Loading...
HomeMy WebLinkAboutC-2684 - Traffic Signal at Newport Center Drive at San Miguel DriveCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 644 -3005 November 4, 1988 Sierra Pacific Electrical Contracting 2542 Avalon St. Riverside, CA 92509 Subject: Surety: Transamerica Insurance Company Bonds No.: 5341 -04 -38 Contract No.: C -2684 Project: Installation of Traffic Signals and Safety Lighting at the Intersection of Newport Center Drive and San Miguel Drive The City Council of Newport Beach on October 10, 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 October 19, 1988, Reference No. 88- 534774. 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 Bea 3300 Newport Boulevard 'Newport Beach, CA 92663 NO CONSIDERATION AWRECMMNGREQMP13 00- 534T74 ,1611 ERNMENT CODE 6108 EXEM C6 NOTICF.Or MPI,FTION PUBLIC WORKS RECORDED IN OFFICIAL RECORDS OF ORAIM.000NTY, CALIFORNIA PM QT 181988 " t2,V,$t� RECORDER I o All Laborers and Material Men and to EV100ther Person Interested: YOU WILL PLEASE TAKE NOTICI tat on October 10, 1988 the Public Works project consisting of Installation of Traffic Signals and Safety _ Lighting at the Intersection of Newport Center Drive and San Miguel Drive (C -2684) on which Sierra Pacific Electrical Contracting, 2542 Avalon St.; Riverside, CA 92509 was the contractor, and Transamerica Insurance Company, 4111 Alameda Avenue, Burbank, was the surety, was completed. CA, 91510 VERIFICATION I, the undersigned, say: CITY OF NEW /P ORT B/jE /AAACH Public Works Director I am the Public Works Director of the City of Newport Be Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and Executed'on- October 12, 1988 at Newport Beach, California. iGlY7lM ✓2 4Z Public Works Director VERIFICATION OF CITY CLERK I. the undersigned, say: IN I am the City Clerk of the City of Newport Beach; the City Council of said City on October 10, 1988 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 October 12, 1988 at Newport Beach, California. ,� /� /_� - /-�Ul_I 't 'A All N, "4 VA.g'00 00- CON 3GOO IC'MAM TO: CITY COUNCIL FROM: Public Works Department ttober 10, 1988 CITY COUNCIL AGENDA ITEM N0. F -17 BY THE CITY COUNCIL CITY OF NEWPORT BEACH OCT 10 1988 APPROVE" SUBJECT: ACCEPTANCE OF INSTALLATION OF TRAFFIC SIGWS.AND SAFETY LIGHTING AT THE INTERSECTION OF NEWPORT CENTER DRIVE AND SAN..MIGUEL DRIVE CONTRACT NO. 2684 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.Noticg of Completion has been recorded in accordance with applicable portions of the Civil Code. DISCUSSION: The contract for the installation of the subject signal has been completed to the satisfaction of the Public Works Department. The bid price was $99,640.00 Amount of unit price items constructed 99,640.00 Amount of Change Orders 746.00 Total Contract cost $99,386.93 One Change Order was issued. In the amount of $746.93, it provided for relocation of the irrigation control wires and pull boxes in the median noses. Funds for the project were budgeted in the Contributions Fund, Account No. 25- 5670 -033. The Contractor is of Riverside. The Contract date of completion was July 28, 1988. Due to slow delivery by the signal controller and luminaire manufacturers the work was not completed until September 15, 1988. aov—" � a Benjamin B. Nolan Public Works Director PD:so TO: CITY OF:NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 x (714)604 3QQ i VINANCE DIRECTOR FROM: CITY CLERK DATE: April 22, 1988 SUBJECT: Contract No. C -2684 Description of Contract Installation of Traffic Signals and Safety Lighting at the Intersection of Newport Center Drive and San Miguel Drive Effective date of Contract April 22, 1988 Authorized by Minute Action, approved on March 28, 1988 Contract with Sierra Pacific Electrical Contracting Address 2542 Avalon St. Riverside, CA 92509 Amount of Contract $98,640.00 Wanda E. Ragg3o , City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach „ ,- April 21, 1988 TO: CITY CLERK FROM: Traffic Engineering SUBJECT: INSTALLATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING AT NEWPORT CENTER DRIVE AND SAN MIGOEL DRIVE (C -2684) Attached are four (4) sets of the subject contract documents. Please: 1. Execute documents on behalf of the City. 2. Retain your copy. 3. Retain insurance certificates. 4. Return remaining copies to our department. Thank you. do4j.a f g"�4 James E. Brahler Assistant Traffic Engineer JEB:bb Attachments: 4 CITY CLERK NOTICE - INVITING BIDS Sealed bids may be r' at Office of the City Clerk, 3300 Newport Boulevard, P Box Newport Beach, CA 92658 -8915 until 11�.0Q aim on this day of march 1988, at whic �t-i' such bids s be openee3 an�read for INSTALLATION OF TRAFFIC SIGNALS AND SAFETY. LIGHTING AT THE INTERSECTION OF NEWPORT CENTER DRIVE AND SAN MIGUEL DRIVE e 2.68A Contract No. 580.000 Engineer's Estimate • Approved by the City Council this 22nd day of FehruarY , 1988. da E. Raggio 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 'y � � �� T ,.,: 'f _ Page is CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INSTALLATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING AT THE INTERSECTION OF NEWPORT CENTER DRIVE AND SAN MIGUEL DRIVE CONTRACT NO. 2684 To The Honorable City Council City of Newport Beach 3300 Newport BI., P. 0. Box 1768 Newport Beach, CA 92668 -8916 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete Contract No. 2684 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: ITEM QUANTITY ITEM DESCRIPTION TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE 1 Lump Sum Install traffic signal and safety lighting at Newport Center Drive and San Miguel Drive TOTAL PRICE WRITTEN IN WORDS: Ninety eight thousand six hundred forty Dollars and dollars and no cents Cents $ 9$,640.00 Page lb Contractor's License Number 264048 Bidder ✓ Sierra Pacific Electrical Contracting Bidder's Telephone Number 714- 784 -1410 Bidder's Address 2542 Avalon St., Riverside, CA 92509 Authorized Signature /Title s /Terry M. Loop, Vice President Date 3 -15 -88 Designate the firm or company that will supply the control equipment:* Name of Firm or Company Multisonics Address 144 W. Amerige, Fullerton, CA 92632 Telephone Number 870 -8424 • The City reserves the right to examine, evaluate, and either accept or reject control equipment to be furnished by a manufacturer that has not had equivalent equipment successfully operating in the City for a period of at least two (2) years. This decision will be made prior to determination of successful bidder. Page 2 INSTRUCTIONS TO BIDDERS The following contract documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: 1. PROPOSAL 2. INSTRUCTIONS TO BIDDERS 3. DESIGNATION OF SUBCONTRACTORS) 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. 264048 C -10 ontr s Lic. No. & Classfrication 3 -15 -88 Date Sierra Pacific Electrical Contracting i dder s Terry M. Loop, Vice President %t o5 em*S gnature /Titer! I. 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 l Concrete & AC Amica, PO Box 86, Corona del Mar, CA 92675 2 Striping & signing J & S Sign, 822 W. Katella Av, Orange,CA92667 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Sierra Pacific Electrical Contracting Bidder s /Terry M. Loop, Vice President Authorized ignature Tit e i i FOR ORIGINAL, a CITY CLERK'S Page 4 FILE COPY BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, Sierra Pacific Electrical Contracting as bidder, and Transamerica Insurance Company , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of * *Ten percent of amount of bid**************** Dollars ($ 10% of bid ) lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the constructiorl of & San Miguel Dr. Installation of traffic signal & safety lighting - Newport Center Dr/ 2684 Title of Project Contract No. in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver to said City the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of contract documents for execution to the above bounden bidder by and from said City, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an individual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 25th day of February 19 88 Sierra Pacific Electrical Contracting (Attach acknowledgement of Bidder Attorney -in -Fact) Phyllis Kay Smead Notary Public Commission Expires: Dec. 5, 1988 s /Terry M. Loop, Vice President Authorized Signature /Title Transamerica Insurance Company By s /Susan J. Sampson Title Attorney -in -Fact �, • • Page 5 NON- COLLUSION AFFIDAVIT The bidder, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths, say that neither they nor any of them have, in any way, directly or indirectly, entered into any arrange- ment or agreement with any other bidder, or with any public officer of such CITY OF NEWPORT BEACH whereby such affiant or affiants or either of them, has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever; or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidders, which tends to or does lessen or destroy free competition in the letting of the contract sought for by the attached bids; that no bid has been accepted from any subcontractor or materialman through any bid depository, the bylaws, rules or regulations of which prohibit or prevent the bidder from con- sidering any bid from any subcontractor or materialman which is not processed through said bid depository, or which prevent any subcontractor or materialman from submitting bids to a bidder who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be sug- gested, offered, paid or delivered to any person whomsoever to influence the acceptance of the said bid or awarding of the contract; nor has the bidder any agreement or understanding of any kind whatsoever with any person whomso- ever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. Subscribed and sworn to before me this 15 day of March 19 BI My commission expires: 2 -2 Sierra Pacific Electrical Contracting s /Terry M. Loop, Vice President Authorized Signature /Title s/Mary L. Coy Notary Public • • Page 6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. 1. 1988 City of Corona Chuck Booher 736 -2255 2. 1988 Citv of Brea Sam Peterson 990 -7600 3. 1988 City of Costa Mesa Chris Dahl 754 -5323 4. 1988 City of Redlands Jim Harrison 798 -7551 at Brea Blvd. sianals at 5 locations. 5. 1987 City of Rancho Cucamonga Mike Long 989 -1862 1. Traffic signals at Via Pacifica & Border, Border & 10th 2. Traffic signals at Brea Blvd. 3. Traffic signal at Baker & College 4. Traffic signals & street lights downtown redevelopment 5. Traffic sianals at 5 locations. Sierra Pacific Electrical Contracting Bidder 5 /Terry M. Loop, vice President ut orized Signature /Title f. T Page 7 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 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 - Casualt . Coverages shall be prov a or a P 0 U N chec ed 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 S ecifications for Public Works Construction (latest edition adopte or use In the City of Newport Beach), except as supplemented or modified by the Special Provisions for this project. t �• FN FALL MR OT, I NSTALLATION OF TRAFFIC rcorpoi7aTi so as to. hereinafter d6sighiat" Wtha_t"PrIncipal% ror SIGNALS AND SAFETY LIGHTING AT. INTERSECTION OF' NEEWPORT CENTER:- DRIVE AND SAN MIGUEL DRIVE (C-4684) Orswings 4nd Specifications in the City of 'Newport Beach,, in strict conftmtty. with the fty t he i of th9-t Clark of'-the Of and other contract docuW s.o",file in t office FA WHEREAS, said Principal has executed or is 'contract and -the d t providing that�. if, term thereof require the farntthing 04 bcodz W1 th -4,01 voft-oc 4 ubcontrACtOrts -shill f*i V.. to pa said Principal or any of his Or its ,y for a _16 P Mar" About-the perf4 e provisions, or other supplies---used inj upon f or i , work agreed to be done, or far arty-work or' Gabor 'done-thereon ki of #ny nd. the surety on , :this bond will pay the.same-.%oxAhe extent -set: forth: fas THEREFORE;, We.. szEft PArrF-tQ*mELEc-mwA sma,=Iw fUQA+�jNS�R -CWAW-+ T"f5w *U+ as Principal, and 4, as surety. -are' held firmly bound unto the City of flelwport Sachs in the sum of, N�JWTY"EIGFFT TKXJ$AND SIX,Kffi4)RED FORTY J00 t�O/Iao - said sum being *qua to'jobj.,�f the estimatad_akauat payable. +by the City of'. Newport Beach under the term of the contract, for. Whicb Payment will AmWtn aly+t+o-,be made, we or assigns jointly '.bind-ourselves;, our heirsi executors and adminiszrat&%,� sucoosws, and severally* -firmly bY.texecutors esi_,presents. f the:%ibove. bounden Principal or THE. C*1110M 0:.�"IS OBLIGATION IS M­�+V*t 1# his,. subcontractors, 9-il tot payJoy"ArY MAK# S140, - , other supplies* f to-te- done, or used in, or.,.6bout the perf"*9' V. 00- work contracUd n ... ­ i under the W*MIOY- . _1.1 . . - - I ...ki­ as a un dik J for any other.work-or labor thereoft of --any, od :.0.: went insurance Code r0spact.10: SKI_ Sureties' In j,'Jn,jn amount. rj 9 the ecified 'in -the, bond. and pay exceedi-fl, Sol. . + fie, to be fixed also n cast bond. a- Aasombie attorney's i suftis brought upon the f,-.-tfit_tjvtl,+ Code the Court: as. required by. the,provisiont-4f.- Sittioli 3250 0': _of�the - State oU California' companies, and The bohd shall inure to the be rmf w 'an all persons, Co. net! ,d A _r. 4- P4.4 rcorpoi7aTi so as to. ,: ;� e �_: , I | $ B2 _ ; } \ �D E \ k \ ' ! \ § Q_ « e| .c0 -Do Lu ) }k�j/ ! {$ §r 0 2 � r *5 EO �E� . T ( w � 5 i © �z ,■— f|( % / \ ■k »( #fJ | �� v' aD cc k cz< =k° |E k / k % f ! E \ o /G a £ a( 6 k`J �k2R §- § a� !, :0EI % ai \ u j \ \ \ )� kkk ° , a / _ k�■ } . 0 r \ \ } 65 u jg',OtTNESS of An w r MTWETI! W.." w r MTWETI! W.." �� �;_:� � -; � �:. -� _ r �. � � }, ;�,,. ;. ;��� ��', ,� '�.� �.. . ♦ .. � -� : T w 1.r :. a - � � � f , ,� :.. .,, .. ✓g. . . ,. :., :. ,,•. _ ,, i�rry•••�� ,, 1 ... ,.. ._ �.. ,� ttlrK 3�.`t .. .� Sn..I .'. f � ` � f� / , F .l' lr .. . �, � - y' ^. A ' � .�. i �.M1. iA // kw /k k§ - � �� {k k ƒ) \{ / �k — <�o — |k rj jkX�� \7 — t 4J e|,! { Z� r E CP ¥ ;Z / \ §»)(} s \ Tr$3nsamenca Transam Insurance Company A Stock Comw / Home Office: Loa Angeles. Califomia Insurance Services Power of Attorney KNOW ALL MEN BY THESE PRESENTS: That TRANSAMERICA INSURANCE COMPANY, a corporation of the State of California, does hereby make, consti- tute and appoint RONALD E. MEEK and SUSAN J. SAMPSON "each" of SANTA ANA, CALIFORNIA its true and lawful Attomey(s)-in -Fact, with full power and authority, for and on behalf on the Company as surety, to execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertakings, recognizance$ or other written obligations in the nature thereof, as follows: ANY AND ALL BONDS AND UNDERTAKINGS NOT EXCEEDING IN AMOUNT OF ONE MILLION DOLLARS ($1,000,000.00), IN ANY SINGLE INSTANCE, FOR OR ON BEHALF OF THIS COMPANY, IN ITS BUSINESS AND IN ACCORDANCE WITH ITS CHARTER, and to bind TRANSAMERICA INSURANCE COMPANY thereby, and all of the ants of said Attomay(s) -in -Fact, pursuant to these presents, are hereby ratified and confirmed. This appointment is made under and by authority of the following by -laws of the Company which by -laws are now in full force and effect. ARTICLE VII SECTION 30. All policies, bonds, undertakings, certificates of insurance, cover notes, recognizances, contracts of indemnity, endorsements, stipulations, waivers, consents of sureties, re- insurance acceptances or agreements, surety and co -surety obligations and agreements, underwriting undertakings, and all other instruments pertaining to the insurance business of the Corporation, shall be validly executed when signed on behalf of.the Corporation by the President, any Vice President or by any other officer, employee, agent or Attomay -in -Fact authorized to so sign by (i) the Board of Directors, (ii) the President, (iii) and Vice President, or (iv) any other person empowered by the Board of Oirectors, the President or any Vice President to give such authorization; provided that all policies of insurance shall also bear the signature of a Secretary, which may be a facsimile, and unless manually signed by the President or a Vice President, a facsimile signature of the President A facsimile signature of a former officer shall be of the same validity as that of an existing officer. The affixing of the corporate seal shall not be necessary to the valid execution of any instrument, but any person authorized to execute or attest such instrument may affix the Corporation's seal thereto. This Power of Attorney is signed and sealed by a facsimile under and by the authority of the following resolution adopted by the Board of Oirectors of the Company at a meeting duly called and held on the 17th day of October 1963. "Resolved, That the signature of any officer authorized by the. By -laws and the Company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execu- tion of any bond undertaking, recognizance or other written obligation in the nature thereof; such signature and seal, when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed." IN WITNESS WHEREOF, TRANSAMERICA INSURANCE COMPANY has caused these presents to be signed by its proper officer and its corporate seal to hereunto affixed this 8TH day of JULY 19 86. By Ld H. Tanner, Vice President State of California 1 County of ) as On this 8TH day of JULY 1986 , before me Hazel Yamasa:t Notary Public in and for the said County and State, residing therein, duly commissioned and sworn, personally appeared Tanner personally known to me (or proved to me on the basis of satisfactory evidence) to be a Vice President of TRANS,,'11ERICA INSURANCE COM- PANY the corporation whose name is affixed to the foregoing instrument; and duly acknowledged to me that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. OFPIC AL SEAL HAZEL YAMASAWA m NOTARY PUBLIC- CALIFORNIA PRINCIPAL OFFICE IN LOS ANGELES COUNTY G� Hazel Yamasawa, Notary Public in and for the County of Los Angeles, California 17190 6.86 . (CO/rlfq(/es) 1u9pISOJd 031A iueulss4'uew90J� •9•M 4) se R �Jadv ;o Aep HIS sl4i Auedwoo plea 941 10 lees 041 pexl; ;e pue BUM Aw p9glJ3sgns olunaJ94 ane4 I ;o9J84M Auowluei ul •83JO; u! II!1s 9Je AaW0114 10 AmOd plea ul 41JO;10s'sJ0339JIO 10 pJ2og 941 10 uolinps9y 041 pue Auedwo3 04110 MI-Ag 841 ;o IIA 913114 ;o OE uo1139$194, 411e3 J041n; pue'awal ui 1ps sl pue Ado3 i3exe pue 9rui a sl 41JO; us eJO ;9q u19J04 A9wou4 ;o AmOd 8411241 411a3 AgaJ04 op'AuedwOO 93ulunsul e3uewesuful 10 1u$P!tiud e31A 1uelslss4'uew9eJd 'TM 'I T�ansamenca Transom*, Insurance Company A Stock Co / Nome Office: Loa Angeles. California Insurance Services Power of Attorney KNOW ALL MEN BY THESE PRESENTS: That TRANSAMERICA INSURANCE COMPANY, a corporation of the State of California, does hereby make, consti- tute and appoint RONALD E. MEEK and SUSAN J. SAMPSON "each" of SANTA ANA, CALIFORNIA its true and lawful Attomey(s)-in -Fact, with full power and authority, for and on behalf on the Company as surety, to execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertakings, recognizances or other written obligations in the nature thereof, as follows: ANY AND ALL BONDS AND UNDERTAKINGS NOT EXCEEDING IN AMOUNT OF ONE MILLION DOLLARS ($1,000,000.00), IN ANY SINGLE INSTANCE, FOR OR ON BEHALF OF THIS COMPANY, IN ITS BUSINESS AND IR ACCORDANCE WITH ITS CHARTER, and to bind TRANSAMERICA INSURANCE COMPANY thereby, and all of the acts of said Attorney(s)-in-Fact, pursuant to these presents, are hereby ratified and confirmed. This appointment is made under and by authority of the following by -laws of the Company which by -laws are now in full force and effect. ARTICLE VII SECTION 30. All policies, bonds, undsrtakings; certificates of insurance, cover notes, recognizances, contracts of indemnity, endorsements, stipulations, waivers, consents of sureties, re- insurance acceptances or agreements, surety and Co -surety obligations and agreements, underwriting undertakings, and all other instruments pertaining to the insurance business of the Corporation, shall be validly executed when signed on behalf of the Corporation by the President, any Vice President or by any other officer, employee, agent or Attomey -in -Fact authorized to so sign by (i) the Board of Directors, (ii) the President, (iii) and Vice President, or (iv) any other person empowered by the Board of Directors, the President or any Vice President to give such authorization; provided that all policies of insurance shall also bear the signature of a Secretary, which may be a facsimile, and unless manually signed by the President or a Vice President, a facsimile signature of the President. A facsimile signature of a former officer shall be of the same validity as that of an existing officer. The affixing of the corporate seal shall not be necessary to the valid execution of any instrument, but any person authorized to execute or attest such instrument may affix, the Corporation's seal thereto. This Power of Attorney is signed and sealed by a facsimile under and by the authority of the following resolution adapted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of October 1963. "Resolved, That the signature of any officer authorized by the By-laws and the Company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execu- tion of any bond undertaking, recognizance or other written obligation in the nature thereof; such signature and seal, when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the some force and effect as though manually affixed." IN WITNESS WHEREOF, TRANSAMERICA INSURANCE COMPANY has caused these presents to be signed by its proper officer and its corporate seal to hereunto affixed this 8TH day of JULY 19 86 By // *r fd H. Tanner, Vice President State of California ) SS County of ► On this . 8TH day of JULY 1986 , before me Hazel Yamasawa, a Notary Public in and for the said County and State, residing therein, duly commissioned and sworn, personally appeared J.H. Tanner personally known to me (or proved to me on the basis of satisfactory evidence) to be a Vice President of TRANSAMERICA INSURANCE COM- PANY the corporation whose name is affixed to the foregoing instrument; and duly acknowledged to me that he knows the seal of said Corporation; that the seal affixed to the saidinstrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. OFFICIAL SEAL HAZEL YAMASAWA m NOTARY PUBLIC - CALIFORNIA PRINCIPAL OFFICE IN LOS ANGELES COUNTY My Commission Expires Sep:- 30, 1988 uxwnaxmx 17190 C� Hazel Yammaasawa, Notary Public in and for the County of Los Angeles, California i (l Ontinuedi 6.86 luapiserd eaiA lutuissy'utweald •g•M 'T Be gl , -116dv ;o Aep HIS s!q1 Auedwoo pies 841 10 rtes 041 paxiOt put sumu Aw paquosgns Olunaey envy 1 MAW AuowlMI ul •awo; ui lilts gig A8we11y ;o 1aMOd p!es ui quo; les'$JO" !G ;o wtog 941 10 uotlnlowU eq1 put Auedwo3 e41 10 swl -Ag 941 JO llA 81344 OE uolloag le41 A;lueo Jayun; put'soio; w lips sl pus Adoa laexe put anii a si quo; 1as ao ;aq ulueq Asuwouy ;o iaMod 8411e41 A;luaa Age,eq op'Auedwo3 eaummul eauawesuerl ;o 3u9plmd eolA luIU!ftV'uewm:I •9•M'l c -- - 5342 -04 -38 $493.00 if f4;: City',o#. AREAS., sai0 Principal fits ex uted °or tepms.thareof' m- r.e furnish no # contract. a bo NOW THEREFDRE,; , SIERRA PAC PIC -ELL as PMncfpai, and ' A IPMR B ANK, 92516. as 'Surety,. are held aad firm]r' bound nto ;the t EIGHT TMUSAN©'SIx ... �.� AND Nd said Stan being equal t0 IOOS of .the: the Said city br its..,eertain ettorn aeli and truly;to be made i+�.,irfnd �ti*ted tS au swccassbrs or assi s i qn . 3o nt y; ands gly�' -` ti Y-1- THE CONDITION OF -THIS OKIGATI h1s or 4ts heirs. IS executors, adminis things $to" to and abide bY� etnd 1r8I ditlona, ' " an and a9reemants fa tha';said prodded on his or 'the r part.`tb be. tfierein Specified, �L ept aadi and 'in 111 -1 respec afiall rode ffY. and .save harnrloss ;`aordfi ih as therein stipulated, then this otili shall rea►afn,tn;iuil force 'pity of?` t1.on chi ondvirt And said Surety, 'for, value ►ecei • e of tune, alterations ' d, " extension or add.ttons : +* to be performed Zreunder:or to .4n any wisp affect its obllgattons to the sped' 3 on .'" if f4;: City',o#. Tw I is 1k s I im m c m m m m a O R m E Co i n U J a Ir CL a L, Q m °Z Z O `o $ a m L V F C N m « Z « m n O o8 U O ~ N m U v 1 z w } � E E = z E d �V U _ 0 c E m Ct) m z m g o A 5 m m W m a � m m z w E 0 U Ir C O Z. m C W m w m m c v c n c C« Z m C T Q 7 3 G G C M m u zm 7 O p In « C _m ° v Z n O UI U °a a H _ m q 'r Q < H $ ? E c c m a La m W Z E e R ° m ° vai L of « we 1A Q ef C C o aw w TE o Lo m I 2 T E c C N N 9 0 :E ° c w z a 0 m CL 3 U O ~ N m U v 1 z w } � E E = z E d �V U _ �' 1 i Ct) a M z w Ir O O Z. LL 6 f J O Q � U M u o 7 O T C _m m O UI U U O ~ N m U v 1 z w } � E E = z E d �V U _ �' 1 aolm E>� m 0 0 o m � m r°a 3 w �i c4 Y m m C d y C O jp O m V fn n mX o N y m m A v 3 g c N C N C S-i tO 1 O moo c n a c O T x A = m z �X = >, ' m X - m = y ,d y 3 m A V C V C J C O m O C J C CD m m m E L L j O y n > T E m cE N m > O= U n W r Q � .N. a d i QO yN I LL 1- }J a ry W Zw Nr N U)OU E Y � Z I 2 O z U LL wr o > wo ` Transamerica Insurance Services r KNOW ALL MEN BY THESE PRESENTS: That TRANSAMERICA INSURANCE COMPANY, tuts and appoint RONALD E. MEEK and SUSAN J of SANTA ANA, CALIFORNIA its true and lawful Attomay(s) -in -Fact, with full powe execute and deliver and affix the seal of the Company other written obligations in the nature thereof, as follows IN AMOUNT OF ONE MILLION DOLLARS ($1,00 OF THIS COMPANY, IN ITS BUSINESS AND IN and to bind TRANSAMERICA INSURANCE COMPA these pane ts, are hereby ratified and confirmed. This appointment is made under and by authority of force and effect. SECTION 30. All policies, bonds, undertakings, indemnity, endorsements, stipulations, waivers, toner co -surety obligations and agreements, underwriting un business of the Corporation, shall be validly executed w President or by any other officer, employee, agent or Att the President, liii) and Vice President, or (iv) any other Vice President to give such authorization; provided that which may be a facsimile, and unless manually signed President A facsimile signature of a former officer shall k The affixing of the corporate seal shall not be n authorized to execute or attest such instrument may affil This Power of Attorney is signed and sealed by a facsim by the Board of Directors of the Company at a meeting d "Resolved, That the signature of any officer autt by facsimile to any power of attorney or special tion of any bond undertaking, recognizance or o and seal, when so used being hereby adopted by I original seal of the Company, to be valid and bi though manually affixed." IN WITNESS WHEREOF, TRANSAMERICA INS proper officer and its corporate seal to hereunto affixed t M ro State of California ► County of ) On this 8TH day of JULY said County and State, residing therein, duly commissiol me (or proved to me on the basis of satisfactory eviden PANY the corporation whose name is affixed to the fo seal of said Corporation; that the seal affixed to the sai authority given by the Board of Directors of said corpoi and acknowledges same to be the act and deed of said co OFFICIAL SEAL HAZEL YAMASAWA NOTARY PUBLIC -CALIFORNIA PRINCIPAL OFFICE IN LOS ANGELES COUNTY My Commission Expires Sept. 30, 1988 „.. 1719 D TransamerI a Insurance Company A Stock CoffW / Home Office: Los Angeles. California Pow@ of Attom ry a corporation of the State of California, does hereby make, consti- SAMPSON "each" and authority, for and on behalf on the Company as surety, to hereto, if a seal is required, bonds, undertakings, recognizances or ANY AND ALL BONDS AND UNDERTAKINGS NOT EXCEEDING ,000.00), IN ANY SINGLE INSTANCE, FOR OR ON BEHALF ACCORDANCE WITH ITS CHARTER, thereby, and all of the acts of said Attomey(s) -in -Fact, pursuant to following by -laws of the Company which by -laws are now in full RTICLE VII certificates of insurance, cover notes, recognizances, contracts of N of sureties, re- insurance acceptances or agreements, surety and tertakings, and all other instruments pertaining to the insurance ten signed on behalf of the Corporation by the President, any Vice )mey -in -Fact authorized to so sign by (i) the Board of Directors, (ii) person empowered by the Board of Directors, the President or any all policies of insurance shall also bear the signature of a Secretary, by the President or a Vice President, a facsimile signature of the a of the same validity as that of an existing officer. icessary to the valid execution of any instrument, but any person the Corporation's seal thereto. ile under and by the authority of the following resolution adopted ily called and held on the 17th day of October 1963. orized by the By -laws and the Company seal may be affixed ower of attorney or certification of either given for the execu- ther written obligation in the nature thereof; such signature he Company as the original signature of such officer and the tding upon the Company with the same force and effect as E COMPANY has caused these presents to be signed by its 8TH day of JULY 19 86. By /� id.H. Tanner, Vice President 986 , before me Hazel Yamasawa, a Notary Public in and for the Id and sworn, personally appeared J.H. Tanner personally known to e) to be a Vice President of TRANSAMERICA INSURANCE COM- lgoing instrument; and duly acknowledged to me that he knows the instrument is such corporate seal; that it was so affixed pursuant to tion and that he signed his name thereto pursuant to like authority, G� Hazel Yamasawa, Notary Public in and for the County of Los Angeles, California 6.86 1ueplswd e31A 1uglsKSy'ugwm j gM e--,,r.1,1.16A,m . fyn By 6l.' -liadd ;o Aep HIS sip Auedwoo pies 841 10 Iees 041 pexlMe pug eweu Aw pequ7sgns oiuneleq gA84 I ;oeregM AUOw11991 ul •oaio; u1 IIRs Big ASWO14V 10 AmOd pies w guo; les'sroimul0 ;o pleog e41 10 uolmpsey eq1 pug Auedwo3 e41 0 LWI -Ag e41 0 1 I BIOPV ;O BE uol3oe$1e41 A ;iugo J90n; pue'eyo; ui lips si Pug Adoo ioexe pug erul a si yuo; 1es ero ;eq u'eieq Aewouy ;o lennod egl legl A;IU 1 ea Agelgg op'Auedwoo eaueinsul eauewgsuej;o 1ueplserd e31A luemav - ueweei j 'g 'M 'I r Transamerica i A Stock o "W Insurance Company A Stock Co / Home Office: Loa Angeles. California Insurance Services Power of Attorney KNOW ALL MEN BY THESE PRESENTS: That TRANSAMERICA INSURANCE COMPANY, a corporation of the State of California, does hereby make, consti- tute and appoint RONALD E. MEEK and SUSAN J. SAMPSON "each" of SANTA ANA, CALIFORNIA its true and lawful Attomey(s) -in -Fact, with full power and authority, for and on behalf on the Company as surety, to execute and deliver and affix the seal of the Company thereto, if a seal is required, bonds, undertakings, recognizances or other written obligations in the nature thereof, as follows: ANY AND ALL BONDS AND UNDERTAKINGS NOT EXCEEDING IN AMOUNT OF ONE MILLION DOLLARS ($1,000,000.00), IN ANY SINGLE INSTANCE, FOR OR ON BEHALF OF THIS COMPANY, IN ITS BUSINESS AND IN ACCORDANCE WITH ITS CHARTER, and to bind TRANSAMERICA INSURANCE COMPANY thereby, and all of the acts of said Attomey(s) -in -Fact, pursuant to these presents, are hereby ratified and confirmed. This appointment is made under and by authority of the following by-laws of the Company which by -laws are now in full force and effect. ARTICLE VII SECTION 30. All policies, bonds, undertakings, certificates of insurance, cover notes, recognizances, contracts of indemnity, endorsements, stipulations, waivers, consents of sureties, re- insurance acceptances or agreements, surety and co -surety obligations and agreements, underwriting undertakings, and all other instruments pertaining to the insurance business of the Corporation, shall be validly executed when signed on behalf of the Corporation by the President, any Vice President or by any other officer, employee, agent or Attomay -in -Fact authorized to so sign by (i) the Board of Directors, (ii) the President, (iii) and Vice President, or (iv) any other person empowered by the Board of Directors, the President or any Vice President to give such authorization; provided that all policies of insurance shall also bear the signature of a Secretary, which may be a facsimile, and unless manually signed by the President or a Vice President, a facsimile signature of the President A facsimile signature of a former officer shall be of the same validity as that of an existing officer. The affixing of the corporate seal shall not be necessary to the valid execution of any instrument, but any person authorized to execute or attest such instrument may affix the Corporation's seal thereto. This Power of Attorney is signed and waled by a facsimile under and by the authority of the following resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of October 1963. "Resolved, That the signature of any officer authorized by the By -laws and the Company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification of either given for the execu- tion of any bond undertaking, recognizance or other written obligation in the nature thereof; such signature and seal, when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed." IN WITNESS WHEREOF, TRANSAMERICA INSURANCE COMPANY has caused these presents to be signed by its proper officer and its corporate seal to hereunto affixed this 8TH day of JULY 119 86. w, By G. Tanner, Vice President State of California 1 County of ) On this 8TH day of JULY 1986 , before me Hazel Yamasawe, a Notary Public in and for the said County and State, residing therein, duly commissioned and sworn, personally appeared J.H. Tanner personally known to me (or proved to me on the basis of satisfactory evidence) to be a Vice President of TRANSAMERICA INSURANCE COM- PANY the corporation whose name is affixed to the foregoing instrument; and duly acknowledged to me that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. _ OFFICIAL SEAL HAZEL YAMASAWA NOTARY PUCLIC•CALIFORNIA PRINCIPAL OFFICE IN LOS ANGELES COUNTY Hazel Yamasawa, Notary Public My Commission Expires SePL 30, 1988 in and for the County of Los Angeles, California wu�wri 1719 D ,,,(quntinged), 6-86 luep!seld e21A lug3miss4'ueweNA •g•M ice„ �f 'ss 6l.' -Iiddv ;o ABP HIS s!y3 Auedwoo p!es ayl ;o !ees ay3 pex! a pue eweu Aw paqu2sgrrs olunaiay envy !;oeisgM Auow! sel u! •82io; u! !!!u gig Aewe134 ;o AmOd p!es ul quo; les'slo12a1!Q ;o pleog eql ;o uo!ln!osey eyl pue Auedwoo sq1 ;o wutl -Ag ay1 ;o !!A 8!2!14 ;o OE uO!129$ ley, 41le2le41n; pue'e21o; w 1111s s! pue Ado2 12exe pue erul a s! 41o; les alo;aq u!elay Aawou4 ;o laMOd 8411e41 A;!1a2 Aquay op'Auedwoo e2uermu! e2uewesueJl;o,uep!sard 921A lugls!ss4'uewaal j •9•M •! - CERTIFICATE OF INSURANCE Page 22 iNSURANCE COMPANIES AFFORDING COVERAGES City of Newport Beach ` 3300 Newport Boulevard Company A GOLDEN EAGLE INSURANCE CO. Newport Beach, CA 92663 Letter / NAME AND ADDRESS or INSURED etter B ,REPUBLIC INDEMXVIiY SIERRA PACIFIC ELECTRICAL CONTRACTING O0va "y C _ etter 2542 AVALON STREET off" "y D M RIVERSIDE,' CA. 92509 M Ompa "y E _ .�.----- .._— __.........— _�._._. Letter__.,_•_ -- -- This is to certify that policies of insurance listed below have bean issued to the insured named above and are in force at this time, including attached endorsement(s). :', r .. i COMPANY LETTER TYPES OF INSURANCE COVERAGE REQUIRED Policy No: POI cy Exp.. Dot e ITS Of LIABILITY IN TW�US D5 fODD) Each g. ro ducts/ Completed GENERAL LIABILITY Premises - Operations Explosion 6 Collapse Hazard Ix Coiaprehensive Form Underground Hazard Products / Completed Operations Hazard Occurrence Operations A p 34251 6/30/ Bodily Injury 8Property Damage S f f Bodily Injury ' and Property x Contractual insurance x Broad Form Property Damage x Independent Contractors x Personal injury Marine Aviation Damage Combined f 1,000 S 1,000 �! Personal Injury $ 1,000 AUTOMOTIVE LIABILITY A Comprehensive Fong o Owned CAU 34252 6/30/ Bodily Inju (Each s S ' yPerson ury Each Occurrence [] Hired ro a ama e y n ury an Property Damage Combined ' (1,000 • R Non -owned i EXCESS LIABILITY y • (.j lfMarells Form Bodily Injury [] Other than Umbrella Form and Property Damage Combined $ $ B WORXERS' COMPENSATION EMPLOYER'S LIABILITY PC _,LONGSHOREMEN'S COMPENSATION 389982 1/1/8 StaLuto Ea Accident St t for i NOTE: the Comprehensive General` Liability and Automotive Liability policies are endorsed with the attached City of Newport Beach Endorsements. CANCELLATION: Should any of the above described policies be cancelled or coverage reduced befora the pxplration date thereof, the Insurance Company affording coverage shall provide 30 days' advance notice to the City of Newport Beach by registered )nil, attention: Public Works Department. ' AKASAKA, ORTIZ & CIOCATTO i By. � ^'.1 i Agency: or zed- resen at Ve •. Date: _ 4/5/88 �i Telephone: 714 =547 -5422 Description of operations/ locations /vehl cles: All operations performed for the City of Newport Beach b or on behalf of the named tnsu d to cannectjosEll�hLIGHTINGiA� desi nIted contract: OF fyNSTALLA,TION OF TRAFFIC SIGNALS & NEWPORT CENTER ,DRIV— ER ROTM is certificate or ver fiiit on of nsuranc! is not an insurance policy a� oes -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 retyect to which this certificate or verification of Insurance may be issued or may r. • Pertain, the Insurance afforded by the policies described herein is subject to all the terms• exclusions and conditions of such policies, including attached endorsements. 81 "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." 4 -14- !r/ re Sierra Pacific .1 }rical contracting Contractor • • Page 13 i CiTY Of NEWPORT BEACH AUTOMOTIVE LIABILITY INSURANCE ENDORSEMENT It is agreed that: ' 1, 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 own rship. 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 i (•. .i . y extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded the additional named insureds) !hall 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 folloiring,Proviston: • 'The Insurance afforded by the policy applies separately to each insured who is seeking coverage or against'whom a c1a1m is made or suit is brought, except with respect to the limits- of the insurance Company's liability." i 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 S each occurrence �• Property Damage Liability f each occurrence (x) Single Limit Bodily Injury Liability f 1,000,000 each occurrence and Property Damage Liability Combined . 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 ex iration date thereat, the Insurance Company shall provide 30 udaalys' advance notice to the City of Newport Beach by registered maINVALLATIONPVIRVFFIFF151I vALS E SAFETY LIGHTING AT INTER- S. Designated Contract: SECTION WPORT CENTER DRIVE E SAN MIGUEL DR. (C -2684) ro ect Title and ontraC o. T. -- This endorsement 1s effective 4/5/88 at 12:01 A.M. and forms a part of Policy NO.GAU 034252 . Named Insured SIERRA PACIFIC ELEQ. COWRACTINGG Endorsement No. TBD. [ Name of Insurance Company GOLDEN EAGLE INS. CU By -•�_, -- u G �1.r W N N , CIC , The limits of liability as stated in this endorsement shall not increase the iota) liability of the Insurance Company for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to Comprehen- sive General Liability Insurance. 6. should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' -advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department INSTALLATION OF T7RAFFIC SIGNALS E SAFETY LIGHTING Azj INTER — l. Designated Contract: cFPTTfN nF NFwRf1RT C'FNTFR r1RTVF F. SAN MTGUE1 OR. _(C -2684) This endo )�fffactive 4/5/88 at 12:01 A.M. and forms a part of Policy " 4 No Named Insured SIERRA 'PACIFIC ELEC. CONTRACTING Endorsement No. TBD Nome of Insurance Company GOLDEN EAGLE INS. Cq. i ut or z epresen a ve' ' SUSANT SWSON, CIC ' ... Page 14 ' CITY OF NEWPORT BEACH COMPRENENSIYE GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Comprehensive General liability, the City of Newport Beach, its officers and employees are additional in- sureds but only with respect to liabllity.orlsing out of operations performed by or on behalf of the named insured in conoection with the contract designated below or acts and omissions of the City of Newport Batch in connection with its general supervision of such operations. The insurance afforded said additional insured shall apply as primary insurance and no other insurance maintained by the City of Newport Beach will be called upon to contribute with insurance provided by this policy. 1. The policy includes the following provision: `The insurance afforded by the polity applies separately to each insured against whole claim is made or suit is brought, except with respect to the limits of the insurance Company's liability." S. r The insurance afforded by the policy for Contractual Liability insurance (subject to the terms, conditions and exclusioM applicable to such insurance) includes liability assumed by the namod'insured under the indesoification or nold harmless provision con- i tained in the written contract, designated below, between the named insured and the • City of Newport Beach. . t. With respect to such insurance as.is afforded by this policy, the exclusions, if Any, pertaining to the explosion hazard, collapse hazard and undtrgr*wW property hazard (commonly referred to as "XCU "hazards) are deleted. S. 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. O Multiple Limits Bodily Injury Liability S each occurrence Property Damage Liability f each occurrence p�J Single Limit 1,000,000 Bodily injury Liability S each occurrence and $roptrty Damage liability Combined The applicable limit of the insurance Company's liability for the insurance afforded for contractual liability shell 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 iota) liability of the Insurance Company for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to Comprehen- sive General Liability Insurance. 6. should the policy be cancelled or coverage reduced before the expiration date thereof, the Insurance Company shall provide 30 days' -advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department INSTALLATION OF T7RAFFIC SIGNALS E SAFETY LIGHTING Azj INTER — l. Designated Contract: cFPTTfN nF NFwRf1RT C'FNTFR r1RTVF F. SAN MTGUE1 OR. _(C -2684) This endo )�fffactive 4/5/88 at 12:01 A.M. and forms a part of Policy " 4 No Named Insured SIERRA 'PACIFIC ELEC. CONTRACTING Endorsement No. TBD Nome of Insurance Company GOLDEN EAGLE INS. Cq. i ut or z epresen a ve' ' SUSANT SWSON, CIC T i i CONTRACT THIS AGREEMENT, entered into by and between the CITY OF NEWPORT BE Page 15 einalotey of �� 19 OO, einafter "City,' an nafter "Contractor," is ma a wit reverence to the roiiowing tacos: (a) City has heretofore advertised for bids for the following described public work: Dr. and San Miguel Dr. 2684 C11 (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: Dr. and San Miguel Dr. of Traffic Signals and Safety. Lighting at Newport Center/ fit a of Project on tact No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of cents Jinety eight thousand six hundred forty dollars and no4_9_8 640_99__) 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) (b) (c) (d) (e) Notice Inviting Bids Instruction to Bidders and documents referenced therein Payment Bond Faithful Performance Bond Certificate of Insurance and Endorsement(s) _ .: ,_ ��.,��,,},� ... : .,_ ., _ 3.. :._,_,a ........ �. .,'.'..�.i 3 .,..:.Y•S`a�6�. ¢�a:�. _ ..'sd_Lv _ __.. �.�- ia;.s, ... ......sue .. (f) Plans and Special Provisions for e (g) This Contract. a Contract No. Page 16 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. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. )&f� eb, �� City Atto ney Sierra Pacific Electrical Contracting Name of Contractor (Principal) s /Barry W. Loop, President Authorized Signature and Title s /Judy K. Loop, Secretary Authorized Signature and Title i � �� 0 6 PUBLIC WORKS DEPARTCITY OF NEWPORT BEACH I MENT CONTRACT NO. 2684 INDEX TO SPECIAL PROVISIONS FOR INSTALLATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING AT THE INTERSECTION OF NEWPORT CENTER DRIVE AND SAN MIGUEL DRIVE SPECIAL PROVISIONS SECTION PAGE I. SCOPE OF WORK .......... ............................... 1 II. CONPLETION OF THE WORK . ............................... 1 III. CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK ........ 2 IV. PAYMENT ................ ............................... 2 V. PROTECTION OF EXISTING UTILITIES ...................... 2 VI. WATER .................. ............................... 2 VII. FLOW AND ACCEPTANCE OF WATER .......................... 2 VIII. AS -BUILT PRINTS ........ ............................... 3 IXGUARANTEE .............. ............................... 3 1 s • i SECTION PAGE X. TRAFFIC SIGNAL AND SAFETY LIGHTING FACILITIES........... 3 A. General ............. ............................... 3 B. Reference Specifications and Standard Plans ........ 3 1. Standard Specifications ...................... 3 2. Standard Plans ............................... 3 3. Codes, Ordinances, and Regulations ........... 3 C. Description ......... ............................... 4 D. Equipment List and Drawings ........................ 4 E. Scheduling of Work .. ............................... 5 F. Foundations ......... ............................... 5 G. Standards, Steel Pedestals and Posts ............... 6 H. Conduit ............. ............................... 5 I. Pull Boxes .......... ............................... 6 J. Conductors and Wiring .............................. 6 E. Bonding and Grounding .............................. 6 L. Service ............. ............................... 6 N. Testing ............. ............................... 6 N. Painting ............ ............................... 7 0. Type 90 Controller Assembly ........................ 7 P. Vehicle Signal Faces and Signal Heads .............. 9 Q. Pedestrian Signals .. ............................... 9 R. Detectors ........... ............................... 10 ii 0 0 SECTION PAGE X. (continued) S. Pedestrian Push Buttons ............................ 10 T. Luminaires .......... ............................... 10 U. Photoelectric Controls ............................. 11 V. Ballasts ............ ............................... 11 W. Remove Traffic Stripes and Pavement Markings ....... 13 X. Remove Roadside Signs .............................. 13 Y. Relocate Roadside Signs ............................ 13 Z. Roadside Signs ...... ............................... 13 AA. Payment ............. ............................... 14 iii CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR TRAFFIC SIGNALS AND SAFETY LIGHTING AT THE INTERSECTION OF NEWPORT CENTER DRIVE AND SAN MIGUEL DRIVE CONTRACT NO. 2684 I. SCOPE OF WORK 1 The work to be done under this contract consists of the installation of traffic signals and safety lighting at the intersection of Newport Center Drive and San Miguel Drive in the City of Newport Beach. The contract requires completion of all work in accordance with these special provisions; the City's Standard Special Provisions; the Plans (Drawing No. T- 6434 -S), the City's Standard Drawings and Specifications, and where applicable, the California Standard Specifications, July 1984, and the California Standard Plans, July 1984. The City's Standard Specifications are the Standard Specifications for Public Works Construction, 1986 Edition. Copies may be purchased from Building News, Inc., 3066 Overland Avenue, Los Angeles, CA 90034; telephone 213- 202 -7776. Copies of the City's Standard Drawings and Special Provisions may be purchased from the Public Works Department at a cost of $6. 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 L/ The Contractor shall complete all work within 120 consecutive calendar days after the date of award of contract by the City Council. No extension of time will be granted for a delay caused by a shortage of materials unless the Contractor furnishes to the Engineers 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 S -1.04, "Progress Schedule ", that the inability to obtain such materials when originally planned did, in fact, cause a delay in final completion of the entire work which could not be compensated for by revising the sequence of the Contractor's operations. The term "shortage of materials ", as used in this section, shall apply only to materials, articles, parts or equipment which are standard items and are to be incorporated in the work. The term "shortage of materials" shall not apply to materials, parts, articles or equipment which are processed, made, constructed, fabricated or manufactured to meet the specific requirements of the contract. Only the physical shortage of 2 s 0 0 K, material will be considered under these provisions as a cause for extension of time. Delays in obtaining materials due to priority in filling orders will not constitute a shortage of materials. III. CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK Subject to the provisions in Section 6 -1 of the Standard Specifications, the Contractor shall begin work within 16 calendar days after the City executes the contract. Traffic signal standards and signal heads shall not be installed until the signal controller has been delivered to the job site. IV. PAYMENT The unit price for items of work shown in the proposal shall be full compensation for labor, equipment, materials, and all other things necessary to complete the work. The substitution of securities for any payment withheld in accordance with Section 9 -3.2 of the Standard Specifications is permitted pursuant to Government Code Sections 4690 and 14402.5. V. PROTECTION OF EXISTING UTILITIES Known utilities are indicated on the plans. Prior to performing construction work, the Contractor shall request each utility company to locate their facilities. The Contractor shall protect in place and be responsible for, at his own expense, any damages to the utilities encountered during construction of the items shown on the plans. VI. WATER The Contractor shall make his own provisions for obtaining and applying for water necessary to perform his work. If the Contractor desires to use available City water, it shall be his responsibility to make arrangements for the water by contacting the City's Utility Division at 714 - 644 -3011. VII. FLOW AND ACCEPTANCE OF WATER It is anticipated that surface and ground or other waters will be encountered at various times and locations during the work herein contemplated. The Contractor, by submitting a bid, acknowledges that he has investigated risks arising from water and has prepared his bid accordingly. The Contractor shall conduct his operations in such a manner that storm or other waters may proceed uninterrupted along their existing street and drainage courses. Diversion of water for short reaches to protect construction in progress will be permitted if public or private properties are not damaged or, in the opinion of the Engineer, are not subjected to the probability of damage. Surface water containing mud or silt from the project area shall be treated by filtration or retention in a settling pond or ponds adequate to prevent muddy water from entering storm drains or the bay. The Contractor shall submit a plan for implementing siltation control prior to commencing construction. Upon approval of the plan, the Contractor shall be responsible for the implementation and maintenance of the control facilities. VIII. AS -BUILT PRINTS The Contractor is required to submit to the Engineer "As- Built" prints prior to the City accepting the installation. The prints shall indicate, in red, all deviations from the contract plans, such as: location of poles, pull boxes and runs, depths of conduit, number of conductors, and other appurtenant work. IX. GUARANTEE The Contractor shall guarantee for a period of at least one year after acceptance of the work by the City Council, all materials and workmanship against any defects whatsoever. Any such defects shall be repaired at the Contractor's expense. X. TRAFFIC SIGNAL AND SAFETY LIGHTING FACILITIES A. General The Contractor shall furnish 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 WORK. 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. 3. Codes, Ordinances, and Regulations - All electrical materials and equipment furnished and installed under this section shall conform to the referenced regulations and codes specified in Section 86 -1.02 of the Standard Specifications, and to all other ordinances and regulations of the authorities having jurisdiction. When reference is made to the Code, Safety Orders, General Order or Standards, reference shall be construed to mean the Code, Order or Standard in effect on the date set for receipt of bids. SIGNALS AND LIGHTING C. DESCRIPTION. -- Furnishing and installing traffic signs s i n 79ig way lighting systems and payment therefor shall conform to the provisions in Section 86, "Signals and Lighting," of the Standard Specifications and these Special Provisions. Traffic signal work is to be performed at the following location: Newport Center Drive East and San Miguel Drive D. EQUIPMENT LIST AND DRAWINGS.- -The controller cabinet schematic wising diagram 'andintersection 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 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 The Contractor shall guarantee, for a period of at least one year after acceptance of the work by the City Council, all materials and workmanship against any defects whatsoever. Any such defects shall be repaired at the Contractor's expense. Furnish one reproducible, in addition to the required five sets, of the cabinet schematic wiring diagram (cronoflex or sepia mylar). 5 E. SCHEDULING OF WORK. - -The Contractor may perform sub- surface work consisting of the installation of conduit, foundations and detectors prior to receipt of all electrical materials and equipment. Above ground signal work shall not commence until such time that the Contractor notifies the Engineer, in writing, of the date that all electrical materials and equipment are received and said work shall start within 15 days after said date. Existing street lighting shall remain in operation until new lighting is operational. No materials or equipment shall be stored at the job sites until receipt of said notification by the Engineer. The job sites shall be maintained in neat and orderly condition at all times. All striping, pavement markings and signing shall be in place prior to signal turn on and /or opening of street to public travel. F. FOUNDATIONS. -- Portland cement concre- to Section 90 -10, "Minor Concrete," of the fications and shall contain not less than cement per cubic yard, except concrete for foundations shall contain not less than cement per cubic yard. :.e shall conform Standard Speci- 470 pounds of reinforced pile 564 pounds of G. STANDARDS, STEEL PEDESTALS AND POSTS. - -Where the plans refer to the side tenon det is 1 at the end of the signal mast arm, the applicable tip tenon detail may be substituted. Signal poles shall not be galvanized; however, they shall be painted white, as specified elsewhere herein. The inside of the poles shall be primered with the lower 18 inches receiving a final coat identical to the outside. H. CONDUIT. -- Non - metallic type conduit will not be allowed on this project. Insulated bonding bushings will be required on metal conduit. After conductors have been installed, the ends of conduits terminating in pull boxes and controller cabinets shall be sealed with an approved type of sealing compound. Rigid metal conduit, to be used as a drilling or jacking rod, shall be fitted with suitable drill bits for size hole required. Ed I. PULL BOXES. - -Grout in bottom of pull boxes will not be required. Pull boxes, pull box covers and pull box extensions shall be concrete. Standard Plan Drawing ES -8, "Pull Box Details," Note 4 -a.5 and b.9 shall not apply to this project. J. CONDUCTORS AND WIRING. -- Conductors shall be spliced by t e fi se of "C'r-s ape compression connectors as shown on the plans. Splices shall be insulated by "Method B." Subparagraph 5. of the first paragraph of Section 86- 2.09D, "Splicing," of the Standard Specifications is deleted. Insulation for conductors installed for internally illuminated street name signs shall be color coded orange with no stripe. K. BONDING AND GROUNDING. -- Grounding jumper shall be attach—ed —may a 3/16 ink or larger, brass bolt in the signal standard or controller pedestal and shall be run to the conduit, ground rod or bonding wire in adjacent pull box. Grounding jumper shall be visible after cap has been poured on foundation. L. SERVICE. - -If service equipment cabinet design devi- ates i any way from the details shown on the plans, details of such deviation shall be submitted to the Engi- neer for review before fabrication of the contract cabi- net. If deemed necessary by the Engineer, one complete prototype cabinet shall be delivered to the Engineer for review at least 30 days before fabrication of the contract fixtures. The prototype cabinet will be returned to the Contractor and, if permitted by the Engineer, the cabinet may be installed in the work. M. TESTING. - -The City will not require that the traffic signal —control equipment or cabinet be tested at the California Transportation 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 Com- pliance and signed test report be forwarded to the City along with a written certification from the supplier stat- ing that the controller units, auxiliary equipment and cabinet, fully wired, meet the requirements of the Stand- ard 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 mainten- ance necessary, except electrical energy, and main- tenance 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 dis- tributor 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. N. PAINTING. - -All traffic signal equipment, 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 mount- ing assemblies, etc. 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. O. TYPE 90 CONTROLLER ASSEMBLY. - -Type 90 controller assembly smell e�hase�t1sonics 820 Controller, complete with integral time base coordination capability, in a Type "P" cabinet. a 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, Tampe, Arizona 85282, or approved equal. A special external bicycle timing logic package shall be provided in the traffic signal controller cabinet. For each phase on which bicycle push buttons 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 push button call has been registered and shall remain on until the "bicycle timing" described below has been completed. Actuation of a particular bicycle push button will activate its respective bicycle timing circuit which shall place and hold a vehicle call on the associated vehicle phase as specified below: For actuations received during the yellow or red 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 continus 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 immeddi- ately and the bicycle timing circuit shall place and hold the vehicle call during the bicycle timing pro- vided 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. N 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 effect 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 -3.07, "Controller Cabinet," of the Standard Specifications and shall be constructed of aluminum alloy conforming to the following Special Provisions: Cabinets shall be constructed of sheet aluminum alloy 5052, with a minimum thickness of 0.125 inches. The cabinet surface shall have a smooth natural aluminum finish. All exposed edges shall be free of burrs and pit marks. All welds shall be neatly formed and free of cracks, blow holes and other irregularities. All welds shall be made by the Heliarc welding method. The cabinet shall have rigid inside angle arms for anchoring it to a base. Angle arms shall be alumi- num alloy 5052 minimum of 0.125 inch thickness and minimum width of 2.5 inches by 2.5 inches. P. VEHICLE SIGNAL FACES AND SIGNAL HEADS. -- Signal sec- tion obi gs shall lbe a thr metal or p astic type. All lamps for traffic signal units (including pro- grammed visibility type) shall be furnished by the Con- tractor. In the event that plastic heads are to be supplied, as an alternate, all post top mounted installations shall utilize TV -1 -T mounting brackets in place of the TV -1 mounting shown on the plans. Q. PEDESTRIAN SIGNALS. -- Pedestrian signals shall be Type C an s a e Indicator Controls Corporation P/N 4096B, or approved equal, with Clamshell type mountings. The hood described in Section 86- 4.05D, "Visors," of the Standard Specifications shall be provided. 10 R. DETECTORS.- -Loop detector sensor units shall be rack mounted, Type B (2 or 4 channel) utilizing sequential scanning of channels. The rack mounted unit shall include an integral rack mounted power supply. Loop detector lead -in cable shall be a four conductor, .25 inch diameter, shielded and jacketed cable and shall be Canoga Controls Corporation CC30003, or approved equal. Lead -in cables shall be connected in accordance with the manufacturer's instructions for one or two channel configurations. The number of sensor units and lead -in cables required to achieve the specified detection shall be installed. 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 acti- vate 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 detec- tor at not less than 3 miles per hour nor more than 7 miles per hour. S. PEDESTRIAN PUSH BUTTONS. -- Pedestrian push button signs-,--for pupush— mutton 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 shall be 5" x 7 -1/211. T. LUMINAIRES.- -Glare shields are not required on semi - cutoff or full cutoff luminaires. Luminaires shall be the full- cutoff type. Each luminaire shall be die -cast aluminum with inte- gral regulator ballast and Type IV photoelectric control (Section 86- 6.07A) for use in a multiple 120V circuit. The optical assembly shall provide true 90 degree cutoff and shielding (without external glare shield) and shall consist of: a glass or glass coated gasketed reflector; a heat and impact resistant flat glass lens; a 11 porcelain enclosed mogul multiple screw shell socket with lamp grips. The optical assembly shall contain an acti- vated charcoal filter which prevents particulate and gaseous contamination. The reflector shall be specifically designed to pro- duce an ANSI /IES medium, cutoff, Type III light distribu- tion when used with the metal halide lamps. All luminaires shall be General Electric M250A2 Series 175W metal halide with light distribution M -C -III or approved equal. U. PHOTOELECTRIC CONTROLS. - -Type IV photoelectric con- trols shall be provided on each luminaire and on each internally illuminated street name sign. V. BALLASTS.- -The 12th paragraph in Section 86 -6.10, "High- Intens ty- Discharge Lamp Ballasts," of the Standard Specifications is amended to read: Ballasts for luminaires to be mounted on mast arms, brackets or lowering assemblies shall be the regu- lator type and shall be located within the luminaire housing. The ballast for each horizontally mounted luminaire shall consist of components mounted on a down opening door. The door shall be hinged and secured to the luminaire housing separately from the refractor or flat lens frame. The door shall be easily removable and replaceable. The door shall be secured to the housing in a manner to prevent its accidental opening when the refractor or flat lens frame is opened. Section 86- 6.10A, "Regulator Type Ballasts," of the Standard Specifications is amended to read: Regulator type ballasts shall be lag -type or lead - type and shall conform to the following: 86- 6.10A(1) LAG -TYPE REGULATOR BALLASTS.- -Each lag -type regulator ballast shall have the pri- mary and secondary windings electrically iso- lated and, when operated with the appropriate lamp, shall have the following characteristics and shall maintain the following lamp operation: 12 1. The power factor shall be not less than 90 percent throughout the life of the lamp at nominal line voltage with a nominally rated reference lamp. 2. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 18 percent for +10 percent input voltage variation. 3. For nominal input voltage and lamp voltage, the ballasts design center shall not vary more than 7 -1/2 percent from rated lamp watts. 4. The ballasts shall be designed so that a capacitance variance of +6 percent will not cause more than a +8 percent variation in lamp wattage regulation throughout rated lamp life for nominal input voltage. 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 watt- age autoregulator) shall, when operated with the appropriate lamp, have the following character- istics 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. 4. The ballast shall be designed so that a capacitance variation of +6 percent will 13 not cause more than a +8 percent varia- tion in lamp wattage regulation throughout rated lamp life for nominal input voltage. 5. The lamp current crest factor shall not exceed 1.8 for input voltage variation of +10 percent at any lamp voltage from initial through life. W. REMOVE TRAFFIC STRIPES AND PAVEMENT MARKINGS. -- Remove traffic Stri es and pavement markings as —sib on the plans and designated by the Engineer. Where blast cleaning is used for the removal of painted traffic stripes and pavement markings or for removal of objectionable material, and such removal opera- tion is being performed within 10 feet of a lane occupied by public traffic, the residue including dust shall be removed immediately after contact between the sand and the surface being treated. Such removal shall be by a vacuum attachment operating concurrently with the blast cleaning operation. Nothing in these Special Provisions shall relieve the Contractor from his responsibilities as provided in Sec- tion 7 -1.09, "Public Safety," of the Standard Specifica- tions. X. REMOVE ROADSIDE SIGNS. -- Existing roadside signs, at locationss owl the plans to be removed, shall be removed and disposed of outside the public right of way. Existing roadside signs shall not be removed until replacement signs have been installed or until the existing signs are no longer required for the direction of public traffic, unless otherwise directed by the Engineer. Y. RELOCATE ROADSIDE SIGNS. -- Existing roadside signs shall — remove�inst=a eed at new locations shown on the plans. Each roadside sign shall be installed at the new location on the same day said sign is removed from its original location. Z. ROADSIDE SIGNS. -- Roadside signs shall be installed at the ocat ons-s_So_w_n on the plans or where directed by the Engineer and shall conform to the details shown on the plans and the provisions in Section 56 -2, "Roadside Signs," of the Standard Specifications. 14 AA. PAYMENT.- -The unit of lum -sum bid for each item of work shown on the proposal shall be considered as full compensation for all labor, materials, equipment and all other things necessary to complete the work in place, and no additional allowance will be made therefor. Payment for incidental items of work, not separately provided for in the proposal, shall be included in the price bid for other related items of work. • TO: CITY COUNCIL BY THE CITY COUNCIL CITY OF NEWPORT BEACH MAR 2 8 1988 APPROVED 67 March 28, 1988 CITY COUNCIL AGENDA ITEM NO. F -3 (b) FROM: Public Works Department /Traffic Engineering SUBJECT: INSTALLATION OF TRAFFIC SIMMA AND.SAV9TY1IfKTIN8 AT. M IN7SRSSCTION OF NEWPORT CENTER DRIVE. AND SAN MIGOSI. DRIVE (C -2681) Award Contract 2684, in the amount of $98,640.00, to Sierra Pacific Electrical Contracting, Riverside, California. DISCUSSION Six (6) bids were received and opened in the office of the City Clerk at 11:00 a.m. on March 15, 1988. The bids are listed below. 1. $ 98,640.00 Sierra Pacific Electrical Contracting Riverside CA • 2. $112,868.00 William R. Habra Corona CA 3. $113,500.00 Baxter - Griffin Stanton CA 4. $115,000.00 Steiny & Co., Inc. Fullerton CA 5. $118,135.00 Signal Maintenance, Inc. Anaheim CA 6. $120,974.00 Paul Gardner Corp. Ontario CA In reviewing the bids, it was determined that the Engineer's estimate had not fully realized the complexity of the project. The estimate for the subject traffic signal was $80,000. The project is to be funded by developer contributions. The Irvine Company, Edwards Cinema, as well as Causey and Rhodes were all required to participate in the cost of this signal. The anticipated completion date for this project is October 1988. Richard M. Edmonsto� Traffic Engineer RME:JEB:bb WP:C2684 01f) * 0 February 22, 1988 CITY COUNCIL AGENDA • ITEM N0. F -14 BY THE CITY COUNCIL CITY OF NEWPORT BEACH T0: CITY CODNCIL FEB 2 2 1988 A 6yiMW., X11 FROM: Public Works Department /Traffic Engineering SUBJECT: TRAFFIC SIGNAL INSTALLATION AT NEWPORT CENTER DRIVE AND SAN MIGOEL DRIVE (C -2684) RECOMMENDATION 1. Approve the plans and specifications. 2. Authorize City Clerk to • DISCUSSION This project provides for the installation of traffic signals and safety lighting at Newport Center Drive and San Miguel Drive. The estimated cost for the subject traffic signal is $80,000. The project Is to be funded by developer contributions. The Irvine Company, Edwards Cinema, as well as Causey and Rhodes were all required to participate in the cost of this signal. The estimated completion date is July 26, 1988. Richard M. Edmonton Traffic Engineer • RME:dEB:bb WP:C2684 Authorized to Publish Advertisements of all kinds Ituding public notices by Decree of the SUpertdl Court of Orange County. California. Number A -6211, dated 29 September, 1961, and A- 246:11, dated 11 June. 1963. STATE OF CALIFORNIA County of Orange ry y .dw« q A my ytlWwl s yM ,l, / gym to pu cakmw mmla I am a Citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the below entitled matter. I am a principal clerk of the Orange Coast DAILY PILOT, with which is combined the NEWS - PRESS, a newspaper of general circulation, printed and published in the City of Costa Mesa, County of OrangetS at of California, and that a Notice of 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. 25 '1988 , 198_ 198_ 198— 198_ I declare, under penalty of perjury, that the foregoing is true and correct. Executed on Feb, 25 , 198 R at Costa Mesa, California. Signature 40 2 PROOF OF PUBLICATION �Q2