Loading...
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.