Loading...
HomeMy WebLinkAboutC-2454 - Traffic Signal Installation, Birch & Quail Modifications0 0 CITY OF NEWPORT BEACH TO: FINANCE DIRECTOR PUBLIC WORKS /TRAFFIC FROM: CITY CLERK DATE: September 21, 1984 SUBJECT: Contract No. C -2454 OFFICE OF THE CITY CLERK (714)640.2251 cmp0b - -'i' hu., 9/.Z' /N Description of Contract Installation of Traffic Signals and Safety Lighting at Birch Street and Quail Street and improvements to various other Traffic Signals Effective date of Contract September 20, 1984 Authorized by Minute Action, approved on August 28, 1984 Contract with D & H Perry, Inc. dba Perry Electric Address 325 Elkelton Place Spring Balley, CA 92077 Amount of Contract $76,295.00 kan4& a� . Wanda E. Andersen City Clerk WEA:lr attach. City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 0 0 September 19, 1984 TO: CITY CLERK FROM: Traffic Engineering SUBJECT: INSTALLATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING AT BIRCH STREET AND QUAIL STREET AND IMPROVEMENTS TO VARIOUS OTHER TRAFFIC SIGNALS (C -2454) Attached are four (4) copies of the subject contract documents. Please: 1. Execute documents on behalf of City. 2. Retain your copy. 3. Retain insurance certificates. 4. Return remaining copies to our department. Thank you. James E. Brahler Assistant Traffic Engineer JEB:bb Attachments i "I am 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 accor- dance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." Date nature Contractor g_ a CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 11 a.m. on the 15th day of ��August__ , 1984, at which time such bids shall be opened and redo INSTALLATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING AT BIRCH STREET AND QUAIL STREET AND IMPROVEMENTS TO VARIOUS OTHER TRAFFIC SIGNALS C -2454 Contract No. $140,000 Engineer's Estimate 7\ Approved by the City Council this 23rd delay of JJullyy� 1984 Wanda E. Andersen City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663. For further information, call JIM BRAHLER at 640 -2181. Project Engineer 0 • CITY OF NEWPORT BEACH TRAFFIC ENGINEERING DIVISION INSTALLATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING AT BIRCH STREET AND QUAIL STREET AND IMPROVEMENTS TO VARIOUS OTHER TRAFFIC SIGNALS CONTRACT NO. 2454 ADDENDUM NO. 1 JULY 31, 1984 NOTICE TO BIDDERS: Bidders shall propose to complete Contract No. 2454 in accordance with the contract documents, the Proposal, the Specifications, and as modified by Addendum No. 1. 1. AMEND PLAN T- 5211 -S, SHEET 2 OF 4, UNDER "NOTES - LOCATION "A ": 2. ", TO READ AS FOLLOWS: Install new, City furnished, 4 -phase (expandable to 6- phase) Multisonics 911B system controller assembly complete . . . AMEND PLAN T- 5211 -S, SHEET 2 OF 4, UNDER "NOTES - LOCATION "B ": 2. ", TO READ AS FOLLOWS: Install new, City- furnished, Type "R" cabinet for use with City- furnished, 8 -phase system . . . AMEND THE SPECIAL PROVISIONS, PAGE 8 OF 14, PARAGRAPH 8, TO READ AS FOLLOWS: At Location "E" . . . A14END THE SPECIAL PROVISIONS, PAGE 9 OF 14, PARAGRAPH 5, TO READ AS FOLLOWS: At Location "A ": Install City- furnished 8 -phase Multi sonics 9118 system controller assembly in City - furnished Type "R" cabinet. The assembly . . . AMEND THE SPECIAL PROVISIONS, PAGE 10 OF 14, PARAGRAPH 6, TO READ AS FOLLOWS: At Location "B ": Install City- furnished, Type "R" cabinet for use with City- furnished, 8 -phase 911B system controller. The cabinet shall be . . NOTE: The intent of this Addendum is to indicate that the City will furnish the controllers and cabinets complete for Locations "A ", "B ", "C ", and "D ". The Contractor shall furnish the controller and cabinet complete for Location "E ". Please execute and date ADDENDUM NO. 1 and attach to your bid proposal. NO bid proposal will be accepted without Addendum No. 1 being executed and attached hereto. im Brahler Project Engineer JB:bb I have carefully examined ADDENDUM NO. 1 and hereby consent to this Addendum being made a part of our proposal. Bidder's Name Date Authorized Signature Telephone Bidder's Address CITY OF NEWPORT BEACH ENGINEERING DEPARTMENT 0 Page 1 INSTALLATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING AT THE INTERSECTION OF BIRCH STREET AND QUAIL STREET AND IMPROVEMENTS TO VARIOUS OTHER TRAFFIC SIGNALS CONTRACT NO. 2454 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P. 0. Box 1768 Newport Beach, CA 92658 -891E Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 2454 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: - - Page la ITEM QUANTITY ITEM DESCRIPTION TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE 1. Lump Sum Construct Traffic Signal Improvements at the intersection of Jamboree Road and Santa Barbara Drive (Location A) @ four thousand eight hundred & Dollars and forty nine dollars Cents $ 4,849.00 TOTAL PRICE WRITTEN IN WORDS: four thousand eight hundred & forty nine dollars Dollars and Cents $ 4,849.00 2. Lump Sum Construct Traffic Signal Improvements at the intersection of Jamboree Road and San Joaquin Hills Road (Location B) @ two thousand two hundred & twenty- Dollars and two dollars Cents $ 2,222.00 TOTAL PRICE WRITTEN IN WORDS: two thousand two hundred & twenty -two dollars Dollars and Cents $ 2,222.00 3. Lump Sum Construct Traffic Signal Improvements at the intersection of Jamboree Road and Bayside Drive /Marine Avenue (Location C) @ nine thousand one hundred & Dollars and four dollars Cents $ 9,104.00 TOTAL PRICE WRITTEN IN WORDS: nine thousand one hundred & four dollars Dollars and Cents $ 9,104.00 4. Lump Sum Construct Traffic Signal Improvements at the intersection of Balboa Boulevard and River Avenue (Location D) @ nine thousand three hundred & Dollars and seventy nine dollars Cents $ 9,379.00 TOTAL PRICE WRITTEN IN WORDS: nine thousand three hundred & seventy nine dollars Dollars and Cents $ 9,379.00 5. Lump Sum Construct Traffic Signal Improvements at the intersection of Birch Street and Quail Street (Location E) @ fifty thousand seven hundred & Dollars forty one dollars Cents $ 50,741 77qq fQifty RR NN thousandlsevenlhundred pp & forty one dollars Dollars and Cents $ 50,741 TOTAL $ 76,295.00 Contractor's License No. 360309 Bidder D & H Perry, Inc., dba Perry Electric Bidder's Telephone Number 619 - 475 -5151 Bidder's Address 325 Elkelton Pl., Spring Valley, CA 92077 Authorized Signature /Title S /Hubert Date August 13, 1984 Page lb Vice- President * Designate the firm or company that will supply the control equipment: Name of Firm or Company Address Hunti Telephone Number Beach lied Traffic * The City reserves the right to examine, evaluate, and either accept or reject control equipment to be furnished by a manufacturer that has not had equivalent equipment successfully operating in the City for a period of at least two (2) years. This decision will be made prior to determination of successful bidder. • . Page 2 INSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTOR(S) 4. BIDDER'S BOND (sum not less than 10% of total bid price) 5. NON- COLLUSION AFFIDAVIT 6. STATEMENT OF FINANCIAL RESPONSIBILITY 7. TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the con- tract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in- clusive). The Contractor shall be responsible for compliance with Section 1777.5 of the California Labor Code for all apprenticeable occupations. 360309 C -10 Contr's Lic. No. & Classification 8 -13 -84 Date D & H Perry, Inc., dba Perry Electric S /Hubert Perry Vice - President Authorized Signature /Title • • Page 3 DESIGNATION OF SUBCONTRACTORS) The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer and as provided by State law. Item of Work Subcontractor Address I. 2. -- NONE -- 3. 4. 5. M 7. 8. 9. 10. 11. 12. D & H Perry, Inc., dba Perry Electric Bidder S /Hubert Perry Vice- President Authorized Signature /Title -- FOOIGINAL, SEE CITY CLERK'S FILE &Y -- BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, Page 4 That we, D & H Perry, Inc., DBA: Perry Electric , as bidder, and U. S. Fidelity & Guaranty as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten percent of the amount of the accompanying bid - - - - -- Dollars ($ 10/ of bid -j-,- lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of Installation of traffic signals & safety lighting at Birch St. & Quail St. & Title of Project Contract No. improvement to various traffic signals. Bid date: 8 -15 -84 in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 30th day of July 1984. D & H Perry, Inc., DBA: Perry Electric Bidder (Attach acknowledgement of Attorney -in -Fact) By: S /Hubert Perry Vice- President S /Bettie L. Garcia Authorized Signature /Title Notary Public Commission expires 4 -12 -85 Title U. S. Fidelity & Guaranty Company Surety S /Angie V. Mauricio Attorney -In -Fact • . Page 5 NON- COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered.into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this 13 day of Aug. , 19 84. My commission expires: March 20, 1985 D & H Perry, Inc., dba Perry Electric S /Hubert Perry Vice - President Authorized Signature /Title S /Robin Gail Haonson Notary Public • • Page 6 FOR ORIGINAL, SEE CITY CLERK'S FILE COPY STATEMENT OF FINANCIAL RESPONSIBI The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. Bidder agrees to provide Owner with Financial Info if we are low bidder. ON FILE WITH CITY CLERK. D & H Perry, Inc. dba Perry Electric Bidder Hubert Perry Vice - President Authorized Signature /Title . • 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. 1984 City of Chula Vista Ron Wilder 691 -5045 Replace pole knockdown 1983 A C Company 291 -7422 Bonita Rd. Signals & Ltg. 1984 City of Nat'l City John Benzing 477 -1181 Highland Ave. 1983 State -Minor Arnie 237 -6616 Caltrans 1984 County of San Diego Gil Scott 565 -3931 Wintergardens & Riverview 1984 State of CA Arnie 237 -6616 Var 5 & 805 1984 State of CA Arnie 237 -6616 Var 5 & 805 1984 State of CA Arnie 237 -6616 Washington & Ash 1984 City of Fountain Valley Don Bryan 714 - 963 -8321 Brookhurst St. 1984 City of Tustin 714 - 544 -8890 Four intersections D & H Perry, Inc., dba Perry Electric Bidder Hubert Perry Vice - President Authorized Signature /Title '- ' . 0 Page B NOTICE The following are samples of contract documents which shall be completed and executed by the successful bidder after he receives letter of award from the City of Newport Beach: PAYMENT BOND (pages 9 & 10) FAITHFUL PERFORMANCE BOND (pages 11 & 12) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 13, 14, 15) CONTRACT (pages 16 & 17) Since the City of Newport Beach will not permit a substitute format for these contract documents, bidders are advised to review their content with bonding, insuring and legal agents prior to sub- mission of bid. BONDING COMPANIES shall be acceptable as sureties in accordance with the latest revision of Federal Register Circular 570. INSURANCE COMPANIES shall be assigned Policyholders' Rating (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Ke y Ratin Guide: Property - Casual. Coverages shall be provided for a P S OF INSURANCE checked on the CERTIFICATE OF INSURANCE. All costs associated with the specifications of these contract documents shall be absorbed in the bid. Such specifications shall include those contained in (1) each contract document and (2) the Standard Specifications for Public Works Construction.(latest edi- tion adopted for use in the City of Newport Beacfi ), except as supplemented or modified by the Special Provisions for this project. • • Page 9 PAYMENT BOND BOND NO. 40- 0120- 10397 -84 -9 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted August 27, 1984 has awarded to D & H Perry, Inc., dba Perry Electric hereinafter designated as the "Principal ", a contract for C -2454 -- Installation of traffic signals and safety lighting at Birch Street and Quail Street and improvements to various other trattic signals. 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 furn.i §hing of a bond with said contract, providjng 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 -D & H PERRY, INC., DBA: PERRY ELECTRIC as Principal, and U. S. FIDELITY & GUARANTY COMPANY , as Surety, are held firmly bound unto the City of Newport Beach, in the sum of SEVENTY SIX THOUSAND TWO HUNDRED NINETY FIVE & NO /100 - -- Dollars ($ 760295.00 ), said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions, provender, or other supplies or teams, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same., in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. This bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon I 0 9 Payment Bond (Continued) Page 10 this bond, as required by the Provisions of Sections 3247 et, seq. of the Civil Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 7TH day of SEPTEMBER , 19 Bw Approved as to form: % Ci t� Attorney D S H PERRY INC. DBA: PERRY ELECTRIC (Seal) Name of Contractor Principal uth rued SijnStufe and T' le Authorized - Signature U. S. FIDELITY S GUARANTY COIPANY (Seal) Name of Surety 2600 E..-- Nutwood Blvd., Fullerton, CA 9 0 wc�c 'it le of Authorized gi icio, Attorney -in -Fact Aaaress or Agent P. 0. Box 670, San Diego, CA 92112 (619) 238 -1828 .Telephone No. of Agent iT Z > z Z tD o V. 0 CERTIFIED COPY 0 GENERAL POWER OF ATTORNEY No ............... 81627...... Knee o8 Men by Use" Presents: That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint Angie V. 1Mauricio of the City of ian Diego , State of Cali fornia its true and lawful attorney in and for the State of California for the following purposes, to wit; To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES FIDELITY AND GUARANTY COMPANY, through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said Angie V. Mauricio may lawfully do in the premises by virtue of these presents. In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY his caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its Vice- President and Assistant Secretary, this llth day of December , A. D. 19 70 (Signed) (SEAR) (Signed) STATE OF MARYLAND, 1 BALTIMORE CITY. J} as- UNITED STATES FIDELITY AND GUARANTY COMPANY. By....... Chark'm Boone ..................... Vice- President. ... E... P. allam ............................ Assistant Secretary. On th1s 11th day of December , A. D. 1470 , before me personally came Charles W. Boone , Via - President of the UNITED STATES FIDELITY AND GUARANTY COMPANY and J. E. Dallam , Assistant Secretary of said Company, with both of whom I am personally acquainted. who being by me severally duly sworn, said that they resided in the City of Baltimore, Maryland; that they, the said Charles N $o on and J. E. Dallam were respectively the Vim - President and the Assistant Steaetuy of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, the car. potation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such mrponte seal, that it was so fixed by order of the Board of Directors of said corpora. tion, and that they signed their names thereto by like order as Vim - President and Assistant Secretary, respectively, of the Company. My commission expires the first day in July, A. D. 19.7.4..... (SEAT,) (Signed) Herbert J. .lull ..... ............................... Notary Public. STATE OF MARYLAND ) SCL BALTIMORE CITY, )I L Robert H. Bouse Clerk of the Superior Court of Baltimore City, which Court is • Court of Record, and has a seal, do hereby certify that . Esquire, before whom the annexed affidavits were made, and who has thereto Htsrbert J. mull ubxtibed his name, was at the time of se doing a Notary Public of the State of Maryland. in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer oaths and take acknowledgments, or proof of deeds to be recorded therein. I further certify that I am acquainted with the handwriting of the said Notary, and verily believe the signature to be his genuine signature. In Testionnoty Whereof, I hereto set my hand and affix the seal of the Superior Court of Baltimore City, the same being a Court of Record, this 11th day of December , A. D. 19 70 (SEAL) (Signed) .Robert H. 8o use ................................ ............................... Clerk of the Superior Court of Baltimore City. w s ta.an COPY OF RESOLUTION TAet Wherwas, it is nece ssary for the effectual transaction of business that this Company appoint agents and attorneys with power and authority to set for it and in its name in States other than litarylaud, sad in the Territories of the United States and in the Provinces of the Dominion of Canada and in the Colony of Newfoundland. Tfurelon, be & Resolved, that this Company do. and it lateb7 does, authorize and empower its President or either of its Vice- Presidents in conjunction with its Secretary or one of its Assistant Secretaries, under its corporate seal, to appoint any person or persons u attorney or attorneysin•hct, or agent or agents of said Company, in Its name and as its act. to execute and deliver any and all con- tracts guaranteeing the fidelity of persons holding positions of public or private trust, guaranteeing the performances of contracts other than insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedings, or by law allowed, and Nero, in its name and a a t its attorney or toraeys•in•fan, or agent or agents to execute and guarantee the conditions of any and all bonds, reeoguiances, obligation►, stipulations, undertakings or anything in the nature of either of the same, which are or may by law, municipal or otherwise, or by any Statute of the United Staten or of any State or Territory of the United States or of the Provinces of the Dominion of Canada or of the Colony of Newfoundland, or by the roles, regulations, orders, customs, practice or discretion of any board. body. organization, office or officer. lout. municipal or otherwise. be allowed. required or permitted to be executed, made, taken, given. tendered, accepted, filed or recorded for the security or protection of, by or for any person or persons, corporation, body. office, interest. municipality of other association or organization whatsoever, n any and all bond, recognizance, hies whatsoever, tso ver, conditioned for the or undertaking. of dui or Of anything or any conditions which may be provided anything in the nature of either of the sacra. I George R. Downer ant Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY, do hereby certify that the foregoing is a foil. true and correct copy of the original power of attorney given by said Company to Angie V. Nauricio of San Diego. California , authorizing and empowering her to sign bonds as therein sot forth, which power of attorney has never been revoked and ts still fn full force and effect. And I do farther cartify that said power of Attorney was given in parammon of a resolution adopted at a regular meeting of the Board of Directors of aid Company, duly called and held at the office of the Company in the City of Baltimore, on the 11th day of July, 1910, at which mood, L a quorum of the Board of Directors was present, and that the foregoing is a true and correct copy of said resolution, and the whole thereof as recorded in the minutes of said meeting. In Testimony Whereol, I have hereunto set my hand and the anal of the UNITED STATES FIDELITY AND GUARANTY COMPANY on September 7ID 984 -- Z—ZV� Aaststont Seaetnryt. 0 r • Page 11 FAITHFUL PERFORMANCE BOND BOND NO. 40- 0120 - 10397 -84 -9 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted August 27, 1984 has awarded to D & H Perry, Inc., dba Perry Electric hereinafter designated as the "Principal ", a contract forC -2454 -- Installation of traffic signals and safety lighting at Birch Street and Quail Street and improvements to various other traffic signs s. 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 #s 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, D & H PERRY, INC., DBA: PERRY ELECTRIC as Principal, and U.-A. FIDELITY & GUARANTY COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of SEVENTY SIX THOUSAND TWO HUNDRED NINETY FIVE AND NOIIOO ---- Dollars ($ 76,295.00 � 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 0 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, D & H PERRY, INC., DBA: and U. S. FIDELITY & GUARANTY COMPANY • Page 4 PERRY ELECTRIC as bidder, , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT OF THE AMOUNT OF THE ACCOMPANYING BID ----------- Dollars ($10 % OF BID - };.- lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of INSTALLATION OF TRAFFIC SIGNALS & SAFETY LIGHTING AT BIRCH ST. & TRAFFIC SIGNALS. it 1t! of Project Bid bate: 8-15-84 in the City of Newport. Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 30th day Of JULY 1984. D & H PERRY, INC., DBA: PERRY_`.EL,ECTIRC Bidder (Attach acknowledgement of - — Attorney -in -Fact) J Notary Public Commission expires J 1 0 Title e U. S.FIDELITY & GUARANTY COMPANY N O M N ca F ro Q L. z O O F � Z U O U z LW ¢ H F7- N U =v� H 9 v � v E A T C u O F w u` L9EC C � u O F L u _ F G — u E o y o, A � L � ro L O Z o. o v u r F LL L T C O u F O F Q O u n u m y � d v v o 3 - a tia�,o ro � � L o v o F O M d O L N o. 9 C L t J Oh.,o � O � '41.;•t a i O i It CO O� Q v O T 9 o M } < Z N Z P ccGG Ou - N 1 Y 0 o E m a W a: Z Z � a LL N C ro W �$ z o eFi �k f G r T E J 7 - O C C c J v T Y L _ s b • CERTIFIED COPY GENERAL POWER OF ATTORNEY No .............. 81627............... Know aff Men by th a Presentat That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland. does hereby constitute and appoint Angie V. Mauricto of the City of Aan Diego State of California its true and lawful attorney in and for the State of California for the following purposes, to wit: To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES FIDELITY AND GUARANTY COMPANY, through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said Angie V. blauricio may lawfully do in the premises by virtue of these presents. In Witness Whereoj, the said UNITED STATES FIDELITY AND GUARANTY COMPANY hu caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its Vice - President and Assistant Secretary, this 11th day of December , A. D. 19 70 UNITED STATES FIDELITY AND GUARANTY COMPANY. (Signed) By ....... Charles ,i /.,Boone ..................... rice- President. (SEAL) (Signed) ..... .. tTr.. E... Val I 'am ............................ Assistant Secretary. STATE OF MARYLAND, j BALTIMORE CITY, 1} a: On this 11th day 01 December , A. D. 1470 , before me personally came Charles R. Boone , Vice•President of the UNITED STATES FIDELITY AND GUARANTY COMPANY and J. E. Dallam , Assistant Secretary of said Company, with both of whom I am personally acquainted, who being by we severally duly sworn, said that they resided in the City of Baltimore, Maryland; that they, the said Charles N I%on�a and J. E. Dallam were respectively tary the Vice- President and the Assistant Secre of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, the cor- poration described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal axed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corpora. tion, and that they signed their names thereto by like order as Vice- President and Assistant Secretary, respectively, of the Company. My commission expires the first day in July, A. D. 19.74..... (SEAL,) (Signed) ...,Herbert J. null . ............................... Notary Public. STATE OF MARYLAND ) set BALTIMORE CITY, J L, Robert H. Bou3e . Clerk of the Superior Court of Baltimore City, which Court is a Court of Record, and has a seal, do hereby certify that Herb .r t 4. Aull • Esquire, before whom the atmaxed affidavits were made, and who has thereto aabseribcd his name, was at the time of so doing a Notary Public of the State of Maryland. in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer wths and take acknowledgments, or proof of deeds to be recorded therein. I further certify that I am acquainted with the handwriting of the said Notary, and verily believe the signature to be his genuine signature. in TestAnony Whereof, I hereto set my hand and affix the seal of the Superior Court of Baltimore City, the same being a Court of Record, this 11th day of December , A. D. 19 70 (SEAL) (Signed) Robert H. Bouse Clerk of the Superior Court of Baltimore City. 11 3 ("T) .. COPY OF RESOLUTION That Whereas, it is necessary for the effectual transaction of business that this Company appoint agents and attorneys with power and authority to act for it and in its name in States other than Maryland, and in the Territories of the United States and in the Provinces of the Dominion of Canada and in the Colony of Newfoundland. Therefore, be it Reaaleed, that this Company do, and it hereby does, authorize and empower in President or either of its Vice- Presidents in conjunction with its Secretary or one of in Assistant Secretaries, under its corporate seal, to appoint any person or persons as attorney or attorneys -in -fact, or agent or agents of said Company, in its name and as its act. to execute and deliver any and all con. tracts guaranteeing the fidelity of persons holding positions of public or private trust, guaranteeing the performances of contracts other than insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedings, or by law allowed, and Also, fn its name and as its attorney or attomeys.in•fact, or agent or agents to execute and guarantee the conditions of any and all bonds, recegnixances, obligations, stipulations, undertakings or anything in the nature of either of the same, which are or may by law• municipal or otherwise, or by any Statute of the United States or of any State or Territory of the United States or of the Provinces of the Dominion of Canada or of the Colony of Newfoundland, or by the roles, regulations, orders, customs, practice or discretion of any board, body, organization, office or officer, local, municipal or otherwise, be allowed, required or permitted to be executed, made, taken, given, tendered, accepted, filed or recorded for the security or protection of, by or for any person or persons, corporation, body, office, interest. municipality or other association or organization whatsoever, in any and all capacities whatsoever, conditioned for the doing or not doing of anything or any condition which may be provided for in any such bond, recognizance, obligation, stipulation, or undertaking, or anything is the nature of either of the same. I George R. Downer as Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney given by said Company to . \ngie V. Nauricio of San Diego, California , authorizing and empowering her to sign bonds as therein set . forth, which power of attorney has never been revoked and is still in full force and effect. And I do further certify that aid Power of Attorney was given in pursuance of a resolution adopted at a regular meeting of the Board of Directors of said Company, duly called and held at the office of the Company in the City of Baltimore, on the 11th day of July, 1910, at which meeting a quorum of the Board of Directon was present, and that the foregoing is a true and correct copy of said resolution, and the whole thereof as recorded in the minutes of said meeting. Iw To$tin.yn �h�aeall6�Po hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY COMPANY on (Date) 7 ) WA Assistant Secretary. CERTIFICATE OF INSURANCE City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NAME AND ADDRESS OF INSURED D & H Perrv, Inc. dba Perry Electric CA 92077 Page 13 E COMPANIES AFF( (Company A United States Fidelity & Guaranty Letter Insurance Company Lettery B Zenith Insurance Comp --my ny C r_ ny D r_ ny E r This is to certify that policies of insurance listed below have been issued to the insured named above and are in force at this time, including attached endorsement(s). NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, th6- Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mil, attention: Public Works Department. By: Y l Agency: ROBERT F. DRIVER CO., INC. Authorized Repo entative Robert M. Jones Date Issue Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: Installation of Traffic Sianal and Safetv Liahtino at Birch Street and (mail Street and Improvements to Various Other Traffic Signals (Contract Number 2454) NOTICE- This certificate or verification of Tnsurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. 91 Policy LIMITS OF LIABILITY IN THOUSANDS 000 COMPANY TYPES OF INSURANCE Policy Exp. g. ro uc s/ LETTER COVERAGE REQUIRED No. Date Each Completed Occurrence Operations A GENERAL LIABILITY x Comprehensive Form x Premises - Operations x Explosion & Collapse Hazard 926890 8/1/85 Bodily Injury Property Damage $ $ $ $ x Underground Hazard x Products /Completed Operations Bodily Injury Hazard and Property x Contractual Insurance Damage Combined $. 500 $ 500 x Broad Form Property Damage x Independent Contractors x Personal Injury Marine Personal Injury $ 500 Aviation A AUTOMOTIVE LIABILITY x❑ Comprehensive Form MP 926890 8/1/85 Bodily Injury (Each Person $ FRI Owned $ bodily Injury (Each Occurrence ❑x Hired Pro ert ama e x Non -owned ❑ bodily njury and Property Damage Combined $ 500 EXCESS LIABILITY A ® Umbrella Form ❑ Other than Umbrella Form CEP 320323 8/1/85 Bodily Injury and Property Damage Combined $ 3 000 , $ 3,000 WORKERS' COMPENSATION Statuto 2,000 Accident) B EMPLOYER'IS LIABILITY P31641 11/15/81/ NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced before the expiration date thereof, th6- Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered mil, attention: Public Works Department. By: Y l Agency: ROBERT F. DRIVER CO., INC. Authorized Repo entative Robert M. Jones Date Issue Description of operations /locations /vehicles: All operations performed for the City of Newport Beach by or on behalf of the named insured in connection with the following designated contract: Installation of Traffic Sianal and Safetv Liahtino at Birch Street and (mail Street and Improvements to Various Other Traffic Signals (Contract Number 2454) NOTICE- This certificate or verification of Tnsurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwith- standing any requirement, term, or condition of any contract or other document with respect to which this certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies, including attached endorsements. 91 1 0 CITY OF NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: Page 14 With respect to such insurance as is afforded by the policy for Bodily Injury and Property Damage Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded the additional named insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The limits of liability under this endorsement for the additional insureds named in paragraph 1 of this endorsement shall be the limits indicated below for either Multi- ple Limits or Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability Property Damage Liability (X ) Single Limit Bodily Injury Liability and Property Damage Liability Combined C $ 500,000. each occurrence each occurrence each occurrence The limits of liability as stated in paragraph 3 of this endorsement shall not in- crease the total liability of the Insurance Company for all damages as the result of any one accident or occurrence in excess of the limits of Liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. Tnstallation of Traffic Signal & Safety Lighting at Birch St. & Quail St. 5. Designated Contract:and Improvements to Various Other Traffic Signals (contract 42454) Project Title and Contract No.). This endorsement is effective 9/6/84 at 12:01 A.M. and forms a part of Policy No. MP 926890 Named Insured �� H pprmZ Tn„ dha Perm Electric Endorsement No Gua=rsw Authorized Represehtative Robert M. Jones 1 Name of Insurance Company ted States Fidel • Page 15 CITY OF NEWPORT BEACH COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Comprehensive General Liability, the City of Newport Beach, its officers and employees are additional in- sureds but only with respect to liability arising out of operations performed by or on behalf of the named insured in connection with the contract designated below or acts and omissions of the City of Newport Beach in connection with its general supervision of such operations. The insurance afforded said additional insured shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the Insurance Company's liability." 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision con- tained in the written contract, designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU "hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured named in paragraph I of this endorsement shall be the limits indicated below for either Multiple Limits or' Single Limit, whichever is indicated by the letter X in the appropriate box. ( ) Multiple Limits Bodily Injury Liability Property Damage Liability (>� Single Limit each occurrence each occurrence Bodily Injury Liability $ 500,000. each occurrence and Property Damage Liability Combined The applicable limit of the Insurance Company's liability for the insurance afforded for contractual liability shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insureds. The limits of liability as stated in this endorsement shall not increase the total liability of the Insurance Company for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to Comprehen- sive General Liability Insurance. 6. Should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department Installation of Traffic Sional & Safety Lightina at Birch St. & Quail St. 7. Designated Ccntractan(I Improvements to Various Other Traffic Sionals (contract 42454) Project Title and Contract No. This endorsement is effective 9/6/84 at 12:01 A.M. and forms a part of Policy No. MP 926890 Named Insured D & H Perry Inc. dba Perry Electric Endorsement No. 2 / P Y �Vantpgy ,4 % I Name of Insurance Com an united states Fideli � Authorized Representative Robert M. Jones CONTRACT Page 16 THIS AGREEMENT, entered into thise %day of 196, by and between the CITY OF NEWPORT BEACH, hereinafter "City and D &'H Perrv. Inc., dba Perry Electric hereinafter "Contractor, "is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: Installation of traffic signals and safety lighting at Birch Street and Quail Street and improvements to various other C -2454 Title of Project Contract No. traffic signals. (b) Contractor has been determined by City to be the lowest responsi- ble bidder on said public work, and Contractor's bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction of the following described public work: Installation of traffic signals and safety lighting at Birch Street and Quail Street and improvements to various other traffic C -2454 Title of Project Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work.in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of Seventy -six thousand two hundred ninety -five dollars and no cents ($76.295.00 )• This compensation includes (1) any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstruc- tions in the performance of the work; (3) any expense incurred as a result of any suspension or discontinuance of the work; but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instruction to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and endorsement(s) Page 17 (f) Plans and Special Provisions for Installation of traffic signals and safety lighting at Birch Street and Quail Street and improvements to various othe r traffic signals. Title of Project Contract No. C -2454 (g) This Contract. 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximiately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. APPROVED AS TO FORM: C' y Attorney' CITY OF NEWPORT BEACH By yor D & H By Its , Inc., CITY Electric CONTRACTOR CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 2454 INDEX TO SPECIAL PROVISIONS FOR INSTALLATION OF TRAFFIC SIGNAL AND SAFETY LIGHTING AT BIRCH STREET AND QUAIL STREET AND IMPROVEMENTS TO VARIOUS OTHER TRAFFIC SIGNALS SPECIAL PROVISIONS SECTION PAGE I. SCOPE OF WORK • . . . . • . . . . . . . . . . . . . . 1 II. COMPLETION OF THE WORK - • • . . . . . . . . . . . 1 III. CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK . . . 2 IV. PAYMENT . • . . . • . . . . . . . ... . . . . . . . . 2 V. PROTECTION OF EXISTING UTILITIES . . . . • . . . • . 2 VI. WATER . . . . . . . . . . . . . . . . . . . . . . . . 2 VII. FLOW AND ACCEPTANCE OF WATER . • • . . • • • 2 VIII. AS -BUILT PRINTS • • • • • • • • . . • • • • • • . • . 3 IX. GUARANTEE . . . . . . . . . . . . . . . . . . . . . . 3 X. TRAFFIC SIGNAL AND SAFETY LIGHTING FACILITIES . • . • 3•• A. General • • . . . • • . • . . . . . . . . . . . 3 B. Reference Specifications and Standard Plans • • . 3 1. Standard Specifications . . • • . . . . . . . 3 2. Standard Plans • • . . • • • . . • . . . . . . 3 3. Codes, Ordinances, and Regulations . • . . . . 3 C. Description . . . . . . . . . . . . . . . . . . . 4 D. Equipment List and Drawings . . . . . . . . . . . 4 E. Maintaining Existing & Temporary Electrical Systems.5 F. Scheduling of Work . . . . . . . . . . . . . . . . 5 i INDEX SECTION PAGE X. (continued) G. Foundations . . . . . . . . . . . . . . . . . 5 H. Standards, Steel Pedestals and Posts . . . . . . . 6 I. Conduit . . . . . . . . . . . . . . . . . . . . . 6 J. Pull Boxes . . . . . . . . . . . . . . . . . . . . 6 K. Conductors and Wiring . . . . . . . . . . . . . . 6 L. Bonding and Grounding . . . . . . . . . . . . 6 M. Service . . . . . . . . . . . . . . . . . . . . . 6 • N. Testing . . . . . . . . . . . . . . . . . . . . . 7 0. Type 90 Controller Assemblies . . . . . . . . . . 7 P. Vehicle Signal Faces and Signal Heads . . . . . . 11 Q. Pedestrian Signals . . . . . . . . . . . . . . . 12 ` R. Detectors . . . . . . . . . . . . . . . . . . . . 12 S. Pedestrian and Bike Push Buttons . . . . . . . . . 13 T. Luminaires . . . . . . . . . . . . . . . . . . . . 13 U. Internally Illuminated Street Name Signs. . . . . 13 V. Photoelectric Controls . . . . . . . . . . . . . . 13 W. Ballasts . . . . . . . . . . . . . . . . . . . . • 14 X. Removing, Reinstalling or Salvaging Electrical Equipment . . . . . . . . . . . . . . . . . . 14 Y. Payment . . . . . . . . . . . . . . . . . . . . . 14 ii SP 1 of 14 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR TRAFFIC SIGNALS AND SAFETY LIGHTING AT THE I14TERSECTION OF BIRCH STREET AND QUAIL STREET AND IMPROVEMENTS TO VARIOUS OTHER TRAFFIC SIGNALS I.. SCOPE OF WORK CONTRACT NO. 2454 The work to be done under this contract consists of the installation of traffic signals and safety lighting at the intersection of Birch Street and Quail Street and improvements to various other traffic signals. The contract requires completion of all work in accordance with these special provisions: the City's Standard Special Provisions; the Plans (Drawing No. T- 5211 -S), the City's Standard Drawings and Specifications, and, where applicable, the California Standard Specifications, January 1981, and the California Standard Plans, January 1981. The City's Standard Specifications are the Standard Specifications for Public Works Construction, 1982 Edition. Copies may be purchased from Build- ing News, Inc., 3055 Overland Avenue, Los Angeles, CA 90034; telephone 213 - 870 -9871. Copies of the City's Standard Drawings and Special Pro- visions may be purchased from the Public Works Department at a cost of $5. If there is a conflict in methods of measurement of payment between the City's Standard Specifications and the California Standard Specifications, the City's Standard Specifications shall take precedence. „ II. COMPLETION OF WORK The Contractor shall complete all work within 120 consecutive calendar days after the date of award of contract by the City Council. No extension of time will be granted for a delay caused by a shortage of materials unless the Contractor furnishes to the Engineers, documentary proof that he has made every effort to obtain such materials from all known sources within reasonable reach of the work in a diligent and timely manner, and further proof in the form of supplementary progress schedules, as required in Section 8 -1.04, "Progress Schedule ", that the inability to obtain such materials when originally planned, did in fact cause a delay in final completion of the entire work which could not be compensated for by revising the sequence of the Contractor's operations. The term "shortage of materials ", as used in this section, shall apply only to materials, articles, parts or equipment which are standard items III IV • • SP2of14 and are to be incorporated in the work. The term "shortage of materials" shall not apply to materials, parts, articles or equipment which are processed, made, constructed, fabricated or manufactured to meet the specific requirements of the contract. Only the physical shortage of material will be considered under these provisions as a cause for extension of time. Delays in obtaining materials due to priority in filling orders will not constitute a shortage of materials. CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK Subject to the provisions in Section 6 -1 of the Standard Specifications, the Contractor shall begin work within 15 calendar days after the City executes the contract. Traffic signal standards and signal heads shall not be installed until the sig- nal controller has been delivered to the job site. PAYMFNT The unit price for items of work shown in the proposal shall be full compensa- tion forlabor, equipment, materials, and all other things necessary to complete the work. The substitution of securities for any payment withheld in accordance with Section 9 -3.2 of the Standard Specifications is permitted pursuant to Government Code Sections 4590 and 14402.5. V. PROTECTION OF EXISTING UTILITIES Known utilities are indicated on the plans. Prior to performing construction work, the Contractor shall request each utility company to locate their facili- ties. The Contractor shall protect in place and be responsible for, at bis own expense, any damages to-the utilities encountered during construction of the items shown on the plans. VI. WATER The Contractor shall make his own provisions for obtaining and applying for water necessary to perform his work. If the Contractor desires to use available City water, it shall be his responsibility to make arrangements for the water by contacting the City's Utility Division at (714) 640 -2221. VII. FLOW AND ACCEPTANCE OF WATER It is anticipated that surface and ground or other waters will be encountered at various times and locations during the work herein contemplated. The Con- tractor, by submitting a bid, acknowledges that he has investigated risks arising from water and has prepared his bid accordingly. The Contractor shall conduct his operations in such a manner that storm or other waters may proceed unin- terrupted along their existing street and drainage courses. Diversion of water , • SP 3 of 14 for short reaches to protect construction in progress will be permitted if public or private properties are not damaged or, in the opinion of the Engineer, are not subjected to the probability of damage. Surface water containing mud or silt from the project area shall be treated by filtration or retention in a settling pond or ponds adequate to prevent muddy water from entering storm drains or the bay. The Contractor shall submit a plan for implementing siltation control prior to commencing construc- tion. Upon approval of the plan, the Contractor shall be responsible for the implementation and maintenance of the control facilities. VIII. AS -BUILT PRINTS The Contractor is required to submit to the Engineer "As- Built" prints prior to the City accepting the installation. The prints shall indicate in red, all deviations from the contract plans, such as: location of poles, pull boxes and runs, depths of conduit, number of conductors, and other appurtenant work. IX. GUARANTEE The Contractor shall guarantee for a period of at least one year after acceptance of the work by the City Council, all materials and workmanship against any defects whatsoever. Any such defects shall be repaired at the Contractor's ex- pense. X. TRAFFIC SIGNAL AND SAFETY LIGHTING FACILITIES A. General The Contractor shall furnish all tools, equipment, materials, supplies, and manufactured articles and shall perform all operations necessary to modify existing and construct additional traffic signal and street lighting facili- ties as shown on the drawings and as specified herein. See SCOPE OF WORK, B. Reference Specifications and Standard Plans 1. Standard 5 ecifications - Except as modified herein,'materials and insta lation sha conform to the California Standard Specifications, January 1981. All references in this section to "Standard Specifications" shall be understood to be referenced to the California Standard Specifications. 2. Standard Plans - Except as modified herein, all references in this section to "Standard Plans" shall be understood to be referenced to the California Standard Plans, January 1981. 3. Codes, Ordinances, and Regulations - All electrical materials and equipment furnished and installed under this section shall conform to the referenced regulations and codes specified in Section 86 -1.02 of the Standard Specifications, and to all other ordinances and regula- tions of the authorities having jurisdiction. Whenever reference is made to the Code, Safety Orders, General Order or Standards, the reference shall be construed to mean the Code, Order or Standard that is in effect on the date set for receipt of bids. • • SP 4 of 14 C. Description Furnishing, installing and modifying traffic signals, safety lighting, sign illumination systems and payment, therefor, shall conform to the provisions in Section 86, "SIGNALS AND LIGHTING ", of the Standard Speci- fications. Traffic signal work is to be performed at the following locations: LOCATION A - JAMBOREE ROAD @ SANTA BARBARA DRIVE LOCATION B - JAMBOREE ROAD @ SAN JOAQUIN HILLS ROAD LOCATION C - JAMBOREE ROAD @ BAYSIDE DRIVE /MARINE AVENUE LOCATION D - BALBOA BOULEVARD @ RIVER AVENUE LOCATION E - BIRCH STREET @ QUAIL STREET D. Equipment List and Drawings The controller cabinet schematic wiring diagram and intersection sketch, to be mounted on the cabinet door, shall be combined into one drawing so that when the cabinet door is fully open, the drawing is oriented with the intersection. This sheet shall be 24" x 36" or 36" x 48" and on mylar. The Contractor shall furnish 5 prints of the controller cabinet schematic wiring diagram. The existing controller cabinet schematic wiring diagram for the cabinets, furnished by the City, shall be revised to reflect the new intersection and cabinet wiring and control equipment modifications. For both new and City- furnished cabinets, furnish one reproducible (krono- flex or sepia mylar), in addition to the required 5 sets of the cabinet schematic wiring diagram. The Contractor shall furnish two maintenance manuals for all new controller units, auxiliary equipment, and vehicle detector sensor units, control units and amplifiers. The maintenance manuals and operation manuals may be combined into one manual. The maintenance manuals or combined maintenance and operation manuals shall be submitted at the time the controllers are delivered or, if ordered by the Engineer, previous to purchase. The maintenance manuals shall include, but need not be limited to, the following items: (a) Specifications (b) Design characteristics (c) General operation theory (d) Function of all controls (e) Trouble- shooting procedure (diagnostic routine) (f) Block circuit diagram (g) Geographical layout of components (h) Schematic diagrams (i) List of replaceable component parts with stock numbers • • SP 5 of 14 The Contractor shall guarantee the entire work constructed by him under this contract and will fully meet all requirements as to quality of workmanship and materials furnished by him. The Contractor shall make, at his own expense, any repairs or replacements made necessary by de- fects in workmanship or materials furnished by him that becomes evident within one (1) year after filing of the Notice of Completion of the work to restore to full compliance with the requirements of these speci- fications, any part of the work which during the one (1) year period is found to be deficient with respect to any provisions of the plans and specifications. The Contractor shall make all repairs and replacements promptly upon receipt of written orders from the Engineer. If the Con- tractor fails to make the repairs and replacements promptly, the City may do the work and the Contractor and his surety shall be liable to the City for the cost. Maintaining Existing and Temporary Electrical Systems 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 main- tained in operation, except during shutdown hours as specified above. Scheduling of Work The Contractor may perform sub - surface work consisting of the installation of conduit, foundations, and detectors prior to receipt of all electrical materials and equipment. All excavation areas shall be filled and perma- nent surface material placed immediately upon completion of underground work. Except for locations where the City is furnishing the controller and cabinet, above - ground signal work shall not commence until such time that the Contractor notifies the Engineer, in writing, of the date that all electrical materials and equipment are received, and said work shall start within 15 days after said date. No materials or equipment shall be stored at the job sites until receipt of said notification by the Engineer. The job sites shall be maintained in neat and orderlv condition at all times. All striping, pavement markings, and signing shall be in place prior to signal turn on and /or opening of street to public travel. Foundations Portland cement concrete shall conform to Section 90 -10, "Minor Concrete" of the Standard Specifications and shall contain not less than 470 pounds of cement per cubic yard, except concrete for reinforced pile foundations shall contain not less than 564 pounds of cement per cubic yard. • . SP 6 of 14 H. Standards, Steel Pedestals and Posts Where the plans refer to the side tenon detail at the end of the signal mast arm, the applicable tip tenon detail may be substituted. I. Conduit Non - metallic type conduit will be allowed as an option to the Contractor. The Contractor shall clearly state, in his bid proposal, which alternate his cost is based on„ Insulated bonding bushings will be required on metal conduit. After conductors havE! been installed, the ends of conduits terminating in pull boxes and controller cabinets shall be sealed with an approved type of sealing compound. Rigid metal conduit, to be used as a drilling orjacking rod, shall be fitted with suitable drill bits for size hole required. J. Pull Boxes Grout in bottom of pull boxes will not be required. K. Conductors and Wirinc Conductors shall be spliced by the use of "C "- shaped compression con- nectors as shown on the plans. Splices shall be insulated by "Method B ". Insulation for conductors installed for internally illuminated street name signs shall be color -coded orange with no stripe. L. Bonding and Grounding Grounding jumper shall be attached by a 3/16 inch or larger brass bolt in the signal standard or controller pedestal and shall be run to the conduit, ground rod or bondi.ng wire in adjacent pull box. Grounding jumper shall be visible after cap has been poured on foundation M. Service If service equipment cabinet design deviates in any way from the details shown on the plans, details of such deviation shall be submitted to the Engineer for review before fabrication of the contract cabinets. If deem- ed necessary by the Engineer, one complete prototype cabinet shall be de- livered to the Engineer for review at least 30 days before fabrication of the contract fixtures. The prototype cabinet will be returned to the Con- tractor and, if permitted by the Engineer, the cabinet may be installed in the work. • • SP 7 of 14 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 rE!quire that the traffic signal control equipment or cabinet be tested at: the California Transportation Laboratory or other independent test facility. However, the City will require that the equipment and cabinE't 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 for- warded to the City along with a written certification from the supplier stating that the controller unit, auxiliary equipment, and cabinet, fully wired, meet the requirements of the Standard Specifications and these Special Provisions. The sixth paragraph of Section 86- 2.14C, "Functional Testing ", of the Standards 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 electrical energy, and maintenance due to damage by public traffic, shall be at the Contractor's expense and will be deducted from any monies due, or to become due the Contractor. The functional test shall consist of ten (10) continuous days. Turn -on of the new traffic signal system shall not be on, nor shall the functional test start on, a Friday, Saturday, Sunday, holiday or any day preceding a holiday. The Traffic Engineer shall be notified at least 48 hours prior to the intended turn -on. The Contractor shall arrange to have a signal technician, qualified to work on the controller and employed by the controller manufacturer or his representative, present at the time the equipment is turned on. 90 Controller Assemblies At all locations: Special external bicycle timing logic shall be provided in the traffic signal controller cabinet for each phase on which bicycle push buttons are used. The bicycle timing logic shall utilize solid -state circuitry and shall include a solid -state timer capable of an adjustable timing period from 0 to 16 seconds. The circuitry shall also include a dis- play lamp indicating that a bicycle push button actuation has been registered. The lamp shall remain on until the "bicycle timing" de- scribed below has been completed. . SP 8 of 14 Actuation of a particular bicycle push button shall activate its 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 un- til the present time on the adjustable timer has "timed out". For actuations received during the green interval of the phase, the bicycle timing shall begin immediately and the bicycle timing logic shall place and hold the vehicle call during the bicycle timing, provided that bicycle timing has not previously occurred during that same green interval. Actuations received during the green interval while the bicycle timing is in effect, or after the bicycle timing has been completed, shall not be remembered or carried over to the next cycle. The bicycle timing shall be totally independent of the 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. The bicycle timing logic shall be provided in a separate shelf- mounted housing, and the timing logic for all of the individual phases shall be in the same housing, which shall be connected by a NEMA approved connector and harness. At Locations "A ", "B" and "E ": The conflict monitor shall be a "Plus Monitor" manufactured by Solid State Devices, 1257 West Geneva Drive, Tempe, Arizona 85282; telephone 602 - 967 -4712, or an approved equal. The cabinet supplied for the Type 90 controller assembly shall conform to Section 86 of CALTRANS Standard Specifications and shall be constructed of aluminum alloy conforming to the following special provisions: . 0 SP 9 of 14 Cabinets shall be constructed of sheet aluminum alloy 5052, with a minimum thickness of 0.125 inches. The cabinet surface shall have a smooth natural aluminum finish. All exposed edges shall be free of burrs and pit marks. All welds shall be neatly formed and free of cracks, blow holes, and other irregularities. All welds shall be made by the Heliarc welding method. The cabinet shall have rigid inside angle arms for anchoring it to a base. Angle arms shall be aluminum alloy 5052 minimum of 0.125 inch thickness and minimum width of 2.5 inches by 2.5 inches. The convenience receptacle shall have ground -fault circuit interruption as defined by the code. Circuit interruption shall occur on 6 milliamperes of ground -fault current and shall not occur on less than 4 milliamperes of ground -fault current. At Location "A ": Furnish and install an 8 -phase Multisonics 9118 system controller assembly in a Type "R" cabinet. The assembly shall include integral coordination and telemetry, overlap capability, and fire pre - emption, new and relocated detection, as shown, traffic count facilities, and all other necessary auxiliary equipment. The cabinet shall be wired to accept a 24 VAC fire pre -empt signal generated from the fire station via a "momentary on" switch. Traffic count capability shall be provided in the Type "R" controller cabinet and shall include all equipment and cabinet wiring necessary to count and record vehicular traffic for each direction of Jamboree Road. The traffic count recorded shall be furnished by the City. The facilities shall be capable of counting each direction simultaneously, and recording each direction separately. Install one (1) traffic count lane summator. Each summator shall have the following: 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 00 F. to 1600 F. 3. Immunity to line transients when tested in accordance with Test Method No. Calif. 667. SP 10 of 14 4. Eight 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 and compatible with the input circuitry of the traffic count recorder used with the summator. The solid -state switch shall have a minimum current 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 pro- tected to switch in inductive load. Traffic count lane summators shall be Traffic Data Systems, Inc., Model No. CD 2285 -2. Provide a traffic count recorder connecting harness for use with a City - furnished Leupold /Stevens Model 7552 -2 traffic count recorder. At Location "B ": Furnish and install a Type "R" cabinet for use with City- furnished 8 -phase 911B system controller. The cabinet shall be fully wired to provide the 6 -phase operation shown on the plans and described herein, and shall in- clude all detection and other necessary auxiliary equipment. Install the City- furnished controller in the cabinet. At Location "C ": Install City- furnished Type 90 controller assembly and Type "R" cabinet, and modify the existing cabinet wiring, as required, to provide for the new and City- furnished detector sensor units shown on the plans. At Location "D": Install City- furnished Type 90 controller assembly and Type "R" cabinet, and modify the existing cabinet wiring, as required, to provide for the new detector sensor unit shown on the plans, and to insure that the de- sired protected /permissive left turn and coordinated operation is func- tioning. Protected /Permissive Left Turns: The Contractor shall verify that the City- furnished Type 90 controller assembly is still permanently configured to guar- antee either a two - second, all -red interval, or a side street minimum green interval prior to the beginning of either phase 1 or phase 5 green arrow. The controller shall not be allowed, under any condition, to change directly from phase 2 or phase 6 to phase 1 or phase 5. Coordinated Operation: 0 SP 11 of 14 The Contractor shall verify that the existing coordination equipment, in the City- furnished cabinet, as herinafter described, is functioning: A solid -state time clock is used to initiate and terminate the coordinated operation. The clock is capable of allowing coordination to occur a minimum of 3 discrete times during any 24 -hour day, on any or all days of a 7 -day week, and to have durations from 0 to 24 hours per day. The capabilities of the clock include a means to omit any or all days of the week from operation. The starting and ending times of coordinated operation is completely programmable by the Traffic Engineer. The solid -state clock is accurate to within 60 seconds a year, and operates from 120 VAC (+ 10 %), 60 Hz. During coordinated operation, a constant signal is to be applied to the controller to hold phases 2 and 6 (resting in "walk ") until the signal is re- moved. Solid -state circuitry and timer are pro- vided to permit a synchronization pulse from the intersection of Pacific Coast Highway to momentarily remove the hold signal after the pulse has been de- layed for an adjustable period of time from 0 to 30 seconds. Once released, the controller terminates phases 2 and 6 to service any conflicting calls. During non - coordinated operation, the controller operates uninhibited. P. Vehicle Signal Faces and Signal Heads Signal section housings shall be either metal or plastic type. All lamps for traffic signal units (including programmed visibility type) shall be furnished by the Contractor. In the event that plastic heads are to be supplied as an alternate, all post top- mounted installations shall utilize TV -1 -T mounting brackets in place of the TV -1 mounting shown on the plans. Q. Pedestrian Signals SP 12 of 14 Pedestrian signals shall be Type C utilizing international symbols and shall be Indicator Controls Corp., P/N 40946, or approved equal. The hood described in Section 86- 4.05D, "Visors ", of the Standard Specifications shall be provided. All lamps for pedestrian signals shall be provided by the Contractor, and the cost thereof shall be included in the lump sum bid. R. Detectors Loop detector sensor units shall be rack mounted, except at Location "D ", which shall be shelf mounted, Type B, 4- channel, utilizing sequential scanning of channels. The rack - mounted unit shall include an integral rack - mounted power supply. Loop detector lead -in cable shall be.a four conductor, .25 inch diameter, shielded and jacketed cable and shall be Canoga Controls Corporation CC30003 or approved equal. Lead -in cables shall be connected in accordance with the manufacturer's instructions for one or two - channel configurations. The number of sensor units and lead -in cables required to achieve the specified detection shall be installed. ial Loop Detector Operation at Location "D": The Contractor shall verify that the existing special detector logic in the City - furnished cabinet, as here- inafter described, is functioning as follows: Queue detectors, 1 -01 and 1 -05, are used to call the protected left -turn movements, 1 and 5. The "green gating" features of the amplifier are not being used. Detectors 2 -01 and 2 -05 are functioning as presence detectors for the protected left - turn movements, 1 and 5, during their green intervals only. At all other times, these detectors function as presence detectors for the companion through movements 2 and 6. The Contractor shall test the detectors with a motor - driven cycle, as defined in the California Vehicle Code, that is licensed for street use by the Department of Motor Vehicles of the State of California. The un- laden weight of the vehicle shall not exceed 220 pounds and the engine displacement shall not exceed 100 cubic centimeters. Special features, components or vehicles designed to activate the detector will not be permitted. The Contractor shall provide an operator who shall drive the motor - driven cycle through the response or detection area of the detector at not less than 3 miles per hour nor more than 7 miles per hour. S E S. Pedestrian and Bike Push Buttons • SP 13 of 14 When pedestrian push buttons are installed on pedestrian push- button posts, the button shall be installed at a height of 3' -10" with the assembly in the upright position. The pedestrian push- button post shall be of sufficient length to facilitate installation of the button at this height. The sign shall be 9" x 12" and shall not extend beyond the mounting frame- work. Bike push buttons shall have an appropriate sign (9" x 12" maximum) indicating specific use of the button facility. The push button shall be mounted on the street side of poles designated on the construction plan. Mounting height shall be similar to that used for pedestrian buttons, except where there may be a conflict between pedestrian and bike push button framework mountings on the same pole. Where this might occur, the bike push- button framework shall be mounted below the pedestrian button framework and normally offset 90 de- grees. T. Luminaires Glare shields are not required on semi - cutoff or full cutoff luminaires. Luminaires shall be the cutoff type. Each luminaire shall be die -cast aluminum, with integral regulator ballast and Type IV photoelectric control (Section 86- 6.07A) for use in a multiple 120V circuit. The optical assembly shall provide true 90 degree cutoff and shielding (with- out external glare shield) and shall consist of: a glass or glass- coated, gasketed reflector; a heat and impact resistant, flat glass lens; a porcelain - enclosed mogul, multiple screw shell socket with lamp grips. The optical as- sembly shall contain an activated charcoal filter which prevents particulate and gaseous contamination. The reflector shall be specifically designed to produce an ANSI, IES medium, cutoff, Type III light distribution when used with either a 250 or 400 watt high - pressure sodium lamp. Luminaires shall be General Electric M -400 A cutoff power /door units or ap- proved alternate. U. Internally Illuminated Street Name Signs Internally illuminated street name signs shall be Type A. V. Photoelectric Controls Type IV photoelectric controls shall be provided on each luminaire and on each internally illuminated street name sign. 5 � f • SP 14 of 14 W. Ballasts The ballast for each high - pressure sodium lamp to be used in a mast arm mounted luminaire shall be of the regulator type and shall be mounted in the luminaire housing. Each regulator type high - pressure sodium lamp ballast shall operate at a minimum power factor of 48 percent and shall provide proper operation of its respective lamp within a range of + 10 percent of rated line voltage. X. Removing, Reinstalling or Salvaging Electrical Equipment Equipment removed and not noted for reuse or salvage shall become the property of the Contractor. Equipment noted for salvage shall be delivered to the City Traffic Engineer. Y. Payment The unit of 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. CITY OF NEI4PORT BEACH PUBLIC WORKS DEPARTMENT BID SUMMARY TITLE Installation of Traffic Signals & Safety LOCATION: City Clerk's Office Lighting @ Birch St. & Quail St. & Improvements to TIME 11:00 a.m. CONTRACT NO. Various Other Traffic Signals -- C -2454 DATE 8 -15 -84 NOTE: ADDENDUM NO. l MUST BE SIGNEDJRETURNED CONTRACTOR AMOUNT 1. D. H. Perry Spring Valley 76,295 2. Paul Gardner Corp. Ontario 77,474 3. JRJ Construction Co. Anaheim 78,539 4. Grissom & Johnson Irvine 80,880 5. IMS, Inc. Maywood 91,841 6. Steiny & Co., Inc. Anaheim 92,000 7. Baxter - Griffin Stanton 102,040 cc: Traffic Enqineer Assistant Traffic Engineer Traffic Engineering Technician Public Works City Clerk Dodge File JEB:bb i 0 CITY OF NEWPORT BEACH ENGINEERING DEPARTMENT Page 1 INSTALLATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING AT THE INTERSECTION OF BIRCH STREET AND QUAIL STREET AND IMPROVEMENTS TO VARIOUS OTHER TRAFFIC SIGNALS CONTRACT NO. 2454 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P. 0. Box 1768 Newport Beach, CA 92658 -8915 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 2454 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: Page la ITEM QUANTITY ITEM DESCRIPTION TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE 1. Lump Sum Construct Traffic Signal Improvements at the intersection of Jamboree Ro d P Santa Barbara Drive (Location A) y @ /n1 , II -- An^^ ►'""^Dollars and yV!AA A, �I 44Lki Cents TOTAL PRICE WRITTEN IN WORDS —DD r '' LL �8/L k Dollars and ... IT_ P\Anwi , 1 XMA-.t c Cents Lump Sum Construct Traffic Signal Improvements at the intersection of Jamboree Road and San Joaquin Hills Road (Location B) @ :t� ,i�- OcCSpw� Zpo Dollars It,c.wdaak t4rcK� cgs,ts AL PRICE WRITTEN IN WORDS: TOTAL PRICE TOTAL PRICE i and Cents Lump Sum Construct Traffic Signal Improvements at the intersection of Jamboree Road and Bayside Drive /Marine Avenue (Location C) $I 9A9 xx O oa $ �s Z7--L Xn oa $a,ZZ.z @ .: t4&At a� &-Y J— -Bu i !a! 5 QB and 0.°1 Cents 9•[ s nts $q� X04 x� IN WORDS: w,� A"c � a� Dollars and 00 Cents $ Lump Sum Construct Traffic Signal Improvements at the intersection of Balboa Boulevard and River Avenue (Lo c ti on D) 1 Q @ / Dollars Cents 60 1I 3`(� x� TTEN IN SWORDS:i K✓�Q/�/J H�<m� Dollars p Cents Sum Construct Traffic Signal Improvements at the intersection of Birch Street and Quail Street (Lo a ion E) @ Dollars ;S w«dN Whdre� Dollars 5 and Cents $ So 7 4 $ so 741 TD fir, 4 / O 476,2967,00 Contractor's License No. x(00.302 Bidder I)a}} pefr�-i ]�nc.0,6a PPrrv� =leck)(-, Bidder's Telephone Number (c 19 -u7S -,51 Bidder's Address Authorized Signature /Title Date nunusf 13 IQ�U ' NO 7 Page lb * Designate the firm or company that will supply the control equipment: Name of Firm or Company 9 TraY�r Address g"- V%1(A4f'b✓l Telephone Number * The City reserves the right to examine, evaluate, and either accept or reject control equipment to be furnished by a manufacturer that has not had equivalent equipment successfully operating in the City for a period of at least two (2) years. This decision will be made prior to determination of successful bidder. 0 INSTRUCTIONS TO BIDDERS . Page 2 The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: PROPOSAL INSTRUCTIONS TO BIDDERS DESIGNATION OF SUBCONTRACTOR(S) BIDDER'S BOND (sum not less than 10% of total bid price) NON- COLLUSION AFFIDAVIT STATEMENT OF FINANCIAL RESPONSIBILITY TECHNICAL ABILITY AND EXPERIENCE REFERENCES except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the Bidder's Bond. The title of the project and the words SEALED BID shall be clearly marked on the outside of the envelope containing the bid. Bids shall not be received from bidders who are not licensed in accordance with the provisions of Chapter 9, Division III of the Business and Professions' Code. The low bidder shall also be required to possess a City of Newport Beach business license prior to execution of contract. Bids shall be submitted on the attached PROPOSAL. form. The additional copy of the PROPOSAL form may be retained by the bidder for his records. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of dis- crepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors or omissions in the PROPOSAL. Contract documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of the President or Vice President. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the con- tract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 in- clusive). The Contractor shall be responsible for compliance with Section 1777. of the California Labor Code for all apprenticeable occupations. l t� Contr's Lic. A`% No. & Classification Date C • • Page 3 DESIGNATION OF SUBCONTRACTOR(S) The undersigned certifies that he has used bid(s) of the following listed subcontractor(s) in making up his bid,and that the subcontractor(s) listed will be used for the work for which they bid, subject to the approval of the Engineer and in accordance with the applicable provisions of the Specifications. No change of subcontractor may be made except with the prior approval of the Engineer and as provided by State law. Item of Work Subcontractor Address 1. 2. 3. 4. 5. 6. 7. 8. V1 10. 11. 12. J 0 0 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, D & H PERRY, INC., DBA: PERRY ELECTRIC and U. S. FIDELITY & GUARANTY COMPANY Page 4 as bidder, as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT OF THE AMOUNT OF THE ACCOMPANYING BID----- - - - - -- Dollars ($10 % OF BID - } ;- lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of INSTALLATION OF TRAFFIC SIGNALS & SAFETY LIGHTING AT BIRCH ST. & QUAIL ST. & IMpROVEMM TO VARIOUS TRAFFIC SIGNALS. Title of Project Bid Date: 8 -15-84 Contract No. in the City of Newport.Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of a notice to the above bounden bidder by and from said City that said contract is ready for execution, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an indi- vidual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 30th day of JULY , 1984. D & H PERRY, INC., DBA: PERRY- .EI,E_CTIRC Bidder (Attach acknowledgement of Attorney -in -Fact) i / 0. 0_.._/ - I e Notary Public U. S.FIDELITY & GUARANTY COMPANY Commission expires Surety By ngie V. Maurici0 Title Attorney -Fact N 2i Z O: 0 J a u U F Q N 0 cw v ca C ro O } z Z U u a z 3+ F- u a v � T C u O C d L O O ' � � A O c.0 o C L u 0 L ci O u �E`o � u 0 Z °' o° v ° pp E LL C c 3 " o E � � o LY •• C Q •• O �ro5 C � i v a = c >' u s o` 5 r 7 y O N O t u r N 4 L � r � O i �I .7 00 O1 O a `o rT3 a L 0 L A M O Z v e m C fJ LI 7 C i v m a ti d 9 b G Z t P 0 N U LL VO i .l Y 0 0 = a� u c oZZm n O n w uc I z o! 7r 'RY� —f it .�1�n u° c L • CERTIFIED COPY r GENERAL POWER OF ATTORNEY No .............. 81627 ..................... Know all Men by these Presents: That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint Angie V. Mauricio of the City of San Diego , State of California its true and lawful attorney in and for the State of California for the following purposes, to wit: To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES FIDELITY AND GUARANTY COMPANY, through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said Angie V. Mauricio Cory lawfully do in the premises by virtue of them presents. In Witness Whereal, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its Vice - President and Assistant Secretary, this llth day of December A. D. 19 70 UNITED STATES FIDELITY AND GUARANTY COMPANY. (Signed) (SEAL) (Signed) STATE OF MARYLAND, ) BALTIMORE CITY, J7 se. By....... CharleP. W... Boone .................... Vice - President. ....... J r.. E ... P0.1 lam ............................ Assistant Secretary. On this 11th day of December , A. D. 1970 , before me personally came Charles W. Boone . Vice- President of the UNITED STATES FIDELITY AND GUARANTY COMPANY and J. E. Dallam , Assistant Secretary of said Company, with both of whom I am personally acquainted, who being by me severally duly sworn, mid that they resided in the City of Baltimore, Maryland; that they, the said Charles W Boone and J. E. Dallam were respectively the Via - President and the Assistant Stecretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, the cor- poration described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to mid Power of Attorney was such corporate seal, that it was m fired by order of the Board of Directors of mid corpora. tion, and that they signed their am" thereto by like order as Via- President and Assistant Secretary, respectively, of the Company. My commission expires the first day in July, A. D. 19.7.4..... (SEAL) (Signed) Herbert J. ,lull ...... ............................... Notary Public. STATE OF MARYLAND 7? Set BALTIMORE CITY. L Robert H. Douse Clerk of the Superior Court of Baltimore City, which Court is a Court of Record, and has a sesL do hereby certify that Herbert J. .null , Esquire, before whom the annexed affidavits were made, and who has thereto subscribed his name, was at the time of so doing a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and swom and authorized by law to administer oaths and take acknowledgments, or proof of deeds to be recorded therein. I further certify that I am acquainted with the handwriting of the said Notary, and verily believe the signature to be his genuine signature. In Testimony Whereof, I hereto set my hand and affix the seal of the Superior Court of Baltimore City, the same being a Court of Record, this 11th day of December A. D• 19 70 (SEAL) (Signed) Hobert H. Bouse ...... ............................... Clerk of the Superior Court of Baltimore City. r 'hul;aaaaS 3uo1r!ss (a111Q) t7gy •Q�y `�T.ibuaaa ANVdwo:) AINVHYfl3 QNF A1113CH3 S3.LV.LS (1311k❑ ayl ;o It" 4111 Put pu1111 Am lw olunwaxi ae w m v 11901 of 1upa2w PITS JO sa311ulw 2q3 w papaoaW ce )oaaag3 alogM MP put'v9111;owJ pns ;o Adoa lawoa put anal T s! 8ulo8aao; 2q3 le11l put 'luwaad sum uulaan(j ;o p1eoH 9143 ;o arwonb T 8upaam golgM IT '0161 'Alnf ;o ATp 14311 a11l uo 'aaowTlleH ;o ll!:) ay3 u! Auedwo, 2q3 ;o aalgo ay1 19 pla4 put pall113 Ilnp 'Auadmo:) pm ;o szo;D a Q ;o paog aql ;o 8uuaam ae;nRw a it paldope uoun;onaa T ;o aauenelnd ur uan!8 "A Aawouy ;o aaawd P!m 31113 f4pm aaylan; op I Puy '13apa put aaao; Tln; u! 11119 n pue payonaa aaag aa.sau OUR AawouT ;o aaMod qo. m 6quo; 390 ulaaagl st spuoq u8ls w .Ial1 8uuacodma put Suuuoglne vT;;.IOv Tjr..J 1080 -tu lueS ;o oToTsnr.lti 'A aT:;u;- of iuvdmo:) plus Aq uaAl8 Aawom ;o taMod leu!8uo agl ;o Adoa laaaw pull anal 11n; 11 $! 8ulo8aao; alit teyl A)!IIaa Aga124 OP 'ANVdW07 AINVHYlI9 4NV A1113(II3 S31VIS Q311Vf1 a43 IQ AaulaaaaS 1uTlcuvy as' 'I .tauro� •g a3.Aaap .awes 4111 10 aagua ;o amleu agl m 8a'41Av11 ao •eullleuapvn ao •uoue ;ndns •ualee!igo 'aauTZ!ueoaau spuoq 114119 Ave m ao; pap!noad aq Auto ga!yM cuon!puw hue ao 8u!1lAu ;o 8utop tou ao 8u!op 4111 ao; pauop!puoa 6aanaosl11yM ca!3!aedpo pe pus Lue m hanaosleyM wpTa!uu8ao ao uop11wocce 441430 ao Algsdtanmm ysalalul •aag ;o •Ipog •uoneaodaoo •suouad IQ uosaad Imp ao; to Aq ' ;o uonaatwd ao Il!maw alit ao; papmaa ao palg 'paldaaae •pa3apua3 •u2n!8 •uaatl 'apuw •pamoaxa aq w pau!waad ao paambaa •paasollt ay •acuv44lo au 111dlalunm Ivaol •aaag ;o ao oagio 'aopez!ue8ao •Apoq •pasoq Aur ;o uopaas!p ao a mead 'sulolsna 'snpao 'suoileln8aa •salw ay7 Aq ao 'puel'puno;MaK. ;o Auoloj ayl ;o IQ ep11aez) ;o aolu!wo(I ayl 10 saau!woad 043 ;v ao valets pal!un ayl ;o .Uot!aaa I ao 23e3S Aue ;o ao Toms paeu!; ay ;O atntetS Aue Aq ao lose aylo ao TTdu!uuw 'MTl Aq Auto so we Rai .4 'awes 4111 ;o 4411114 ;a amleu aqi v! 8u!y1Avp ao seu!>feuapun 'suo!lelndus •suo. Iqo %aawa!u800w 'spuoq 11s pus Aue ;o cuou!puo3 ayl aalupaen8 pup a3naaxa w SluaBe ao luave so 'aepu!- Slawolle IQ Aawolle a! oe PUT aweu e3! u! 'olgd put'pamolle Mel Aq ao •s8u!paaaoad ao suo!lae Ile ut pau!waad ao pmmbaa •s8uyelaapun pull spuoq 8maalueaen8 ao 8uunoaxo pull sangod aauemsu! u114l Jaye wealuoa ;o saammao;aad ayl 8ulaalueaen8 'lsnal a1e.W43 ao oggnd ;o suop!sod 8u!ploq suosaad ;o Algapg aq1 8m4a ww 1Ue3tu8 tl -aoa lie pup AUe la. \yap put atnaax4 of "m sl! se pull zwvu vi! u! '.iuudwo, prTS ;O Sla42e IQ lua9e to 'laT;-uFCAawolle as Aawolle se tumad JO um d ATE luiodde of •leas alelodloa S7! lapun 'siuelalaaS lugOSfY qt ;O auo Jo AaetaloaS s1! yt1M aouauo(voa vi gaap!caad -aa!-T sl! 10 aa41 a ao luMsaad su aaModwa pup wuolllne 'saop Agaaay 7! pull 'op Auedwo, sly leyt 'paa;omH 7; aq 'aaofaaa9l -puelpuno;MaN ;o Auolo, ay ui pull upeuvj jo uommo(I ayl ;o caoulnwd aql u! put Sale)s Pal!U7 4117 ;o sauolwa•I aql ul pup 'Puvpuvj� ue111 aaylo Sams ul aweu sl! ul pue 7! 40; loo of A1u0111ne put aanod ynM slawolle pup slua8s 1u!odde Iutdwo:) s!yt ley scamsnq ;o uonamult lemaapa alit ao; Alesca3au s! t! 'svaaaym ivyl AOLL:110S311 30 AdO3 I1 U NON- COLLUSION AFFIDAVIT n LJ Page 5 The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered.into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to be ore me this / day of 19 k . My commission expires: � Zti i Prr� JI�c,Clbc. ,— V t7-l(- c */C 04.4,4-- Q'�"A,x;C�✓G-�V ✓CG�c�cr� Notary'Public QFFIC %AL SEAL ROSIN GAIL HANSCIO '. ROTARY PU @llcc'•.1.tf,J.'.•.. , PRINGPAL cwrlcf IN SAN DIEW 6AygTY STATEMENT OF FINANCIAL RESPONSIBILITY Page 6 The undersigned submits herewith a statement of his financial responsibility or agrees to submit a statement within 1 work day after the bid opening if the undersigned is the apparent low bidder. Bidder- prou;Cu V[J/LU cc/`%h irlGnCa ,61Q . f W2 Care how b�C�CLkt) • TECHNICAL ABILITY AND EXPERIENCE REFERENCES Page 7 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. 19 3 SfcZte— /2%r)0 e" 037 -606 � C«LS 2. C-3 05 vC" �5 � qC5 II 1 /7/ l �n �fha err ILGC7r' -C B d A thbri ed Si ature /Title • • `'��1! BY THE CITY COUNCIL August 27, 1984 CITY OF NEWPORT BEACH CITY COUNCIL AGENDA AUG 2 71984 ITEM NO. F -3a TO: CITY COUNCIL LIVED FROM: Public Works Department SUBJECT: INSTALLATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING AT THE INTERSECTION OF BIRCH STREET AND QUAIL STREET AND MODIFICATIONS TO VARIOUS OTHER TRAFFIC SIGNALS RECOMMENDATION Award Contract No. 2454 to D & H Perry, Inc., Spring Valley, CA for $76,295.00 DISCUSSION Seven (7) bids were received and opened in the office of the City Clerk at 11:00 a.m., August 15, 1984. The bids were as follows: 1. D & H Perry Spring Valley $ 76,295 2. Paul Gardner Corp. Ontario 77,474 3. JRJ Construction Co. Anaheim 78,539 4. Grissom & Johnson Irvine 80,880 5. IMS, Inc. Maywood 91,841 6. Steiny & Co., Inc. Anaheim 92,000 7. Baxter - Griffin Stanton 102,040 This project provides for the installation of traffic signals and safety lighting at the intersection of Birch Street and Quail Street and for traffic signal control equipment upgrading at the following locations: Jamboree Road at Santa Barbara Drive Jamboree Road at San Joaquin Hills Road Jamboree Road at Bayside Drive /Marine Avenue Balboa Boulevard at River Avenue The new signal at Birch Street and Quail Street has an estimated cost of $80,000 This project is in the current Traffic Signal Program. The traffic signal improvements will upgrade control equipment that is obsolete and requires a high level of maintenance effort. These modifications are a carry -over from the 1983 -84 Traffic Signal Program and are estimated to cost $60,000. The estimated date of completion is December 25, 1984. Richard 14. Edmonston Traffic Engineer „ THE NEWPORT ENSIGN PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA, a. County of Orange, I am a citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the above - entitled matter. I am the principal clerk of the printer of the Newport Harbor Ensign newspaper of general circula- tion, printed and published weekly in the city of Newport Beach, County of Orange, and which news- paper has been adjudged a newspaper of general circulation by the Superior Court of the County of Or- ange, State of California, under the date of May 14, 1951, CASE NUMBER A -20178 that the notice, of which the annexed is a printed copy (set in type not smaller than nonpareil) has been published in each regular and entire issue of said newspaper and not in any supplement thereof on the following dates to -wit: Ia5 I certify (or declare) under penalty of perjury that the foregoing is true and correct, Dated at Newport Beach, California, this day Oil 19 '/ Signature c�,f✓u L�2"� ; THE NEWPORT ENSIGN C _1446 Thisoce is for the County Clerk's Filing Stamp U Proof of Publication of NOTICE INVITING BIDS Swirl hide may be mod"d at the of ice of We Ctir Clark 3300 Nw - port Boaltrard, Neap id Bwoh, CA 87863 antil 11 a.m. on the ISth dar of Augad, 1981, at which I= such hide shall be opened and read far INSTALLATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING AT BD1CH STREET AND OUAIL STREET Tide Of ProNcl AND IMPROVEMENTS TO VARIOUS OTHER TRAFFIC SIGNALH C -8161 Conbrad No. 6140A0a Engineer's Estimate Appeared by the City Coauad fhb Mid dal all Idy, ISM Wanda E. Andwsn Ely C4rh Progatlw blddrs any obtala on• est of hid doonmenY at ae and at the o(Sas of the PaWa Wadi Dspmtntsat, 33M Nswpcd Smiwad, Newport Boca, CA 97083. Fm tardier bd'akmalion, call IIM BAAIR.ES, Profwt Eupinew of 810. 7181... 7/75 NEM PROOF OF PUBLICATION E BY THE CITY COUNCIL CITY OF NEWPORT BEACH JUL 231984 AYP OVED TO: CITY COUNCIL FROM: Public Works Department July 23, 1984 CITY COUNCIL AGENDA ITEM NO. F -12 SUBJECT: INSTALLATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING AT THE INTERSECTION OF BIRCH STREET AND QUAIL STREET AND MODIFICATIONS TO VARIOUS OTHER TRAFFIC SIGNALS RECOMMENDATION 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids to be opened at 11:00 a.m., Wednesday, August 15, 1984. DISCUSSION This project provides for the installation of traffic signals and safety lighting at the intersection of Birch Street and Quail Street and for traffic signal control equipment upgrading at the following locations: Jamboree Road at Santa Barbara Drive Jamboree Road at San Joaquin Hills Road Jamboree Road at Bayside Drive /Marine Avenue Balboa Boulevard at River Avenue The new signal at Birch Street and Quail Street has an estimated cost of $80,000. This project is in the current Traffic Signal Program. 1 of 2 A °! • CITY COUNCIL July 23, 1984 INSTALLATION OF TRAFFIC SIGNALS . . . BIRCH STREET AND QUAIL STREET 0 The traffic signal improvements will upgrade control equipment that is obsolete and requires a high level of maintenance effort. These modifications are a carry -over from the 1983 -84 Traffic Signal Program and are estimated to cost $60,000. The estimated date of completion is December 25, 1984. Richard M. Edmonston Traffic Engineer RME:JEB:bb 0 4 O Q SUBJECT LOCATIONS AS LISTED ON PAGE 1 2of2 Vqb /S /G� � SJLOnD