to the provisions in Section 86 -5, "DETECTORS ",
of the Standard Specifications and these Special Provisions.
Loop detector sensor units shall be Type B except as otherwise speci-
fied herein, and shall be Canoga Controls Corporation Proximeter 404 or ap-
proved equal. Output relays shall be used and shall be normally closed.
Loop detector sensor units with integral call delay capability shall
be two channel units and shall be Canoga Controls Corporation Proximeter 402/2T
or approved equal. Output relays shall be used and shall be normally closed.
Magnetometer detector sensor units shall be provided with a call hold
feature which shall extend the vehicle call for an adjustable period of time
and shall be Canoga Controls Corporation Proximeter 202 or approved equal.
Loop detector lead -in cable shall be a four conductor, .25 inch diameter,
shielded and jacketed cable and shall be Canoga Controls Corporation CC30003 or
approved equal. Loop detector lead -in cables shall be connected in accordance
with the manufacturer's instructions for one and two channel configurations.
Detectors shall meet the performance characteristics as defined in
Sections 86- 5.OlA(2) and 86- 5.01B(2), "Performance Characteristics ", of the
Standard Specifications for vehicles which include motor driven cycles, as
defined in the California Vehicle Code, that are licensed for street use by
the Department of Motor Vehicles of the State of California, and whose unladen
weight does not exceed 220 pounds or whose engine displacement does not exceed
80 cubic centimenters.
� M Y
• SP 9 of 12
t. Emergency Replacement Pre -Timed Controller
Pre -timed controller units shall canon to the provisions in Section
86 -39 "CONTROLLERS ", of the Standard .S ations and these Special
Provisions.
A pre -timed controller shall be provided in the traffic signal con-
troller cabinet for emer enc re lacement operation. The pre -timed con-
troller shalt have 2 s gn8 circu is with not less than 12 intervals.
A separate harness shall be provided in the cabinet for use with the
pre -timed controller and shall be of a type acceptable to the City. The
signal output circuits from the pre -timed controller shall be connected to
a separate terminal strip and then shall be connected to the load side of
the solid -state load switches.
Instructions on transfer of control from the solid -state controller
to the pre-timed controller shall be mounted in the cabinet in plain view.
u. Solid -State Traffic Actuated Controllers and Cabinets
Solid -state traffic actuated controller units and cabinets shall
conform to the provisions in Section 86 -3, "CONTROLLER ", of the Standard
Specifications and these Special Provisions.
No equipment within the controller cabinet, except a flasher or
flash transfer relay, shall use a socket which will accept a flasher or
flash transfer relay.
Flashing operation shall provide flashing red lights on all approaches.
During flashing operation, pedestrian signals shall be turned off.
Solid -state switching devices shall conform to the provisions in
Section 86- 3.080, "Solid -State Switching Devices ", of the Standard Speci-
fications and the following:
Zero voltage turn -on is not required during the first
half -cycle of line voltage during which the input signal
is applied. A reed relay, rated for at least 10 million
operations, may be used in the input portion of the
switching device.
The "On -Off' switch for the cabinet lighting fixture shall be the door -
actuated type.
The convenience receptacle shall have ground -fault circuit interrup-
tion as defined by the Code.
The loop detector lead -in, from the field terminals in the cabinet to
the sensor unit, shall conform to option (8).
All coordination features such as; hold, force off, etc., shall be
provided external to the controller on a terminal strip, for future coor-
.::v>., -,
�- tea„ :•:�
^' • • SP 10 of 12
dinated operation.
Monitoring devices shall conform to the provisions in Section 86- 3.08C,
"Monitoring Device ", of the Standard Specifications and the following:
The monitoring device shall have an integral display normally
indicating which phases, both vehicle and pedestrian, are in
service, and in the event of a conflict, which phases are in
conflict.
The cabinet shall contain a conspicuous warning against operation with-
out the monitoring device being installed.
Special external bicycle timing logic shall be provided in the traffic
signal controller cabinet for each phase for which bicycle push buttons are
installed. 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 it's re-
spective bicycle timing logic which shall place and hold a vehicle call on the
associated vehicle phase as specified below:
For actuations received during the yellow or red interval of
the phase, the bicycle timing logic shall place and hold the
vehicle call until the start of the next green interval for
the phase. At the start of the next green interval the vehicle
call shall continue to be held until the preset time on the
adjustable timer has "timed out ". This adjustable timing
period is hereinafter refered to as the "bicycle timing ".
For actuations received during the green interval of the
phase the bicycle timing shall begin immediately and the
bicycle timing logic shall place and hold the vehicle call
during the bicycle timing provided that bicycle timing has
not previously occured during that same green interval.
Actuations received during the green interval while the bicycle
timing is in effect, or after the bicycle timing has been com-
pleted, shall not be remembered, or carried over to the next
cycle.
The bicycle timing shall be totally independent of the controller timing
and the removal of the bicycle timing logic shall not affect the normal operation
of the controller.
If vehicles or pedestrians are also placing calls on the phase that has
received a call from the bicycle timing logic, then either the vehicle time,
pedestrian time, or the bicycle time, whichever is longest, shall be in effect
during the time the affected phase is being serviced.
If the bicycle timing logic is provided in a separate housing, the timing
logic for all of the individual phases shall be in the same housing, and shall
be connected by a NEMA approved connector and harness.
r,
�.
SP 11 of 12
Traffic signal coordination shall be provided between the new
traffic signal at Superior Avenue and Hospital Road and the existing
traffic signal at Superior Avenue and Pi: tia Avenue. Coordination
shall be accomplished by the use of "Tt ;ftie Coordinators ", and
shall not require hardwire intercoP(fS �tiveen intersections.
Each "Time Base Coordinator" shall provide the following
functional capabilities:
1. Microprocessor base design
2. Direct interface with actuated controllers
3. 100 Time of day/day of week program selections
on a weekly cycle
4. 10 selectable programs including non - coordinated
operation
5. Individual cycle lengths, offsets, and splits on
a per program basis
6. Front panel display for day, hour, minute, second,
program, cycle length time in cycle, offset, and
coordination
7. Front panel switch to disengage the "Time Base
Coordinator" from the controller
Furnish and install a "Time Base Coordinator" at each of the two
intersections to be coordinated. The yield and force -off circuits of
the actuated controllers are to be used to accomplish the desired
coordination.
The existing controller at the Superior Avenue /Placentia Avenue
intersection is a Singer 2000, 80 Type 90, set up to operate 50.
The new actuated controller for Superior Avenue and Hospital Road
shall be a 20 Type 60 controller as specified in the January 1975
Callifornia Standard Specifications.
Traffic count capability shall be provided in the traffic signal
controller cabinet. The traffic count equipment and the installation
thereof shall conform to the providions under "Traffic Count Facilities"
elsewhere in these Special Provisions.
v. Maintaining Existing and Temporary Electrical Systems
Maintaining existing and temporary electrical systems shall conform
to the provisions in Section 86 -1.05, "Maintaining Existing and Temporary
Electrical Systems ", of the Standard Specifications and these Special
Provisions.
Cost for maintaining existing and temporary electrical systems shall
be included in the lump sum bid. No "extra work" will be allowed.
Traffic signal system shutdown shall be limited to periods between
the hours of 9:00 a.m. and 3:30 p.m.
All signal indications, detectors and control equipment, shall be
maintained in operation except during shutdown hours as specified above.
0 •
SP 12 of 12
w. Traffic Count Facilities
Traffic count facilities shall conf to the details shown on the
Plans and these Special Provisions. :+
Traffic count capability shaT'' `provided in the Type "p" controller
cabinet and shall include all equi t and cabinet wiring necessary to
count and record vehicular traffic for each direction on Superior Avenue.
The facilities shall be capable of counting each :direction simul-
taneously, and recording each ;direction separately.
Magnetometer detectors and sensor units, and the installation thereof,
shall conform to the provisions under "Detectors" elsewhere in these Special
Provisions.
Install one (1) traffic count lane summator. Each summator shall
have the following:
1. Solid -state circuitry throughout that is not inconsistent
with the Standard Specifications. Relays shall not be used.
The power supply for the summator shall be integral and shall
operate from 120 volts ± 10 percent, 60 Hz power.
2. The capability to operate as specified from 0 F. to 160 F.
3. Immunity to line transients when tested in accordance with
Test Method No. Calif. 667.
4. Four input channels and two output channels. The summator
shall have the capability of producing one output pulse from any
input channel. In addition, it shall have the capability of
producing unique output pulses for each of any simultaneous inputs.
5. Input circuitry compatible with the output circuitry of the
vehicle detectors used with the summator.
6. An output that is a solid state switch with a minimum cur-
rent rating of 500 mitliamps in the "on" state and a minimum
breakdown voltage of 30 volts in the 'off" state. The output
switch shall be protected to switch an inductive load.
Traffic count lane summators shall be Traffic Data Systems, Inc. Model
No. 022t-S-2.
Install one leupold & Stevens traffic count recorder , Model No.
7552 -2. Each recorder shall operate from a 120 VAC (t 10 %). 60 NZ power
source, and shall provide for a 60 minute recording interval.
A clear plastic, rigid, self- supporting dust cover shall be provided
with each recorder. The cover shall be designed to permit easy and safe
removal while the recorder is in operation.
cror
GENERAL LIABILITY
A
®COMPREHEh51'JF :OHM
-OPC RA (IONS
NAME AND ADDRESS OF AGENCY
`AI HAZARD
LA1 ONOERGROUNO HAZARD
COMPANIES
AFFORDING COVERAGES
FRANK B. HALL & CO. OFILL
See Special Endorse mlent
CONTRACTUAL INSURANCE
COMPANY
BROAD FORM PRpPERf�
National Union Fire Insurance
230 W. MONROE ST.
LM ER
A
Company of Pittsburgh Pa.
CHICAGO, a 60606 -
dCOMPANY
2
AUTOMOBILE LIABILITY
—T
A
LF. iTfR
B
NAME AND ADDRESS OF INSURED
COMPANY
■
rIR[D
GRISSOM & JOHNSON, INC.
F'.TFR
V
f I
Subsidiary of The L. E. Myers Co.
11MPANY
p
P.O. Box 10040
"'FFR
Santa Ana, California 92711
COMPANY
E
LFITFR
This is to certify that policies of Insurance hsied N�Jow have
been issued to r "r?
I: :so. Ad named above and are in force at this tune.
-
' —.,.
Limits of Liability in T hou sand—s (- 00�0)
COMPANY LETiFF
TYpEOFINSURANCE
).�- .RER
DATE
FACH T E
VCCURHENI,E
<_J UMBRE'u A FORM
OTyER THAN UMBRELLA
FORM
A and
EMPLOYERS' LIABILITY
OTHER
All Operations
WC1096835 9 -30 -82
eooav:NJUnv I $ I r
I
PROPLRrr DAMAGI: � 8 � F
BODILY t•NJlIRY AND
PROPERTY OAMAGF $ �y$y I $ Jd1YYa
CCMSmNF
PFRSGNAI, INJURY I $
BODILY INJUP° $
'EACH PERSON)
BODILY INJURY
(EACH ACCIDENT)
PROPERTY DAMAGE $
UO/H! Y INJURY AND $ SEE
PROPI.RIY DAMAGE
DOOR Y!NJURY AND
PROPLP.TY UAMAGE $ $
(:OMIkNE G'
STATUTORY
$
Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing corn-
' pany will endeavor to mail --28-- days 'written notice to the below named certificate holder, but failure to
mail such notice Shall impose no obligation or liability of any kind upon the company.
NAML AND ADDRESS OF CERTIFICATE HOL DER
City of Newport Beach
City Hall
3300 W. Newport Blvd.
Newport Beach CA 92663
i7May 21, 1980
DATE I SSUED.__�.�__— _. - - -.
I --J
ACORD
Pl PRFSENrAHVE
GENERAL LIABILITY
A
®COMPREHEh51'JF :OHM
-OPC RA (IONS
n®PREMISES
FXPLO &ION AND COLLAPSE
`AI HAZARD
LA1 ONOERGROUNO HAZARD
�1 PROOH0 ;OMPLE'ED
LN OPERATIONS HAZARD
See Special Endorse mlent
CONTRACTUAL INSURANCE
BROAD FORM PRpPERf�
!NOFPl:NDENT CONTRACTORS
Pf RSO,V AL INJURY
AND
AUTOMOBILE LIABILITY
—T
A
GAR I �$�
O4tiNE0
j
rIR[D
i
I NON QA:NEC
f I
<_J UMBRE'u A FORM
OTyER THAN UMBRELLA
FORM
A and
EMPLOYERS' LIABILITY
OTHER
All Operations
WC1096835 9 -30 -82
eooav:NJUnv I $ I r
I
PROPLRrr DAMAGI: � 8 � F
BODILY t•NJlIRY AND
PROPERTY OAMAGF $ �y$y I $ Jd1YYa
CCMSmNF
PFRSGNAI, INJURY I $
BODILY INJUP° $
'EACH PERSON)
BODILY INJURY
(EACH ACCIDENT)
PROPERTY DAMAGE $
UO/H! Y INJURY AND $ SEE
PROPI.RIY DAMAGE
DOOR Y!NJURY AND
PROPLP.TY UAMAGE $ $
(:OMIkNE G'
STATUTORY
$
Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing corn-
' pany will endeavor to mail --28-- days 'written notice to the below named certificate holder, but failure to
mail such notice Shall impose no obligation or liability of any kind upon the company.
NAML AND ADDRESS OF CERTIFICATE HOL DER
City of Newport Beach
City Hall
3300 W. Newport Blvd.
Newport Beach CA 92663
i7May 21, 1980
DATE I SSUED.__�.�__— _. - - -.
I --J
ACORD
Pl PRFSENrAHVE
Ry i.'13 Z.l i.r
TO: CITY COUNCIL
FROM: Public Works Department
0
May 12, 1980
CITY COUNCIL AGENDA
ITEM NO. G -1
SUBJECT: INSTALLATION OF A TRAFFIC SIGNAL AND SAFETY LIGHTING
AT THE INTERSECTION OF SUPERIOR AVENUE AND HOSPITAL
ROAD (C -2155)
RECOMMENDATION:
1. Waive the informality in the bid of Grissom
& Johnson Inc.
2. Adopt a resolution awarding Contract No. 2155
to Grissom & Johnson Inc. for $61,633.00 and
authorizing the Mayor and City Clerk to execute
the contract.
DISCUSSION:
Five (5) bids were received and opened in the office
of the City Clerk at 2:00 p.m. on April 30, 1980.
Bidder
Amount
1.
Grissom &
Johnson Inc., Santa Ana
$61,633.00
2.
Steiny and
Company, Inc., Anaheim
$65,000.00
3.
Electrend,
Inc., Norwalk
$66,450.00
4.
William R.
Hahn, Temecula
$69,448.00
5.
Paul Gardner
Corp., Ontario
$71,987.00
The engineer's estimate for the project is $62,000.00
The bid from Grissom & Johnson, Inc. was submitted with
only the signature of the Secretary /Treasurer. Since this is not
consistent with the requirements of the bid documents, Grissom &
Johnson, Inc. was contacted and a letter signed by the President
was forwarded to the City Council. A copy of the letter, which
indicates that the Secretary /Treasurer's signature is binding, is
included as Agenda Item No. H -4(b). Inasmuch as this informality
did not affect the competitive bid process, waiver is recommended.
The project provides for the installation of traffic
signals and safety lighting at the intersection of Superior Avenue
and Hospital Road. It also provides for the interconnection of
the new signal with the existing one at Superior Avenue and
Placentia Avenue.
36'
0 0
RESOLUTION NO. d�
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH AWARDING A CONTRACT TO
GRISSOM & JOHNSON, INC., IN CONNECTION WITH
THE INSTALLATION OF A TRAFFIC SIGNAL AND SAFE-
TY LIGHTING AT THE INTERSECTION OF SUPERIOR
AVENUE AND HOSPITAL ROAD (C -2155)
WHEREAS, pursuant to the notice inviting bids for
work in connection with the installation of a traffic signal
and safety lighting at the intersection of Superior Avenue
and Hospital Road, in connection with the plans and specifi-
cations heretofore adopted, bids were received on the 30th
day of April, 1980, and publicly opened and declared; and
WHEREAS, it appears that the lowest responsible
bidder therefor is GRISSOM & JOHNSON, INC.,
NOW, THEREFORE, BE IT RESOLVED by the City Council
of the City of Newport Beach that the bid of GRISSOM & JOHNSON,
INC., in the amount of $61,633.00 be accepted, and that the
contract for the described work be awarded to said bidder; and
BE IT FURTHER RESOLVED that the Mayor and City Clerk
are hereby authorized and directed to execute a contract in
accordance with the specifications, bid and this award on
behalf of the City of Newport Beach, and that the City Clerk
be directed to furnish an executed copy to the successful bidder.
ADOPTED this 12th day of May , 1980.
ATTEST:
City Clerk
Mayor
kv
5/7/80
• B I D S U M M A R Yo
TITLE Traffic Signal @ Hospital Rd /Superior Ave
CONTRACT NO.
ENGINEER'S ESTIMATE ,00 .00
1
2
3
4
5
6
7
0
0
10
11
CONTRACTOR
LOCATION City Clerk's Office
TIME 2:00 p.m.
DATE 4 -30 -80
BY JEB CHKD DATE-4-30-80
TOTAL PRICE
Electrend, Inc.
$66,450.00
Grissom & Johnson, Inc.
$61.,633.00
Steiny and Company, Inc.
$65,000.00
Paul Gardner Corporation
$71,987.00
W. R. Hahn
$69,448.00
THE NEWPORT ENSIGN
PROOF OF PUBLICATION
(2015.5 C.C.P.)
STATE OF CALIFORNIA, I
Jl S5.
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 circulation, printed and pub-
lished weekly in the city of Newport Beach, County of Or-
ange, and which newspaper has been adjudged a news-
paper of general circulation by the Superior Court of the
County of Orange, State of California, under the date of
May 14, 1951, CASE NUMBER A -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 en-
tire issue of said newspaper and not in any supplement
thereof on the following dates to-wit:
April 16, 1980
.............. ............................... _ __...............
I certify (or declare) under penalty of perjury that the
foregoing is true and correct. Dated at Newport Beach,
California, th'i� day of Apri -19 80
Signature
THE NENVPORJh ENSIGN
2721 E. Coast Hwy., Corona del Mar, California 92625.
This spark for the County Clerk's F71hIg Stamp
Notice
Proof of Publication of
•• : e
CITYOFNEWPOR'r�CR.
CALIFORNIA
NOTICEINVmNGBIDR
SEALED BIDS will be receo aid at the
office of the City Clerk City Han
Newport Beach, California, until 2.O
Pm (as datameband by' telephone time
airmail no the 30th day of APrik 199o, et
which time they win be opened aad
reed, for perfrrmimg wok- as bu sem
TRAFFIC SIGNAL AT .SUPERIOR
AVENUE AND HOBPITAL ROAD
CONTRACTNO.0 -2155
Bide most be submitted o. the
P- Pmeali en."achedwiththeoontract
doneen n8 furnished by the Public
Works Departme¢l The addRu mal copy
of the Proposal form IS Io be retained by
the bidder fc, hu.smord.. .
Each hid mint be acco rpented by
cash, certilmd chock or Bidder. Bond
made Payable to the City of Newport
Beach, for an moment equal w atleast to
Percent of the amoent bid.
The title of the project and the words
"SEALED BID" .hall be clearly marked
w the acted. of the eaval.pe con.
touring the bid.
The contract do monde that mart he
comPleted, executed, and returned in
the sea led bid are
A. Proposal
B. Dertgmtioaof Suhco.r mbar
C.Bidd.e.Boad
D.NoncoRmioe Affidavit '
E. Statement of Financial Respon.
malty
F. Technical Ability and EarPerrieme
Reim... .
Thepe d«umenm aball be affixed with
the aigoature and titles of Ne Z.
signing on behell of the bidder. For cor-
Poralloaa, the sigaaterm of the President
on Vice President and Secretary or
Resistant Secretary are required and the
Corproete Seal shall be affixed to all
documents requbleg signalman by the
mess of e Partnership the.igund. of at
lemtmenr.m.liande.brequired.. '
No bids will be, accepted [turn a con-
tractor who has act been licensed to are
cordamce with the Proviabm of Chapter
9, Division III of the Business and
Profs ®one' Coda. The contractor .hall
state his license number and
classification in the proposal.
Can, net I Place and contract
documents, including special Provisions;
may be obtained at the Public Works
Department, City Hail, Newport Beacb,
California, at no cost to licensed m
tractore. It is mluested that the plans
and contract documents 'be returned
within 2 w..ke otter the.bid opening.....
The City hma adopted the Standard
Ef
SPeccatio a for Public Works Corn
sanctum (1976 Edition) as Prepared by
the Southern Califomia Chaptem of Ne
American Public Works Association and
the Arsocialerl General Contractors of
America. Copies may be, obtained from
Building News, Inc.. 3055 Overland
Ave., Lm Augelen, Calif., 90034, (213)
870 -5871.
The City has adopted Standard
Special Provision. and Standard
Dmwlega Copir of these are available.
at the public Works Department at a cwt
of ES per set
A standard "City of Newport Beach
Special Endmeement" form has Lean
adapted by the City of Newport Beach.
This form V the ody eadoreemavt ac
captabla to the -City for liability m
wince purposes. The 'sucoevhd low
bidder will be required to complete the
it. upw award of contract. For any required bonds, the company
imei^g bid bonde,.labw and materiel
bonds, and faithful pm..a bonds
meet be an marmacy company or my
company licensed by the State of
Calilomia.
In accordsoce with fhe provisions of
Article 2, Chaptm 1, Part 7 of the
California tabor Code (Sections 1770 et.
seq), the Director of Industrial Halahons
has ascertained the general prevailing
rate of par diem -wages in the locality in
which the work u to be performed for
each craft, class fitatioa or type of work -
m or macha is weeded to ...to the
conhant. A ropy of said determination is
available in the office of the City Clerk
All parties to the contract shall be.govar-
nad by all provisions of the California
tabor Cade relating to prevailing wage
mtea (Sections 1770 -9981 mcludve).
The contractor shall be responsible for
compliance with Section 1777.5 of the
C"nota tabor Code k, all aP-
pmeticeable omupotiow.
The contractor shall post a copy of the
prevailing wage rates at the joh site.
Copies may be obtained from the Public i
Works Department
The City reserves the right to inject
any or all bide and to waive any iv -,:
formality in such bid..
Publish: April 16, 1980 in The
Newport Ensign NE320
April 14, 1980
6Y tha Lr1> cats �Rv4AG
H CITY COUNCIL AGENDA
tY ITEM NO. H -11
o
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: TRAFFIC SIGNAL AT SUPERIOR AVENUE AND HOSPITAL
ROAD (C -2155)
RECOMMENDATION:
1. Approve the plans and specifications.
2. Authorize City Clerk to advertise for bids to
be opened at 2:00 p.m. on April 30, 1980.
DISCUSSION:
This project provides for the installation of traffic
signals and safety lighting at the intersection of Superior
Avenue and Hospital Road. This project is included in the
Traffic Signal Priority Program approved by the City Council
on January 21, 1980.
The Plans were prepared by Mohle, Perry.& Associates.
The estimated completion date for the project is August 29,
1980.
The estimated cost of the project is $62,000. Devel-
opers will be contributing $35,500, leaving the City and
County with estimated shares of $13,250. There are adequate
funds in the gas tax account for traffic signal construction
to cover the City's share of the project.
�d /,I. A�,
Richard M. Edmonston
Traffic Engineer
RME:ma
PROJECT
LOCATION
PUBLISH BOTH SIDES PLEASE
Page 1
CITY OF NEWPORT BEACH, CALIFORNro h LECA FURICtJION"
NOTICE INVITING BIDS C'! Z / �'-, 0 .
,
(Date)
SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach,
California, until 2:00 P. M. (as determined by telephone time signal) on the
30th _ day of April 19 8Q at which time they will be opened and read, for
performing work as follows:
TRAFFIC SIGNAL AT SU-- OrRIOR AVENUE. AND HOSPITAL ROPD
CONTRACT NO. C -2155
Bids must be submitted on the proposal form attached with the contract documents
furnished by the Public Works Department. The additional copy of the proposal form
is to be retained by the bidder for his records.
Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable
to the City of Newport Beach, for an amount equal to at least 10 percent of the
amount bid.
The title of the project and the words "SEALED BID" shall be clearly marked on the
outside of the envelope containing the bid.
The contract documents that must be completed, executed, and returned in the sealed
bid are:
A.
B.
C.
D.
E.
F.
Proposal
Designation of Subcontractors
Bidder's Bond
Non - collusion Affidavit
Statement of Financial Responsibility
Technical Ability and Experience References
These documents shall be affixed with the signature and titles of the persons signing
on behalf of the bidder. For corporations, the signatures of the President or
Vice President and Secretary or Assistant Secretary are required an t -T- he Corporate Seal
shall be affixed to all documents requiring signatures. In the case of a Partnership,
the signature of at least one general partner is required.
No bids will be accepted from a contractor who has not been licensed in accordance with
the provisions of Chapter 9, Division III of the Business and Professions' Code. The
contractor shall state his license number and classification in the proposal.
One set of plans and contract documents, including special provisions, may be obtained
at the Public Works Department, City Hall, Newport Beach, California, at no cost to
licensed contractors. It is requested that the plans and contract documents be returned
within 2 weeks after the bid opening.
/.LC
(cont.)
� 0
Page la
The City has adopted the Standard Specifications for Public Works Construction (1976
Edition) as prepared by thF'S-65thern California Chapters o t e merican Public Works
Association and the Associated General Contractors of America. Copies may be obtained
from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213)
870 -9871.
The City has adopted Standard Special Provisions'jnd Standard Drawings. Copies of
these are available_at the Public Works Department at a cost of $5 per set.
A standard "City of Newport Beach Special Endorsement" form has been adopted by the
City of Newport Beach. This form is the only endorsement acceptable to the City for
liability insurance purposes. The successful low bidder will be required to complete
the form upon award of contract. (A sample form is attached for reference.)
For any required bonds, the company issuing bid bonds, labor and material bonds, and
faithful performance bonds must be an insurance company or surety company licensed by
the State of California.
In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California
Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascer-
tained the general prevailing rate of per diem wages in the locality in which the work
is to be performed for each craft, classification, or type of workman or mechanic
needed to execute the contract. A copy of said determination is available in the office
of the City Clerk. All parties to the contract shall be governed by all provisions of
the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in-
clusive). The contractor shall be responsible for compliance with Section 1777.5 of
the California Labor Code for all apprenticeable occupations.
The contractor shall post a copy of the prevailing wage rates at the job site. Copies
may be obtained from the Public Works Department.
The City reserves the right to reject any or all bids and to waive any informality in
such bids.
Revised 3 -13 -79
CONTRACT NO..
BEACH
PUBLIC ARTMENT
CITY Oil JEA1
Tj
(Ala 4
CONTRACT DOCUMENTS
FOR
I;MTION OF
A, -
TRAFFIC SIGN SAFETY LIGHTING
AT
HOSPITAL ROAD AND SUPERIOR AVENUE
SUBMITTED BY:
Approved by the City
Council this 14th day
Grissom & Johnson, Inc.
Contractor
P. 0. Box 10040
Address
Santa Ana CA 92711
city Zip
714-540-9570
Phone
W 61, 6 3 30 00
Total Bid Price
5 •
CITY OF NEWPORT BEACH, CALIFORNIA
NOTICE INVITING BIDS
Page 1
SEALED BIDS will be received at the office of the City Clerk, City Hall, Newport Beach,
California, until 2:00 P. M. (as determined by telephone time signal) on the
30th day of A ril 19 Bo at which time they will be opened and read, for
performing work as —follows:
TRAFFIC SIGNAL AT SUPERIOR AVENUE AND HOSPITAL ROAD
CONTRACT NO. C -2155.
Bids must be submitted on. the proposal form attached with the contract documents
furnished by the Public Works Department. The additional copy of the proposal form
is to be retained by the bidder for his records.
Each bid must be accompanied by cash, certified check or Bidder's Bond, made payable
to the City of Newport Beach, for an amount equal to at least 10 percent of the
amount bid.
The title of the project and the words "SEALED BID" shall be clearly marked on the
outside of the envelope containing the bid.
The contract documents that must be completed,-executed, and returned in the sealed
bid are:
A. Proposal
B. Designation of Subcontractors
C. Bidder's Bond
D. Non- collusion Affidavit
E. Statement of financial Responsibility
F. Technical Ability and Experience References
These documents shall be affixed with the signature and titles of the persons signing
on behalf of the bidder. For corporations, the signatures of the President or
Vice President and Secretary or Assistant Secretary are required anUtFe C_orpor�atee Seal
shad baffix ed to all documents requiring signatures. In the case of a ar>s tnership,
the signature of at least one general partner is required.
No bids will be accepted from a contractor who has not been licensed in accordance with
the provisions of Chapter 9, Division III of the Business and Professions' Code. The
contractor shall state his license number and classification in the proposal.
One set of plans and contract documents, including special provisions, may be obtained
at the Public Works Department, City Hall, Newport Beach, California, at no cost to
licensed contractors. It is requested that the plans and contract documents be returned
within 2 weeks after the bid opening.
(cont.)
•
Page la
The Cit has adopted the Standard Specifications for Public Works Construction (1976
Edition as prepared by the Southern California Chapters o e mer can u c Works
Association and the Associated General Contractors of America. Copies maybe obtained
from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, (213)
870 -9871.
The City has adopted Standard Special Provisions and Standard Drawings. Copies of
these are available at the Public Works Department at a cost of $5 per set.
A standard "City of Newport Beach Special Endorsement" form has been adopted by the
City of Newport Beach. This form is the only endorsement acceptable to the City for
liability insurance purposes. The successful low bidder will be required to complete
the form upon award of contract. (A sample form is attached for reference.)
For any requi.red bonds, the company issuing bid bonds, labor and material bonds, and
faithful performance bonds mutt be an insurance company or surety company licensed by
the State of California.
In accordance with the provisions of Article 2, Chapter 1, Part 7 of the California
Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascer-
tained the general prevailing rate of per diem wages in the locality in which the work
is to be performed for each craft, classification, or type of workman or mechanic
needed to execute the contract. A copy of said determination is available in the office
of the City Clerk. All parties to the contract shall be governed by all provisions of
the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in-
clusive). The contractor shall be responsible for compliance with Section 1777.5 of
the California Labor Code for all apprenticeable occupations.
The contractor shall post a copy of the prevailing wage rates at the job site. Copies
may be obtained from the Public Works Department.
The City reserves the right to reject any or all bids and to waive any informality in
such bids.
Revised 3 -13 -79
3
Page 2
All bids are to be computed on the basis of the given estimated quantities of work,
as indicated in this Proposal, times the unit price as submitted by the bidder. In case
of a discrepancy between words and figures, the words shall prevail. In case of an error
in the extension of a unit price, the corrected extension shall be calculated and the bids
will be computed as indicated above and compared on the basis of the corrected totals.
The estimated quantities of work indicated in this Proposal are approximate only,
being given solely as a basis for comparison of bids.
The undersigned has checked carefully all of the above figures and understands that
the City will not be responsible for any errors or omissions on the part of the under-
signed in making up this bid.
The undersigned agrees that in case of default in executing the required contract
with necessary bonds within ten (10) days, not including Saturday, Sunday and Federal
Holidays, after having received notice that the contract is ready for signature, the
proceeds of check or bond accompanying this bid shall become the property of the City
of Newport Beach.
Licensed in accordance with the Statutes of the State of California providing for
the registration of Contractors, License No. 263167 Classification C -10
Accompanying this proposal is bidder's bond
(Cash, Certified Check, Cashier's Check or on
in an amount not less than 10 percent of the total bid price.
The undersigned is aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workers' compensation or to
undertake self- insurance in accordance with the provisions of that code, and agrees to
comply with such provisions before commencing the performance of the work of this contract.
Grissom & Johnson, Inc.
714 -540 -9570 P. 0. Box 10040
92711
Phone Number Amer Name
Apri1 30, 1980 _ (SEAL}
Date
Corporation
Type of Organization
(Individual, Corporation, or Co- Partnership)
List below names of President, Secretary, Treasurer and Manager if a corporation,
and names of all co- partners if a co- partnership:
Rex M. Grissom
President
0
I I
• •
Page 3
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies that he has used the sub -bids of the following
listed contractors in making up his bid and that the subcontractors listed
will be used for the work for which they bid, subject to the approval of the
City Engineer, and in accordance with the applicable provisions of the
specifications. No change may be made in these subcontractors except upon
the prior approval of the Engineer.
Item of Work
1.
2.
5.
6.
7.
8.
9.
10,
11.
12.
Subcontractor Address
MnbesI TUG. I277I weA,
GeavefArove
Grissom & Johnson, Inc.
Bidder's ame
Authorize gnature
ephen Geis, J , Secretary /Treasurer'
Corporation
Type of Organization
(Individual, Co- partnership or Corp.)
P. 0. Box 10040
Santa Ana CA 92711
Address
1
C
i
Pa ge 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,
That we, Grissom & Johnson, Inc. _ as Principal,
and INSURANCE COMPANY OF NORTH AMERTrk , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
ten percent Dollars ($ 10% ), lawful money of the United
States for the payment of which sum well and truly to be made, we bind ourselves,
jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden principal for the construction of
Installation of traffic signal and safety lighting at Hospital Road
and Superior Avenue.
in the City of Newport Beach, is accepted by the City Council of said City, and if the
abAe bounden principal shall duly enter into and execute a contract for such construc-
tion and shall execute and deliver the two (2) bonds described in the "Notice Inviting
Bids" within ten (10) days (not including Saturday, Sunday and Federal Holidays) from
the date of the mailing of a notice to the above bounden principal by and from said City
of Newport Beach that said contract is ready for execution, then this obligation shall
become null and void; otherwise it be and remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event that any principal above named executed this bond as an individual.,
it is agreed that the death of any such principal shall not exonerate the surety from
its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 21st day of
it
19 so .
Corporate Seal (If Corporation)
(Attach acknowledgement of
Attorney -in -Fact)
Grissom & Johnson, Inc,:•
Ste hen Geis, ., Sed egsuref
" Lltiy _
Title Charles T
0 •
\
|\
\
i(
\
>a \> \*
-
2%§ /r:
}§2[;;
220]`4
OD
%
(z73o;
{ ■/
74
\}j]\\
QL%�_
6t-
Q,
err ,
\
«2
�( \Q.
{ � :700
)1,!
% rVI
t
`G \t
®�
/;}o
{$a»
*
/ k rz
�
\��
(
9
&
§
\
\
co
■
\
\
/
\
g
)
{
>. Page .
AFFIDAVIT.,
The bidders, by its;;oftiaad agents or representativest at the time of
filing this bid, being de ern on their oaths say, t#ra% thee; they nor any of
them, have in any way, Arn or indirectly, entere$ 3tti,ar..rangement or agree-
, ment with any other b� with any public of..ft�--- �L1Y OF NEWPORT BEACH
whereby, such afltant o-is or eit her of them, ita p id. orbs to pay to such
bidder or public offiEer any sum of money, or has`:gve or s to give to such other
bidder or pub. ic 'officer anything of value whatever such affiant.or affiants or
either of them has not directly or indirectly, entere into.an, arrangement or agree-
ment with any other bidder or bidders, which tends to or does lessen or destroy free
competition in the letting of the contract sought for by the attached bids; that no
bid.has been accepted from any subcontractor or materialman through any bid depository;:'
the Bylaws, -Rules or Regulations of which prohibit or prevent the contractor from
considering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any-subcontractor or materialman from
bidding to any. - contractor who does not use the facilities of or accept bids from or
through such bid depository; that no inducement or any form..or. character other than
s that which appears upon ":the face of the. bid will be suggested, offered, paid, or
delivered to My person whomsoever to influence the acceptance of the said bid or
awarding of the Fontratt, nor has this bidder any agreement or understanding of any
k'i.nd. whatsoever, with any person whomsoever to pay, deliver to, or share with any
other person in any way or manner, any of the proceeds of the contracts sought by
this bid.
Grissom I Johnson, 'Inc. ~-
qL
.. - ..
3 phen Geis, J :..
Subscribed and sworn to before me
Secretary /Treasurer
x = this 30thtl .... ay of
N..N.......1.... ^ . -. : 7
R `. OFFICIAL SEAL M
19' �% VIRGINIA MARTIN
. 'NOTARY PUBLIC - CALIFORNIA ;
'�.. My Commission expi',res.+ ". PRINCIPAL OFFICE IN
ORANGE f.OUNTY
May 3 1982 - 2 MY Commission' Expires, May 3, 1982
x
ry PiElic
F'
•
STATEMENT OF FINANCIAL RESPONSIBILITY
Page 6
Tne undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 24 hours after the bid opening if he
is the apparent low bidder.
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.
i
Please see attached sheet. 1
e
_ - ��,
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.
7105
1978
City of
Placentia
R. Beardsley
993 -8131
Traffic
Signals - Project
SRS -0005 (399)
7098
1978
City of
Irvine
B. Yamada
754 -3600
7066
1978
Traffic Signal - Projects 801 -29 & 810 -25
County of Los Angeles J. Hendershot
Traffic Signal Mod. - Contract 2354
213- 226 -8169
7059
1977
County of Orange
P. Gilbert
834 -7089
Traffic
Signal — W.O. R084334 -35
7078
1978
County of Orange P. Gilbert
Traffic Signal — W.O. 08470
834 -7089
7128
1978
County of Orange
P. Gilbert
834 -7089
Traffic
Signal — Contract
D -78 -065
7086
g_
1978
City of
Traffic
Costa Mesa
Signal — Contract
H. Burnham
9/19/77
754 -5334
7127..
1978
State of California
R. Decker
.997 -5071
Traffic
Signals — 07- 332804
'. 7100
1978
City of
Fullerton
T. Hartzog
525 -7171
7141/42
1979
Traffic
City of
Signals — P.O. F5343
Santa Ana J. Pendergast
834 -4939
Traffic
Signals — Project
5049 & 8150
JOHNSON, INC.
P. o. Box 1004
17182 ARMSTRONG A /
SANTA ANA, CALIF. 9211 /
Tgned
• • PR 1 of 2
TRAFFIC SIGNAL AND SAFETY LIGHTING
AT
HOSPITAL ROAD AND SUPERIOR AVENUE
CONTRACT NO. 21r&
PROPOSAL
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
Gentlemen:
GRISSOM & JOHNSON INC.
The undersigned declares that he has carefully examined the location of the
work, has read the Notice Inviting Bids, has examined the Plans and Special
Provisions, and hereby proposes to furnish al.1 materials and do all the work
required to complete Contract No. 2155 and will take in full payment therefor
the following unit prices for each ti en, complete in place, to wit:
ITEM QUANTITY ITEM UNIT TOTAL
N0. AND UNIT DESCRIPTION PRICE PRICE
1 Lump Sum Construct traffic signal
and safety lighting
facilities at the inter-
section of Hospital Road 00
and Superior venue
TOTAL PRICE WRITTEN IN WORDS:
SK r'#(- OV2 �H04SAV� S11 n4VD%EDT%tQTY - IkREG — Dollars
and
NO— Cents
0
• PRZofZ
MISSOM & JOHNSON INC.
CONTRACTOR'S NAME
April 21, 1980
DA E A IZED SIGNATUR
hen Geis, Jr., S c. /Treasurer
CONTRACTOR'S ADDRESS P. 0. Box 10040
Santa Ana CA 92711
TELEPHONE NUMBER 714- 540 -9570 263167 C -10
CONTRACTOR'S LICENSE NO.
Designate the firm or company that will supply the control equipment:
rm or
717 Souurkk ST
ress
Telephone Number -7m 8 7 t -- m O
}e B
0 CA
42631
• 10
SAMPLE
CITY OF NEWPORT ISEACH
Contract No.
Special Endorsement No.
In consideration of the premium charged, this endorsement is attached to and made
a part of all policies insuring the liability of any person, firm or corporation
performing services under contract for the City of Newport Beach.
Notwithstanding any inconsistent expression in the policy to which this endorsement
is attached, or in any other endorsement now or hereafter attached thereto, or made a
part thereof, the protection afforded by said policies shall:
1. Include the City of Newport Beach, its officers and employees as additional
insureds in the policies described below for injuries, death or damage to property
arising out of or in connection with the contract executed by the named insured and the
City. It is further agreed that this policy shall be primary and non - contributing with
any other insurance available to the City of Newport Beach, and includes a severability
of interest clause.
2. Include contractual liability coverage applicable to the contract referred to
above, including the obligation to defend the City.
3. Delete all exclusions relating to property damage arising out of explosion,
collapse, or underground damage (commonly referred to as "xcu" hazards).
4. Indemnify and save harmless the City of Newport Beach against any and all claims,
excluding sole negligence of the City, resulting from the undertaking of the contract.
This hold harmless assumption on thepart of the underwriters shall include all costs of
investigation and defense, until reasonable determination is made that the City is solely
negligent.
5. Provides limits of liability and coverages as follows:
COVERAGES TO
WHICH THIS EFFECTIVE
ENDORSE14ENT DATE OF POLICY POLICY LIMITS OF INSURANCE
ATTACHES ENDORSEMENT NUMBER PERIOD LIABILITY COMPANY
This endorsement is effective 19 , when signed by an
Authorized Representative of the con"n es affording coverages and when issued to City
shall be valid and form a part of policies herein described.
Should any of the above described policies be cancelled before the expiration date
thereof, the issuing company shall mail 30 days' prior written notice by registered mail to:
City of Newport Beach c/o City Clerk
3300 Newport Boulevard
Newport Beach, California 92653.
NAME OF AGENT OR BROKER
Address
By ,
(Authorized Representative
IMPORTANT: This is the only evidence of insurance acceptable to the City. The person
executing this Endorsement is cautioned to make certain that he has authority
to do same on behalf of the Insurance Company or Companies.
C.I.E. - 3/79
9 •
i
CONTRACT NO. 2155
ij
INDEX
TO
SPECIAL PROVISIONS
FOR
INSTALLATION OF
TRAFFIC SIGNAL AND SAFETY LIGHTING
AT
HOSPITAL ROAD AND SUPERIOR AVENUE
SECTION
PAGE
1.
SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . .
. I
II.
COMPLETION OF THE WORK . . . . . . . . . . . . . . . .
. 1
III.
CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK . . . .
. 1
IV.
PAYMENT . . . . . . . . . . . . . . . . . . . . .
. 1
V.
PROTECTION OF EXISTING UTILITIES . . . . . . . . . . .
. 2
VI.
WATER . . . . . . . . . . . . . . . . . . . . . . . . .
. 2
VII.
GUARANTEE . . . . . . . . . . . . . . . . . . . . . . .
. 2
VIII.
FLOW AND ACCEPTANCE OF WATER . . . . . . . . . . . . .
. 2
• IX.
AS BUILT PRINTS . . . . . . . . . . . . . . . . . . . .
. 2
X.
TRAFFIC SIGNAL 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 . . . . . . . . . . . . . . . . . .
. 3
d. Equipment List and Drawings . . . . . . . . . .
. 3
e. Testing . . . . . . . . . . . . . . . . . . . .
. Q
•
f. Service . . . . . . . . . . . . . . . . . . . .
. 5
i
SECTION
PAGE
X. TRAFFIC
SIGNAL AND SAFETY LIGHTING FACILITIES
(Continued)
g.
Conduit . . . . . . . . . . . . . . . . ... .
. 5
h.
Pull Boxes
5
i.
Conductors and Wiring . . . . . . . . . . . .
. 5
j.
Bonding and Grounding . . . . . . . . . . . .
. 5
k.
Luminaires . . . . . . . . . . . . . . . . .
. 6
1.
Photoelectric Controls . . . . . . . . . . .
. 6
m.
Ballasts . . . . . . . . . . . . . . . . . .
. 6
n.
Internally Illuminated Street Name Signs . .
. 6
o.
Vehicle Signals . . . . . . . . . . . . . . .
. 7
p.
Pedestrian Signals . . . . . . . . . . . . .
. 7
q.
Pedestrian Push Buttons . . . . . . . . . .
7
r.
Bicycle Push Buttons . . . . . . . . . . . .
. 8
s.
Detectors . . . . . . . . . . . . . . . . . .
. 8
t.
Emergency Replacement Pre -Timed Controller
9
u.
Solid State Traffic Actuated Controllers and
Cabinets . . . . . . . . . . . . . . . . .
. 9
v.
Maintaining Existing and Temporary
Electrical Systems . . . . . . . . . . .
. . 11
w.
Traffic Count Facilities . . . . . . . . .
. . 12
ii
II
L _
-•. x'..3 ..;. 'z' wee ,. .. .,
• • SP 1 of 12
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
FOR
INSTALLATION OF TRAFFIC SIGNAL
AND SAFETY LIGHTING
AT
HOSPITAL ROAD AND SUPERIOR AVENUE
CONTRACT NO. 2165
I. SCOPE OF WORK
The work to be done under this contract consists of the installation
of traffic signal and safety lighting as hereinafter described.
The contract requires completion of all work in accordance with
these Special Provisions; the City's Standard Special Provisions; the Plans
(Drawing No T- , the City's Standard Drawings and Specifications; and,
where applicable, the California Standard Specifications, January 1978, and
the California Standard Plans, March 1977. The City's Standard Specifications
are the Standard S cifications for Public Works Construction 1979 Edition.
Copies may purc ase rom u ng News, Inc., ver an venue,
Los Angeles, California 90034, Telephone (213) 870 -9871. Copies of the
City's Standard Drawings and Special Provisions may be purchased from the
Public Works Department at a cost of $5.00.
If there is a conflict in methods of measurement between the City's
Standard Specifications and the California Standard Specifications, the
City's Standard Specifications shall take precedence.
II. COMPLETION OF THE WORK
The Contractor shall complete all work within 110 consecutive calendar
days after the date of award of the contract by the City Council.
III. CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK
Subject to the provisions in Section 6 -1 of the Standard Specifications,
the Contractor shall begin work within 15 calendar days after the City
executes the contract.
Traffic signal standards and signal heads shall not be installed until
the signal controller has been delivered to the job site.
IV. PAYMENT
The unit or lump sum bid for each item of work shown on the proposal
shall be considered as full compensation for all labor, materials, equipment,
and all other things necessary to complete the work in place, and no
additional allowance will be made therefor.
Payment for incidental items of work, not separately provided for in
the proposal, shall be included in the price bid for other related items of
work.
.�`�..,- t?.'aln .� #S�.v ' „ "' ..n u�. ✓: ..- -rl � -Y�. 41 S>+.�., e>Z _. ��."�'c2�� � .J4.�a�!MY: s.+Y En'+L."
r 1
L
PROTECTION OF EXISTING UTILITIES
9 SP ' of 12
Known utilities are indicated on the plans. Prior to performing
construction work, the Contractor shall request each utility company to
locate their facilities. The Contractor shall protect in place and be
responsible for, at his own expense, any damage to any utilities en-
countered during construction of the items shown on the plans.
VI. WATER
The Contractor shall make his own provisions for obtaining and
applying for water necessary to perform his work. If the Contractor
desires to use available City water, it shall be his responsibility to
make arrangements for the water by contacting the City's Utility Division
at (714) 640 -2221.
VII. GUARANTEE
The Contractor shall guarantee for a period of one yeaarr, after
acceptance of the work by the City Council, all materials and workmanship
against any defects whatsoever. Any such defects shall be repaired at the
Contractor's expense.
VIII. FLOW AND ACCEPTANCE OF WATER
It is anticipated that surface and ground or other waters will be
encountered at various times and locations during the work herein contem-
plated. The Contractor, by submitting a bid, acknowledges that he has in-
vestigated the risks arising from water and has prepared his bid accordingly.
The Contractor shall conduct his operations in such a manner that storm or
other waters may proceed uninterrupted along their existing street and
drainage courses. Diversion of water for short reaches to protect construction
in progress will be permitted if public or private properties are not damaged
or, in the opinion of the Engineer, are not subjected to the probability of
damage.
Surface water containing mud or silt from the project area shall be
treated by filtration or retention in a settling pond, or ponds, adequate to
prevent muddy water from entering storm drains or the bay. The Contractor
shall submit a plan for implementing siltation control prior to commencing
construction. Upon approval of the plan, the Contractor shall be responsible
for the implementation and maintenance of the control facilities.
IX. AS BUILT PRINTS
The Contractor is required to submit to the Engineer "As- Built" prints
prior to the City accepting the installation. The prints shall indicate in
red all deviations from the contract plans, such as: location of poles, pull
boxes and runs, depths of conduit, number of conductors, and other appurtenant
work.
•
• SP 3 of 12
X. TRAFFIC SIGNAL AND SAFETY LIGHTING FACILITIES
a. General
The Contractor shall furnish all tools, equipment, materials, supplies,
and manufactured articles and shall perform all operations necessary to
modify existing and construct additional traffic signal and street lighting
facilities as shown on the drawings and as specified herein.
b. Reference Specifications and Standard Plans
1. Standard S ecifications - Except as modified herein, materials
and Insta at on s hall corm to the California Standard
Specifications, January 1978.
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 to- "Standard Plans" shall be understood to be
referenced to the California Standard Plans, March 1977.
3. Codes Ordinances and -Re u,' - All electrical materials
and equipment urn she an nsta ed 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 regulations 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
Furnishing and installing traffic signals, safety lighting, and sign
illumination systems and payment therefor shall conform to the provisions in
Section 86, "SIGNALS AND LIGHTING ", of the Standard Specifications.
Traffic signal work is to be performed at the following location:
HOSPITAL ROAD AND SUPERIOR AVENUE
d. Equipment List and Drawings
Equipment list and drawings of electrical equipment and material shall
conform to the provisions in Section 86 -1.03, "Equipment List and Drawings ",
of the Standard Specifications and these Special Provisions.
The controller cabinet schematic wiring diagram and intersection sketch
shall be combined into one drawing and shall be supplied on a single 24" x 36"
size sheet, or if desired, on a single 36" x 48" size sheet for five through
eight phase installations only, and shall be drawn in sufficiently large scale
to be clearly readable by field technicians. Partial schematic diagrams of
the basic cabinet wiring on numerous other size sheets will not be acceptable.
• SP4of12
The Contractor shall furnish a maintenance manual for all controller
units, auxiliary equipment, and vehicle detector sensor units, control units,
and amplifiers. The maintenance manual and operation manual may be combined
into one manual. The maintenance manual or combined maintenance and operation
manual shall be submitted at the time the controllers are delivered for in-
stallation or, if ordered by the Engineer, prior to purchase. The maintenance
manual shall include, but need not be limited to, the following items:
(1) Specifications
2) Design characteristics
3) General operation theory
(4) Function of all controls
(5) Detailed circuit analysis
6) Trouble shooting procedure (diagnostic routine)
7) Voltage charts with wave forms
8 Block circuit diagram
9)) Georgraphical layout of components
(10) Schematic diagram
(11 List of replaceable component parts with stock numbers
e. 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 inde-
pendent 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 units,
auxiliary equipment, and cabinet, fully wired, meet the requirements of the
Standard Specifications and these Special Provisions
The sixth paragraph of Section 86- 2.14C, "Functional Testing ", of the
Standard Specifications is amended to read:
"During the test period, and until such time thereafter,
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 systems. The cost of
any Contract related maintenance necessary, except elec-
trical 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, holdiay or any day pre-
ceding a holiday. The Traffic Engineer shall be notified at least 48 hours
prior to the intended turn -on.
A knowledgeable representative for the manufacturer or distributor of
the traffic signal control equipment shall be present for the turn -on, and
• SP 5 of 12
for a reasonable period of time thereafter, as determined by the Engineer.
If the representative for the manufacturer or distributor is not quali-
fied, or authorized, to work on the control equipment, the Contractor shall
arrange to have a so qualified signal. technician, employed by the controller
manufacturer or his representative, present at the time the equipment is
turned on.
f. Service
Service shall conform to the provisions in Section 86 -2.11, "Service ",
of the Standard Specifications and these Special Provisions.
Install modified Type II service in accordance with City of Newport
Beach Standard Drawing No. STD- 910 -L. Circuit breakers shall.be rated 25
percent higher than the.expected load.
g. Conduit
Conduit shall conform to the provisions in Section 86 -2.05, "Conduit ",
of the Standard Specifications and these Special Provisions.
Non - metallic type conduit shall not be used.
Insulated bonding bushings will be required.
After conductors have been installed, the ends of conduits terminating
in pull boxes and controller cabinets shall be sealed with an approved type
sealing compound.
h. Pull Boxes
Pull boxes shall conform to the provisions in Section 86 -2.06, "Pull
Boxes ", of the Standard Specifications and these Special Provisions.
Plastic pull boxes shall not be used.
Pull boxes shall be No. 5 unless otherwise shown on the Plans.
I. Conductors and Wiring
Conductors and wiring shall conform to the provisions in Section 86 -2.08,
"Conductors ", and Section 86 -2.09, "Wiring ", of the Standard Specifications and
these Special Provisions.
Splices shall be insulated by "Method B ".
j. Bonding and Grounding
Bonding and grounding shall conform to the provisions in Section 86 -2.10,
"Bonding and Grounding ", of the Standard Specifications and these Special
Provisions.
Grounding jumper shall be attached by a 3/16 inch or larger brass bolt
in the standard or pedestal and shall be run to the conduit, ground rod, or
bonding wire in adjacent pull box.
The grounding jumper shall be visible after the pole foundation cap has
been poured.
. ter. �- :
�. _41 r _ w
_�����_-:��� :.- '.....�.= _
• SP6of 12
k. Luminaires
Luminaires shall conform to the provisions in Section 86 -6.01, "High -
Intensity Discharge Luminaires ", of the Standard Specifications and these
Special Provisions.
Glare shields are not required.
All new luminaires shall be 120 volt, 250 watt high pressure sodium
vapor with integral ballast and photoelectric cell.
1. Photoelectric Controls
Photoelectric controls shall conform to the provisions in Section
86 -6.07, "Photoelectric Controls ", of the Standard Specifications and these
Special Provisions.
Photoelectric controls shall be Type IV.
m. Ballasts
Ballasts shall conform to the provisions in Section 86 -6.10, "Ballasts ",
of the Standard Specifications and these Special Provisions.
Integral ballasts shall be provided.
n. Internally Illuminated Street Name Signs
Internally illuminated street name signs shall conform to the require-
ments of the Standard Specifications, the Plans, and these Special Provisions.
Illuminated street name signs shall be constructed with quality and
design features equivalent to NUART or Safeway Sign Company, and shall be in-
stalled in accordance with City of Newport Beach Standard Drawing No. STD - 911 -L.
The Contractor shall furnish to the City shop drawings and specifications
of the selected suppliers sign. City approval must be obtained prior to
purchasing.
The following information shall be included in the drawings and
specifications:
1. Internal maintenance method
2. Housing and mountings
3. Lamps and Lampholders
4. Terminal blocks
5. Ballasts
6. Conductors
7. Face panel
B. Fuses
9. Photocell
Internally illuminated street name sign color shall conform to the
Federal specifications for green background with white legend.
4 _
11
o. Vehicle Signals
• SP 7 of 12
Vehicle signals shall conform to the provisions in Section 86 -4,
"TRAFFIC SIGNALS AND FITTINGS ", of the Standard Specifications and these
Special Provisions.
All lamps for vehicle signals shall be provided by the Contractor,
and the cost thereof shall be included in the lump sum bid.
p. Pedestrian Signals
Pedestrian signals shall conform to the provisions in Section 86 -4.05,
"Pedestrian Signal Faces ", of the Standard Specifications and these Special
Provisions.
Section 86- 4.05A, "Types ", is amended to add the following sub - section:
"86- 4.05A(4) Type J. -Type J signals shall be similar to
Type B signals except message illumination shall be provided
by 116 W incandescent lamps not requiring the use of trans-
formers.
The message plate shall consist of a three line message:
'DONT'- 'WALK' - 'WALK', and shall be installed in a single
housing. The message plate may be constructed of rigid type
polyester resin with a sufficiently high heat distortion point,
and a resistance to high temperatures. Message letters shall
be 411" high with 5/8" stroke, but need not have standard
spacing between message lines so long as messages are clearly
visable and definable. Spacing between message letters shall
be increased for distance legibility.
The reflector shall be of parabolic construction design to
direct light from the lamps outward for maximum efficiency and
minimum 'sun phantom. "'
Type J pedestrian signals shall be provided.
The hood described in Section 86- 4.05C, "Visors ", of the Standard
Specifications shall be provided and shall have the divider strip located
between the "DONT WALK" and the "WALK" indications.
All lamps for pedestrian signals shall be provided by the Contractor,
and the cost thereof shall be included in the lump sum bid.
q. Pedestrian Push Buttons
Pedestrian push buttons shall conform to the provisions in Section
86 -5.02, "Pedestrian Push Buttons ", of the Standard Specifications and these
Special Provisions.
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
framework.
•
r. Bicycle Push Buttons
• SP 8 of 12
Bicycle push buttons shall conform to the provisions in Section
86 -5.02, "Pedestrian Push Buttons ", of the Standard Specifications and these
Special Provisions.
The sixth and seventh paragraphs of Section 86 -5.02, "Pedestrian Push
Buttons ", of the Standard Specifications are amended to read:
"Push buttons shall be Type B unless otherwise specified."
"Arrows on push button signs shall point in the same
direction as the corresponding vehicular through movement."
Push button signs, and the installation of push button signs and push
buttons shall conform to the City of Newport Beach Standard Drawing Numbers
STD -913 -L and STD - 914 -L.
Special bicycle timing logic shall be provided in the traffic signal
controller cabinet as specified under "Solid State Traffic Actuated Controllers
and Cabinets" elsewhere in these Special Provisions.
s. Detectors
Detectors shall conform to the provisions in Section 86 -5, "DETECTORS ",
of the Standard Specifications and these Special Provisions.
Loop detector sensor units shall be Type B except as otherwise speci-
fied herein, and shall be Canoga Controls Corporation Proximeter 404 or ap-
proved equal. Output relays shall be used and shall be normally closed.
Loop detector sensor units with integral call delay capability shall
be two channel units and shall be Canoga Controls Corporation Proximeter 402/2T
or approved equal. Output relays shall be used and shall be normally closed.
Magnetometer detector sensor units shall be provided with a call hold
feature which shall extend the vehicle call for an adjustable period of time
and shall be Canoga Controls Corporation Proximeter 202 or approved equal.
Loop detector lead -in cable shall be a four conductor, .25 inch diameter,
shielded and jacketed cable and shall be Canoga Controls Corporation CC30003 or
approved equal. Loop detector lead -in cables shall be connected in accordance
with the manufacturer's instructions for one and two channel configurations.
Detectors shall meet the performance characteristics as defined in
Sections 86- 5.OlA(2) and 86- 5.018(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 or whose engine displacement does not exceed
80 cubic centimenters.
•
0 SP 9 of 12
t. Emergency Replacement Pre -Timed Controller
Pre -timed controller units shall conform to the provisions in Section
86 -39 "CONTROLLERS ", of the Standard Specifications and these Special
Provisions.
A pre-timed controller shall be provided in the traffic signal con-
troller cabinet for emer en re lacement o ration: The pre -timed con-
troller shall have 2 s gnat circuits wit not less than 12 intervals.
A separate harness shall be provided in the cabinet for use with the
pre -timed controller and shall be of a type acceptable to the City. The
signal output circuits from the pre -timed controller shall be connected to
a separate terminal strip and then shall be connected to the load side of
the solid -state load switches.
Instructions on transfer of control from the solid -state controller
to the pre-timed controller shall be mounted in the cabinet in plain view.
u. Solid -State Traffic Actuated Controllers and Cabinets
Solid -state traffic actuated controller units and cabinets shall
conform to the provisions in Section 86 -3, "CONTROLLER ", of the Standard
Specifications and these Special Provisions.
No equipment within the controller cabinet, except a flasher or
flash transfer relay, shall use a socket which will accept a flasher or
flash transfer relay.
Flashing operation shall provide flashing red lights on all approaches.
During flashing operation, pedestrian signals shall be turned off.
Solid -state switching devices shall conform to the provisions in
Section 86- 3.08D, "Solid -State Switching Devices ", of the Standard Speci-
fications and the following:
Zero voltage turn -on is not required during the first
half -cycle of line voltage during which the input signal
is applied. A reed relay, rated for at least 10 million
operations, may be used in the input portion of the
switching device.
The "On -Off" switch for the cabinet lighting fixture shall be the door -
actuated type.
The convenience receptacle shall have ground -fault circuit interrup-
tion as defined by the Code.
The loop detector lead -in, from the field terminals in the cabinet to
the sensor unit, shall conform to option (B).
All coordination features such as; hold, force off, etc., shall be
provided external to the controller on a terminal strip, for future coor-
0
dinated operation.
• SP 10 of 12
Monitoring devices shall conform to the provisions in Section 86- 3.08C,
"Monitoring Device ", of the Standard Specifications and the following:
The monitoring device shall have an integral display normally
indicating which phases, both vehicle and pedestrian, are in
service, and in the event of a conflict, which phases are in
conflict.
The cabinet shall contain a conspicuous warning against operation with -
out.the monitoring device being installed.
Special external bicycle timing logic shall be provided in the traffic
signal controller cabinet for each phase for which bicycle push buttons are
installed. 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 it's re-
spective bicycle timing logic which shall place and hold a vehicle call on the
associated vehicle phase as specified below:
For actuations received during the yellow or red interval of
the phase, the bicycle timing logic shall place and hold the
vehicle call until the start of the next green interval for
the phase. At the start of the next green interval the vehicle
call shall continue to be held until the preset time on the
adjustable timer has "timed out ". This adjustable timing
period is hereinafter refered to as the "bicycle timing ".
For actuations received during the green interval of the
phase the bicycle timing shall begin immediately and the
bicycle timing logic shall place and hold the vehicle call
during the bicycle timing provided that bicycle timing has
not previously occured during that same green interval.
Actuations received during the green interval while the bicycle
timing is in effect, or after the bicycle timing has been com-
pleted, shall not be remembered, or carried over to the next
cycle.
The bicycle timing shall be totally independent of the controller timing
and the removal of the bicycle timing logic shall not affect the normal operation
of the controller.
If vehicles or pedestrians are also placing calls on the phase that has
received a call from the bicycle timing logic, then either the vehicle time,
pedestrian time, or the bicycle time, whichever is longest, shall be in effect
during the time the affected phase is being serviced.
If the bicycle timing logic is provided in a separate housing, the timing
logic for all of the individual phases shall be in the same housing, and shall
be connected by a NEMA approved connector and harness.
MF:f,`:F. --a -�.. -'...x = ,. n.- ✓:':..
0
• SP 11 of 12
Traffic signal coordination shall be provided between the new
traffic signal at Superior Avenue and Hospital Road and the existing
traffic signal at Superior Avenue and Placentia Avenue. Coordination
shall be accomplished by the'use of "Time Base Coordinators ", and
shall not require hardwire interconnect between intersections.
Each "Time Base Coordinator" shall provide the following
functional capabilities:
1. Microprocessor base design
2. Direct interface with actuated controllers
3. 100 Time of day /day of week program selections
on a weekly cycle
4. 10 selectable programs including non - coordinated
operation
5. Individual cycle lengths, offsets, and splits on
a per program basis
6. Front panel display for day, hour, minute, second,
program, cycle length time in cycle, offset, and
coordination
7. Front panel switch to disengage the "Time Base
Coordinator" from the controller
Furnish and install a "Time Base Coordinator" at each of the two
intersections to be coordinated. The yield and force -off circuits of
the actuated controllers are to be used to accomplish the desired
coordination.
The existing controller at the Superior Avenue /Placentia Avenue
intersection is a Singer 2000, 80 Type 90, set up to operate 50.
The new actuated controller for Superior Avenue and Hospital Road
shall be a 20 Type 60 controller as specified in the January 1975
Callifornia Standard Specifications.
Traffic count capability shall be provided in the traffic signal
controller cabinet. The traffic count equipment and the installation
thereof shall conform to the providions under "Traffic Count Facilities"
elsewhere in these Special Provisions.
v. Maintaining Existing and Temporary Electrical Systems
Maintaining existing and temporary electrical systems shall conform
to the provisions in Section 86 -1.05, "Maintaining Existing and Temporary
Electrical Systems ", of the Standard Specifications and these Special
Provisions.
Cost for maintaining existing and temporary electrical systems shall
be included in the lump sum bid. No "extra work" will be allowed.
Traffic signal system shutdown shall be limited to periods between
the hours of 9:00 a.m. and 3:30 p.m.
All signal indications, detectors and control equipment, shall be
maintained in operation except during shutdown hours as specified above.
., .. :9 �. .- .. � ,,.. �.:.� mow= his.. s` _ ^°'- �,.+r= ��..,�-.•�.� s
SP 12 of 12
w. Traffic Count Facilities
Traffic count facilities shall conform to the details shown on the
Plans and these Special Provisions.
Traffic count capability shall be provided in the Type "p" controller
cabinet and shall include all equipment and cabinet wiring necessary to
count and record vehicular traffic for each direction on Superior Avenue.
The facilities shall be capable of counting each tdirection simul-
taneously, and recording each :direction separately.
Magnetometer detectors and sensor units, and the installation thereof,
shall conform to the provisions under "Detectors" elsewhere in these Special
Provisions.
Install one (1) traffic count lane summator. Each summator shall
have the following:
1. Solid -state circuitry throughout that is not inconsistent
with the Standard Specifications. Relays shall not be used.
The power supply for the summator shall be integral and shall
operate from 120 volts ± 10 percent, 60 Hz power.
2. The capability to operate as specified from 0 F. to 160 F.
3. Immunity to line transients when tested in accordance with
Test Method No. Calif. 667.
4. Four input channels and two output channels. The summator
shall have the capability of producing one output pulse from any
input channel. In addition, it shall have the capability of
producing unique output pulses for each of any simultaneous inputs.
5. Input circuitry compatible with the output circuitry of the
vehicle detectors used with the summator.
6. An output that is a solid state switch with a minimum cur-
rent rating of 500 milliamps in the "on" state and a minimum
breakdown voltage of 30 volts in the "off" state. The output
switch shall be protected to switch an inductive load.
Traffic count lane summators shall be Traffic Data Systems, Inc. Model
No. CO224-S -2.
Install one Leupold & Stevens traffic count recorder , Model No.
7552 -2. Each recorder shall operate from a 120 VAC (t 10 %), 60 HZ power
source, and shall provide for minute recording interval.
A clear plastic, rigid, self- supporting dust cover shall be provided
with each recorder. The cover shall be designed to permit easy and safe
removal while the recorder is in operation.