HomeMy WebLinkAboutC-2681 - Traffic Signals at Various IntersectionsCITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
January 3, 1989
Signal Maintenance Inc.
2720 E. Regal Park Dr.
Anaheim, CA 92806
(714) 6443005
Subject: Surety: Amwest Surety Insurance Co.
Bonds No.: 1146546
Contract No.: C -2681
Project: Modification of Traffic Signals and
Safety Lighting at Various
Intersections
The City Council of Newport Beach on November 28, 1988
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 of Completion has been recorded in
accordance with applicable portions of the Civil Code.
The Notice was recorded by the Orange County Recorder on
December 6, 1988, Reference No. 88- 634249.
Sincerely,
Wanda E. Raggio�
City Clerk
WER:pm
cc: Public Works Department
3300 Newport Boulevard, Newport Beach
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
NO CONSIDERATION
RECORDING REQUEST PER 88= 634249
GOVERNMENT CODE 6103_. OF ORANGE COUNTY, CAU ORNIA
L EXEMPT 1:000EC 61988
C 2 PM
NOTICF.OF viPLETION Q' dtRECORDEFl
PUBLIC WORKS
'1 o All Laborers and Material Men -arid to Every Other Person Interested:
YOU WILL PLEASE TAKE NOTICE that on November 28, 1988
the Public Works project consisting of Modification of Traffic Signals and Safety
Lighting at Various Intersections (C- 2681). _
on whit al Maintenance Inc. 2720 E. Regal Park Dr.6'Anaheim. CA 92806
wnsu�re* nd Amwest Surety Insurance Co. 100 California St., 11720,
wompleted. San Francisco, CA 94111
CIT OF NEWPO RT BFACH
lilt
blic Works Director
VERIFICATION
I, the undersigned, say:
I am the Public Works Director of the City of Newport Beach; the foregoing
Notice of Completion is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on November 30, 1988 at Newport Beach. California.
i
its
Public 19OTks 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 Novamhar 2A, toRR 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 November 30,_1988 at Newport Beach, California.
City Clerk
;.A
"It4
+� *ember 28, 1988
DY THE �JTY COUNCKTY COUNCIL AGENDA
CITY rX 110 WORT BEACtM N0. F -14
NOV 2 8 1988
TO: CITY COUNCIL
FROM: Public Works Department
SUBJECT: ACCEPTANCE OF TRAFFIC SIGNAL MODIFICATIONS AT VARIOUS LOCATIONS
CONTRACT NO. 2681
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 the
Notice of Completion has been recorded in accordance with appli-
cable portions of the Civil Code.
DISCUSSION:
The contract for the modifications of traffic signals at various
locations (map attached) has been completed to the satisfaction of the Public
Works Department.
The bid price was $279,611.00
Amount of the unit price items constructed 279,611.00
Amount of change orders 20,484.10
Total contract cost 300,09 . 0
Three Change Orders were issued. The first, in the amount of $661,69
provided for installation of an additional pedestrian push button post at San
Joaquin Hills Road and Marquerite Avenue. The second, in the amount of
$11,750.00, provided for the addition of a separate pedestrian phase at Balboa
Boulevard and Main Street. The third, in the amount of $8,072.41, provided for
installation of additional detection and relocation of the median irrigation
control wires at San Joaquin Hills Road and Marguerite Avenue; an additional
pedestrian push button post at San Miguel Drive and San Joaquin Hills Road; and
replacement of all the deteriorated signal heads at Balboa Boulevard and River
Avenue.
Funds for the project were budgeted in the Gas Tax Fund, Account No.
19- 5624 -102.
The contractor is Signal Maintenance, Inc. of Anaheim.
The contract date of completion was October 14, 1988. The work was
completed on that date.0
Benjamin B. Nolan
Public Works Director
PD: so
Attachment
Zll..-
EXHIBIT *K'
Locations For TroffLc Signal MOdificatiolls
Z
AMM
CITY OF NEWPORT. .E CH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
4 /zz ft
TO: VINANCE DIRECTOR
FROM: CITY CLERK
DATE: April 22, 1988
SUBJECT: Contract No. C -2681
Description of Contract Modification of Traffic Signals and
Safety Lighting at Various Intersections
Effective date of Contract April 22, 1988
Authorized by Minute Action, approved on March 14, 1988
Contract with Signal Maintenance Inc.
Address 2720 E. Regal Park Dr.
Anaheim, CA 92806
Amount of Contract $279,611,00
"9� C"Co 4fe
Wanda E. Raggio
City Clerk
WER:pm
Attachment
3300 Newport Boulevard, Newport Beach
3 CITY CLERK A(j
Y
NOTICE INVITING BIDS
Sealed bids may be rece _ t the, office of the City Clerk,
3300`- Newport Boulevard, P. 0. 768; NewQor`8each; CA 92658 -8915
until 11:00 a.m.on the day of hSarch 1988,
at whi tcTi�ime such bids sha be opene a read for
MODIFICATION OF TRAFFIC SIGNALS AND;,gAFETY LIGHTING AT VARIOUS INTERSECTIONS
T.: %-,,0 Project
2681 ..
Contract No.
$292,000
Engineer's Estimate
VOW
V
6:2 O
Approved by the City Council
this 8th day of February , 1988.
an a E. aggio
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 Engineer
.,
.. _.,. ,., ., �, .. _ __�_ __.. �. _._ . � , a. .._,...
„- � a
s
Page Is
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
MODIFICATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING
AT VARIOUS IWMSRCTIONS
CONTRACT NO. 2681
To The Honorable City Council
City of Newport Beach
3300 Newport B1., P. 0. Box 1768
Newport Beach, CA 92668 -8916
Gentlemen:
1410
Wr;#*A Prices arP 1
kb0+ coW.pl�� ea.
/�t4iV�/� /� • ��iif
I S o h� 0. Y7'VY,nA r/ /
4jhor^4 -/ /i `6 4L41/"Oo
k0� 4eGf au- 4kew4- , r 41
o+ 6. per Caro I
�arodam, 3 -2 f8,
c}''
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. 2681 in accordance with the
Plans and Special Provisions, and will take in full payment, therefore, the
following unit price for the work, complete in place, to wit:
FA-
Page lb
ITEM
QUANTITY
ITEM DESCRIPTION
TOTAL
NO.
AND UNIT
UNIT PRICE WRITTEN IN WORDS
PRICE
1
Lump
Sum
Location A: San Joaquin Hills
Road at San Miguel Drive. Add
left -turn phasing on San Miguel
Drive. Replace controller.
Dollars
and
Cents
$
47,331.00
2
Lump
Sum
Location B: San Joaquin Hills
Road at Marguerite Avenue. Add
left -turn phasing on San Joaquin
Hills Road. Replace controller.
Dollars
and
Cents
$
46,180.00
3
Lump
Sum -
Location C: Newport Center
Drive at Santa Rosa Drive.
Split Phases 4 and 7.
Replace controller.
Dollars
and
Cents
S
35,685.00
4
Lump
Sum
Location D: Newport Center
Drive at Newport Center
Drive East and West.
Replace controller.
Dollars
and
Cents
$
27,334.00
5
Lump
Sum
Location E: Irvine Avenue
at Highland Drive /20th
Street. Replace controller.
Dollars
and
Cents
$
30,341.00
Page lc
ITEM QUANTITY ITEM DESCRIPTION TOTAL
NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE
6 Lump Sum
Location F: Balboa Boulevard
at 32nd Street. Replace
controller.
Dollars
and
Cents
g
25,481.00
7 Lump Sum
Location 6: Balboa Boulevard
at 16th Street. Add median
pedestrian pushbuttons.
Dollars
and
Cents
$
4,019.00
8 Lump Sum
Location H: Balboa Boulevard
at River Avenue. Modify
existing interconnect operation.
Dollars
and
Cents
$
36,555.00
9 Lump Sum
Location I: Jamboree Road,
San Joaquin Hills Road to
Ford Road. Install
interconnect.
Dollars
and
Cents
$
26,685.00
TOTAL PRICE WRITTEN IN WORDS:
Two Hundred Seventy Nine Thousand Dollars
and
Six Hundred Eleven Dollars and no /100 Cents $ 279.611.00
Page ld
Contractor's License Number
274629
Bidder
V Signal Maintenance Inc
Bidder's Telephone Number
714/632 -7996
Bidder's Address
V 2720 E. Regal Park Dr., Anaheim, CA 92806
Authorized Signature /Title
s /William C. Sondergard
Date
March 2, 1988
Designate the firm or company that will supply the control equipment:"
Name of Firm or Company
Multisonics
Address
140 W. Amerige Ave., Fullerton, CA 92632
Telephone Number
714/870 -8422
- 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.
• 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 than 10% of
the total bid price) may be received in lieu of the Bidder's Bond. The title of
the project and the words SEALED BID shall be clearly marked on the outside of
the envelope containing the bid.
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
discrepancy 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 respon-
sible 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 a
corporate officer or an individual authorized by the corporation. For part-
nerships, 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
contract. A copy of said determination is available in the office of the City
Clerk. All parties to the contract shall be governed by all provisions of the
California Labor Code relating to prevailing wage rates (Sections 1770 -7981
inclusive). The Contractor shall be responsible for compliance with Section
1777.5 of the California Labor Code for all apprenticeable occupations.
274629 C -10A Signal Maintenance Inc.
ontr s Lic. No. & assi ication Bidder
March 2, 1988. s /William C. Sondergard
Date Authorized Signature /Title
Page 2
. • 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.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
Signal Maintenance Inc.
Bidder
s William C. Sonder and
Aut orize Signature Tit e
FOR ORIGIN, SEE CITY CLERK'S FILE CAW.
BIDDER'S BOND
KNOW ALL MEN BY THESE PRESENTS,
That we, SIGNAL MAINTENANCE, INC.
and AMWEST SURETY INSURANCE COMPANY
BID BOND #1103813 -165
BID DATE: 3/2/88
Page 4
as bidder,
, as Surety, are held
and firmly bound unto the City of Newport Beach, California, in the sum of
SAND & 00/100
TEN PERCENT (10 %) NOT TO EXCEED THIRTY SIX THOUBOIIars ($36,000:00 )
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
LOCATIONS
MODIFICATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING /VARIOUS 2681
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.
of
IN WITNESS WHEREOF, we hereunto set our hands and seals this
FEBRUARY , 19 88.
(Attach acknowledgement of
Attorney -in -Fact)
s /Laura Brueckner
Notary Public
Commission Expires:Jan. 17, 1989
25TH day
SIGNAL MAINTENANCE, INC.
Bidder 2720 E. REGAL PARK DRIVE
ANAHEIM, CA 92806
Authorized Signature /Ti le
AMWEST SURETY INSURANCE COMPANY
Surety
By s /J. Wolohan
Title J. WOLOHAN, ATTORNEY -IN -FACT
100 CALIFORNIA STREET, SUITE 720
SAN FRANCISCO, CA 94111
r � • . Page 6
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
The undersigned submits herewith
to that proposed herein which he
Year
Completed For Whom Performed (Detail)
a statement of the work of similar character
has performed and successfully completed.
Person to Contact Telephone No.
1988 City
of
Fullerton
Walter Merican
714/738 -6845
1987 City
of
Costa Mesa Carolyn Renna
714/754 -5334
1987 City
of
Cathedral
City Dave Faessel
619/324 -8388
1987 City
of
Glendora
Deepak Ubhayakar
818/914 -8200
Signal Maintenance Inc.
Bidder
s /William C. Sondergard
Authorized Signature /Title
NOTICE
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
s 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 Ke Ratin Guide: Pro ert Casualty.
Coverages shall be prov a or a P N U N 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.
�.
�:-
,�=
s;.
_ ,
�.
BOND PREWM BASED ON Page 8
BOND IN FOUR C PARTS FINAL COIRRACT PRICE
BOMM146546
PAYMENT BOND PRE rum:$6,592.00
KNOW ALL MEN BY THESE PRESENTS, That
WHEREAS, the City Council of the City of Newport Beach, State of California, by
motion adopted March 14, 1988
has awarded to SIGNAL
hereinafter designated as the "Principal ", a contract for Modification of Traffie
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 Si=al Maintenance, Inc.
as Principal, and Amiwr SURETY INSURANCE COMPANY
100 California St., #720 San Francisco 94111 '
as Surety, are held firmly bound unto the City of Newport Beach, in the sum of
lars ($279,611.00 ),
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
.. ., .fig i ,' ',��.. .r ...
�, ;?
fi
1
1 r �
r
Payment Bond (Continued)
0 Page 9
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 tp the terms of the contract or to the
work to be performed thereunder or ,toile spe i ga6ions accompanying the same shall in
any wise affect its obligations on thin 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 28tH day of March , 19_ga—•
SIGNAL
I;9*A"1?.1U1K40
:ie –
PRESIDENT
Authorized Sgnature and Title
Seal)
✓ AMWEST SURETY IMMMANO$ COMPANY (Seal)
Name of Surety
r
V/100 CaUfo a St.- FM cUm Frimejai-A-9411
Address of `Surety
Signatu"nd Title ot Authori—za.-n ;
J.Aolo , Attorney -in -Fact
Address of gent
4
Telephone No. of Agent
,
i
V
f
S
f
0
0
CDN
L
m
C
m
i
H
0
H
a
6I
0
m
OJ
vi
h
w
C7
0
0
T
OC
V
ORFI
m
m
m
CL
CL
m
m
c
m
m
d
U
a
IL
IL
T
m
0
z
v
m
C
m
c
4D
m
in
ix
a
A
O
U2
M
ILI
H
a
a
S
s -
Q
'k
ao
NyUV,.
ci
UU
3Wcw
Q.
46, h
a
z
F'
d
CD
o
v
n
m
o`
x
W
a
0
a
c
m
N
O
E
a
x
v
m e
`c
0
L
�m
3
0
L
3
C
3 m
0
c
o
v
o
c n
E04
V L
O
N W
maH
m 1
V
c V
0
O
M �
W
m U,
ma
n
ma
o W
m z
a�
E 1:
NC3
2
m3
s -
Q
'k
ao
NyUV,.
ci
UU
3Wcw
Q.
46, h
a
z
F'
EXECUTED IN FOUR COUNTERPARTS
BOND PREMI M BASED ON
FINAL CONWACT PRICE Page l0
BDSDi1146546.
PMOCIUI:Included with
the Payment Bond
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 March 14, 1988
has awarded to SIGNAL MAINTENANCE, INC.
hereinafter designated as the "Principal ", a contract for !Modification of Traffic
Signals and Safety Lighting at various intersections. Contract#2681
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, SIGNAL MMTEIIANCE, INC.
2720 E. Regal Park Dr., Anaheim.Ca. 92806
as Principal, and ANVESSP SURETY INSURANCE CQTAW
100 California St.. #720 San Francisco 94111
as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of
Two Hundred SevenIX One Tho ,w n`1 . i r H mdred Eleven a o0 /O8ol 1 ars ( $ 272-61 l -00
said sum being equal to 100% of the estimated amount of the contract, to be paid to
the said City or its certain attorney, its successors, and assigns; for which payment
well and truly to be made, we bind ourselves, our heirs, executors and administrators,
successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal,
his or its heirs, executors, administrators, successors, or assigns, shall in all
things stand to and abide by, and well and truly keep and perform the covenants, con-
ditions, and agreements in the said contract and any alteration thereof made as therein
provided on his or their part, to be kept and performed at the time and in the manner
therein specified, and in all respects according to their true intent and meaning, and
shall indemnify and save harmless the City of Newport Beach, its officers and agents,
as therein stipulated, then this obligation shall become null and void; otherwise it
shall remain in full force and virtue.
And said Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the contract or to the
work to be performed thereunder or to the specifications accompanying the same shall
in any wise affect its obligations on this bond, and it does hereby waive notice
0
Page 11
Faithful Performance Bond (Continued)
of any such change, extension of time, alterations or additions to the terms of the
contract or to the work or to the specifications.
In the event that any principal above named executed this bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from
its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and
Surety above named, on the ZM day of March _, 19__K_.
r
Authorized Signature an e
WILLIAM C. SONDER , PRESIDENT
I Authorized Signature and Title
10 can Era"Olsco
Tdffire'sZ�PW-- 1720
Slgnatur nd Title of Authorized Agent
J.W010
t
to�t
ney -in
et
Address"rf Agent
415 362-4,io0
Telephone No. of Agent
I
t
I
. .........
t
I
N
O
N
Z
r
2
W
W
J
0
2
Y
U
Q
W
Q
i�
1
2
J
V
m
E
m
`o
CD
a
mIao
M
x
U
Fri
i
I
0
N
M
m
L
0
r
r.
O
D
m
W
m
a
a
W
W
c
O
m
0
O.
V
a
4
i
W
O
2
D
m
c
O�
m
m
D
c
W
w
C
_ m
m
L
c
0
m
m c
W
CL
o`
y C U
m
c E r
m
m c
O L �
U ... C
0 m
W « O
CD
0 D
O
0 0 0
E m
C r L
O O m
c 0
.2' E
O
C D
of 0 oW
O
CL n a
yyW.D. n ❑ i
W
N
U
O
D
m
D
c
r
r
E
W
Z
J
i
y
h
UI
FzjT
<�
,i
H
a
U
O
O
�
0
C
�
O
O
W
U
J
i
V.
\
\
\
\
u
\
\
\
z
�
\
/
�
3
|g±
]2)
){
]}
\\
}\
|/
}�
!)
§�
`}
\\ }
{) )
/§
33
<
ou
�\\
} {\
/(
& \J
)\\
(
!k \)o.
�\� zo
/ UZUE
� .
&: Ta
r �
•'t
a
RA
KNOW ALL MEN BY THESE PRESEN
does hereby make, constitute and appoint
Its true and lawful Attorney(s}ln -Fact,
deliver and affix the seal of the coma
tlons In the nature thereof, as tollowg
and to bind AMWEST SURETY
presents, are hereby ratified am
Laws of the Company, which
Article 111, Sectbn 7
This Power of Atto
the board of directors
may ap
ment in
Woodland Hit
s 8) A
by the a
meeting
hjunction with the as
ad or limited In the k
and deliver and-affix
CORPORATION
its and
obliga-
er.
- C Fyx
Karon U. Cohen, Secretary
STATE OF CALIFORNIA, COUNTY OF LOS ANGELES — es
On this 1511 day of July A.D., i9 87 , personally came before me Gary R. Peterson
and Karen G. Cohen to me known to be the individuals and officers of AMWEST SURETY INSURANCE COM-
PANY, CALIFORNIA who executed the above Instrument, and they each acknowledged the execution of the same, and being by me
duly sworn, did severally depose and say: that they are the said officers of the corporation aforesaid, and that the seal affixed to the
above Instrument la the seal of the corporation, and that sold corporate seal and their signatures as such officers were duly affixed
and subscribed to the said Instrument by the authority of the board of directors of said corporation.
OFFICIAL SEAL
JANICE DRUEZ (SEAL)
NOTARY PUBLIC' - CALIFORNIA
LOS ANBEFS 001A Y � � � � � Notary Public
oasts, aqua my 1, 1189
STATE OF CALIFORNIA, COUNTY OF LOS ANGELES — as
CERTIFICATE
I, the undersigned, secretary of the AMWEST SURETY INSURANCE COMPANY, a California corporation, DO
HEREBY CERTIFY that the foregoing and attached Power of Attorney. remains In full force and has not been revoked, and further-
more, that the provisions of the By -Laws of the company and the Resolutions of the board of directors set forth In the Power of
Attorney, are now in force.
Signed and sealed at -SM FRANCISCO, CA this 2 day of MARCH
�� Karon 0. Cohort, Secretary
I
ON a ISOM 0 m ffg-L-1-
Z ' '
i
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
NAME AND ADDRESS OF INSURED
CERTIFICATE OF INSURANCE
A NATIONAL UNION FIRE
B First State Iri
C
D
E
Page 12
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).
CO.
COMPANY
LETTER
TYPES OF INSURANCE
COVERAGE REQUIRED
Policy
No.
Policy
Exp.
Date
MITS OF LIABILITY
IN THOUSANDS
00
Each
9. ro uc s
Completed
Occurrence
Operations
GENERAL LIABILITY
x Comprehensive Form
Bodily Injury
$
$
x Premises - Operations
X Explosion & Collapse Hazard
Property Damage
$
$
A
x Underground Hazard
GL 501-
3/01/8
x Products /Completed Operations
1037RA
Bodily Injury
Hazard
x Contractual Insurance
x Broad Form Property Damage
and Property
Damage Combined
$ 1,000,
$ 1,000,
x Independent Contractors
x Personal Injury
Marine
Aviation
Personal Injury
$ 1,000,
AUTOMOTIVE LIABILITY
❑x Comprehensive Form
Bodily Injury
Each Person
$
A
Owned
❑x Hired
526-
5436RA
3/01/84
$
Bodily injury ce
ro ert Damage
Bodily injury an
Property Damage
❑x Non -owned
Combined
$ 1,000,
EXCESS LIABILITY
B
® Umbrella Form
❑ Other than Umbrella Form
US00013J
3/01/81
Bodily Injury
and Property
Damage Combined
$ 1,000,
$ 1,000,
A
WORKERS' COMPENSATION
❑ EMPLOYER'S LIABILITY
❑ LONGSHOREMEN'S COMPENSATION
RC 524-
6000RA
3/01/8
Statuto
..
Ea Accident
Statutory
NOTE: The Comprehensive General Liability and Automotive Liability policies are endorsed
with the attached City of Newport Beach Endorsements.
CnN N: Mb an of th owe described policies be cancelled or covers reduced
the e ation date thereof, the Insurance Company affording coverage
proy a 30 days' advance notice to the City of Newport Beachh by
erdVmail, attention: Public Works Department.
By.—Roland G. Ortgies ( Agency: Marsh & McLennan Ioo
Authorized Representative
Date: 3/24/88 Telephone: (415) 393 -5000
Description of operations /locations /vehicles: All operations performed for the City of Newport
Beads by or on behalf of the named insured in connection with the following designated contract:
Modification of Traffic Signals and Safety Lighting at Various Intersections - R2681
Project Title and Contract Number)
NOTIC his 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.
r
I
CERTIFICATE OF
INSURANCE
ISSUE DATE(MM!DD!YY)
03/01/88
PRODUCER
THIS CERTIFICATE 15 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
TIONS
OF SUCH POIJGES
NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND.
EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLMM BELOW.
MARSH 6 MCLENNAN, INC.
P.O. Box 3880
LTA
TYPE OF INSURANCE
COMPANIES AFFORDING COVERAGE
San Francisco, CA 94119
DATE (NACOMY)
ENCE
COMPANY
LETTER
A
NATIONAL UNION FIRE INSURANCE COMPANY
(415) 393-5000
COMPANY
LETTER
; A
INSURED
COMPANY
LETTER
C
INTERNATIONAL AIR SERVICE COMPANY, LTD,/
MY
COMPANY
LETTER
D
SIGNAL MAINTENANCE, INC.
1710 Gilbretb Road
Burlingam, CA 94010
COMPANY
LETTER
E
THIS
IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY
BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN M SIIRIECT TO ALL THE TERMS, EXCLUSIONS, AND COW
TIONS
OF SUCH POIJGES
CO
pDLCY BnONE
POLO EXPRATXR
LIABILITY LIMITS IN THOUSANDS
LTA
TYPE OF INSURANCE
POLICY NUMBER
DATE (IMN)DMY)
DATE (NACOMY)
ENCE
AGGREGATE
OCCUR
GENERAL LIABILITY
MY
OWKIfASNE FORM
FUUT
PROPERTY
s
a
�PREIMcSESAPERATD16
025GddANO
SLAKE
DAMAGE
A NAIAAD
PRODUCTSRDIPLETED OPEAATONNS
Ba
CDMMCTIAL
" AMPbOENT CONTAACTM
_
ERDAD FOAM PROPERTY DAMAGE
PERSONAL AUUR`Y
PBISDNAL INJURY
AUTOMOBILE LIABILITY
EMT
PYMP
AIM AUTO
RA RA6Pn
RAAT
IAIUI�'
AUWWD AUTOS "N PASS)
AU DNNED AUTOS IOTNER TIAN
WIV
PER &C
PASS)
IRKED AUTOS
FIOPERI'!
S
MAlQNMED AUTOS
DAMAGE
GARAGE LABILITY
DWI)
commo
_
EXCESS LIABILITY
UMBPFi FORM
u
B
COMBINED
_
_
OTHER TIAN UMBRELLA FORM
iTUTORY
A WORKERS' COMPENSATION WC 524- 6000RA 3/01/88 3/01/89
AND S (FAUN ACOOENT)
EMPLOYERS' LIABILITY S SEA01.cy OMIT)
=I nnn N6FASE-EACN EMPLOYEE)
OTHER
OF
1
CERTIFICATE HOLDER
SHOULD ANY OF THE ABOVE DESCRIBED P�ja8� BE CANCELLED BEFORE THE EX-
PIRATION DATE THEREOF, THE ISBUUNG� COY► NY - LL
MAIL 30 DAYS WRITTEN NOTICE TO THE C IDEA TO THE
LEFT. ! // / .
0
"I am aware of the provisions of Section 3700 of the Labor Code
which require every employer to be insured against liability
for workers' compensation or to undertake self- insurance in accor-
dance with the provisions of that code, and I will comply with such
provisions before commencing the performance of the work of this
contract."
April 14, 1988
Date Signature �1111" Sys.
SIGNAL MAINTENANCE, INC.
Contractor
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 ( I ) 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
occurrence
$ 1.000,000 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.
S. Designated Contract: Modification of Traffic SS alts and Safet L1 htin at Various
ro ect t e an ontract o. Intersections - #2681
This endorsement is effective 3/14/88 at 12:01 A.M. and forms a part of
Policy No. CA 526- 5436RA -
Named Insured International Air Service Co. Ltd./ Endorsement No.
ignal Maintenance, Inc. � `
Name of Insurance
Dolores
rove
lliams
� i ,.
Page 14
CITY OF NEWPORT BEACH
COMPREHENSIVE GENERAL LIABILITY INSURANCE ENDORSEMENT
It is agreed that: : «:
1. With respect to such insurance as is by the policy for Comprehensive General
Liability, the City of Newport Beach, #ficers 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 Ay 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 $ each occurrence
Property Damage Liability $ each occurrence
(x) Single Limit
Bodily Injury Liability i 1,000,000 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
7. Designated Contract: Modification us
(project o ra trc
Intersections - #2681
This endorsement is effective 3/14/88 at 12:01 A.M. and forms a part of
Policy No. GL 501- 1037RA .
Named Insured International Air Service Co.. Ltd./ Endorsement No.
Signal Maintenance, Inc. /"k , - I r
Name of Insurance
Dolores Gilliard - Williams
a
0
CONTRACT
0
Page 15
THIS AGREEMENT, entered into this,::Ry of 19 Oa ,
by and between the CITY OF NEWPORT BEACH, hereinafter "City, and
hereinafter "Contractor, "is made with
reference to the fol owing facts:
(a) City has heretofore advertised for bids for the following
described public work:
MODIFICATION OF TRAFFIC SIGNAL AND SAFETY LIGHTING
AT VARIOUS INTERSECTIONS 2681
Title of Project Contract No.
(b) Contractor has been determined by City to be the lowest responsi-
ble bidder on said public work, and Contractor's bid, and the compensation set
forth in this contract, is based upon a careful examination of all plans and
specifications by Contractor,
NOW, THEREFORE, the parties hereto agree as follows:
1. Contractor shall furnish all materials and perform all of the work
for the construction of the following described public work:
MODIFICATION OF TRAFFIC SIGNAL AND SAFETY LIGHTING
e
Contract k
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 TWO HUNDRED
SEVENTY H SAN SIX HUNDRED ELEVEN & NO 100 * * ** ($279,611.00 ).
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 Provi.sions for MODIFICATION OF TRAFFIC
SIGN
Project it e o Contract No.
(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 proximately caused by the sole
negligence of City or its officers, employees and representatives.
1
X
i
IN WITNESS WHEREOF, the parties hereto have caused this contract to
be executed the day and year first above written.
KAI
Name Contracto c'
i
Authorized Signature and T' e
WILLIAM C. SONDERGARD MSIbENT_
Authorized Signature and Title
L
0
t
f,
0
N
F-
z
CWC
/G
V
0
W
J
0
z
Y
U
Q
I
m
E
m
`o
d
a
A
V
E*
N
'-I
M
m
r
m
c
O
C
m
d
5
c
o v
m
a x
o 0
U m
m C
L �
N
O O
M a
L O
m U
a m
G L
O "r
O L N
m m
E m
0 47a
r
m O
m A
O
Y W
L
co T
v E
0
N
v z
E i-
c ?i
vi
h
2 a
=O
W V Z v
�HUpu
(_y W
a p W�p4 E
k O ¢ < O V
g f
U O
0
`o T
m c
m U
N
m
N
W
c�
e
i
a
a
3
n
P
0
d.
m
N
0
4
4
a
r.
I
0
m
m
C
m
m
a
a
m
t0
T
a
T
O
a
c
°
W
z°
m
W
W
m
n
O
ul
m
m
P+
ti
M
U
m
o
m
U
IL
`
E
�
a
m
2
0
Z
a
a
0
:E
0
H
o
c
r t
,�
>.
E
O
O
m
c
v
V
a
O
a
�]
❑
C
m
d
5
c
o v
m
a x
o 0
U m
m C
L �
N
O O
M a
L O
m U
a m
G L
O "r
O L N
m m
E m
0 47a
r
m O
m A
O
Y W
L
co T
v E
0
N
v z
E i-
c ?i
vi
h
2 a
=O
W V Z v
�HUpu
(_y W
a p W�p4 E
k O ¢ < O V
g f
U O
0
`o T
m c
m U
N
m
N
W
c�
e
i
a
a
3
n
P
0
d.
m
N
0
4
4
a
r.
I
0
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CONTRACT NO. 2681
INDEX TO SPECIAL PROVISIONS
FOR MODIFICATION OF
TRAFFIC SIGNALS AND SAFETY LIGHTING
AT
VARIOUS INTERSECTIONS
SPECIAL PROVISIONS
SECTION PAGE
I. SCOPE OF WORK .......... ............................... 1
II. COMPLETION OF THE WORK . ............................... 1
III. PAYMENT ................ ............................... 2
IV. PROTECTION OF EXISTING UTILITIES ...................... 2
V. WATER .................. ............................... 2
VI. FLOW AND ACCEPTANCE OF WATER .......................... 2
VII. AS -BUILT PRINTS ........ ............................... 3
VIIIGUARANTEE .............. ............................... 3
i
0
SECTION - PAGE
I%. TRAFFIC SIGNAL AND SAFETY LIGHTING FACILITIES .............. 3
General ................. ............................... 3
Reference Specifications and Standard Plans ............ 3
1. Standard Specifications ...................... 3
2. Standard Plans ............................... 3
3. Codes, Ordinances, and Regulations ........... 3
Description ............. ............................... 4
Equipment List and Drawings ............................ 4
Maintaining Existing and Temporary Electrical Systems .. b
Scheduling of Work ...... ............................... 6
Foundations ............. ............................... 6
Standards, Steel Pedestals and Posts ................... 6
Conduit ................. ............................... 6
Pull Boxes .............. ............................... 6
Conductors and Wiring ... ............................... 6
Bonding and Grounding ... ............................... 6
Service ................. ............................... 7
Testing ................. ............................... 7
Painting ................ ............................... 8
Type 90 Controller Assemblies .......................... 8
Vehicle Signal Faces and Signal Heads .................. 11
Detectors ............... ............................... 11
Pedestrian Signals ...... ............................... 11
Pedestrian Push Buttons . ............................... it
Luminaires .............. ............................... 12
Photoelectric Controls .. ............................... 12
Ballasts ................ ............................... 12
Salvaging Electrical Equipment ......................... 14
ii
CITY OF NEWPORT BEACH
0
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS FOR MODIFICATIONS OF
TRAFFIC SIGNALS AND SAFETY LIGHTING
ftiW1111i(1]189
CONTRACT NO. 2681
I. SCOPE OF WORK
1
The work to be done under this contract consists of the modification of traffic
signals and safety lighting at various intersections in the City of Newport
Beach. See section entitled DESCRIPTION on page 4.
The contract requires completion of all work in accordance with these special
provisions; the City's Standard Special Provisions; the Plans (Drawing No.
T- 6406), 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 be
purchased from Building News, Inc., 3066 Overland 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
See section entitled SCHEDULING OF WORK on page 6.
No extension of time will be granted for a delay caused by a shortage of
materials unless the Contractor furnishes to the Engineers the 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
F,
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, construed, 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. 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.
IV. 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.
V. 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.
VI. 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.
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 commending construction. Upon
approval of the plan, the Contractor shall be responsible for the
Implementation and maintenance of the control facilities.
VII. 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.
VIII. 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.
IX. TRAFFIC SIGNAL AND SAFETY LIGHTING FACILITIES
A. General
The Contractor shall furnish all tools, equipment, materials,
supplies, and manufactured articles and shall perform all operations
necessary to modify existing and construct additional traffic signal
and street lighting facilities as shown on the drawings and as
specified herein. See SCOPE OF WORE and DESCRIPTION.
B. Reference Specifications and Standard Plans
1. Standard Specifications - Except as modified herein,
materials and installation shall conform 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 "Standard Plans" shall be understood to
be referenced to the California Standard Plans, July 1984.
S. Codes, Ordinances, and Regulations - All electrical
materials and equipment furnished and installed under this
section shall conform to the referenced regulations and
codes specified in Section 86 -1.02 of the Standard
Specifications, and to all other ordinances and 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.
• s
4
SIGNALS & LIGHTING
DESCRIPTION. -- Modifying traffic signals, highway lighting
systems, interconnect conduit, and payment therefor shall conform
to the provisions in Section 86, "Signals and Lighting ", of the
Standard Specifications and the Standard Plans of the State of
California, Department of Transportation, dated July 1984, and
these special provisions.
Traffic signal work is to be performed at the following
locations:
Loc. A - San Joaquin Hills Road @ San Miguel Drive
Loc. B - San Joaquin Hills Road @ Marguerite Avenue
Loc. C - Newport Center Drive @ Santa Rosa Drive
Loc. D - Newport Center Drive @ Newport Center Drive E & W
Loc. E - Irvine Avenue @ Highland Avenue /20th Street
Loc. F - Balboa Boulevard @ 32nd Street
Loc. G - Balboa Boulevard @ 15th Street
Loc. H - Balboa Boulevard @ River Avenue
Loc. I - Jamboree Road - San Joaquin Hills Rd. to Ford Rd.
EQUIPMENT LIST AND DRAWINGS.- -The controller cabinet
schematic wiring diagram and intersection sketch, to be mounted
on the cabinet door, shall be combined into one drawing so that,
when the cabinet door is fully open, the drawing is oriented with
the intersection. The Contractor shall furnish five copies of
the drawing.
The Contractor shall furnish two maintenance manuals for all
new controller units, auxiliary equipment, and vehicle detector
sensor units, control units and amplifiers. The maintenance
manuals and operation manuals may be combined into one manual.
The maintenance manuals or combined maintenance and operation
manuals shall be submitted at the time the controllers are
delivered for testing or, if ordered by the Engineer, previous to
purchase. The maintenance manuals shall include, but need not be
limited to, the following items:
(a) Specifications
(b) Design characteristics
(c) General operation theory
(d) Function of all controls
(e) Trouble shooting procedure (diagnostic routine)
(f) Block circuit diagram
(g) Geographical layout of components
(h) Schematic diagrams
(i) List of replaceable component parts with stock numbers
C
The Contractor shall furnish one reproducible, in addition
to the required five sets, of the cabinet schematic wiring
diagram (cronoflex or sepia mylar).
MAINTAINING EXISTING AND TEMPORARY ELECTRICAL SYSTEMS.- -
Traffic signal system shutdowns shall be limited to periods
between the hours of 9:00 a.m. and 3:30 p.m.
The Contractor shall place "Stop Ahead" and "Stop" signs to
direct vehicle and pedestrian traffic through the intersection
during traffic signal system shutdown. Temporary "Stop Ahead"
and "Stop" signs shall be either covered or removed when the
system is turned on.
"Stop Ahead" and "Stop" signs shall be furnished by the
Contractor and shall conform to the provisions in Section
12 -3.06, "Construction Area Signs ", of the Standard Specifica-
tions, except that the base material for the signs shall not be
plywood.
One "Stop Ahead" sign and one or more "Stop" signs shall be
placed for each direction of traffic. Number and location of the
signs shall be as directed by the Engineer.
Full compensation for furnishing, installing, maintaining
and removing temporary "Stop Ahead" and "Stop" signs and for
covering signs not in use shall be considered as included in the
contract lump sum price paid for the signal item involved and no
additional compensation will be allowed therefor.
SCHEDULING OF WORK.- -The Contractor shall not commence work
of any kind, at any site, prior to receipt of all required
materials and equipment to complete the work at that site.
Upon receipt of said material and equipment, the Contractor
will have sixty (60) calendar days to complete the construction.
The overall contract shall be completed within 175 calendar
days.
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.
FOUNDATIONS. -- Portland cement concrete shall conform to
Section 90 -10, "Minor Concrete ", of the Standard Specifications
and shall contain not less than 470 pounds of cement per cubic
yard, except concrete for reinforced pile foundations shall
contain not less than 564 pounds of cement per cubic yard.
9
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.
CONDUIT. -- Non - metallic type conduit shall not be used.
Insulated bonding bushings will be required on metal
conduit.
After conductors have been installed, the ends of conduits
terminating in pull boxes and controller cabinet 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.
PULL BOXES.--Grout in bottom of pull boxes will not be
required.
Where the sump of an existing pull box is disturbed by the
Contractor's operations, the sump shall be reconstructed and, if
the sump was grouted, the old grout shall be removed and new
grout placed.
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.
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"
Multiple circuit conductors shall conform to the provisions
in Section 86- 2.08B, "Multiple Lighting Conductors ", of the
Standard Specifications.
Subparagraph 5. of the first paragraph of Section 86- 2.09D,
nSplicing ", of the Standard Specifications is deleted.
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.
0
Equipment grounding conductors will not be required in
conduit containing loop lead -in cables only.
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.
Cabinets shall be painted to match controller cabinets.
The tenth paragraph in Section 86 -2.11, "Service ", of the
State Standard Specifications, is amended to read:
Except for falsework lighting, the Contractor shall be
responsible for applying for and arranging with the serving
utility to complete service connections for both temporary
and permanent installations and the Contractor shall pay all
costs and fees required by the utility.
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.
However, the City will require that the equipment and cabinet be
tested as specified in the sixth paragraph of Section 86- 2.14A,
"Materials Testing ", of the Standard Specifications and that the
Certificate of Compliance and signed test report be forwarded to
the City along with a written certification from the supplier
stating that the controller units, auxiliary equipment, and
cabinet, fully wired, meet the requirements of the Standard
Specifications and these special provisions.
The sixth paragraph of Section 86- 2.14C, "Functional
Testing ", of the Standard Specifications is amended to read:
"During the test period, and until such time 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 electrical
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
distributor of the traffic signal control equipment shall be
present for the turn -on, and for a reasonable period of time
thereafter, as determined by the Engineer.
If the representative for the manufacturer or distributor is
not qualified, or authorized, to work on the control equipment,
the Contractor shall arrange to have a so qualified signal
technician, employed by the controller manufacturer or his
representative, present at the time the equipment is turned on.
PAINTING. - -At Locations C and D, all traffic signal equip-
ment, including controller cabinet and service, poles, mast arms,
vehicle heads (except insides of visors and faces of backplates),
pedestrian heads, push button assemblies, and signal mounting
assemblies, etc., that are to be modified or installed new, 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.
TYPE 90 CONTROLLER ASSEMBLIES. - -At Locations A -H, furnish
and install 8 phase Multisonics 820 System Controllers wired to
operate as shown on the Plans. All controller assemblies shall
include integral coordination telemetry, time base coordination
capability, and shall provide Type "R" cabinets.
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.
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
its' respective
a vehicle call
below:
E
of a particular bicycle pushbutton will activate
bicycle timing circuit which shall place and hold
on the associated vehicle phase as specified
For actuations received during the yellow or red
interval 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 interval, 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 timing has
been completed, will not be remembered or carried over to
the next cycle.
The bicycle timing shall be totally independent of the
controller timing and the removal of the bicycle timing logic
package 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.
The bicycle timing logic package shall be provided in a
separate shelf mounted housing, and the individual timing
circuits 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 cabinet
surface shall have a smooth natural aluminum finish. All
exposed edges shall be free of burrs and pit marks.
All welds shall be neatly formed and free of cracks,
blow holes, and other irregularities. All welds shall be
made by the Heliarc welding method.
10
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.
At Location H, the controller assembly shall provide the
phase sequence shown on the plans and the following coordinated
operation with the signal at Coast Highway and Balboa Boulevard.
Coordinated operation
1. Phases 1 and 5 at Coast Highway allow yield to phases 4
and 8 at River Avenue.
2. Normal phases 4 and 8 operation at River during phases
2 and 6 green at Coast Highway.
3. Phases 4 and 8 at River allowed to terminate in the
absence of demand and service phases 1 and 6 during
phases 2 and 6 at Coast Highway.
4. After termination of phase 1 at River, hold phases 2
and 6 at River during phases 2 and 6 at Coast Highway.
5. After termination of phases 2 and 6 at Coast Highway,
hold phase 2 at River during phase 3 at Coast Highway
and start adjustable timer at River, to force off phase
6 at River. Also apply hold and vehicle call to phase
5 at River.
6. After timer at River "times out ", force off phase 6 at
River and hold phases 2 and 5 at River during phase 3
(clearance). If phase 3 at Coast Highway terminates
prior to "time out" of the timer at River, force off
phase 6 at River using phase 3 yellow at Coast Highway.
7. Continue holding phases 2 and 5 at River during phase 4
at Coast Highway.
Two adjustable, solid - state, reset timers shall be
provided in the cabinet at River Avenue for the coordination
operation. One timer is to provide the operation defined in
No. 6 above.
The second timer shall inhibit the phase 2 and 6 holds
at River in the absence of phase 2 and 6 detector actuations
at River. This will allow servicing of the non - coordinated
phases at River during off peak periods.
The Contractor shall perform the work required to the
existing interconnect circuitry both at Balboa and River and at
Balboa and Coast Highway, to provide the operation specified.
11
,' • • 11
A permit from Caltrans will be required prior to performing
work in the Caltrans cabinet at Balboa and Coast Highway.
VEHICLE SIGNAL FACES AND SIGNAL HEADS. -- Signal section
housings shall be either metal or plastic type with glass
reflectors.
All lamps for traffic signal units shall be furnished by the
Contractor; and considered to be included in the lump sum bid for
the contract.
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 wire shall be Type 1.
Loop detector lead -in cable shall be a four conductor, .25
inch diameter, shielded and jacketed cable and shall be Canoga
Controls Corporation CC30003, or approved equal. Lead -in cables
shall be connected in accordance with the manufacturer's in-
structions 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.
PEDESTRIAN PUSH BUTTONS. -- Pedestrian push button signs, for
push button assemblies to be installed on pedestrian push button
posts, shall be 5" x 7 1/211. All other pedestrian push button
signs shall be 9" x 12" and shall not extend beyond the mounting
framework.
Installation of push button assemblies for bicycle use shall
be in accordance with City Standard Plan STD -913 -L and STD - 914 -L,
and shall be 5" x 7 1/211.
A " .
0 ! 13
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.
For nominal
the ballasts
than 7
more
watts.
input voltage and lamp voltage,
design center shall not vary
1/2 percent from rated lamp
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.
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 (CWA- constant wattage
autoregulator) shall, when operated with the appro-
priate lamp, have the following characteristics and
shall maintain the following 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 7 1/2 percent from rated lamp
watts.
0 •
_
14
4. The ballast shall be designed so that a
capacitance 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.
REMOVINGr REINSTALLING OR SALVAGING ELECTRICAL EQUIPMENT.- -
All street light luminaires that are to be salvaged shall be
delivered to the City Utilities Yard at 949 W. 16th St. and
stockpiled by the Contractor at no additional cost to the City.
Contact John Standage at 644 -3011 for additional information
prior to delivery.
All other materials indicated on the plans, to be salvaged,
shall become the property of the Contractor and shall be removed
from the job site by the Contractor and no additional
compensation will be allowed therefor.
•
•
March 14, 1988
BY THE CITY COUNCIL
CITY OF NEWPORT BEACH CITY COUNCIL AGENDA
MAR 14 1988 ITEM ND. F -3 (a)
APPROVED
TO: CITY COUNCIL
FROM: Public Works Department /Traffic Engineering
SUBJECT: TRAFFIC SIGNAL MODIFICATIONS AT VARIOUS LOCATIONS (C -2681)
Award Contract 2681, in the amount of $279, 611.00, to Signal Maintenance,
Inc., Anaheim, California.
DISCUSSION
Five (6) bids were received and opened in the office of the City Clerk at
11:00 a.m. on March 2, 1988. The bids are listed below.
1.
$279,611.00
Signal Maintenance, Inc.
Anaheim
CA
2.
$288,172.00
Steiny and Company, Inc.
Fullerton
CA
3.
$298,768.00
Paul Gardner Corp.
Ontario
CA
4.
$299,704.00
Sierra Pacific Electrical Contracting
Riverside
CA
b.
$306,600.00
Baxter- Griffin Co., Inc.
Stanton
CA
The engineer's estimate for this project is $292,000.00, and will be funded
out of the current gas tax account.
The anticipated completion date for this project is September 1988.
Richard M. Edmonston
Traffic Engineer
RME:JEB:bb
WP:CC.C2681
A Jill C";Zed to POD"! Sr. aL Jr I: c. ements Gf al; ;.:.,;s -* ig, :'� :- `C
not,cas by Decree o! the Superior Court of C : ^qe County.
Cabf�,ftw Number A -6214, oared 29 September, 1961, and
A-24831, dated it June. 1963
STATE OF CALIFORNIA
County of Orange
eY MM .11U.M �t YI n ) ppMl
.IM r0 Orr. td,.mn .tlM
I am a Citizen of the United States and a resident of
the County aforesaid. 1 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 nidg
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 one
consecutive weeks to wit the issue(s) of
Feb. 11
198 8
198-
198—
198_
198_
I declare, under penalty of perjury, that the
foregoing is true and correct.
Executed on Feb. 11 egg a
at Costa Mesa, California.
Signature
L
PROOF OF PUBLICATION
1
TO:
CITY COUNCIL
BY THE CITY COUNCIL
CITY Of NEWPORT BEACH
..
�1
February 8, 1988
CITY COUNCIL AGENDA
ITEM NO. F -11
FROM: Public Works Department /Traffic Engineering
SUBJECT: TRAFFIC SIGNAL MODIFICATIONS AT VARIOUS INTERSECTIONS ( C - 26Y/)
RECOMMENDATION
1. Approve the plans and specifications.
2. Authorize the City Clerk to advertise for 111P I Id on
Wadneeday,
DISCUSSION
The project provides for upgrading traffic signal control equipment at the
locations shown on the attached Exhibit A.
These improvements will replace obsolete control equipment; add needed
left -turn phasing and pedestrian pushbuttons; install or modify existing
interconnects.
The estimated cost of the project is $292,000, and will be funded out of
the current gas tax account.
The project should be completed in September 1988.
� '
R chard M. Edmonton
Traffic Engineer
RME: JEB: bb
WP:CMENO
Attachment: Exhibit A
OX) x
=1111911111N���
ie` A
S
EXHIBIT 4A"
Locations Fon Traffic Signal Moatifications
R
.Nor,