HomeMy WebLinkAboutC-2536 - Installation of Traffic Signals and Safety Lighting at the Intersections of Jamboree Road & Island Lagoon Drive and at Newport Center Drive & Santa Cruz Drive0 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
September 19, 1986
Paxin Electric, Inc.
42831 Sierra Highway
Lancaster, CA 93534
(714) 644 -3005
Subject: Surety: Fairmont Insurance Company
Bonds No.: FB010696
Contract No.: C -2536
Project: Installation of Traffic Signals and Safety
Lighting at the Intersections of Jamboree Road
and Island Lagoon Drive and at Newport Center
Drive and Santa Cruz Drive
The City Council on August 25, 1986 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
in accordance with applicable Sections of the Civil Code.
The Notice was recorded by the Orange County Recorder on September 2,
1986, Reference No. 86- 397798.
Sincerely,
Irene Butler
Assistant City Clerk
IB:pm
cc: Public Works Department
3300 Newport Boulevard, Newport Beach
PLEASE RETU TO: 86397798
city Clerk
�7�2m EXEMPT RECORDING REQUEST F
City of Newport Beach
3300 Newport Blvd. GOVERNMENT CODE 6103
Newport Beach, CA 92663 -3884
NOTICF. OF COMPLETION
NO CONSIDERATION
PUBLIC WORKS
ntt;UHUEO IN OFFICIAL RECORDS
OF ORANGE COUNTY CALIFORNIA
-3 sg PM SEP 2'86
EXEMPT
C,2
1 o All Laborers and Material Men and to Every Other Person Interested:
COUNTY
RFCORDER
YOU WILL PLEASE TAKE NOTICE that on August 25, 1986
the Public Works project consisting of Installation of Traffic Signals and Safety _
Lighting at the Intersections of Jamboree Road and Island Lagoon Drive and at _
Newport Center Drive and Santa Cruz Drive C -25
on which Paxin Electric, Inc., 42831 Sierra Highway, Lancaster, CA 93534
was the contractor, and Fairmont Insurance Company, 4111 W. Alameda Ave., Burbank, CA_
was the surety, was completed. 91505
VERIFICATION
I, the undersigned, say:
CITY OF NEWPORT BFACH
Works Dire
I am the Public Works Director of the City of Newport Beach;
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and co
r CVY •.
S - 181986
Executed on August 27, 1986 at Newport Beach, California.
PMi li 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 August 25, 1986 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 August 27, 1986 at Newport Beach, California.
Clerk City
or
T
CITY'46F NEWPORT BIACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
August 28, 1986
County Recorder's Office
P.O. Box 238
Santa Ana, California 92702
(714) 644 -3005
Enclosed is the following document for recordation and return
to the above -named office:
Installation of Traffic Signals and Safety Lighting at the
Intersections of Jamboree Road and Island Lagoon Drive and at
Newport Center Drive and Santa Cruz Drive (C -2536)
Sincerely,
C r • �(�
Wanda E. Raggio
City Clerk
cc: Public Works Department
3300 Newport Boulevard, Newport Beach
BY THE CIIY COUNCIL August 25, 1986
CITY OF NEWPORT BEACH CITY COUNCIL AGENDA
ITEM NO. F -13
•T0: CITY COUNCIL AUG 2 5 1986 APPROVED
FROM: Public Works Department
SUBJECT: ACCEPTANCE OF THE INSTALLATION OF TRAFFIC SIGNALS AND SAFETY
LIGHTING AT THE INTERSECTIONS OF (1) JAMBOREE ROAD AT ISLAND
LAGOON DRIVE -- NEWPORTER INN AND (2) NEWPORT CENTER DRIVE AT
SANTA CRUZ DRIVE (C -2536)
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days after
Notice of Completion has been recorded in accordance with
applicable sections of the Civil Code.
DISCUSSION:
•The contract for the subject project has been completed to the
satisfaction of the Public Works Department.
The bid price was: $172,450.00
Amount of unit price items constructed 172,450.00
Amount of change orders 15,097.24
Total contract cost $187,547.24
Funds were budgeted in the General Fund, Account Nos. 19- 5613 -302,
25- 5670 -001 and 25- 5695 -030.
Five change orders were issued. The first, in the amount of
$2,617.62, provided for the installation of illuminated street name signs at the
Jamboree /Island Lagoon intersection. The second, in the amount of $3,280.80,
provided for relocation of a signal pole to clear the underground power, dele-
tion of a pull box relocation and additional pole foundation excavation, all at
the Newport Center /Santa Cruz intersection. The third, in the amount of
$5,961.74, provided for extra conduit installation costs due to concrete encase-
ment and structures encountered. The fourth, in the amount of $3,737.08, pro-
vided for a change in the type of signal beads at the Jamboree /Island Lagoon
•intersection to provide better visibility for northbound motorists traveling
down the hill from Pacific Coast Highway. The fifth, in the amount of
(- 500.00), provided a credit for a slightly misaligned mast arm on a pole at the
Newport Center /Santa Cruz intersection.
The contractor is sit. E;3rrac of Lancaster, California.
(3�)
0
•
•
0
Page 2
Subject: Acceptance of the Installation of Traffic Signals and Safety Lighting
August 25, 1986
The contract date of completion was March 25, 1986. Completion was
delayed by the late delivery of the signal poles. The signals were turned on
May 19, 1986.
- c61.
Benjamin B. Nolan
Public Works Director
GPD:jw
i^ AGENCY'S COPY B/N FORM 105-B -OWNER |
OWNER OR PUBLIC
,
Engineers; and Other Nontantractar cla! No. 30581
RE CPU$
�PUBLIC or PRIVATE Conlibul Projects.
Legill Notice.frerequisite To Filing Claim Of Lien
at ftiti*6 of 0-
And Stop 16fice-saae"20-bay Preliminary Notice"
orambb� All zo
(Street Address OR Lot And Truitt Na.)
*mom 9 alsou cm
OR
Boundaries)
Per Sections 3097 and 3098 of Colifoanior Civil Code (as mmaim Assembly Bill 40M.
..,,fr=skm
Effective January 1, .1977, and January 1,
(city) OR (county)
EXCERPTS FROM SEC. 3097, CALIFORNIA CIVIL CODE
3097. "Preliminary 20-day notice (private work)" means
TO: LENDER (Or Reputed Lender) OF CONSTRUCTION FUNDS (It Alto
a filter, notice from a cicimGnt that is given prior to the
warding of a mechanic's ;ien and prior to the filing of
a miles, and is required to be given under the
va
followng circumstances;
(a) Except one under direct contract with the owner or
ame 1=12 actual labor for wages, or an express trust
fund rib in Section 3111, every person Who furnishes
Name.
�_Iobor service, sWe!mvqf ar material for which a lien
villm��hse sun be 'clalraeFund., this title, a, for which .
C2
notice to, withhold can otherwise be given under this title,
a; Street
must, as a accessory prerequisite to the validity of any
claim of lion, card of . notice to withhold, cause to be
..2
given to the owner or reputed owner, to the original can-
me ANAL
City
Igm1of, a, reputed contract*,, %ad to the construction
lender, If any, or to the muted construction lend", if
R L
If SO!,
an 0 written preliminary notice as prescribed.
�) Except Its contractor, Or we performing actual lab"
trust fund described in Section
Mob: addrus, Or alkwo, party -a m9 SITT ADDRESS may be subsiftated an soctrad and third Knes.'
abosma� It momes of fender is laxom, the "Camuv=m time.
Jor wages, or an express
3111, all win has a direct Contract with the
not you nor windiest, words Lmw, ca, first
Sensors
owner and who famish labor, service, equipment, or mcaterial
for which a Ifim alhiptrism can be claimed under this fill*,
Ext,
or f" which a notice to witthold can Whemise be given
'TO- ;UO1VN1R (Or Reputed Oltned C] PUBLIC 'ARERCY at
under this title; rRall, 411 0 nKentrif prerequisite a the
validity of any claim of lien, and of a miles h, withhold,
(On Prints Work) (On Public Work) mact
cause to be given to the construction lender, if any, or
to the reputed construction lender if any, a written pre,
4210
Its 4.
Himina laterite a prescribed by I is section.
It * It It It Ar It
I
I
(c),b) pralathroN notice referred to In subdivisions (a)
and shall be Sinn not later than 20 days Otter the
r.i
.=
..t Name
thrivall, has first furnished labor Stelitt, OZNIPM'nt, Or
materials ta the lobsite, and shall contain the following:
oA general denrlirtlerm of the labor, service, equipment,
Street 3M ROMM SM.
or materials furnished, or to be furnished, and if there
is a construction lender he shall be furnished with an
4m�qxrrr in to foregoing.
=MOM DRINCH, C1111, 9M3
E'a City
esil"It Of total Pike addition
The now and addrese of such person furnishing such
labor, sen,fi to, equipment I , or materials.
The monam of the person Who contracted for purchase of
such labor, service, equipment, or materials.
.c L
Note: It of $ban Party is ad known.. JOB. UU,ADDRM may be substituted on assamd anpagni'li
A dn1rIplIOD Of the lobsite sufficient for identift-
Private
vote..
The following statement in boldface type-
NOTICE TO PROPERTY,10WHER
.
TO: ORIGINAL ("General") CONTRACTOR (Or Reputed Contractor) (If Any)
if bills are riot paid In full for the labor, serv-
ices, equipment,:or materials furnished or to be
furnished, a mechanittes lien leading to the loss,
Name PAM ELBCMC
through court foreclosure proceedings, of all or
part of your property being so improved may be
Kkcad against the property even though you
"Ove paid your contractor in full. You may With
t;5 Street
to against this consequence by
0; city LANCAVM, CA 93334
protect yourself
(1) requiring your contractor to furnish a signed
release by the person or firm giving you this
so
L
notice before making payment to your contrac-
"t Note: If ackhava of alloys party is not knomm, M SITE ADDMU my be substituted an second and third lines ban.
for or (2) any other method or device which is
If name at wilitustal contractor is not known, you may substitute the wands "GEINM CONTRACTOR" an Next line.
appropriate under the circumstances.
if such notice is given by a subcontractor who is re.
(This Form Is NOT A Allechanic's Lie"Brely A Legal Requirement To Protect Lien Rights)
quired pursuant to a collective-bargaining agreement to
pay supplemental fringe benefits into an express trust fund
described in Section 3111, such notice shall also contain
That warms of the LEWL GITITT Cs.s. pence, postovership, tW�tion. sub -ramtradhal, who CONTRAcTED to, ch.
the ldeniiiy and address of such trust fund Of fUMS.
PURCHAN of well labor, version. equipment Or material is: samm n ORIGINAL C014TRACTOR named ab*ve;
(List her
Above vmrsd Parties am inkno ad that deferent named belm, has furnished (or will famish) labor, senshms, equipment or
material for buildings, structures or other works of imp�wt to Project named abom of following general description:
MGM maw Irm %W L=== WWI= mom
A certificated architect, registered engineer, or licensed
land has furnished for the design
0
surveyor who services
of the work of improvement and who Way a preliminary
notice as provided in this section not later than 20 days
after the work of improvement has canarnersed shall be
demand to have c7lied with subdivisions (a) and (b)
with respect in cash Ireland, engineering, of surevin
services furnished, or ?a be furnished.
(d) If labor, service. equipment, or materials have been
furnished to a jobsite by a person who elected not to
FROM CLAIMANT: Date
ovided in subdivision (a) or
give a preliminary notice as g;
(b), such person shall not precluded from gMn a
g
preliminary notice not later thcr, 20 days after furnis Ing
Name I
other labor, service, equipment, or materials to the came
idiesile. Such person shall, however, be "tilled to claim a
ien and a notice to withhold only for such laboro service,
Street 11- Gomm B22M
egeui= or material furnished within 20 days prior 1.
of such notice, cod at any time thereafter.
C, CA A' 7ip 92WG
(e) Any cgreement made or entered into by an Owner,
Whereby the owner Tes to waive the rights or privileges
conferred upon him y this section shall be void and of
mO( effect.
h) Where the cantmet price to be paid to my YAcn.
(Claimant 0
hundred dollars issue), the failure of that contractor,
The astionts of the east price of the labor, service, equipment or materials firs.
$
licarmsedd und,r Chapter 91 (carrenterecing with Section 70011)
furnished for to be furnishode including cartags and any applicable taxes is —vat
Of P~- 3 of the Business and Professions Code. to
(this informatioss it required to be furnished ORLY to LENDER OF COMMUCTtffl FUM)im private work.)
give- thr-lortece,lonovided for in this section, constitutes
grounds for din IInm4 action by Registrar of Conlractors.
+' + n/m
—' ;
:...
�.
��.:�
' _,.�-
_-
.� �'. � �
.,�:.. _ .. _ . � a
a""�::70� a'� � __ u
.. � w a � � � Eii
..a CZ» s. ts...
�aaaooaQOa� 'ca
:.
k
I
6 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
c�<iFO aN`� (714) 640 -2251
TO: FINANCE DIRECTOR
Public Works /Traffic Engineering G� rlc u E
FROM: CITY CLERK
DATE: January 2, 1986
SUBJECT: Contract No. C -2536
Description of Contract Installation of Traffic Signals and Safety
Lighting at the Intersections of Jamboree Road and Island Lagoon Drive
and at Newport Center Drive and Santa Cruz Drive
Effective date of Contract January 2, 1986
Authorized by Minute Action, approved on November 25, 1985
Contract with Paxin Electric, Inc,
Address 42831 Sierra Highway
Lancaster. CA 93534
Amount of Contract $172,450.00
Wanda E. Andersen
City Clerk
WEA:lr
attach.
City Hall • 3300 Newport Boulevard, Newport Beach, California 92663
V
t
CITY CLERK
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92658 -8915
until 11:30 a.m. on the 14th day of November , 1985,
at which time such bids shad be opened and read for
INSTALLATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING AT THE.INTERSECTIONS OF
JAMBOREE ROAD AND ISLAND LAGOON DRIVE AND AT
NEWPORT CENTER DRIVE AND SANTA CRUZ DRIVE _
Title of Project
2536
Contract No.,
$203,500
Engineer's Estimate
•
OrA
Approved by the City Council
this 23rdday of September , 1985.
�Gf
anda E. Raggio l�
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,
P. 0. Box 1768, Newport Beach, CA 92658 -8915.
For further information, call JIM BRAHLER at 644 -3344.
Project Manager
.m
Page la
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
INSTALLATION OF TRAFFIC, SIGNALS AND SAFETY LIGHTING
AT THE INTERSECTIONS OF
JAMBOREE ROAD AND ISLAND LAGOON DRIVE
AND AT
NEWPORT CENTER DRIVE AND SANTA CRUZ DRIVE
CONTRACT NO. 2536
To the Honorable City Council
City of Newport Beach
3300 Newport B1., 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. 2536 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:
i
Page lb
ITEM QUANTITY ITEM DESCRIPTION TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE
I Lump Sum Construct Traffic Signal and
Safety Lighting at the inter-
section of Jamboree Road and
Island Lagoon Drive at
Eighty -One Thousand Two Hundred Sixteen Dollars
and
No Cents $ 81,216.00
2 Lump Sum Construct traffic signal
interconnect along Jamboree
Road between Backbay Drive
and Santa Barbara Drive at
Four Thousand Four Hundred Ninety -Four Dollars
and
No Cents $ 4,494.00
3 Lump Sum Construct traffic signal and
safety lighting at the inter-
section of Newport Center Drive
and Santa Cruz Drive at
Eighty -Six Thousand Seven Hundred Forty Dollars
and
No Cents $ 86,740.00
TOTAL PRICE WRITTEN IN WORDS:
One Hundred Seventy -Two Thousand Four Hundred Fift3ool1ars
and
No Cents $ 172,450.00
Contractor's License No. 403283
Bidder PAXIN ELECTRIC, INC.
Bidder's Telephone Number 805 - 945 -7977
0 Page lc
Bidder's Address 42831 Sierra Highway, Lancaster, CA 93534
Authorized Signature /Title S /J. H. Paxin
J. H. Paxin, President
Date November 14, 1985
* Designate the firm or company that will supply the control equipment:
Name of Firm or Company Multisonic
Address
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.
• • 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. TECHNICAL ABILITY AND EXPERIENCE REFERENCES
except that cash, certified check or cashier's check (sum not less that 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.
The City of Newport Beach will not permit a substitute format for the
contract documents listed above. Bidders are advised to review their content
with bonding and legal agents prior to submission of 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.
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 and 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.
430283 Class C -10 PAXIN ELECTRIC, INC.
Contr's Lic. No. & Classification Bidder
November 14, 1985 S /J- I t Paxin, President
or
Authized Signature /Title
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.
Subcontract Work Subcontractor Address
1• Orange County Striping
2• Samrod. Inc.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
PAXIN ELECTRIC, INC.
Bidder
S /J. H. Paxin, President
Authorized Signature/Title
* *FOR OAW NAL, SEE CITY CLERK'S FILE COO* Page 4
BIDDER'S BOND Bond No. BBSU
Premium: Included in BBSU
KNOW ALL MEN BY THESE PRESENTS,
That we, Paxin Electric, Inc. , as bidder,
and Fairmont Insurance Company. as Surety, are held
and firmly bound unto the City of Newport Beach, Calfornia, in the sum of
Ten percent of the total amount bid ----------- - - - - -- Dollars ($10 %- --- --- - -- -),
lawful money of the United States for the payment of which sum well and truly to
be made, we bind ourselves, jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH,
That if the proposal of the above bounden bidder for the construction of
Installation of traffic signals and safety lighting at the intersection
of Jamboree Road and Island Lagoon Drive 2536
Title of Project Contract No.
in the City of Newport Beach, is accepted by the City Council of said City, and
if the above bounden bidder shall duly enter into and execute a contract for
such construction and shall execute and deliver:to said City 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 contract documents for execution to the above bounden bidder by
and from said City, 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 individual,
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 11th day
of November 19 85.
Paxin Electric, Inc.
(Attach acknowledgement of Bidder
Attorney -in -Fact)
S /Michelle Mario
Notary Public
Commission Expires: 9 -28 -89
S /J. H. Paxin, President
Authorized Signature /Title
Fairmont Insurance Company
Surety
By S /E. J. McKenna, Attorney -In -Fact
Title
0 0
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.
Paxin Electric, Inc.
Bidder
S /J. H. Paxin, President
Authorized Signature /Title
Subscribed and sworn to before me
this 14th day of November,
19 85.
My commission expires:
August 4, 1989 S /Lorraine M. Walker
Notary Public
Page 5
• Page 6
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.
1985 Rising Sun Co. Marlene 209- 592 -5315
1985 J. H. Development Jim Carstensen 805 - 832 -3124
Home #834 -1608
1985 Sickels Construction Wes 805- 942 -0347
1983 City of Montebello Ayyad Ghobrial 213 -725 -1200
Paxin Electric, Inc.
Bidder
S /J. H. Paxin, President
uthorized Signature /Title
r7
L- L-A
NOTICE
• Page 7
The following are contract documents which shall be completed
and executed by the successful bidder after he receives a letter of
award from the City of Newport Beach:
PAYMENT BOND (pages 8 & 9)
FAITHFUL PERFORMANCE BOND (pages 10 & 11)
CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12, 13, 14)
CONTRACT (pages 15 & 16)
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 submission of bid.
BONDING COMPANIES shall be acceptable as sureties in accordance
with the latest revision of Federal Register Circular 570.
INSURANCE COMPANIES shall be (1) licensed to conduct business in
California, and (2) assigned Policyholders' Rating A (or higher) and
Financial Size Category Class VIII (or larger) in accordance with the
latest edition of Best's Key Ratin Guide: Property-Casualty.
Coverages shall be provided or all 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 edition
adopted for use in the City of Newport Beach), except as supplemented
or modified by the Special Provisions for this project.
LJ
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the
motion adopted November 25, 1985
Bon . FBO10696 Page 8
Prem : Included in Perf Bond
PAYMENT BOND
City ofiport Beach, State of California, by
,
`p
has awarded to Paxin Electric, Inc.
hereinafter designated as the "Principal ", a contract for C -2536 -- Installation of
traffic signals and safety lighting at the intersections of Jamboree Road at Island
Lagoon Drive- New porter Inn and Newport Center Drive at Santa Cruz Drive.
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, or other supplies used in, upon, for, or about the performance 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 Paxin Electric, Inc.
as Principal, and FAIRMONT INSURANCE COMPANY
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
One Hundred Seventy Two Thousand Four Hundred Fifty & 0 /100 Dollars ($ 172,450.00
,
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, or other supplies,
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 Unemploy-
ment 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.
The bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 3181 of the California Civil Code
so as to give a right of action to them or their assigns in any suit brought upon
Page 9
Payment Bond (Continued)
this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil Code of
the State of California.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or the specifications accompanying the same shall in
any wise affect its obligations on this bond, and it does hereby waive notice of any
such change, extension of time, alterations or additions to the terms of the contract
or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the 5th day of December 19 85
PAXIN ELECTRIC, INC - .(Seal)
lame of Cora o rincipal
re
PAXIN,
Authorized Signature and Title
FAIRMONT INSURANCE COMPANY - (Seal)
Name of Surety
4111(W. Alameda Ave., Burbank CA 91505
e
.J.rcKenna Attorney -in -Fact
;Co d Insurance Services
Address of Agent
P.O. Box 4476, No. Hollywood CA 91609
(818) 984 -0582 (213) 877 -9934
Telephone No. of Agent
Se of California
County of Los Angeles SS
On this
appeared
5th
E.J. McKenna
day of December in the year 1985 before me personally
personally known to me
Aware y lmFU l
(or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to this instrument as the
Attorney -in -Fact of- Fairmont Insurance Company , and acknowledged to me that he subscribed the name of the said
company thereto as surety, and his own name as Attorney -in -Fact.
S -330 (10 -83)
OFFICIAL SEAL
MICHELLE MARIO
NOTARY PUBLIC - CALIFORNIA,
{ PRINCIPAL OFFICE IN
\*
LOS ANGELES COUNTY
My Commission Expires Sept. 28, 1989
M! . f. r ; t< Lam! 1
FAIRMONT INSURANCE COMPANY
Burbank, California
POWER OF ATTORNEY
KNOW ALL btEN BY THESE PRESENTS:
That FAIRMONT INSURANCE COMPANY, a California Corporation, does hereby make, constitute and
appoint
E J McKenna, Jerry L McCord, Mari Jusino
of
California as its true lawful Attorney(s) -in -Fact, with full power and authority, for and on behalf of the Com-
pany as surety, to execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds,
undertakings, recognizances, consents of surety or other written obligations in the nature thereof, as follows:
Any and all bonds, undertakings, recognizances, consents of surety or other written obligations in the nature
thereof,
and to bind FAIRMONT INSURANCE COMPANY thereby, and all of the acts of said Attomey(s )-in -Fact,
pursuant to these presents, are hereby ratified and confirmed.
This appointment is made under and by authority of the following Bylaws of the Company, which Bylaws
are now in full force and effect:
ARTICLE IV. Section 13. ATTORNEYS -IN -FACT AND AGENTS. The chairman of the board, the president, the vice
president the chiet ttnancjaJ omcer, or t e secretaryot t e corporation may appoint attorneys -in -fact or agents with power
and authority. as defined or limited in their respective powers of attorney, for and on behalf of the corporation to execute
and deliver, and affix the seal of the Corporation thereto, bonds, undertakings, recognizances, consents of surety or
other written obligations in the nature thereof and any of said oficers may remove any. such attorney -in -fact or agent
and revoke the power and authority given to him or her.
ARTICLE IV, Section 14. AUTHORITY TO BIND. Any bond, undertaking, recognizance, consent of'surety or written
obligation in the nature thereot shall valid and binding upon the corporation when signed by the chairman of the
board- the president, the vice president, the chief financial officer, or the secretary of the corporation and duly attested
and sealed, if a seal is required, by the secretary or assistant secretary, or shall be valid and binding upon the corporation
when duly executed and sealed, if a seal is required, by a duly authorized attorney -in -fact or agent, pursuant to and
within the limits of the authority granted by his or her power of attorney.
This power of attorney is signed and sealed by facsimile under and by the authority of the following Resolu-
tion adopted by the Board of Directors of FAIRMONT INSURANCE COMPANY at a meeting drily called
and held on the 4rd day of October, 1983:
RESOLVED that the signature of anv officer authorized by the Bylaws, and the seal of the corporation, may be affixed
by facsimile to any po,er of attorney or special power of attorney or certification of either given for the execution of
any bond, undertaking, recognizance consent of surety or other written obligation in the nature thereof; such signature
and seal, when soused. being hereby adopted by the corporation as the on gal signature of such officer and the original
seal of the corporation, to be valid and binding upon the corporation with the same force and effect as though manually
affixed.
IN WITNESS WHEREOF, FAIRMONT INSURANCE COMPANY has caused these presents to be signed
by its proper officer and its corporate seal to be hereunto affixed this 4th day of October, 1983
3���5 �e�o•3q ' C `;
0J�d 1i^�•;Oz
FAIRMONT INSURANCE COMPANY
' APR.IO cv`
By
Is 7
M,trrNtltittt'_cxj
Signature arena an ,Secretary
State of California
ss.
County of Los Angeles
E
Tanna ? . Handley , personally. known tome, was by me duly sworn, and did depose and say: that
helshe resides in the State of California; that he!she is the duly elected Secretary of
FAIRMONT INSURANCE COMPANY, the corporation described in and which executed the above instru-
ment; that he -she knows the seal of said corporation; that the seal affixed to said instrument is such cor-
porate seal; that it was so affixed by authority of his/her office under the Bylaws of said corporation, and
that he she signed his/her name thereto by like authority.
Subscribed and sworn to me this 4th day of October,
OFFICIAL SEAL
:•
WAITRA SCH+MAUSS 1\
i:+�;,',.�F�;aw;c= r:OTA: >v PUBLiC CA'
:FCRYIA ( N ry P b and
?. PRINCIPAL ° I
LOS AN. ,ELS000NTY 1t or said County and State.
My Co=m SS,nn c+cir• ;^,
CERTIFICATION
m
I Patricia J. O'Brien , the Assistant Secretary of FAIRMONT
INSURANCE COMPANY, certify that the foregoing power of attorney and the above quoted Sections 13.
and 14. of Article IV of the Bylaws have not been abridged or revoked and are now in full force and effect.
Signed and Sealed at Burbank, California, this 5th day of December 19 85
SEAL
�;
,; �•����SVAA:yC�
; `
Title: ASSIUt becretary
6, O z
APR. 10 . v
1970 Z
v,,. CALIF -...� °`.
l 'd No. FB010696 Page 10
I `. • TFemium: $2,069.00
FAITHFUL PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted
has awarded to
November 25, 1985
Paxin Electric, Inc.
hereinafter designated as the "Principal ", a contract for C -2536 -- Installation of
traffic signals and safety lighting at the intersections of Jamboree Road at Island
Lagoon Drive - Newporter inn and Newport Center Drive at Santa Cruz Drive.
in the City of Newport Beach, in strict conformity with the Drawings and Specifications
and other contract documents on file in the office of the City Clerk of the City of
Newport Beach;
WHEREAS, said Principal has executed or is about to execute said contract and the
terms thereof require the furnishing of a bond for the faithful performance of said
contract;
NOW, THEREFORE, We, Paxin Electric. Inc:
as Principal, and FAIRMONT INSURANCE COMPANY
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
One Hundred Seventy Two Thousand Four Hundred Fifty & 0/100 Dollars ($ 172,450.00 ),
said sum being equal to look 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
Faithful Performance Bond (Continued)
• Page 11
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 5th day.of December 19 85
(Seal)
Authorized Signature and Title
FAIRMONT INSURANCE COMPANY (Seal)
Name of Surety
4111 W. Alameda Ave., Burbank CA 91505
r'i gnatu r ana 11 VI-e or Hutnori zea Agent
E.J. M Kenna Attorney -in -Fact
ccord Insurance Services; Inc.
P. . x 4476 No. Hollywood Ca 91609
Address of Agent
(818) 984 -0582 (213) 877 -9934
Telephone No. of Agent
1 , State of California •
County of Lds Angeles SS
On this 5th day of
December
0
in the year 1485 before me personally
appeared E.J. Mc Kenna personally known to me
AtWw y (rvFmc
(or proved to me on the basis of satisfactory evidence) to be the person whose name is subscribed to this instrument as the
Attorney -in -Fact of. Fairmont Insurance Company , and acknowledged to me that he subscribed the name of the said
company thereto as surety, and his own name as Attorney -in -Fact.
OFFICIAL SEAL
) MICHELLE MARIO
NOTARY PUBLIC - CALIFORNIA
441 >f1 PRINCIPAL OFFICE IN
LOS ANGELES COUNTY
5 -330 (10-83) I pAy Commission Expires Sept. 28, 1989
(Notary Public)
• •
FAIRMONT INSURANCE COMPANY
Burbank, California
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS.
That FAIRMONT INSURANCE COMPANY, a California Corporation, does hereby make, constitute and
appoint
E J McKenna, Jerry L McCord, Mari Jusino
of
California as its true lawful Aitorney(s) -in -Fact, with full power and authority, for and on behalf of the Com-
pany as surety, to execute and deliver and affix the seal of the Company thereto, if a seat is required, bonds,
undertakings, recognizances, consents of surety or other written obligations in the nature thereof, as follows:
Any and all bonds, undertakings, recognizances, consents of surety or other written obligations in the nature
thereof,
and to bind FAIRMONT INSURANCE COMPANY thereby, and all of the acts of said Attomey(s) -in -Fact,
pursuant to these presents, are hereby ratified and confirmed.
This appointment is made under and by authority of the following Bylaws of the Company, which Bylaws
are now in full force and effect:
ARTICLE IV, Section 13. ATTORNEYS-IN-FACT AND AGENTS. The chairman of the board, the president, the vice
president. the c tef tmancial oincer, or the secretary of the corporation may appoint attomegs -in -fact or agents with power
and authority, as defined or limited in their respective powers of attorney, for and on behalf of the corporation to execute
and deliver, and affix the seal of the Corporation thereto, bonds, undertakings, recognizantes, consents of surety or
other written obligations in the nature thereof and any of said officers may remove any such attomey -in -tact or agent
and revoke the power and authority given to him or her.
ARTICLE IV, Section 14. AUTHORITY TO BIND. Any bond, undertaking, recognizance, consent of surety or written
obligation in t e nature t ergo s a vat an binding upon the corporation when signed by the chairman of the
board, the president, the vice president, the chief Financial officer, or the secretary of the corporation and duly attested
and sealed, if a seal is re wired, by the secretary or assistant secretary, or shall be valid and binding upon the corporation
when duly executed and sealed, if a seal is required, by a duly authorized attomey -in -fact or agent, pursuant to and
within the limits of the authority granted by his or her power of attorney.
This power of attorney is signed and sealed by facsimile under and by the authority of the following Resolu-
tion adopted by the Board of Directors of FAIRMONT INSURANCE COMPANY at a meeting duly called
and held on the 4rd day of October, 1983:
RESOLVED that the signature of any officer authorized by the Bylaws, and the seal of the corporation, may be affixed
by facsimile to any power of attorney or special power of attorney or certification of either given for the execution of
any bond, undertaking, recognizance consent of surety or other written obligation in the nature thereof; such signature
and seal, when so used, being hereby adopted by the corporation as the original signature of such officer and the original
seal of the corporation, to be valid and binding upon the corporation with the same force and effect as though manually
affixed.
IN WITNESS WHEREOF, FAIRMONT INSURANCE COMPANY has caused these presents to be signed
by its proper officer and its corporate seal to be hereunto affixed this 4th day of October, 1983
O f- �ti1LC?PO$g7f,� 0
a
Q.: APR, 10
FAIRMONT INSURANCE COMPANY
By
Signature Tanna F.
cT
Han '�cretary
.� _1.. a1rA it u.3.t �_;:4�,_- ...��:..,r�x �J., _ _..c..so<, c:w;t. =- " + +�na.;aSs:;c+XL.,,,as;.fi =j .:...>;..�m ?._.' ,:. •......
State of California
ss.
County of Los Angeles
Tanna ?,Handley , personally. known to me, was by me duly sworn, and did depose and say: that
he %she resides in the State of California; that heishe is the duly elected Secretary of
FAIRMONT INSURANCE COMPANY, the corporation described in and which executed the above instru-
ment; that he she knows the seal of said corporation; that the seal affixed to said instrument is such cor-
porate seal; that it was so affixed by authority of hisrher office under the Bylaws of said corporation, and
that he'she signed hisiher name thereto by like authority.
Subscribed and sworn to me this 4th day of October,
WAITRA SCHI,"AUSS
NOTA ?.Y PU :C CA' ITORNIA
PPINCIPAL c_ :lCE ;N
LOS A :;:ELS COUNTY
W) Co:TV^.,ss.on E,;.ir ^. ^.Or ;f .
CERTIFICATION
said County and State.
FF
I Patricia J. O'Brien the
Assistant Secretary of FAIRMONT
INSURANCE COMPANY, certify that the foregoing power of attorney and the above quoted Sections 13.
and 14. of Article IV of the Bylaws have not been abridged
or revoked and are now in full force and effect.
Signed and Sealed at Burbank, California, this
5th day of December 19 85
SEAL
Title: ssis a t Secretary
=z APR. 10 .ro=
1970 �=
CALIF.
1-CERTIFICATE HOLDER
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
NAME AND ADDRESS OF INSURED
in Electric Inc.
•CERTIFICATE OF INSURANCE
Page 12
CE COMPANIES AFFORDING COVERAGES
Company A Ins Co of the !lest
Letter _
Iy B Ins Co of the West
I ettpr etter
C Universal Security
�Ulily 11y D Ins Co of the West
42831 N Sierra Hwy Letter
Lancaster, CA 93534 I Lettpry E
Letter
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).
COMPANY
TYPES OF INSURANCE
Policy
Policy
Exp.
LIMITS OF LIABILITY
IN THOUSANDS
000
Ag.Produc
LETTER
- COVERAGE REQUIRED
No.
Date
Each
Completed
Occurrence
Operation:
A
GENERAL LIABILITY
x Comprehensive Form
x Premises - Operations
SMP
5n6A90
4 -1 -8E
Bodily Injury
Y
Property Damage
$
$
$
$
x Explosion & Collapse Hazard
x Underground Hazard
x Products /Completed Operations
Bodily Injury
Hazard
x Contractual Insurance
and Property
Damage Combined
$ 500
$ 5nn
x Broad Form Property Damage
x Independent Contractors
x Personal Injury
Marine
Aviation
Personal Injury
$ 500
AUTOMOTIVE LIABILITY
B
❑x Comprehensive Form
BAP
162594
4-1-86
Bodily Injury
(Each Person
$
FxJ Owned
$
Bodily Injury
Each Occurrence
❑x Hired
Pro erty Damage
❑x Non -owned
Bodily Injury and
Property Damage
Combined
$ 500
EXCESS LIABILITY
C
® Umbrella Form
CU4487
4 -1 -86
Bodily Injury
❑ Other than Umbrella Form
and Property
Damage Combined
$ 2000
$ 2000
WORKERS' COMPENSATION
Statutor
D
EMPLOYERr'S LIABILITY
790238
4 -1 -86
$2000
Accident)
NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed
with the attached City of Newport Beach Endorsements.
CANCELLATION: Should any of the above described policies be cancelled or coverage reduced
before the expiration date thereof, the - Insurance Company affording coverage
shall provide 30 days' advance notice to the City of Newport Beach by
reg#ste'red mail,4 attention: Public Works Department.
By: LK'�t ✓��� Agency: McCord Insurance Services
Authorized Representative,
Date: December 5, 1985 Telephone: 818 98a -0582
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:
1
e
Ctr Drive
r
NOTICE: This certificate or verification of insurance is not an insurance policy and does not
amend, extend or alter the coverage afforded by the policies listed herein. Notwith-
standing any requirement, term, or condition of any contract or other document with
respect to which this certificate or verification of insurance may be issued or may
pertain, the insurance afforded by the policies described herein is subject to all
the terms, exclusions and conditions of such policies, including attached endorsements.
01
4 Page 13
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
$ 500,000 each occurrence
The limits of liability as stated in paragraph 3 of this endorsement shall not in-
crease the total liability of the Insurance Company for all damages as the result of
any one accident or occurrence in excess of the limits of Liability stated in the
policy as applicable to Automobile Liability Insurance.
4. Should the policy be cancelled or coverage reduced before the expiration date thereof,
the Insurance Company shall provide 30 days' advance notice to the City of Newport
Beach by registered mail, Attention: Public Works Department.
Jamboree Road & Island Lagoon Drive and at
5. Designated Contract: Newport Ctr Drive ?- Santa Cruz Drive # 2536
Project Title and Contract No.).
This endorsement is effective 11 -25 -85 at 12:01 A.M. and forms a part of
Policy No. BAP162594
Named Insured Paxih Electric, Inc. Endorsement No.
Name of Insurance Company Ins Co of the West By
Authorized Representative
0 • Page 14
CITY OF NEWPORT BEACH
COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT
It is agreed that:
I. 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 nold 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
( h 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
Jamboree Road & Island Lagoon Drive and at
7. Designated Contract: New ort Ctr Drive & Santa Cruz Drive # 2536
Project Title and Contract No.
This endorsement is effective 11 -25 -85 at 12:01 A.M. and forms a part of
Policy No. SMP546480
Named Insured Paxin Electric, Inc. // Endorsement No.
Name of Insurance Company Ins Co of the blest By Z —V f
Authorized Representative'
. Page 15
CONTRACT
iIS AGREEMENT, entered into this of y 19 �,
by and 6 een the CITY OF NEWPORT BE.4CN,.,Lierre— inafter "C' ," and xin
Electric, Inc. 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 the intersections of Jamboree
Road at Island Lagoon Drive - Newporter Inn and Newport Center Drive at Santa Cruz Drive
Title of Project Contract No. 2530
(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 the
intersections of Jamboree Road at Island Lagoon Drive -
NPwpnrter Inn and Newport Center Drive at Santa Cruz Drive 2536
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 One hundred
;events -two thousand four hundred fiftv dollars and no cents - - - -- ($ 172,450.00 ).
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 16
(f) Plans and Special Provisions for Installation of traffic
signals and safety lighting at the intersections of Jambor6e Road ive-
iiLie OT rroject Contract No.
Newporter Inn and Newport Center Drive at Santa Cruz Drive 2536
(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.
ATTEST:
CiCity 1Clerk
�
APPROVED AS TO FORM:
CL S �) t(� k-.
City Attorney
Paxin Electric, Inc.
incipal)
[zed Signature and Title
.H. PAXIN, PRESIDENT
Authorized Signature and Title
CITY
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT NO. 2536
INDEX TO SPECIAL PROVISIONS
FOR INSTALLATION OF
TRAFFIC SIGNALS AND SAFETY LIGHTING
AT
JAMBOREE ROAD AND ISLAND LAGOON DRIVE
AND AT
NEWPORT CENTER DRIVE AND SANTA CRUZ DRIVE
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
i
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT NO. 2536
INDEX TO SPECIAL PROVISIONS
FOR INSTALLATION OF
TRAFFIC SIGNALS AND SAFETY LIGHTING
AT
JAMBOREE ROAD AND ISLAND LAGOON DRIVE
AND AT
NEWPORT CENTER DRIVE AND SANTA CRUZ DRIVE
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
i
• 0
SECTION
PAGE
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.
Scheduling of Work--------------
- - - - -5
F.
Foundations - - - - - - - - - - - - - - - - -
- - - - - 5
G.
Standards, Steel Pedestals and Posts - - - - -
- - - - - 5
H.
Conduit - - - - - - - - - - - - - - - - - - -
- - - - - 5
I.
Pull Boxes ------------------
- - - - -6
J.
Conductors and Wiring - - - - - - - - - - - -
- - - - - 6
K.
Bonding and Grounding - - - - - - - - - - - -
- - - - - 6
L.
Service - - - - - - - - - - - - - - - - - - -
- - - - - 6
M.
Testing - - - - - - - - - - - - - - - - - - -
- - - - - 6
N.
Painting-------------------
- - - - -7
0.
Type 90 Controller Assemblies - - - - - - - -
- - - - - 7
P.
Vehicle Signal Faces and Signal Heads - - - -
- - - - - 9
Q.
Pedestrian Signals - - - - - - - - - - - - -
- - - - - - 9
R.
Detectors - - - - - - - - - - - - - - - - - -
- - - - - 9
S.
Pedestrian Push Buttons - - - - - - - - - - -
- - - - - 10
T.
Luminaires - - - - - - - - - - - - - - - - -
- - - - - 10
U.
Photoelectric Controls - - - - - - - - - - -
- - - - - 11
V.
Ballasts - - - - - - - - - - - - - - - - - -
- - - - - 11
W.
Payment------ -------- -- ----
- - - -12
X.
Signing and Striping - - - - - - - - - - - -
- - - - - 13
ii
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS FOR
TRAFFIC SIGNALS AND SAFETY LIGHTING
AT THE INTERSECTIONS OF
JAMBOREE ROAD AND ISLAND LAGOON DRIVE
AND AT
NEWPORT CENTER DRIVE AND SANTA CRUZ DRIVE
CONTRACT NO. 2536
I. SCOPE OF WORK
The work to be done under this contract consists of the installation of traffic
signals and safety lighting at the intersections of Jamboree Road and Island
Lagoon Drive and at Newport Center Drive and Santa Cruz Drive.
The contract requires completion of all work in accordance with these special
provisions; the City's Standard Special Provisions; the Plans (Drawing No. T-
5383 -S), the City's Standard Drawings and Specifications, and where applicable,
the California Standard Specifications, July 1984, and the California Standard
Plans, July 1984. The City's Standard Specifications are the Standard
Specifications for Public Works Construction, 1985 Edition. Copies may
Fe-
De purchased romm7uiTding 1Jews, nT- c—.--303SUverland Avenue, Los Angeles, CA
90034; telephone 213- 202 -7775. Copies of the City's Standard Drawings and
Special Provisions may be purchased from the Public Works Department at a cost
of $5.
If there is a conflict in methods of measurement of payment between the City's
Standard Specifications and the California Standard Specifications, the City's
Standard Specifications shall take precedence.
II. COMPLETION OF 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
2
equipment which are standard items 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
signal controller has been delivered to the job site.
IV. PAYMENT
The unit price for items of work shown in the proposal shall be full
compensation 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
facilities. The Contractor shall protect in place and be responsible for, at
his own expense, any damages to the utilities encountered during construction
of the items shown on the plans.
VI. WATER
The Contractor shall make his own provisions for obtaining and applying for
water necessary to perform his work. If the Contractor desires to use available
City water, it shall be his responsibility to make arrangements for the water
by contacting the City's Utility Division at 714 - 644 -3011.
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
Contractor, 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
uninterrupted along their existing street and drainage courses. Diversion of
water for short reaches to protect construction in progress will be permitted
if public or private properties are not damaged or, in the opinion of the
Engineer, are not subjected to the probability of damage.
3
Surface water containing mud or silt from the project area shall be treated by
filtration or retention in a settling pond or ponds adequate to prevent muddy
water from entering storm drains or the bay. The Contractor shall submit a
plan for implementing siltation control prior to commencing construction. Upon
approval of the plan, the Contractor shall be responsible for the
implementation and maintenance of the control facilities.
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 expense.
X. TRAFFIC SIGNAL AND SAFETY LIGHTING FACILITIES
A. General
The Contractor shall furnish al tools, equipment, materials, supplies, and
manufactured articles and shall perform all operations necessary to modify
existing and construct additional traffic signal and street lighting
facilities as shown on the drawings and as specified herein. See SCOPE OF
WORK.
B. Reference Specifications and Standard Plans
1. Standard �Sppe-c—ifications - Except as modified herein, materials and
nsta a
ition smarm to the California Standard Specifications,
July 1984.
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 Tfandard Plans" shall be understood to be referenced to
the California Standard Plans, July 1984.
3. Codes, Ordinances, and Regulations - All electrical materials and
equipmenT__Tu_rnisTed —an-d insfa eed under this section shall conform to
the referenced regulations and codes specified in Section 86 -1.02 of
the Standard Specifications, and to all other ordinances and
regulations of the authorities having jurisdiction.
Whenever reference is made to the Code, Safety Orders, General Order
or Standards, the reference shall be construed to mean the Code, Order
or Standard that is in effect on the date set for receipt of bids.
0 0
SIGNALS AND LIGHTING
C. DESCRIPTION. -- Furnishing and installing traffic signals
and highway lighting systems and payment therefor shall con-
form to the provisions in Section 86, "Signals and Lighting"
of the CALTRANS Standard Specifications dated July 1984, and
these special provisions.
Traffic signal work is to be performed at the following
locations:
Location A - Jamboree Road @ Island Lagoon Drive
Location B - .Newport Center Drive @ Santa Cruz Drive
D. EQUIPMENT LIST AND DRAWINGS.- -The controller cabinet sche-
matic 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.
The Con
all new cont
detector sen
tenance manu
manual. The
operation ma
are delivered
to purchase.
be limited t
(a)
(b)
(c)
(d)
(e)
(f)
(g)
(h)
W
tractor shall furnish t wo
roller units, auxiliary
sor units, control units
als and operation manual
maintenance manuals or
man shall be submitted
£or testing or, if or
The maintenance manual
o, the following items:
Specifications
Design characteristics
General operation theory
Function of all controls
Trouble shooting procedure
Block circuit diagram
maintenance manuals
equipment, and vehicle
and amplifiers. The
s may be combined into
combined maintenance
at the time the cont
dered by the Engineer,
s shall include, but
(.diagnostic routine)
Geographical layout of components
for
main -
one
and
rollers
previous
need not
Schematic diagrams
List of replaceable component parts with stock numbers
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 expense.
Furnish one reproducible, in addition to the required five
sets, of the cabinet schematic wiring diagram (cronoflex or sepia
mylar).
5
E. 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 equip-
ment.
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 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, 'rMinor 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 con-
tain not less than 564 pounds of cement per cubic yard.
The Contractor shall furnish, to the City, detailed draw-
ings and calculations for the foundations required to support
the special poles shown on the plans, prepared by a Structural
Engineer registered in the State of California.
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.
At Location B,.the signal poles shall not be galvanized;
however, they shall be painted white, as specified elsewhere
herein. The inside of the poles shall be primered with the lower
18" receiving a final coat identical to the outside.
The Contractor shall provide detailed drawings and calcu-
lations for the special standards called for on the plans.
H. CONDUIT.- -Non- metallic type conduit will not be allowed on
this project.
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 fitted with suitable drill bits for size hole required.
R
j, PULL BOXES. - -Grout in bottom of pull boxes will not be
required.
Pull boxes, pull box covers and pull box extensions shall
be concrete.
Standard Plan Drawing ES -8, "Pull Box Details ", Note 4 -a.5
and b.9 shall not apply to this project.
J. CONDUCTORS AND WIRING. -- Conductors shall be spliced by the
use of "C" shaped compression connectors as shown on the plans.
Splices shall be insulated by "Method B"
Subparagraph 5. of the first paragraph of Section 86- 2.09D,
"Splicing ", of the Standard Specifications is deleted.
Insulation for conductors installed for internally illu-
minated street name signs shall be color coded orange with no
stripe.
K. BONDING AND GROUNDING. -- Grounding jumper shall be attached
by a 3/16 inch, or larger, brass bolt in the signal standard or
controller pedestal and shall be run to the conduit, ground rod
or bonding wire in adjacent pull box.
Grounding jumper shall be visible after cap has been poured
on foundation.
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 deemed necessary by
the Engineer, one complete prototype cabinet shall be delivered
to the Engineer for review at least 30 days before fabrication
of the contract fixtures. The prototype cabinet will be returned
to the Contractor and, if permitted by the Engineer, the cabinet
may be installed in the work.
M. TESTING.- -The City will not require that the traffic signal
control equipment or cabinet be tested at the California Trans-
portation Laboratory or other independent test facility. How-
ever, the City will require that the equipment and cabinet be
tested as specified in the sixth, paragraph of Section 86- 2.14A,
"Materials Testing ", of the Standard Specifications and that the
Certificate of Compliance and signed test report be forwarded to
the City along with a written certification from the supplier
stating that the controller units, auxiliary equipment; and cab
inet, fully wired, meet the requirements of the Standard Specifi-
cations and these special provisions.
• 7
The sixth paragraph of Section 86- 2.14C, "Functional Test-
ing", of the Standard Specifications is amended to read:
"During the test period, and until such time there-
after, that any and all Contract related deficiencies of
the new or modified system, or systems, have been corrected,
the City will maintain the system, or systems. The cost of
any Contract related maintenance necessary, except elect-
rical energy, and maintenance due to damage by public
traffic, shall be at the Contractor's expense and will be
deducted from any moneys due, or to become due the Contractor."
The functional test shall consist of ten (10) continuous days.
Turn -on of the new traffic signal system shall not be on, nor
shall the functional test start on, a Friday, Saturday, Sunday,
holiday, or any day preceding a holiday. The Traffic Engineer
shall be notified at least 48 hours prior to the intended turn -on.
A knowledgeable representative for the manufacturer or dis-
tributor 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 tech-
nician, employed by the controller manufacturer or his represen-
tative, present at the time the equipment is turned on.
N. PAINTING. - -At Location B, all traffic signal equipment, in-
cluding controller cabinet and service, poles, mast arms, vehicle
heads (except insides of visors and faces of backplates), pedes-
trian heads, pushbutton assemblies, and signal mounting assemblies,
etc., shall be painted white.
At Location A, the controller cabinet and Type II service
shall be painted white.
The paint shall be Ameron Standard White (WH -1), commonly
called Newport Beach white, or an approved equal. This paint
coating consists of Amercoat 234 Top Coat over 54 Tie Coat over
Dimecoat No. 6.
At Location A, the controller cabinet may be painted white
with baked on enamel, per Multisonics Corporations' application,
or equal.
0. TYPE 90 CONTROLLER ASSEMBLIES. - -At Location A, furnish and
install 8 phase Mu tisonics 820 System Controller wired to operate
6 phase, complete with integral coordination telemetry, and time
base coordination capability, in Type "'P" cabinet.
At Location B, furnish and install an 8 phase Multisonics
820 Controller, complete with integral time base coordination
capability, in a Type "P" cabinet.
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.
The conflict monitor shall be a "Plus" monitor manufactured
by Solid State Devices, 127 West Geneva Drive, Tempe, Arizona,
85282, or an approved equal.
I
A special external bicycle timing logic package shall be
provided in the traffic signal controller cabinet. For each
phase on which bicycle pushbuttons are used, the bicycle timing
logic package shall have a separate solid -state circuit with a
solid -state timer capable of an adjustable timing period from 0
to 16 seconds, and a display lamp. The lamp shall indicate when
a bicycle pushbutton call has been registered, and shall remain
on until the "bicycle timing" described below has been completed.
Actuation of a particular bicycle pushbutton will activate
its' respective bicycle timing circuit which shall place and
hold a vehicle call on the associated vehicle phase as specified
below:
For actuations received during the yellow or red inter-
val of the phase, the bicycle timing circuit 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 in-
terval, the vehicle call will 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 immediately and
the bicycle timing circuit 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 tim-
ing has been completed, will not be remembered or carried
over to the next cycle.
The bicycle timing shall be totally independent of the con-
troller timing and the removal of the bicycle timing logic pack-
age 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 circuit,
then either the vehicle time, pedestrian time, or the bicycle
time, whichever is longest, shall be in affect during the time
the affected phase is being serviced.
• • 9
The bicycle timing logic package shall be provided in a
separate shelf mounted housing, and the individual timing cir-
cuits for each of the individual phases shall be in the same
housing, and shall be connected by a NEMA approved connector
and harness.
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 cab-
inet 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.
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 in
alternate, all post top mounted installations shall utilize TV -1 -T
mounting brackets in place of the TV -1 mounting shown on the plans.
Q. PEDESTRIAN SIGNALS. -- Pedestrian signals shall be Type C and
shall be Indicator Controls Corporation P/N 4096B, or approved
equal, mounted utilizing Clamshell type mountings.
The hood described in Section 86- 4.05D, "Visors ", of the
Standard Specifications shall be provided.
R. 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
0 10
shall be connected in accordance with the manufacturer's instruct-
ions for one or two channel configurations.
The number of sensor units and lead -in cables required to
achieve the specified detection shall be installed.
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.
S. PEDESTRIAN PUSH BUTTONS. -- Pedestrian push button signs, for
push button assemblies to be installed on pedestrian push button
posts, shall be 5" x 7� ". All other pedestrian push button signs
shall be 9" x 12" and shall not extend beyond the mounting frame-
work.
Installation of push button assemblies for bicycle use shall
be in accordance with City Standard Plan STD - 913 -L, and shall be
5" x 7h ".
T. LUMINAIRES.- -Glare shields are not required on semi - cutoff
or full cutoff luminaires.
Luminaires shall be the cutoff type.
Each luminaire shall be die -cast aluminum, with integral
regulator ballast and Type IV photoelectric control (Section
86- 6.07A) for use in a multiple 120V circuit.
The optical assembly shall provide true 900 cutoff and shield-
ing (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 the high pressure sodium lamps.
Luminaires shall be General Electric M -400 A cutoff power/
door units or approved alternates.
C,
U. PHOTOELECTRIC
be provided on each
street name sign.
V. BALLASTS.- -The
Intensity - Discharge
is amended.to read:
C
11
7ONTROLS.- -Type IV photoelectric controls shall
luminaire and on each internally illuminated
12th paragraph in Section 86 -6.10, "High -
Lamp Ballasts ", of the Standard Specifications
Ballasts for luminaires to be mounted on mast arms,
brackets, or lowering assemblies shall be the regulator type
and shall be located within the luminaire housing. The
ballast for each horizontally mounted luminaire shall con-
sist of components mounted on the luminaire housing, compon-
ents mounted on a metal plate secured to the housing, or
components mounted on a down opening door. The door shall
be hinged and secured to the luminaire housing separately
from the refractor or flat lens frame. The door shall be
easily removable and replaceable. The door shall be secured
to the housing in a manner to prevent its accidental opening
when the refractor or flat lens frame is opened.
Section 86- 6.10A, "Regulator Type Ballasts ", of the Standard
Specifications is amended to read:
Regulator type ballasts shall be lag -type or lead -type
and shall conform to the following:
86- 6.10A(1) LAG -TYPE REGULATOR BALLASTS.- -Each
lag -type regulator ballast shall have the primary and
secondary windings electrically isolated and, when
operated with the appropriate lamp, shall have the
following characteristics and shall maintain the
following lamp operation:
1. The power factor shall be not less than 90
percent throughout the life of the lamp at
nominal line voltage with a nominally rated
reference lamp.
2. Lamp wattage regulation spread at any lamp
voltage from nominal through life shall not
vary by more than 18 percent for ±10 percent
input voltage variation.
3. For nominal input voltage and lamp voltage,
the ballasts design center shall not vary
more than 7' percent from rated lamp watts.
4. The ballasts shall be designed so that a
capacitance variance of ±6 percent will not
cause more than a ±8 percent variation in
lamp wattage regulation throughout rated
lamp life for nominal input voltage.
0
12
5. The lamp current crest factor shall not exceed
1.8 for input voltage variation of ±10 percent
at any lamp voltage from initial through life.
86- 6.10(2) LEAD -TYPE REGULATOR BALLASTS. --Each lead -
type regulator ballast (CIIA- constant wattage autoregulator)
shall, when operated with the appropriate lamp, have the
following characteristics and shall maintain the follow-
ing lamp operation:
1. The power factor shall be not less than 90
percent when the ballast is operated at nominal
line voltage with a nominally rated reference
lamp.
2. Lamp wattage regulation spread at any lamp
voltage from nominal through life shall not
vary by more than 30 percent for ±10 percent
input voltage variation.
3. For nominal input voltage and lamp voltage,
the ballast design center shall not vary by
more than 7h percent from rated lamp watts.
4. The ballast shall be designed so that a cap-
acitance variation of ±6 percent will not
cause more than a ±8 percent variation in
lamp wattage regulation throughout rated
lamp life for nominal input voltage.
5. The lamp current crest factor shall not exceed
1.8 for input voltage variation of ±10 percent
at any lamp voltage from initial through life.
W. 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.
. . 13
X. SIGNING AND STRIPING
REMOVE PAVEMENT MARKERS. -- Pavement markers shall be removed
and disposed of.
REMOVE TRAFFIC STRIPES AND PAVEMENT MARKINGS. -- Remove traffic
stripes and pavement markings as shown on the plans and designated
by the Engineer.
Where blast cleaning is used for the removal of painted
traffic stripes and pavement markings or for removal of object-
ionable material, and such removal operation is being performed
within 10 feet of a lane occupied by public traffic, the residue
including dust shall be removed immediately after contact between
the sand and the surface being treated. Such removal shall be by
a vacuum attachment operating concurrently with the blast cleaning
operation.
Nothing in these special provisions shall relieve the Con-
tractor from his responsibilities as provided in Section 7 -1.09,
'Public Safety', of the Standard Specifications.
REMOVE ROADSIDE SIGNS. -- Existing roadside signs, at locations
shown on the plans to be removed, shall be removed and disposed of
outside the public right -of -way.
Existing roadside signs shall not be removed until replace-
ment signs have been installed or until the existing signs are no
longer required for the direction of public traffic, unless other-
wise directed by the Engineer.
RELOCATE ROADSIDE SIGNS. -- Existing roadside signs shall be
removed and installed at new locations shown on the plans.
Each roadside sign shall be installed at the new location
on the same day said sign is removed from its original location.
ROADSIDE SIGNS. -- Roadside signs shall be installed at the
locations shown on the plans or where directed by the Engineer,
and shall conform to the details shown on the plans and the pro-
visions in Section 56 -21 "Roadside Signs ", of the Standard
Specifications.
INSTALL ROADSIDE SIGN PANELS. -- Roadside sign panels shall
be installed on new posts and on new traffic signal standard
mast arm at the locations shown on the plans or where directed
14
by the Engineer angki n conformance with the ploisions in Section
56 -2.04, "Sign Panel Installation ", of the Standard Specifications
and these special provisions.
PAINT TRAFFIC STRIPES AND PAVEMENT MARKINGS.- -This work
shall consist of painting traffic stripes, including appplying
glass spheres, at the locations shown on the plans or designated
by the Engineer, in conformance with these special provisions.
Painting shall conform to the last 2 paragraphs of Section
59 -1.03, "Application ", and Section 59 -1.04, "Thinning Paint ",
of the Standard Specifications.
Pavement markings (legends and arrows) shall be thermoplastic
paint or prefabricated material approved by the City.
STRIPE AND PAVEMENT MARKING MATERIALS.- -Paint and glass
spheres for traffic stripes and pavement markings shall be as
specified by CALTRANS, including paint for cat tracks and dribble
lines. White and yellow paint will be either the Fast Dry or
Rapid Dry type at the option of the Contractor.
Copies of said specifications are available for inspection
at the Department's Transportation Laboratory, Sacramento, Calif-
ornia.
If more than 120 days have elapsed from the date of manu-
facture of the paint furnished, the paint shall be mixed in
containers other than the spray equipment containers until a
smooth, uniform product of proper consistency is obtained.
APPLICATION. -- Mechanical means shall be used to paint traffic
stripes and pavement markings and to apply the glass spheres for
traffic stripes. Rapid Dry type paint shall be applied only with
airless type equipment.
Traffic stripes shall be painted to the line established
by the Engineer, which will consist of existing stripes or control
points spaced at 200 feet on tangents and 50 feet on curves.
All additional work necessary to establish satisfactory lines
for stripes and all layout work required for pavement markings
shall be performed by the Contractor at his expense, including
correction of minor irregularities in the line established by the
Engineer. Correction of minor irregularities shall be accomp-
lished by the application of cat tracks or dribble lines, the
use of laser guidance devices, or by a combination of these tech-
niques.
Cat tracking shall consist of stretching a rope on a straight
line between control points on tangent alignment and on a true
arc through control points on curved alignment and placing spots
of paint along the rope. The spots shall be not more than 3
inches in width and not more than 5 feet apart on curves or 10
feet apart on tangents.
Dribble lines shall consist of marking the pavement with a
thin line of paint using a striping machine or other suitable
device. Dribble lines shall be on a straight line between control
points on tangent alignment and on a true arc through control
points on curved alignment.
Paint for cat tracks and dribble lines shall be the same
color as the traffic stripe for which they are placed.
Laser guidance equipment shall be capable of maintaining the
alignment of traffic stripes with an accuracy equivalent to, or
better than, that obtainable through use of cat tracking or
dribble lines, as determined by the Engineer.
Traffic stripes and pavement markings shall be applied only
on dry surfaces and only during periods of favorable weather.
Painting shall not be performed when the atmospheric temperature
is below 40° F.; when freshly painted surfaces may become damaged
by rain, fog, or condensation; nor when it can be anticipated
that the atmospheric temperature will drop below 40° F. during
the drying period. .
Surfaces which are to receive traffic stripes and pavement
markings shall be cleaned of all dirt and loose material.
Paint shall not be heated to a temperature greater than
160° F.
Traffic stripes and pavement markings shall be applied in
2 coats. The first coat of paint shall be dry before application
of the second coat. '
Unless otherwise directed b
be uniformly incorporated in all
application of the paint, except
applied to black paint. Spheres
traffic paint being applied to a
diameters.
I the - Engineer, glass spheres shall
coats of paint immediately after
that glass spheres shall not be
shall be embedded in the coat of
depth of at least one -half their
A double stripe shall consist of two 4 -inch wide yellow stripes
separated by a 3 -inch wide space.
Completed traffic stripes shall have clean
edges, shall be uniform, shall be a straight on
and shall be on a true arc on curved alignment.
and well- defined
tangent alignment,
The widths of
15
•completed traffic Wpes shall not deviate mm than k inch on
tangent nor more than h inch on curves from the widths shown on
the plans. Broken traffic stripes shall also conform to the
following requirements:
1. The lengths of the gaps and individual stripes that
form broken traffic stripes shall not deviate more
than 2 inches from the lengths shown on the plans.
2. The lengths of the gaps and individual stripes shall
be of such uniformity throughout the entire length
of each broken traffic stripe that a normal strip-
ing machine will be able to repeat the pattern and
superimpose additional coats of paint upon the
traffic stripe being painted.
The completed pavement markings shall have clean and well -
defined edges and shall conform to the dimensions shown on the
plans, except that minor variations may be accepted by the
Engineer.
Drips, overspray, improper markings, and paint tracked by
traffic shall be immediately removed from the pavement surface
by blast cleaning or other methods approved by the Engineer.
All such removal work shall be at the Contractor's expense.
APPLICATION RATES.- -Paint for traffic stripes and pavement
markings shall be applied at a rate between one gallon per 80 .
square feet and one gallon per 350 square feet. The exact rate
will be determined by the Engineer.
Glass spheres shall be applied to all coats (except first
coats when so directed by the Engineer and except all black
paint coats) at an approximate rate of 5 pounds per gallon of
paint. The exact rate will be determined by the Engineer.
The volume of paint applied shall be measured by stabbing
the paint tank with a calibrated rod. At the option of the
Engineer, if the striping machine is provided with air atomized
spray units (not airless) and is equipped with paint gauges, the
volume of paint may be determined by using such gauges.
The amount of glass spheres applied shall be measured by
stabbing the glass sphere tank with a calibrated rod.
EQUIPMENT AND OPERATION. - -All equipment used in the appli-
cation of traffic stripes and pavement markings shall produce
stripes and pavement markings of uniform quality that conform
to the specified requirements.
a
16
The striping
posing succeeding
j speed of at least
machine shall be
coats of traffic
5 miles per hour.
capable Accurately superim-
paint upon the first coat at a
Each coat of paint for any traffic stripe, including glass
spheres where required, shall be applied in one pass of the strip-
ing machine, regardless of the number, widths, and types of individ-
ual stripes involved.
The striping machine shall consist of a rubber -tired vehicle
that is maneuverable to the extent that straight lines can be
followed and normal curves can be made in true arcs. It shall be
capable of applying traffic paints and glass spheres at the rates
specified above. The striping machine shall be equipped with the
follwoing: (2) a pointer or sighting device not less than 5 feet
long and extending from the front of the machine; (b) a pointer or
sighting device extending from the side of the machine to gauge the
distance from the centerline for painting shoulder stripes; (c) a
positive acting cutoff device to prevent depositing paint in gaps
of broken stripes; (d) Shields or an adjustable air curtain for
line control; (e) pressure regulators and gauges (if pneumatically
operated) that are in full view of the operator; (f) a paint
strainer in the paint supply line; (g) a paint storage tank with
a mechanical agitator that operates continuously during painting
operations; (h) a glass sphere dispenser located behind the paint
applicator nozzle and which is controlled simultaneously with the
paint applicator nozzle; and (i) calibrated rods for measuring the
volumes of paint and glass spheres in the paint and glass sphere
tanks.
All spray equipment sh
capacity for the work. Air
equipped with oil and water
and shall have adequate air
city. Spray gun tip needle
the proper sizes.
311 be of a
atomized s
extractors
volume and
assemblies
proper type and of adequate
Dray equipment shall be
and pressure regulators
compressor recovery capa-
and orifices shall be of
Attention is directed to Section 5 -1.11, "Alternative Equip-
ment", of the Standard Specifications.
Where the configuration or location of a traffic stripe is
such that the use of a striping machine is unsuitable, traffic
paint and glass spheres may be applied by other methods and equip-
ment approved by the Engineer. The Engineer will determine if the
striping machine is unsuitable for a particular use.
PROTECTION. - -Newly painted traffic stripes and pavement
markings shall be protected from damage by public traffic or
other causes until the paint is thoroughly dry.
PAVEMENT MARKERS. -- Pavement markers shall conform to the
provisions in Section 85, "Pavement Markers % of the Standard
Specifications and these special provisions.
17
Pavement markers shall be placed to the line established by
the Engineer, which will consist of temporary painted line or new
or existing stripes, one for each line of markers.
All additional work necessary to establish satisfactory
lines for markers shall be performed by the Contractor, including
correction of minor irregularities in the line established by the
Engineer.
PAYMENT.- -The contract bid prices paid for traffic signing,
striping, markings, and pavement markers shown shall include full
compensation for furnishing all labor, materials (except State -
furnished sign and marker panels), tools, equipment, and incid-
entals, and for doing all the work involved in connection with
the traffic plans, including, but not limited to, excavation and
backfill, and covering, relocating, removing and disposing of
and 'salvaging the traffic control devices and equipment, as shown
on the plans, as specified in the Standard Specifications and these
special provisions, and as directed by the Engineer.
December 30, 1985
TO: CITY CLERK
FROM: Traffic Engineering
SUBJECT: INSTALLATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING AT
JAMBOREE ROAD AND ISLAND LAGOON DRIVE AND AT
NEWPORT CENTER DRIVE AND SANTA CRUZ DRIVE
(C -2536)
Attached are three (3) sets 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 Traffic Engineering.
Thank you.
CO
Tames E. Brahler
Assistant Traffic Engineer
JEB:bb
Attachments: 3
BY THE CITY COUNCIL November 25, 1985
• CITY OF NEWPORT BEACH CITY COUNCIL AGENDA
NOV 2 5 19185 ITEM N0. F -3(a)
TO: CITY COUNCIL APPROVED
FROM: Public Works Department
SUBJECT: INSTALLATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING AT THE
INTERSECTIONS OF (1) JAMBOREE ROAD AT ISLAND LAGOON DRIVE -
NEWPORTER INN AND (2) NEWPORT CENTER DRIVE AT SANTA CRUZ DRIVE
(C -2536)
RECOMMENDATION:
Award Contract No. 2536 to Paxin Electric, Inc., Lancaster,
California, for $172,450.
DISCUSSION:
• Six (6) bids were received and opened in the office of the City Clerk
at 11:30 A.M., November 14, 1985. The bids were as follows:
1. Paxin Electric, Inc., Lancaster, CA $172,450
2. Signal Construction Co., Anaheim, CA $184,765
3. Steiny and Company, Inc., Fullerton, CA $197,434
4. Paul Gardner Corporation, Ontario, CA $197,560
5. Intersection Management Systems, Inc. $198,693
6. Baxter- Griffin Co., Inc., Stanton, CA $208,800
The engineer's estimate for this project is $203,500. The costs for
the traffic signal installation on Jamboree Road at Island Lagoon Drive -
Newporter Inn will be shared equally by CSL Newporter, Ltd. (Newporter Inn) and
The Irvine Company in conjunction with Tract No. 9676 (Sea Island).
The traffic signal installation on Newport Center Drive at Santa Cruz
Drive will be funded by Four Seasons Hotel's contribution to the Transportation
and Circulation Fund.
The estimated date of completion is March 25, 1986.
•444f. A JL
Richard M. Edmonston
Traffic Engineer
JEB:jd
September 23,985
CITY COUNCIL AGENDA
ITEM NO. F -21
BY THE CITY COUNCIL
CITY OF NEWPORT BEACH
• TO: CITY COUNCIL SEP 23 1995
FROM: Public Works Department APPROVED
SUBJECT: TRAFFIC SIGNAL INSTALLATIONS AT JAMBOREE ROAD AND
ISLAND LAGOON DRIVE /NEWPORTER INN AND AT NEWPORT
CENTER DRIVE AND SANTA CRUZ DRIVE (C ^2536)
RECOMMENDATION
1. Approve the plans and specifications.
2. Authorize the U y ..Cleik.ap _a gertia ,.f",,bJA& to be opened 10:00
a.m. on October 17, 1985.
DISCUSSION
This project provides for the installation of two new signals and a segment
• of interconnect facilities. The new signals will be at Newport Center
Drive and Santa Cruz and at Jamboree Road and Island Lagoon Drive /Newporter
Inn. The interconnect will run along Jamboree Road from Backbay Drive to
Santa Barbara Drive. The estimated completion date is February 25, 1986.
The estimated cost for the signal at Newport Center Drive and Santa Cruz is
$100,000. This signal was a requirement of the Four Seasons Hotel and they
satisfied this condition with their contribution to the Traffic and
Circulation Fund.
The estimated cost for the Jamboree Road and Island Lagoon Drive /Newporter
Inn signal is $85,000. The Sea Island project was conditioned to pay for
half of this signal and has satisfied this by depositing $42,000 with the
City. The new owners of the Newporter Inn have offered to pay the other
half of the cost to this signal upon request. Staff will request their
deposit prior to the award of the contract.
The traffic signal interconnect facilities are estimated to cost $25,000.
These funds are contained in the current Gas Tax Budget.
• 4 - "yq. i �,
Richard M. Edmonston
Traffic Engineer
C AM721
Authorized to Publish Advertisements of a *ds includin public
notices by Decree of the Superior Court of Orange County,
California, Number A -6211, dated 29 September, 1961, and
A- 24831, dated 11 June. 1963.
STATE OF CALIFORNIA
County of Orange P„ wtI •a~iw* w iid
0r IM 4"I"Wi 4 W M 1 00M
X11" 10V GOMMIII �
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 below
entitled matter. I am a principal clerk of the Orange
Coast DAILY PILOT, with. which is combined the
NEWS- PRESS, a newspaper of general circulation,
printed and published in the City of Costa Mesa,
County of Orange. State of California, and that a
Notice of Inviting Bids
of which copy attached hereto is a true and complete
copy, was printed and published in the Costa Mesa,
Newport Beach, Huntington Beach, Fountain Valley,
Irvine, the South Coast communities and Laguna
Beach issues of said newspaper for 1 time
s lKaF" to wit the issue(s) of
October 31 5
198_
, 198_
, 198_
, 198_
198_
I declare, under penalty of perjury, that the
foregoing is true and correct.
Executed on
October 31 s
198
at Costa Mesa, Cali or ia.
Signature
0