HomeMy WebLinkAboutC-2455 - Traffic Signal Installation & lighting, Superior & TiconderogaCITY OF NEWPORT BEACH
May 9, 1985
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
Intersection Management Systems, Inc.
P.O. Box 630
Maywood, CA 90270 -0630
Subject: Surety: Transamerica Insurance Company
Bonds No.: 5240 -84 -77
Contract No.: C -2455
Project: Installation of Traffic Signals and Safety
Lighting at Superior Avenue and Ticonderoga
Street /Nice Lane
The City Council on April 8, 1985 accepted the work of subject
project and authorized the City Clerk to file a Notice of Completion
and to release the bonds 35 days after the Notice has been recorded.
The Notice was recorded by the Orange County Recorder on April 12, 1985,
Reference No. 85- 130920. Please notify your surety company that the
bonds may be released 35 days after this date.
Sincerely,
Ia�A���
E. Raggio
City Clerk
WER:pm
cc: Public Works
3300 Newport Boulevard, Newport Beach
S5-130920
EASE RETURN TO • ,ec«emo eu�^ -' o"'
.ity Clerk /{, ;V Sim EXEMPT
City of NearpfSrE Beach Cis "C i
3300 Newport Blvd.
Newport Beach, CA 92663 -3884
FA
NO,ricF. OF COMPLETION T-4 00 APR 12,85
NO G IQERATION PUBLIC WORKS CI * RECORDER
I o All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on April 8, 1985
the Public Works project consisting of Installation of Traffic Signals and Safety
Lighting at Superior Avenue and Ticonderoga Street Nice Lane (C -2455)
on which Intersection Management Systems, Inc., P.O. Box 6=
was the contractor, and Transamerica Insurance Company, P.
was the surety, was completed.
VERIFICATION
I, the undersigned, say:
CA
CIT OF NEWPORT BEACH
Public Works Director
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on April 10 1985 at Newport Beach, California.
Public'Works Director
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on April 8, 1985 accepted the above described work as
completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on
�)�Ep�N,'X
r g�5�
o
April 10, 1985 at Newport Beach, California.
ern —
City Clerk f/
92628
0
{
CITY OF NEWPORT BEACH
April 11, 1985
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
Lee A. Branch
County Recorder
P.O. Box 238
Santa Ana, CA 92702
Dear Mr. Branch:
(714) 644 -3005
Attached for recordation is Notice of Completion of Public Works
project consisting of Installation of Traffic Signals and Safety
Lighting at Superior Avenue and Ticonderoga Street /Nice Lane,
Contract No. 2455, on which Intersection Management Systems, Inc.
was the Contractor and Transamerica Insurance Company was the
Surety.
Please record and return to us.
Sinc4""1' rely,
< 2
Wanda E. Raggio
City Clerk
WER:pm
Attachment
cc: Public Works
3300 Newport Boulevard, Newport Beach
PLF<ASE L2ETURN TO-
City Clerk ' •
City of Ne+aptSr E Beach
3300 Newport Blvd.
Newport Beach, CA 92663 -3884
HO GOMSIOERATION
NOTICE OF COMPLETION
PUBLIC WORKS
'I o All Laborers and Material Men and to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on April 8, 1985
the Public Works project consisting of Installation of Traffic Signals and Safety
Lighting at Superior Avenue and Ticonderoga Street Nice Lane (C -2455)
on which Intersection Management Systems, Inc., P.O. Box 630, Maywood, CA 90270 -0630
was the contractor, and Transamerica Insurance Company, P.O. Box 5330, Costa esa,
was the surety, was completed. 92628
CIF NEWPORT BFACH
Public Works Director
VERIFICATION
I, the undersigned, say:
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on April 10 1985 at Newport Beach, California.
Public Works Director
VERIFICATION OF CITY CLERK
1, the undersigned, say:
I am the City Clerk of the City of Newport Beach; the City Council of said
City on April 8, 1985 accepted the above described work as
completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on April 10, 1985
at Newport Beach, California.
City Clerk IV
MNr 1I 0, IJ?50
BY TPE CITY COAL CITY COUNCIL AGENDA
CITY OF NEWPORT BEACH ITEM NO. F -14
TO: CITY COUNCIL APR 8 1 1,185
• FROM: Public Works Department L{ - , , , � a 14nl) —
SUBJECT: ACCEPTANCE OF TRAFFIC SIGNAL AND SAFETY LIGHTING AT THE INTERSECTION
OF SUPERIOR AVENUE AND TICONDEROGA STREET /NICE LANE (C -2455)
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the C ty -Clerk to release the bonds 35 days after
Notice of Completion has been filed%
DISCUSSION:
The contract for the installation of the subject traffic signal
has been completed to the satisfaction of the Public Works Department.
The bid price was: $ 62,757.00
Amount of unit price items constructed 62,757.00
Amount of change orders: 266.04
• Total Contract Cost: $ 63,023.04
Funding of the project was obtained from the State Gas Tax (2106),
$31,511.52 and contributions from the Newport Crest Homeowner's Association,
and Versailles Associates, the developer of Versailles on the Bluffs, in the
amount of $15,755.76 each.
One change order in the amount of $266.04 was issued to provide for
re- wiring of two City furnished signal heads.
The contractor is Intersection Management Systems of Maywood, California.
The contract date of completion was December 25, 1985. The contract
specified the make of signal controller. The manufacturer was late delivering
this equipment, delaying the completion of the job until January 21, 1985.
d44 Gr �y- 0, �Cy'u�,.�
Benjamin B. Nolan
Public Works Director
• GPD:kf
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
(7141640-2251
TO: FINANCE DIRECTOR
PUBLIC WORKS /TRAFFIC DIV.
FROM: CITY CLERK
DATE: October 1, 1984
SUBJECT: Contract No, C -2455
Description of Contract Installation of Traffic Signals and
Safety Lighting at Superior Ave. and Ticonderoga St /Nice Ln
Effective date of Contract September 28, 1984
Authorized by Minute Action, approved on August 27, 1984
Contract with Intersection Management Systems, Inc.
Address P.O. Box 630
Maywood, CA 90270 -0630
Amount of Contract $62,757.00
Wanda E. Andersen
City Clerk
WEA:lr
attach.
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663
September 26, 1984
TO: CITY CLERK
FROM: Traffic Engineering
SUBJECT: INSTALLATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING AT
SUPERIOR AVENUE AND TICONDEROGA STREET /NICE LANE
(C -2455)
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.
J-4� �r, gj"&
James E. Brahler
Assistant Traffic Engineer
JEB:bb
Attachments
b
r_
T
0
0
N
V
C=)
0
O�
W
0
Z
m
vD
m
C4
-a
O
Z
,a
z
n
L7
m
m
z
C.7
to
H
m
3
Z
n
7
z
m
t»aFF
0-1 G+O3
7 O 3 -S J
cr <n x0w
-s J. (D m =r a
ow i
rto-t -moj
• 7 cr -0 ^a^��
0
O-7 S S (D
(D O fD O
N M h
0
O 7 fD
•_ -S N < K
(D Z O) fD S
C) < G (D
J.
Q J. 0_
N 3 O
rD Q o -0 <
0
f7 N Q N
0 D r
7 O O -% O
� M Z O
C N
c+i
S S - a 0 3 0
O
m a -1 n
r+ •S Q
V ct D N
fD 0 N n CD
- O x J•n
O CD O N J•
N C O
!D Z 7
d N (D
a W
(Da --j m J• o o
o N a
-nf c J•o
rt O N
f'h Cf•
fD rD S
0 m Jm
f o
s v m
c a o
o n z
n o l-- n
rtc+Z O
'•S' o m
N N i
G
n
S
•
•
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 11:50 a.ra.
on the 15th day of August , 1984, at which time such bids
opene ad
shall be d and re for
INSTALLATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING
AT
SUPERIOR AVENUE AND TICONDEROGA STREET /NICE LANE
iit e'of Project
2455
Contract No.
$80,000
Engineer's Estimate
•
�\
c � \
l-lFORN P
\
Approved by the City Council
this _�23rd dda�a-�y of July 1984
Wanda E. Andersen
j 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
J
MM
' • • Page 1
CITY OF NEWPORT BEACH
ENGINEERING DEPARTMENT
INSTALLATION OF TRAFFIC SIGNAL AND SAFETY LIGHTING
AT THE INTERSECTION OF
SUPERIOR AVENUE AND TICONDEROGA STREET /NICE LANE
CONTRACT NO. 2455
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. 2455 in accordance with the Plans and
Special Provisions, and will take in full payment therefor the following
unit price for the work, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE
1 Lump sum Construct Traffic Signal and
Safety Lighting at the inter-
section of Superior Avenue and
Ticonderoga Street /Nice Lane
Sixty -two thousand seven
@hundred fifty seven Dollars
and
No Cents $ 62,757.00
TOTAL PRICE WRITTEN IN WORDS:
Sixty -two thousand seven hundred fifty seven Dollars
and
No Cents $ 62,757.00
Page la
Contractor's License No. 443037
Bidder Intersection Management Systems, Inc.
Bidder's Telephone Number 213- 773 -8861
Bidder's Address P. 0. Box 630, Maywood, CA 90270 -0630
Authorized Signature /Title S /Marlene E. Smith, Sec
Date 8 -15 -84
* Designate the firm or company that will supply the control equipment:
Name of Firm or Company
Address
Multisonics
Telephone Number 415 - 829 -3300
* 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.
443037 CIO
Contr's Lic. No. & Classification
Intersection Management Systems, Inc.
Bidder
S/ By: Marlene E. Smith
Authorized Signature /Title
9 0 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.
9.
10.
11.
12.
NONE
Intersection Management Systems, Inc.
Bidder
S /By: Marlene E. Smith, Sec
Authorized Signature /Title
. • Page 4
FOR ORIGINAL, SEE CITY CLERK'S FILE COPY
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, Intersection Management Systems, Inc. , as bidder,
and Transamerica Insurance Company , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
ten per cent of the amount bid in * * * * * * * * * * * * * * * * * * * * *bollars ($* *10 % * * * * * * *�
,
lawful money of the United States for the payment of which sum well and truly
to be made, we bind ourselves, jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden bidder for the construction of
Installation of Traffic Signals and Safety Li
Title of Project
2455
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 15th day
of August , 1984.
(Attach acknowledgement of
Attorney -in -Fact)
S /Janice Christopher
Notary Public
Commission exoires May 1, 1988
Intersection Management Systems, Inc.
Bidder
S /By: Marlene E. Smith Sec
Authorized Signature /Title
Transamerica Insurance Company
Surety
By S /William C. Van Rooy
Title William C. Van Rooy, Attorney -in -Fact
i •
NON- COLLUSION AFFIDAVIT
Page 5
The bidder, by its officers and agents or representatives present at the time
of filing this bid, being duly sworn on their oaths, say that neither they nor
any of them have, in any way, directly or indirectly, entered into any arrange-
ment or agreement with any other bidder, or with any public officer of such
CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has
paid or is to pay to such bidder or public officer any sum of money, or has
given or is to give to such other bidder or public officer anything of value
whatever; or such affiant or affiants or either of them has not directly or
indirectly, entered.into any arrangement or agreement with any other bidder or
bidders, which tends to or does lessen or destroy free competition in the
letting of the contract sought for by the attached bids; that no bid has been
accepted from any subcontractor or materialman through any bid depository, the
bylaws, rules or regulations of which prohibit or prevent the bidder from con-
sidering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman
from submitting bids to a bidder who does not use the facilities of or accept
bids from or through such bid depository; that no inducement of any form or
character other than that which appears upon the face of the bid will be sug-
gested, offered, paid or delivered to any person whomsoever to influence the
acceptance of the said bid or awarding of the contract; nor has the bidder
any agreement or understanding of any kind whatsoever with any person whomso-
ever to pay, deliver to, or share with any other person in any way or manner,
any of the proceeds of the contracts sought by this bid.
Intersection Management Systems, Inc.
Bidder
S /Bv: Marlene E. Smith Sec
Authorized Signature /Title
Subscribed and sworn to before me
this 15th day of August
19 84 ,
My commission expires:
May 1, 1988 S /Janice Christopher
Notary Public
FOR ORIG L, SEE CITY CLERK'S FILE COPY • Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 1 work day after the bid opening if
the undersigned is the apparent low bidder.
"ON FILE WITH CITY CLERK"
Intersection Management Systems, Inc.
Bidder
S /By: Marlene E. Smith Sec
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.
SEE REPORT ON CONTRACT C2454
Intersection Management Systems, Inc.
Bidder
S /By: Marlene E. Smith Sec
Authorized Signature /Title
• •
N O T I C E
m
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 Ratin Guide:
Property - Casualty. Coverages shall be provided for a TYPES OF
INSURANCE checked on the CERTIFICATE OF INSURANCE.
All costs associated with the specifications of these contract
documents shall be absorbed in the bid. Such specifications shall
include those contained in (1) each contract document and (2) the
Standard Specifications for Public Works Construction.(latest edi-
tion adopted for use in the City of Newport Beach), except as
supplemented or modified by the Special Provisions for this project.
• Page 9
PAYMENT BOND BOND NO. 5240 -84-77
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted
FXA•:,
has awarded to Intersection Management Systems, Inc.
hereinafter designated as the "Principal ", a contract for C -2455 -- Installation of traffic
signal and safety lighting at the intersection of Superior Avenue and Ticonderoga Street /Nice
Lane
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof.require the furnishing of a bond with said contract,.,providing that if
said Principal or any of his or its subcontractors, shall fail to pay for any materials,
provisions, provender, or other supplies or teams used in, upon, for, or about the per-
formance of the work agreed to be done, or for any work or labor done thereon of any
kind, the Surety on this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We Intersection Management Systems, Inc.
as Principal,
Transamerica Insurance Company
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
Sixty -two Thousand Seven Hundred Fifty-seven and 00/100 Dollars ($ 52,757.00 * * * * * *)
,
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
0
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 11th day of September -. , 19 84
Intersectl
yatsta-, irk {Seal)
Name of Contractor Principal
uthorized Signature and Title
Authorized Signature and Title
Transamarlea Insuranea Campy, - (Seal)
Name of Surety
P. 0. box 5330 _
Cost
Address of Surety
,
as f m: 5i—gn-afor-eand Title of Authol,1zed Agent
T. L. O'Loughlin, Attorney -In -Fact
dress o f gent
(213) 245 -9464
Telephone No. of Agent
r. i
i
'„
.!
n
�7
C: u
-.. 1
J
i) �.
_
.�
fi>
;y
4.
Q
��
6
.!
n
�7
C: u
-.. 1
J
At
®= m =
k
_a am
§
,iCD 7E
;[3E j&}
\ \
om
2 =] •,
�{
-4(7
k -�
■�: y
m >I «
C= m =
; }[ i -
m0. ® f
cr
a � E
2J3 /
k ++ `
��I )
\ \\ \\ E
® \\ ) j co
ƒ /{} \
2E Q2 f.
FA
\ �
E >
J )
M
cn
0
FAITHFUL PERFORMANCE BOND
S Page 11
BOND NO. 5240 -84 -77
PREMIUM: $314.00
KNOW ALL MEN BY THESE PRESENTS, That -
WHEREAS, the City Council of the City wNewport Beach, State of California, by
motion adopted August 27, 1984
has awarded to Intersection Management Systems, Inc.
hereinafter designated as the "Principal ", a contract forC -2455 -- Installation of traffic
signal and safety lighting at the intersection of Superior Avenue and Ticonderoga Street /Nice
Lane
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We, Intersection Management Systems, Inc.
as Principal, and Transamerica Insurance Comany
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
Sixty-two Thousand Seven Hundred Fifty-seven and 00 /100 ** Dollars ($ 68x757.00
,
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
i
k
0 ; Page 12
Faithful Performance Bond (Continued)
of any such change, extension of time, alterations or additions to the terms of the
contract or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 11th day of September , 19__O-k_.
to form:
(Seal)
Name o Contractor Principal)
Authorized Signature and Title-. --
uthorized Signature and Title
Transamerica Insurance Company (Seal)
Name of Surety
P. 0. Box 5330
T. L. O'Loughlln, Attorney -in -Fact
' - - \ i A A it d /I .. --Jl .491 N. Brand Blvd.. Glendale. CA 91203
Y
a
(213) 245 -9464
Telephone No. of Agent
�Nf
Fr
I � I
i
pl
Z
O
C
O
n
n
3
r '
C
z
y
i
m
4
K
O
O
T
°
T
Cb
T
O
JJ
�r
o
O r y 1
OJ
1N`G
C
C
�I
l�
°
O r y 1
OJ
1N`G
C
m
'
m
n
N
J
w
N N CO JC
w_
e1�J'
.9
Ĥ :
§Cpl.
() {
�
§
\
\
)
\
}
�kCD ƒ
® }
� }E �
�
%kI �
\��
2�E
«g
a¥� �
QE$ B
&\% m
«i} ±
(#a I
R ¥
k \f )
£
2a
�2} §
\ \\ \\
=.£,E
$Et§
;:E
} }Q2
2zQ2
)
}
/
\
oz
ƒ �
E �
t A
] E
\ k
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
NAME AND ADDRESS OF INSURED
CERTIFICATE OF INSURANCE
Page 13
r� A AETNA CASUALTY & SUR
.vwNa n,r B
Letter REPUBLIC INDEMNITY
C FREMONT INDEMNITY
ED
This is to certify that policies of insurance listed below have been issued to the insured named
above and are in force at this time, including attached endorsement(s).
NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed
with the attached City of Newport Beach Endorsements.
CANCELLATION: Should any of the above described policies be cancelled or coverage reduced
before the expiration date thereof, the_Insurance Company affording coverage
shall provide 30 days' advance notice to the City of Newport Beach by
registered mail, attention: Public Works Department.
By: !��/jd. " ?\' Li,yh Agency: RGV INSURANCE
Authorized epresentative 9 -10 -84
Date Issued
Description of operations /locations /vehicles: All operations performed for the City of Newport
Beach by or on behalf of the named insured in connection with the following designated contract:
INSTALLATION OF LIGHTING @ SUPERIOR & TICONDEROGA /CONTRACT #2455
Project Title and Contract Number
This certificate or verification of insurance is not an insurance policy and does not
amend, extend or alter the coverage afforded by the policies listed herein. Notwith-
standing any requirement, term, or condition of any contract or other document with
respect to which this certificate or verification of insurance may be issued or may
pertain, the insurance afforded by the policies described herein is subject to all
the terms, exclusions and conditions of such policies, including attached endorsements.
a
Policy
LIMITS OF LIABILITY IN THOUSANDS
000
COMPANY
TYPES OF INSURANCE
Policy
Exp.
Ag.Products
LETTER
COVERAGE REQUIRED
No.
Date
I
Each
Completed
Occurrence
Operations
GENERAL LIABILITY
Bodily Injury
$
$
x Comprehensive Form
A
x Premises - Operations
01439
D -1 -85
Property Damage
$
$
X Explosion & Collapse Hazard
x Underground Hazard
x Products /Completed Operations
Bodily Injury
Hazard
and Property
x Contractual Insurance
Damage Combined
$ 500,000
$500,000
x Broad Form Property Damage
x Independent Contractors
x Personal Injury
Marine
Personal Injury
$500,000
$500,000
Aviation
AUTOMOTIVE LIABILITY
❑x Comprehensive Form
Bodily Injury
(Each Person
4
A
FRI Owned HIRED & NON -OWNED
$
Bodily Injury
ONLY
01439
0 -1 -85
(Each Occurrence
fHired
Pro ert ama e
Bodily Injury and
Non -owned
Property Damage
Combined
$500,000
EXCESS LIABILITY
x❑ Umbrella Form
Bodily Injury
B
❑ Other than Umbrella Form
CU1036
10 -1-
4 and Property
$ 3, 000, 0
q 3, 000,0
Damage Combined
WORKERS' COMPENSATION
Statutory
Accident)
C
EMPLOYER'S LIABILITY
237555
10 -1 -8
NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed
with the attached City of Newport Beach Endorsements.
CANCELLATION: Should any of the above described policies be cancelled or coverage reduced
before the expiration date thereof, the_Insurance Company affording coverage
shall provide 30 days' advance notice to the City of Newport Beach by
registered mail, attention: Public Works Department.
By: !��/jd. " ?\' Li,yh Agency: RGV INSURANCE
Authorized epresentative 9 -10 -84
Date Issued
Description of operations /locations /vehicles: All operations performed for the City of Newport
Beach by or on behalf of the named insured in connection with the following designated contract:
INSTALLATION OF LIGHTING @ SUPERIOR & TICONDEROGA /CONTRACT #2455
Project Title and Contract Number
This certificate or verification of insurance is not an insurance policy and does not
amend, extend or alter the coverage afforded by the policies listed herein. Notwith-
standing any requirement, term, or condition of any contract or other document with
respect to which this certificate or verification of insurance may be issued or may
pertain, the insurance afforded by the policies described herein is subject to all
the terms, exclusions and conditions of such policies, including attached endorsements.
a
• • Page 14
CITY OF NEWPORT BEACH
AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
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
$ each occurrence
$ each occurrence
$ snnfnon__ each occurrence
HI'RED & NON -OWNED ONLY
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.
5. Designated Contract: ACT
roject Title an Contract o. .
#2455
This endorsement is effective 9 -10 -84 at 12:01 A.M. and forms a part of
Policy No. SM901439
Named Insured INTERSECTION MANAGEMENT SYSTEMS, INC. Endorsement No. 1
Name of Insurance Company AETNA CASUALTY & SURETY By dGf
Authorized Representative
• 0 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
(X) Single Limit
Bodily Injury Liability
and
Property Damage Liability
Combined
$ each occurrence
$ each occurrence
00.000
each occurrence
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
7. Designated Contract: INSTALLATION OF LIGHTING C SUPERIOR & TICONDEROGA/ CONTRACT
Project Title and Contract No. X2455
This endorsement is effective 9 -10 -84
Policy No. SM901439
at 12:01 A.M. and forms a part of
Named Insured INTERSECTION MANAGEMENT SYSTEMS, INC. Endorsement No. 1
Name of Insurance Company AETNA CASUALTY f SUREff A,
Authorized Representative
. Page 16
CONTRACT
THIS AGREEMENT, entered into thiseinafter ay of ' , 19,
by and between the CITY OF NEWPORT BEACH,, er "City, and Intersection
Management Systems, Inc. "Contr ac or, made with
reference to the following facts:
(a) City has heretofore advertised for bids for the following
described public work:
Installation of traffic signal and safety lighting at the
intersection of
or Avenue and Ticonderoga Street /Nice Lane C -2455
of Project Contract No.
(b) Contractor has been determined by City to be the lowest responsi-
ble bidder on said public work, and Contractor's bid, and the compensation set
forth in this contract, is based upon a careful examination of all plans and
specifications by Contractor,
NOW, THEREFORE, the parties hereto agree as follows:
1. Contractor shall furnish all materials and perform all of the work
for the construction of the following described public work:
Installation of traffic signal and safety lighting at the
e
ce Lane C -2455
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 Sixty -two
:housand seven hundred fifty seven dollars and no cents ($ 6 ?_757,00 )
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)
1
r
• Page 17
(f) Plans and Special Provisions for Installation of traffic
ggnal and sa f lj ghtina at.,the intersection of Superior venue and
Title of roject Contract No.
Ticonderoga Street /Nice Lane C -2455
(g) This Contract.
4. Contractor shall assume the defense of, and indemnify and hold
harmless, City and its officers, employees and representatives from all claims,
loss or damage, except such loss or damage proximiately caused by the sole
negligence of City or its officers, employees and representatives.
IN.WITNESS WHEREOF, the parties hereto have caused this contract to
be executed the day and year first above written.
CITY OF NEWPORT BEACH
ATTEST:
City Clerk
CITY
APPROVED AS TO FORM:
BY
Its PR
By M nAftw-&� * •
Its 4-wG
CONTRACTOR
.,
.,
i
j
_p
a
R
F
R
3
i
K
�
N N
w
3
�
=ter
n �
-ro
m
n O
S
N
-
°
o a
»
N O Q (9
v
� o
m m
u= d K
m m s
a N
,
� w m
� v o
m m
w
m
O p�
O
K
�
N N
w
3
�
=ter
n �
-ro
N
-
°
o a
»
N O Q (9
u= d K
m m s
� w m
m m
a �!
C ti i
z m
T f
O �
D
r
T
Q
C z
b
o'
N
�O
h�
K�
o
�Nro
�a a
v
C K
N
K
O
C v
w
n
o ,
P
v �
v
i
O �
C f
� d
m
a 11�
� 1
m
m
n .,p
f
t
t
i
0
SECTION
I.
II.
III.
IV.
V.
VI.
VII.
VIII.
IX.
X.
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT NO. 2455
INDEX TO SPECIAL PROVISIONS
FOR INSTALLATION OF
TRAFFIC SIGNAL AND SAFETY LIGHTING
AT
SUPERIOR AVENUE AND TICONDEROGA STREET /NILE LANE
SPECIAL PROVISIONS
i
PAGE
SCOPE OF WORK • . • • • • . • • • . . • . • . • •
• . 1
COMPLETION OF THE WORK • • . . . . • • . . . .
. 1
CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK . .
. 2
PAYMENT . . . . . . . . . . . . . ... . . . . . .
. . 2
PROTECTION OF EXISTING UTILITIES • • . . . • . • •
• 2
WATER ........................
2
FLOW AND ACCEPTANCE OF WATER • . • . . . • •
2
AS -BUILT PRINTS . • . • • • • • • • • . • • • . •
. • 3
GUARANTEE • • • • • • • • . • • • • • . • • • • .
. • 3
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. Scheduling of Work . . . . . . . . . . . . .
. . . 5
i
0 0
INDEX
• SECTION
PAGE
X. (continued)
F.
Foundations . . . . . . . . . . . . . . . .
. . . 5
j G.
Standards, Steel Pedestals and Posts . . . .
. . . 5
H.
Conduit . . . . . . . . . . . . . . . . . .
. . . 5
I.
Pull Boxes . . . . . . . . . . . . . . . . .
. . . 5
J.
Conductors and Wiring . . . . . . . . . . .
. . . 6
K.
Bonding and Grounding . . . . . . . .
. . . 6
L.
Service . . . . . . . . . . . . . . . . . .
. . . 6
M.
Testing . . . . . . . . . . . . . . . . . .
. . . 6
N.
Type 90 Controller Assemblies . . . . . . .
. . . 7
0.
Vehicle Signal Faces and Signal Heads . . .
. . . 9
P.
Pedestrian Signals
9
Q.
Detectors . . . . . . . . . . . . .
. . . 9
R.
Pedestrian and Bike Push Buttons . . . . . .
. . .10
i
S.
Luminaires . . . . . . . . . . . . . . . . .
. . .10
T.
Internally Illuminated Street Name Signs..
. . . .10
U.
Photoelectric Controls . . . . . . . . . .
. . . .11
V.
Ballasts . . . . . . . . . . . . . . . . .
. . . .11
W.
Payment . . . . . . . . . . . . . . . I . . .
. . . 11
ii
• SP 1 of 11
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS FOR
TRAFFIC SIGNALS AND SAFETY LIGHTING
AT THE INTERSECTION OF
SUPERIOR AVENUE AND TICONDEROGA STREET /NICE LANE
CONTRACT NO. 2455
I.. SCOPE OF WORK
The work to be done under this contract consists of the installation of
traffic signals and safety lighting at the intersection of Superior Avenue
and Ticonderoga Street /Nice Lane.
The contract requires completion of all work in accordance with these
special provisions; the City's Standard Special Provisions; the Plans
(Drawing No. T- 5345 -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
0 • SP 2 of 11
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.
III. CONSTRUCTION 'SCHEDULE AND COMMENCEMENT OF WORK
Subject to the provisions in Section 6 -1 of the Standard Specifications, the
Contractor shall begin work within 15 calendar days after the City executes
the contract.
Traffic signal standards and signal heads shall not be installed until the sig-
nal controller has been delivered to the job site.
IV. PAYMENT
The unit price for items of work shown in the proposal shall be full compensa-
tion for labor, equipment, materials., and all other things necessary to complete
the work.
The substitution of securities for any payment withheld in accordance with
Section 9 -3.2 of the Standard Specifications is permitted pursuant to Government
Code Sections 4590 and 14402.5.
V. PROTECTION OF EXISTING UTILITIES
Known utilities are indicated on the plans. Prior to performing construction
work, the Contractor shall request each utility company to locate their facili-
ties. The Contractor shall protect in place and be responsible for, at iris
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 I1
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 FACILITI
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 S ecifications - Except as modified herein, materials and
insta at on 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 insta led 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.
0
Description
• SP 4 of 11
Furnishing and installing traffic signals, safety lighting, and sign
illumination systems and payment therefor shall conform to the provi-
sions in Section 86, "SIGNALS AND LIGHTING ", of the Standard Specifi-
cations and these special provisions.
Traffic signal work is to be performed at the following location:
Superior Avenue and
Equipment List and Drawings
Ticonderoga Street /Nice Lane
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 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 com-
bined maintenance and operation manuals shall be submitted at the time the
controllers are delivered for testing 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) Geographi -cal layout.of components
(h) Schematic diagrams
(i) List of replaceable component parts with stock numbers
The Contractor shall guarantee the entire work constructed by him under this
contract and will fully meet all requirements as to quality of workmanship
and materials furnished by him. The Contractor shall make, at his own ex-
pense, any repairs or replacements made necessary by defects in workmanship
or materials furnished by him that becomes evident within one (1) year after
filing of the Notice of Completion of the work and to restore to full compli-
ance with the requirements of these specifications, any part of the work which
during the one (1) year period is found to be deficient with respect to any
provisions of the plans and specifications. The Contractor shall make all
repairs and replacements promptly upon receipt of written orders from the
Engineer. If the Contractor fails to make the repairs and replacements prompt-
ly, the City may do the work and the Contractor and his surety shall be liable
to the City for the cost.
Furnish one reproducible, in addition to the required five sets, of the cabinet
schematic wiring diagram (cronoflex or sepia mylar).
•
E. Scheduling of Work
• SP 5 of 11
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.
Above - ground signal work shall not commence until such time that the Con-
tractor notifies the Engineer, in writing, of the date that all electrical
materials and equipment are received, and said work shall start within
15 days after said date.
No materials or equipment shall be stored at the job sites until receipt
of said notification by the Engineer. The job sites shall be maintained
in neat and orderly condition at all times.
All striping, pavement markings, and signing shall be in place prior to
signal turn on and /or opening of street to public travel.
F. Foundations
Portland cement concrete shall conform to Section 90 -10, "Minor Concrete ",
of the Standard Specifications and shall contain not less than 470 pounds
of cement per cubic yard, except concrete for reinforced pile foundations
shall contain not less than 564 pounds of cement per cubic yard.
G. 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.
H. 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 or jacking rod, shall be fit-
ted with suitable drill bits for size hole required.
I. Pull Boxes
Grout in bottom of pull boxes will not be required.
i • SP 6 of 11
J. Conductors and Wiring
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.
K. Bonding end Grounding
Grounding jumper shall be attached by a 3/16 inch or larger brass bolt
in the signal standard or controller pedestal and shall be run to the
conduit, ground rod or bonding wire in adjacent pull box.
Grounding jumper shall be visible after cap has been poured on foundation.
L. 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.
M. Testing
Materials, field, and functional testing shall conform to the provisions
of Section 86 -2.14, "Testing ", of the Standard Specifications and these
Special Provisions.
The City will not require that the traffic signal control equipment or
cabinet be tested at the California Transportation Laboratory or other
independent test facility. However, the City will require that the equip-
ment and cabinet be tested as specified in the sixth paragraph of Section
86- 2.14A, "Materials Testing ", of the Standard Specifications and that the
Certificate of Compliance and signed test report be forwarded to the City
along with a written certification from the supplier stating that the con-
troller unit, auxiliary equipment, and cabinet, fully wired, meet the re-
quirements of the Standard Specifications and these Special Provisions.
The sixth paragraph of Section 86- 2.14C, "Functional Testing ", of the Stan-
dard 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
0 0 SP 7 of 11
maintenance due to damage by
shall be at the Contractor's
be deducted from any monies
due the Contractor."
public traffic,
expense and will
due, or to become
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.
A knowledgeable representative for the manufacturer or distributor of
the traffic signal control equipment shall be present for the turn -on,
and for a reasonable period of time thereafter, as determined by the
Engineer.
If the representative for the manufacturer or distributor is not
qualified, or authorized, to work on the control equipment, the
Contractor shall arrange to have a so- qualified signal technician,
employed by the controller manufacturer or his representative,
present at the time the equipment is turned on.
Type 90 Controller Assemblies
Furnish and install 6 -phase multisonics 820 system controller, com-
plete with integral coordination telemetry and time base coordination
capability in Type "P" cabinet.
The convenience receptacle shall have ground -fault circuit interruption
as defined by the code. Circuit interruption shall occur on 6 milli-
amperes of ground -fault current and shall not occur on less than 4 mil-
liamperes of ground -fault current.
The conflict monitor shall be a "Plus" monitor, manufactured by Solid
State Devices, 127 West Geneva Drive, Tempe, Arizona 85282, or an
approved equal.
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"
described below has been completed.
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 until
the present time on the adjustable timer has
"timed out ".
For actuations received during the green interval
of the phase, the bicycle timing shall begin im-
mediately and the bicycle timing logic shall place
and hold the vehicle call during the bicycle timing
provided that bicycle timing has not previously oc-
curred 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.
SP 8 of 11
The bicycle timing shall be totally independent of the controller
timing and the removal of the bicycle timing logic shall not af-
fect 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.
The Type 90 controller assembly shall be 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 di-
rectly from phase 2 or phase 6 to phase 1 or phase 5.
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:
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.
0. Vehicle Signal Faces and Signal Heads
Signal section housings shall be either metal or plastic type.
SP 9 of 11
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.
P. Pedestrian Signals
Pedestrian signals shall be Type C, utilizing international symbols and
shall be Indicator Controls Corp., P/N 40948, or approved equal.
The hood described in Section 86- 4.05D, "Visors ", of the Standard Speci-
fications shall be provided.
Q. Detectors
Loop detector sensor units shall be rack mounted, Type B (2 or 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 accor-
dance with the manufacturer's instructions for one or two - channel con-
figurations.
The number of sensor units and lead -in cables required to achieve the
specified detection shall be installed.
Special Loop Detector Operation:
Queue detectors, 1 -01 and 1 -05, shall be used to
call the protected left turn movements, 1 and 5.
The "green- gating" features of the amplifier are
not to be used.
Detectors 2 -01 and 2 -05 shall function as presence
detectors for the protected left -turn movements, 1
and 5, during their green intervals only. At all
other times, these detectors shall function as
presence detectors for the companion through move-
ments, 02 and 06.
w
• SP 10 of 11
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 unladen 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.
R. Pedestrian and Bike Push Buttons
Pedestrian push button signs, for push button assemblies to be installed
on pedestrian push button posts, shall be 5" x 72 ". All other pedestrian
push button signs shall be 9" x 12" and shall not extend beyond the mount-
ing framework.
Installation of push button assemblies for bicycle use shall be in accordance
with City Standard Plan STD - 913 -L.
S. Luminaires
Glare shields are not required on semi- cutoff or full cutoff luminaires.
Luminaires shall be the cutoff type.
Each luminaire shall be die -cast aluminum, with integral regulator ballast
and Type IV photoelectric control (Section 86- 6.07A) for use in a multiple
120V circuit.
The optical assembly shall provide true 900 cutoff and shielding (without
external glare shield) and shall consist of: a glass or glass- coated
gasketed reflector; a heat and impact resistant, flat glass lens; a
porcelain - enclosed mogul multiple screw shell socket with lamp grips.
The optical assembly shall contain an activated 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 14-400 A cutoff power /door units or ap-
proved alternate.
T. Internally Illuminated Street Name Signs
Internally illuminated street name signs shall be Type A.
I
n
u
U. Photoelectric Controls
SP 11 of 11
Type IV photoelectric controls shall be provided on each luminaire and on
each internally illuminated street name sign.
V. Ballasts
The ballast for each high - pressure sodium lamp to be used in a mast arm
mounted luminaire shall be of the regulator type and shall be mounted in
the luminaire housing.
Each regulator type high pressure sodium lamp ballast shall operate at a
minimum power factor of 98 percent and shall provide proper operation of
its respective lamp within a range of + 10 percent of rated line voltage.
W. Payment
The Contract lump sum price or prices paid for signal and lighting shall
include highway lighting at intersections in connection with signals only.
•
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BID SUMMARY
TITLE Installation of Traffic Signals & Safety Lighting LOCATION: City Clerk's Office
@ Superior Av. & Ticonderoga St. /Nice Lane TIME 11:30 a.m.
CONTRACT NO. 2455 DATE 8 -15 -84
Traffic Engineering Technician
Public Works
City Clerk
Dodge
File
JEB:bb
CONTRACTOR
AMOUNT
1.
Intersection Management Systems
Maywood
62,757
2.
Steiny & Co., Inc.
Anaheim
62,800
3.
Grissom & Johnson
Irvine
62,860
4.
Paul Gardner Corp.
Ontario
65,528
5.
JRJ Construction Co.
Anaheim
65,980
6.
D.H. Perry, Inc.
Spring Valley
67,376
7.
Bieber Lighting Corp.
Inglewood
71,800
8.
Baxter- Griffin
Stanton
84,150
cc:
Traffic Engineer
Assistant Traffic Engineer
Traffic Engineering Technician
Public Works
City Clerk
Dodge
File
JEB:bb
CITY OF NEWPORT BEACH
ENGINEERING DEPARTMENT
INSTALLATION OF TRAFFIC SIGNAL AND SAFETY LIGHTING
AT THE INTERSECTION OF
SUPERIOR AVENUE AND TICONDEROGA STREET /NICE LANE
CONTRACT NO. 2455
,II
1.
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
P. 0. Box 1768
Newport Beach, CA 92658 -8915
Gentlemen:
Page 1
The undersigned declares that he has carefully examined the location of the
work, has read the Instructions to Bidders, has examined the Plans and Special
Provisions, and hereby proposes to furnish all materials and do all the work
required to complete Contract No. 2455 in accordance with the Plans and
Special Provisions, and will take in full payment therefor the following
unit price for the work, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE
1 Lump sum Construct Traffic Signal and
Safety Lighting at the inter-
section of Superior Avenue and
Ticonderoga Street /Nice Lane
S Z I,Wo 't'A*\$* M'0
@ �uLn7'ttft .s _'be'*Doilars
and
I�I0 Cents
TOTAL PRICE WRITTEN IN WORDS:
.36cry'Cwo - tt,,00a-wmto 5euz -�N uuaoa-EV N:Orvv
5EO ¢N Dollars
and
�t o Cents
S b�,1s�.aa
—Y • • Page la
Contractor's License No. q-ar3 oar!
Bidder INTERSECTION MANAGEMENT - - INC
Bidder's Telephone Number —1i3- RT6l
Bidder's Address P.U. BOX 630
MAYWOOD, CALIF. 90210 -0630
Authorized Signature /Title
Date '$ -1S -S¢
* Designate the firm or company that will supply the control equipment:
Name of Firm or Company MiAL r, SOMlc !b,
Address
Telephone Number 41S $24 - -SS ae
* 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 l0% 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 -7961 in-
clusive). The Contractor shall be responsible for compliance with Section 1777.5
of the California Labor Code for all apprenticeable occupations.
X43 O S 7 G.�p
Contr's Lic. No. & Classification
Date
� I 1� u!�s ► i
Authorized Signature /Title
Page 3
DESIGNATION OF SUBCONTRACTOR(S)
The undersigned certifies that he has used bid(s) of the following listed
subcontractor(s) in making up his bid,and that the subcontractor(s) listed
will be used for the work for which they bid, subject to the approval of the
Engineer and in accordance with the applicable provisions of the Specifications.
No change of subcontractor may be made except with the prior approval of the
Engineer and as provided by State law.
Item of Work Subcontractor Address
5.
6.
7.
8.
9.
10.
11.
12.
INTERSECTION jMAN��F F14T OST�P
drier
,&V' on C Ju60do S. - �MJm i=n
Authorized Signature /Title
• • Page 4
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, Intersection Management Systems, Inc, , as bidder,
and Transamerica Insurance Company , as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
ten per cent of the amount bid in ******Dollars ($ **107******,
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 Si a1s and Safety Lighting 2455
e
Tit of Project Contract No.
in the City of Newport Beach, is accepted by the City Council of said City, and
if the above bounden bidder shall duly enter into and execute a contract for
such construction and shall execute and deliver the "Payment" and "Faithful
Performance" contract bonds described in the Specifications within ten (10) days
(not including Saturday, Sunday, and Federal holidays) from the date of the
mailing of a notice to the above bounden bidder by and from said City that said
contract is ready for execution, then this obligation shall become null and
void; otherwise it is and shall remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
x 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.
• I IN WITNESS WHEREOF, we hereunto set our hands and seals this 15th day
Of August , 1984.
BIdTeRSFrTION MANAGEMENT SYSTEMS,
(Attach acknowledgement of
A torney -in -Fact)
�thorized Signature /Title
Notary Public
1
OFFICIAL SEAL
L ; JANICE CHRISTOPHER
'��. P 1• NOTARY PUBLIC CALIFORNIA
LOS ANGELES COUNTY
My Commission Expires May 1. 1988
Transamerica Insurance Company
Surety
By 1 F I -.
Title William C. Van Rooy, Attorney -in -Fact
z^
O D
D 0
p0
< p
D ?
n D
2 C
O m
F D
m I
00
m
3 D
m�
z
i
3
3 z
0
r >
3 � z Z
=mm can
„ n. y n
mc,CDM D
m
D
a-no
D m 3 .
c Dm
cZ
cr
c
1. O• N N
T O W
H rJ O
m
m 0 o �
3 R o
m
mS W 0.
0
0
z3o
N W
D
mN »
0 m
no c
D a<
Z o c
Vl .r 0
C � O
D o m
Z = >
mo D
m o,
n= o
3 o m
D2
<�m
cn
n W =
n 2 0
< O >
oD
m S m Q
� d � 3
N a n Sl
D °
cn O
m C �
.•r 9 G
D
C
C]
m
r
a
n
0
c
m
0
o.
.N.
m
r.
o.
7
a
M.
C
n
0
3
3
O
7
d
6
v
m
c
o O
3
W q
x
n r
7' ?
o.
w
F
G
a
rt
m
e �
Z m
7 "
i
v
T
i
i'
0
i
o m
C m
Z
4 -4
D
O T
T
O
T
cm)
r D
O
Vl T
O
9
Z
,r D
y
Vf
•
NON- COLLUSION AFFIDAVIT
•
Page 5
The bidder, by its officers and agents or representatives present at the time
of filing this bid, being duly sworn on their oaths, say that neither they nor
any of them have, in any way, directly or indirectly, entered into any arrange-
ment or agreement with any other bidder, or with any public officer of such
CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has
paid or is to pay to such bidder or public officer any sum of money, or has
given or is to give to such other bidder or public officer anything of value
whatever; or such affiant or affiants or either of them has not directly or
indirectly, entered.into any arrangement or agreement with any other bidder or
bidders, which tends to or does lessen or destroy free competition in the
letting of the contract sought for by the attached bids; that no bid has been
accepted from any subcontractor or materialman through any bid depository, the
bylaws, rules or regulations of which prohibit or prevent the bidder from con-
sidering any bid from any subcontractor or materialman which is not processed
through said bid depository, or which prevent any subcontractor or materialman
from submitting bids to a bidder who does not use the facilities of or accept
bids from or through such bid depository; that no inducement of any form or
character other than that which appears upon the face of the bid will be sug-
gested, offered, paid or delivered to any person whomsoever to influence the
acceptance of the said bid or awarding of the contract; nor has the bidder
any agreement or understanding of any kind whatsoever with any person whomso-
ever to pay, deliver to, or share with any other person in any way or manner,
any of the proceeds of the contracts sought by this bid.
Subscribed and sworn to before me
this 15th day of August ,
1984 .
My commission expires:
11 I l
am M e A.� 4 "IZZ. am scc..
Authorized Signature /Title
Notary Public
OFFICIAL SEAL
1ANICE CHRISTOPHER
NOTARY PUBLIC- CAUFORNIA'
LOS ANGELES COUNTY
May 1, 1988 3
:... ,....�.�.,..My Commission fxPires, A ...... .......... ..?
0
0 Page 6
STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a statement of his financial responsibility
or agrees to submit a statement within 1 work day after the bid opening if
the undersigned is the apparent low bidder.
'. d'e.r - ....
By : 0 ,MAUMLe 'E. Sny. Ssc.
Authorized Signature/Title
• 0 Page 7
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith a statement of the work of similar character
to that proposed herein which he has performed and successfully completed.
Year
Completed For Whom Performed (Detail) Person to Contact Telephone No.
INTERSECTI011�(Ir/�AGF �i'T SY "Tr"
i dder
uthorize Signature /Title
a��
• 8Y THE CITY COUNCIL August c - 27, 1984
CITY OF NEWPORT BEACH CITY COUNCIL AGENDA
AUG 2 71984 ITEM NO. F -3b
TO: CITY COUNCIL APPROVED
FROM: Public Works Department
SUBJECT: INSTALLATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING AT THE INTERSECTION
OF SUPERIOR AVENUE AND TICONDEROGA STREET /NICE LANE
RECOMMENDATION
Award Contract No. 2455 to Intersection Management Systems, Inc., Maywood, California,
for $62,757.00.
DISCUSSION
Eight (8) bids were received in the office of the City Clerk at 11:30 a.m., August
15, 1984. The bids were as follows:
1. Intersection Management Systems
2. Steiny & Co., Inc.
3. Grissom & Johnson
4. Paul Gardner Corp.
5. JRJ Construction Co.
6. D & H Perry, Inc.
7. Bieber Lighting Corp.
8. Baxter - Griffin
Maywood
$62,757
Anaheim
62,800
Irvine
62,860
Ontario
65,528
Anaheim
65,980
Spring Valley
67,376
Inglewood
71,800
Stanton
84,150
The engineer's estimate for this project is $80,000.
This project provides for the installation of traffic signals and safety lighting
on Superior Avenue at Ticonderoga Street /Nice Lane.
Newport Crest and Versailles Associates have each agreed to contribute 25% of the
cost, with the City funding the remaining 50 %.
The estimated date of completion is December 25, 1984.
Richard M. Edmonston
Traffic Engineer
JEB:bb
THE NEWPORT ENSIGN
PROOF OF PUBLICATION
(2015.5 C.C.P.)
STATE OF CALIFORNIA, rs.
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:
I certify (or declare) under penalty of perjury that the
foregoing is true and correct. Dated at Newport
$each, California, thW day of` ,� 19D�
Signature
T
THE NEWPORT ENSIGN
0-_ -QJ-4 �S '
This9ce is for the County Clerk's Filing Stamp
F.1
Proof of Publication of
NOTICE DIVITING Brae
$eaW bids may be roadved at We of im of the Cat Clan, 3908 New -
pod Boahmrd, NevrpmtBeaoh, CA SW Until 11:30mm. an go 151h day
of August, 1881, at whtah time SR& bids dwU be opened and mat for
INSTALLATION OF TRAFFIC SIGNALS A" SAFETtr-
UGHTING
AT
SUPERIOR AVENUE AND TIO.ONDEROOA STREET/NIOZ I&AW
TWO of P+ot"*
9156
Conhool No.
SWA00 .
Approved by tfa Cal Counall
fhb 93rd day of July, 1881
Wanda E. Andean
car Cudi
nm ohtda 0110 NI d bid doomeab at m.aN at
the o d he Public W
Newpat.Beach, CA 87883. °t•,33110 Newport BooLemd,.
Fm further infatumbon, MR JIM BPJJUJK Fraiect EnghU at 811D.
8181.
7/15
PROOF OF PUBLICATION
RECOMMENDATION
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids to be opened
at 11:30 a.m., Wednesday, August 15, 1984.
DISCUSSION
This project provides for the installation of traffic signals and
safety lighting on Superior Avenue at Ticonderoga Street /Nice Lane.
Newport Crest and Versailles Associates have each agreed to con-
tribute 25% of the cost with the City funding the remaining 50 %.
The estimated total cost for this signal is $80,000.
The plans for the project were prepared by Herman Kimmel and
Associates, Inc.
The estimated date of completion
is December 25,
1984.
July
23,
1984
aakck
BY THE CITY COUNCIL
4
V
<
r 1. ✓ VYIw1W
Richard M. Edmonston
CITY OF NEWPORT BEACH
•0
0pP
0Pv
/
Traffic Engineer
CITY
COUNCIL AGENDA
JUL 231984
a0,
APPROVED
ITEM
NO.
F -11
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: INSTALLATION OF TRAFFIC SIGNALS
AND SAFETY
LIGHTING
AT THE INTERSECTION OF SUPERIOR
AVENUE
AND
TICONDEROGA
STREET /NICE LANE
RECOMMENDATION
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for bids to be opened
at 11:30 a.m., Wednesday, August 15, 1984.
DISCUSSION
This project provides for the installation of traffic signals and
safety lighting on Superior Avenue at Ticonderoga Street /Nice Lane.
Newport Crest and Versailles Associates have each agreed to con-
tribute 25% of the cost with the City funding the remaining 50 %.
The estimated total cost for this signal is $80,000.
The plans for the project were prepared by Herman Kimmel and
Associates, Inc.
The estimated date of completion
is December 25,
1984.
aakck
4
V
<
r 1. ✓ VYIw1W
Richard M. Edmonston
•0
0pP
0Pv
/
Traffic Engineer
SUBJECT
a0,
RME:JEB:bb LOCATION
t,