Loading...
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,