Loading...
HomeMy WebLinkAboutC-2770 - Traffic Signal Installation at Placentia Avenue and 15th Street and Traffic Signal Modifications at Various IntersectionsCIT F NEWPORT BEACH October 12, 1990 OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Signal Maintenance, Inc. 2720 E. Regal Park Dr. Anaheim, CA 92806 (714)644,-3005 Subject: Surety: Amwest Surety Insurance Company Bonds No.: 1193965 Contract No.: C -2770 Project: Traffic Signal Installation at Placentia Avenue and 15th Street and Traffic Signal Modifications at various Intersections The City Council of Newport Beach on September 24, 1990 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 4n September 27, 1990, Reference No. 90- 516971. 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 RECORDING REQUEST PER GOVERNMENT CODE 6103 OWNI T 90-51697.1. NOTICE OF COMPLETION PUBLIC WORKS RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY. CALIFORNIA 4:00 pM SEP 271990 oefel a.` t4'W$6 Recorder I o All Laborers and - Material Men afrid"to Every Ether Persoiiintere ate 'd, YOU WILL PLEASE TAKE NOTICE that on March 27 1990 R� fq iaM the Public Works project consisting of TRAFFIC SIGNAL INSTALLATION AT °JLA N of AVENUE AND 15TH STREET AND TRAFFIC SIGN? DIFI TI T VARIOUS .INTER6 TIO]YdlPat 70) on which Signal Maintenance, Inc., 2720 E. Regal Park Dr., Anaheim, CA 92806 was the contractor, and Amwest Surety Insurance Company 100 California St., Ste. 720 was the surety, was completed. San Francisco, CA 94111 VERIFICATION I, the undersigned, say: Cl Y OF NEWPORTH Public Works Director I am the Public Works Director of the City of- Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on September 25., 1990 at Newport Beach.0 California. Public Works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on September 24, 1990 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 September 25, 1990 at Newport Beach, California. �i City Clerk 1 .�;'�.�.,'_ ..:: '.'; � ---- "�='- �''•.��i0'�� "��;.- ram: ^, .. ... ' . .. : ' . 5139 T? ?UQA ui� ^AfY.�lA "WA f ems'_. - ... .. .:�._ .6moommIvv ...,, ' P ems'_. - ... .. .:�._ .6moommIvv ...,, Pv BY THE GTY COUNC IL CITY OF NEWPORT BEACH September 24, 1990 SEP 2 41990 CITY COUNCIL AGENDA ITEM NO. F -16 • TO: City Council 1 AT FROM: Public Works Department SUBJECT: ACCEPTANCE OF THE INSTALLATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING AT THE INTERSECTION OF PLACENTIA AVENUE AND 15TH STREET AND TRAFFIC SIGNAL MODIFICATIONS AT VARIOUS INTERSECTIONS (C -2770) 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 applicable portions of the Civil Code. DISCUSSION: The contract for the construction of the subject project has been completed to the satisfaction of the Public Works Department. • The bid price was $139,430.00 Amount of unit price items constructed 139,430.00 Amount of change orders 5,354.98 Total contract cost $144,784.98 • The increase in the amount of the unit price items constructed was due primarily to an error in the estimated quantities of 8 -inch water main and services. Two Change Orders were issued. The first, in the amount of $3,807.54, provided for the replacement of three - section signal heads with five - section and the substitution of 30 -foot mast arms for the 20- foot arms shown on the plans. The second, in the amount of $1,547.44, provided for the replacement of an existing deteriorated loop detector conduit. Funds for the project were budgeted in the State Gas Tax (2106) Fund, Account No. 19- 5630 -202. The contractor is Signal Maintenance, Inc. of Anaheim. The contract date of completion was March 9, contractor was delayed in receiving the 30 -foot mast arms. completed on March 27, 1990. �'gBenjamin B. Nolan Public Works Director PD: so 1990. The The work was a 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: November 30, 1989 (714) 6443005 SUBJECT: Contract No. C -2770 Description of Contract Traffic Signal Installation at Placentia Avenue and 15th Street and Traffic Signal Modifications at Various Intersections Effective date of Contract November 29, 1989 Authorized by Minute Action, approved on October 30, 1989 Contract with Signal Maintenance, Inc. Address 2720 E. Regal Park Dr. Anaheim, CA 92806 Amount of Contract $139,430.00 "X�tf 4je Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Newport Beach x CITY CLERK .m awe NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92659 -1768 until 11:00 a.m. on the 18th day of October, 1989, at whi tech bids sh�F be opened ahead for TRAFFIC SIGNAL INSTALLATION AT PLACENTIA AVENUE AND 15TH STREET AND TRAFFIC SIGNAL .MODIFICATIONS AT VARIOUS INTERSECTIONS Title of Project 2770 Contract No. $197, 000.00 i3 y i3O,00 Engineer's Estimate 09.11 • woo V n �s, P Approved by the City Council this 25th day of��SSUeptembe; 1989. Wanda 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 92659 -1768. For further information, call Jim Brahler at 644 -3344. Project Manager_ 0 k. i WORKERS' COMPENSATION INSURANCE CERTIFICATION "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 accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." r /_ /¢ -e, Date Signal Maintenance Inc. Contractor Traffic Signal Installation at Placentia Ave. & 15th. Street. Traffir Sig ' i ation at Various Intersectons /Contract 2770 rojec Title an on rac um er J PR 1.1 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL INSTALLATION OF TRAFFIC SIGNALS AND SAFETY.LIGHTING AT PLACENTIA AVENUE AND 15TH STREET AND THE MODIFICATION OF TRAFFIC SIGNALS'AND SAFETY LIGHTING AT PLACENTIA AVENUE AND SUPERIOR AVENUE, SUPERIOR AVENUE AND HOSPITAL ROAD AND INSTALLATION OF TRAFFIC SIGNAL INTERCONNECT CONDUIT ON SUPERIOR AVENUE FROM PLACENTIA AVENUE TO TICONDEROGA STREET CONTRACT NO. 2770 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P. 0. Box 1768 Newport Beach, CA 92659 -1768 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 this Contract No. 2770 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: NO. AND UNIT UNIT PRICE WRITTEN IN Lump Sum Furnish and install traffic signals and safety lighting at Placentia Avenue and 15th Street (City furnished controller cabinet, Opticom phase selector and harness) @F�Ftti s %rnyv�•SANy .0 /NrN ✓NdR(s/) Dollars and fNPr 'F D LL ats w ie Cents Per ump um 2. Lump Sum Furnish and install signing and striping modifications at Placentia Avenue and 15th Street @_Two �!- L.,os•a..� /yi.v�,✓y/z�ILDollars and *er [ , VI,l�.strs 4,-,w .° Cents er L mp um PRICE 47 X7 /4 $-a 1 N6 3. 4. 5. PR 1.2 0 • A TOTAL AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Furnish and install traffic signal modifications at Placentia Avenue and Superior Avenue (City furnished controller, cabinet, Opticom phase selector, harness, and expansion module) @ ywo -flo�5,4~n t/9 ?Ef Dollars —'� and o� /�y.vD,aFV c_ i��rr DeLL,�es�o%`� Cents ,/$ 3-L 3 0 8,— Per LUMP SUM Lump Sum Furnish and install traffic signal modifications at Superior Avenue and Hospital Road (City furnished controller, cabinet, Opticom phase selector, harness, and expansion module) , @ 51st i✓7`Ho�S +Na r,vr Dollars and Il ✓ ✓OKrO /� /ff7EEN DoLL�.c�.w°;?. Cents ✓ $ /��S /5 er LUMP bum Lump Sum Furnish and install Opticom system at Superior Avenue and Ticonderoga Street (City furnished Opticom phase selector, harness and expansion module) 6. 2200 Linear Feet 7. 3500 Linear Feet @ ?HR, -r c.,e V Dollars and fUV P JPe4C. es 4 vU Cents erT� LumpSum Furnish and install 1 -1/2" traffic signal interconnect conduit @ ��wDaCL/�irs��oEy Dollars and r FC. E-A3: Cents $ /p, 8s $ Z. J-7o • "-y- er inear Foot Furnish and install 6 pair /19 shielded cable @ f &.v e-r i-s Dollars and Cents Per Linear Foot $ 385o. d, } 7'Hv�S�V.vo Dollars and r: PR 1.3 �uRN�vo�EA TN�Riy p. Cx.t.r_ Cents s /3 9, �l3a•._ TOM l3iU VKTCt (tIUUKtb) VaMte— Bidder i er s e ep one NumBer ;C2,7,7 r/ ac z G -moo ca B . ,� _es s ro G ' • . INSTRUCTIONS TO BIDDERS Page 2 The following 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 documents. The City of Newport Beach will not permit a substitute format for the documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. 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. 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. All 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 partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. ontr s Lic. No. assi caUion r i .. ;tom • Page 3 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor will be responsible for performing,. that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. Subcontract Work Subcontractor Address 3. 5. 6. Be- 9.— 10. 11. 12. Jr�G�r/R e— /V Bidder Author ze Signature le �IPRvGf_Cdu ✓(LSD r,..� 1934),1,f7-,Y /�ircr 2. OA,4N5 E eA g?2 eF 3. 5. 6. Be- 9.— 10. 11. 12. Jr�G�r/R e— /V Bidder Author ze Signature le HID DATE: 10/18/89 BIDDER'S BOND It;THESE PRESENTS, sIGNAL MAINTENANCE, INC., ARI 2720 EAST REGAL PARK DR., ANEM, CA 92606 SURETY INSURANCE COMPANY bound unto the City of Newport Beach, California, NOT TO EXCEED AND 00 /100 * ** Page 4 as bidder, as Surety, are held in the SUM Of -TEN PERCENT Dollars ($ 23.000.00 Mey of the United States for the payment of which sum well and truly to Ire bind ourselves, jointly and severaLiy, firmly by these presents, OF THE FOREGOING OBLIGATION IS SUCH, - That if the proposal of the above bounden bidder for the construction of FIC SIGNAL INSTALLATION AT PLACENTIA AVE. AND 15TH ST. TR"FIC SIGNAL MODIFICATIONS AT VARIOUS I.nrATTnN4 �-7-sn 1a the City of Newport Beach, is accepted by the City Council of said City, and if r1f the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver to said City the "Payments' and 'Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) after the date of the mailing Notice of Award to the above bounden bidder by and from said City, then this obligation shall become null and void; otherwise it shall be forfeited to the said City. ACKNOWLEDGMENT Stateof CALIFORNIA 1 j SS. County of ORANGE J1 OFFICIAL SMALL DOLORM D aYRN1 NOTARY Pu11lIC • CALIPORNIA Ok"t 041INTY My comm. e:Plrv4 Ffff 5, INNO 7120 122 in Fact. OFF(CIAL SEAL E7AWiiAUI ASEROU N07A M6VI1M CALIFORNIA AIIJUM N/{ArtRl. Ensues Feo 13. 1923 A NO. 202 On this the _LL day of e)d P 19 -*, before me, DOLORES D. BYRNE the undersigned Notary Public, personally appeared WILLIAM C. SONDERGARD 0 personally known to me O proved to me on the basis of satisfactory evidence to be the person(s) who executed the within instrument as PRESIDENT or on behalf of the corporation therein named, and acknowledged to me that the corporation executed it. - - - - -- I NATIONAL NOTARY ASSOCIATION • 23012 V"IUIR SIW- • P.O. Sw 4625 • Woodland Nllla CA 913654625 NOTARY PUBLIC • • 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 arrangement 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 considering 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 suggested, 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 whomsoever 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 17 day of p o--Ta 19KL My commission expires: OFFICIAL SEAL DOLORES D BYRNE a NOTARY PUBLIC - CALIFORNIA * ORANGE COUNTY Ny camm. expires IEB 5. 1990 er ��fsi,c�.✓i Authorized ignatur it le Not 9 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. /ygy C ' of 11,c% � r r.,�,6 CZ,-C ✓ 0,OL-AA 6 /0 Spy - 54P 5 /L.c,.RL� fuTF -/C Co.✓�✓Ec.i� / %P 9 C �, o !_ �..Ce ✓.f7F7'iC.LLF,., ,c, �.,,D��e �,�, C7 /1/) a..7 � - 3677 & .rr r sr: Y- sr 198P SlL� /LL C,cliTi.✓L C %!� %�Z - SGFrt 0-01,e),<,400 todf- V,Ord ,u.,5T . C� ✓rewr rE - �F-9 �i� ,�.,.�- ,�aaa:..- T.`..✓.s..,�_ rid Bidder uthor ze Signature Tit pR6S /Z �• I- i Page 7 a NOTICE The following contract documents shall be executed and delivered to the Engineer within ten (10) days (not incttidrrig Saturday, Sunday and Federal holidays) after the date of mailirtg,'46tice of Award to the successful bidder: PAYMENT BONO (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. Payment and Faithful Performance Bonds shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and '(2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Insurance Companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial. Size Category Class VIII (or larger) in accordance with the latest edition of Best's Key Ratin Guide: Pro ert - Casualt . Coverages shall be prove a as specs ie in he an ar peci ications for Public Works Construction, except as 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, except as modified by the Special Provisions. �:i::.� Y:'! "::�, .,,�.�:: =sue �.:{'i .st�•..� -... ..._ .i :.4..»..s� - af.� -. — ....._ .+a.. ;E;���swr� ..a -.:. -. _�_.�.:..:.[_�.�...::: �, ....,.... *t :gCUT N BNO.. 1193965 FOUR SRP ARTS PRMUUH: IH �BD VIM PERFORMANCE BOND Page BLIND PREMIUM BASED. ON PAYMENT BOND FINAL CONTRACT PRICE KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted OCTOBER 30, 1989 has awarded to SIGNAL MAINTENANCE, INC. hereinafter designated as the "Principal ", a contract for INSTALLATION of TRAFFIC SIGNALS AND SAFETY LIGHTING AT THE INTERSECTION OF PLACENTIA AVE. AND 15TH ST. AND TRAFFIC SIGNAL MODIFICATIONS AT VARIOUS INTERSECTION (C -2770) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents 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 SIGNAL MAINTENANCE, INC. as Principal, and BEST SURETY INSURAANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of ONE HUNDRED THIRTY NINE THOUSAND FOUR HUNDRED THIRTY 0AM 0 1 139 ;430_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 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 tob be done, or for any other work or labor thereon of any kind or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. I * **XnCUTED IN FOUR COUNI&ARTS * ** . Page 9 Payment Bond (Continued) 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 to them or their assigns in any suit brought upon this bond, as required by the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder.or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the a day of MrMJUMR , 19_¢9 SIGNAL MAINTENANCE, INC. 2720 BAST REGAL PARR DR. ANNSST SURETY INSURANCE -- Name o urety 100 CALIFORNIA ST., STE. 720,x^ - SAN FRANCISCO CA 94111 - Address o Surety ignat C`e and title ot AuthorizeT-W—gent J. WOLOE%R. ATTORNEY -IN -FACT Address of Agent Telephone No. of Agent u it it ...... . .. ~rn . u it it STATE OF CALIFORNIA, COUNTY OF SAN FRANCISCO M. On NOYSIM ER 8, 1989 , before me a Notary Public, within and for the said County and State, personally appeared J. WOLOHAN known tome (or proved tome on the basis of satifactory evidence) to be the person whose name is subscribed to the within instrument as the Attorney in Fact of and for the AMWEST SURETY INSURANCE COMPANY, and acknowledged to me that he subscribed the name of the AMWEST SURETY INSURANCE COMPANY thereto as Surety, and his own name as Attorney in Fact. I O"IML SEAL nnwx ON wasa+au a HOTMY RIBl1C - GtKORNN '"o NOTAar RtaltG �'T ant y" rtOUau W Oann. ry:,. e. 1a. 1403 CORPORATE ACKNOWLEDGMENT Slate of California SS. County of flran8n OFFICIAL SEAL IRENE C. SPEER NOTARY PUBLIC - CALIFOFJI 19 ORANGE COUNTY My -.,m Expne, Feb. A, ! No. 202 On this the 14th day of November 19. before me, Irene C. Speer the undersigned Notary Public, personally appeared William C. Sondergard, President Dolores D. Byrne, Assistant Secretary XZ personally known tome ❑ proved to mean the basis of satisfactory evidence to be the person(s) who executed the within Instrument as President and Ass is tan S ra ary or on behalf of the corporation therein named, and acknowledged to me that the corporation executed It. WITNESS my hand and official seal. 1193965 This Power, of Attorney has been I. delivered in connection with the above bond number. NAME OF PRINCIPAL: NAME OF OBLIGEE: - SURETY INSURANCE COMP" 4500, WOODLAND HILLS, CA 9 50 ,(818) 7041111 TQ be used spedfied hj This Power of Attorney may not be used is printed on blue paper with black and of this Power of Attorney are valid. No officer of AMWEST SURETY INSU to AMWEST SURETY INSURA Department. This Power of Alto I by AMWEST SURETY INSU i of attorney forms issued by KNOW ALL MEN 13Y make, consitfute and 10; true and lawful I , 1. EN It I ht at P K w be on wret n rey and larme @FW and on behalf d the Panoss or other w 1 to $5D0j000; SmalfAujin] to MWOM and " under- [ I and affix the saw of the it L 'a � 1+ 1 � 1.'. H- f' ... Y i. V wka N ... 'f.. .� _ T- I� '� -. Af� �� ` ^� __� ' p _ A A-� /- --_frn ��_: h'- _ _ � ^r J 6s� h 'c • ** *EXECUTED IN FOUR CO TS * ** BON,D.,PREMIUM BASED ON FAITHFUL PERFORMANCE BOND FINAL CONTRACT PRICE KNOW ALL MEN BY THESE PRESENTS, That BW NO.: 1193965 UM:. $3,789.00 Page 10 WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted OCTOBER 30, 1989 has awarded t0 SIGNAL MAINTENANCE, INC. hereinafter designated as the "Principal ", ,a contract for INSTALLATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING AT THE INTERSECTION OF PLACENTIA AVE. AND 15TH ST. AND TRAFFIC SIGNAL MODIFICATIONS AT VARIOUS INTERSECTIONS (C -2770) in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents 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 MAINTENANCE, INC., as Principal, and A4KEST SURETY INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of ONE HUNDRED THIRTY NINE THOUSAND POUR HUNDRED THIRTY AM 0 100 * ** Dollars (S tsg„din_nn ) , 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 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 keep truly and perform the covenants, conditions, 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 -,.. �. • .x.. .' ;k, i e t i * **B)MCOM IN POOR COUNTERPARTS * ** Page 11 Faithful Performance Bond (Continued) 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 of any such change, extension of time, alterations or additions of the contract or to the work or to the specifications. In the event that the 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 gam_ day of SIGNAL MAINTENANCE, INC. 2720 BAST REGAL PARK DR. ANAHEIM CA 92806 (Selsll _..: Name o , ontractor RPM I Da. V ss>: SEC, Authorized ignature Title' ✓AMMEST SURETY INSURANCE COLi_SSP,�1' Name of Surety 100 CAT, FORN*A ST., STE. 72e, "'i SAN FRANCISCO, CA 94111' Address of Surety Sign�atu an it Agent J. WOLO ATTORNEY -IN -FACT Address`6f Agent Telephone No. of Agent I I STATE OF CALIFORNIA, COUNTY OF SAN PRANCTsm SS. On NOVI$ -ER 8. 1989 , before me a Notary Public, within and for the said County and State, personally appeared J. WOLOHAN , known to me (orproved tome on the basis ofsadfactory evidence) tobe the person whose name is subscribed to the within instrument as the Attorney in Fact of and for the AMWEST SURETY INSURANCE COMPANY, and acknowledged to me that he subscribed the name of the AMWEST SURETY INSURANCE COMPANY thereto as Surety, and his own name as Attorney in Fact. OFFICIAL SEAL DAWN W11 W HO11 NOTARYPIBUC GLFORW Oae{pFRFawracu9 FhComm, FaAinsF�E. 13. 1993 UNIA M 0' I FRi CORPORATE ACKNOWLEDGMENT State of California SS. CoUntyOf tlranBP r NO. 202 On lhls the 14th day of November 19-L9, before me, Irene C. Speer the undersigned Notary Public, personally appeared William C. Sondergard, President Dolores D. Byrne, Assistant Secretary U personally known tome ❑ proved to me on the basis of satisfactory evidence to be the person(s) who executed the within Instrument as President and Assistant Secretary oron behalf of the corporation therein named, and acknowledged to me that the corporation executed It. WITNESS my hand and official seal. orrlc,.,, -'EAL IRENE +_ ;PCER - NOTARY PUEG' ,i -: FORNIA ORANGF ':Cl B: My Comm. Evpm: -^ -i '991 r NO. 202 On lhls the 14th day of November 19-L9, before me, Irene C. Speer the undersigned Notary Public, personally appeared William C. Sondergard, President Dolores D. Byrne, Assistant Secretary U personally known tome ❑ proved to me on the basis of satisfactory evidence to be the person(s) who executed the within Instrument as President and Assistant Secretary oron behalf of the corporation therein named, and acknowledged to me that the corporation executed It. WITNESS my hand and official seal. MARSH & MCLENNAN, INC. Y.O-. Box 3880 - SAn-Francisco, CA 94119 IASCO/SIGNAL MAINTENANCE, INC. 950 Tower Lane, Ste. 1500 Faster City, CA 94404 COMPANY A LETTER INDUSTRIAL INDEMNITY COMPANY LETTER COMPANY C LETTER I MrATED. NOTWITHSTANDING ANY AEOUIREMBW. TERM OR CONDMON OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CE%WMTE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, O( VISIONS, AND CONDITIONS OF SUCH POLIM AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE 00) LTF TYPE OF INSURANCE POLICY NUMBER EFFEMIVE DATE EXPIRATION DATE ALL LIMITS IN THOUSANDS A GENERAL LIABILITY NH 903-0370 4/01/89 3/01/90 GENERAL AGGREGATE s 1,000 COMPRE HENSUTOMOBILE IVE (OCCURANCE BASIS ONLY) 4/01/89 3/01/90 BODILY INJURY Fx I cOmmERCIAL (PER PERSON) $ COMPREHENSIVE OWNED OPERATIONS AGGFIEGATE 1,000 OWNERS III CONTRACTORS HIRED (PER ACCIDENT) PROTECTIVE ENNON-OWNED PERSONAL FURY $ 1,000 CONTRACTUAL FOR SPECIM EACH OOCURANCE $ 1,000 CONTRACT PROOUCFS/OOMPL OPER. EXCESS LIABILITY E9, XCU HAZARDS m EACH OCCURRENCE AGGREGATE UMBRELLA FORM BROAD FORM PROP. DAMAGE SEVEPABILITY OF INTEREST FIRE DAMAGE $ 50 $ CLAUSE OTHER IRAN UMBRELLA FORM (ANY ONE FIRE) STATUTORY PERSONAL INJURY WITH WORKERS'. COMPENSATION EMPLOYEE EXCLUSION REMOVED EACH ACCIDENT MEDICAL EXPENSES ONE PERSON $ 5 Placentia Ave. 6 15th Street (C2770) PROJECT TIRE AND CONTRACT NUMBER ITT:_ SHOULD ANY OF THE ABOVE DESCRIBED POLICIES Or: NON-RENEWED. CRY OF NEWPORT BEACH CANMLED OR COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE P.O. BOX 1768 COMPANY AFFOF13M COVERAGE SHALL PROVIDE 30 DAYS MIN, ADVANCE 7 THE3M NEWT " SY'rISTrRED MAIL 33DD NEWPORT BLVD. =1OZ NEWPORT BEACH, CA. 92658-8915 11/07/8 I J MARINE A LIABILITY _�j COMBINED SINGLE UNIT $ I'moo A COMPRE HENSUTOMOBILE IVE NA 903-0371 4/01/89 3/01/90 BODILY INJURY (PER PERSON) OWNED BODLYINJURY HIRED (PER ACCIDENT) ENNON-OWNED PROPERTY DAMAGE EXCESS LIABILITY m EACH OCCURRENCE AGGREGATE UMBRELLA FORM H $ OTHER IRAN UMBRELLA FORM STATUTORY WORKERS'. COMPENSATION EACH ACCIDENT $ AND $ DISEASE - POLICY UNIT EMPLOYERS' LIABILITY DISEASE -EACH EMPLOYEE LONGSHOREMEN'S AM HARBORI STATUTORY . .. .. ....... .. WORKERS" COMPENSATION I., DESCRIPTION OF OPEROkT*NSILOCATPONWVEHXXES/RESTRICTIONStSPECL4,L ITEM. ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH THE FOLLOWING CONTRACT: Placentia Ave. 6 15th Street (C2770) PROJECT TIRE AND CONTRACT NUMBER ITT:_ SHOULD ANY OF THE ABOVE DESCRIBED POLICIES Or: NON-RENEWED. CRY OF NEWPORT BEACH CANMLED OR COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE P.O. BOX 1768 COMPANY AFFOF13M COVERAGE SHALL PROVIDE 30 DAYS MIN, ADVANCE 7 THE3M NEWT " SY'rISTrRED MAIL 33DD NEWPORT BLVD. =1OZ NEWPORT BEACH, CA. 92658-8915 11/07/8 I J e Page 13 CITY O!"I&PORT -BEACH AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT It is agreed that: - 1. With respect to such insurance as is afforded by the policy for Automobile Liability, the City of Newport Beach, its officers, and employees are additional insureds but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall 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 liability of the company affording coverage." 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 Multiple Limits or Single Limit: - ( ) Multiple limits Bodily Injury. Liability $ - per person Bodily Injury Liability f - - per accident Property Damage Liability $ - (id Combined Single Limit Bodily Injury Liability and Property Damage Liability - S 110001-000 The limits of liability as stated in this endorsement shall not increase the total liability'of the company affording coverage 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 non- renewed, cancelled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: Placentia Ao egc_ t & t1l- 5ee tah rOntac� :T #C -7770 This endorsement is effective 10/30/89 at 12:01 A.M. and forms a part of - Policy No. NA 903- 0371of Indus troa ny mng oi r age ) Insured IASCO /SIGNAL MAINTENANCE Endorsement No. Producer Marsh & McLennan, Inc. By or : - eDres a ve E 0 Page 14 CITY OP NEWPORT BEACH GENERAL LIABILITY INSURANCE ENOORSEMEMT It is agreed that: - 1. With respect to such insurance as is afforded by the policy for General Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability arising out of operations performed by or on behalf of the named insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection with its general supervision of such operations. The insurance afforded.said additional insured(s) shall apply as primary insurance and no . other insurance maintained by the City of Newport Beach shall 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 liability of the company affording coverage. 3. The insurance afforded by the.policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured .under the indemnification or hold harmless provision con- tained in the written contract designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this.policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property.hazard (commonly referred to as "RCU" hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured(s) named in Paragraph 1. of this endorsement shall be the limits indicated below written on an "Occurrence" basis: ( 8 Commercial O Comprehensive General Liability f 1.000.000 each occurrence S 1.000 000 aggregate The applicable limit of Contractual Liability for the company affording coverage shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insured(s). The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to General Liability Insurance. 6. Should the policy be non- renewed, cancelled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of. Newport Beach by registered mail, Attention: Public Works Department. 7. Designated Contract: Placentia Ave. '15th Street - - 770 ro ectiit -Te and -Con ra�ct o This endorsement is effective 10/30/89 at 12:01 A.M. and forms a part of Policy No. NH 903 -0370 of Industrial Indemnit ompany. or ing overage Insured IASCO /SIGNAL. MAINTENANCE, INC Endorsement No. Producer MARSH 6 McLENNAN, INC. By o)_ Authorized epresen ive i Page :15 CONTRACT THIS AGREEMENT, entered into this day of 19 by and between the CITY OF NEWPORT BEACH, here nafter "Ci ," and ! SIGNAL MAINTENANCE, INC., hereinafter -". .Contractor," is made with reference to the following acts: (a) City has heretofore advertised for bids for the following described public work: Traffic Signal Installation at Placentia;_Ase. and15'tb Street (b) Contractor has determined by City to be the lowest responsible 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 specifi- cations 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: Traffic Signal Installation at Placentia_:Ave. and215bh Street. And Tr ff' 1 V s it e o ro ect ontract.No. which project is more fully described in the contract documnts. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion.of this work as prescribed above, City shall pay to Contractor the sum of One Hund4pd Thirty Nine Thousand Four Hundred Thin Dollars & n01100 (E 139,430,00 This compensation includes any oss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstructions 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 incor- porated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instructions to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and Endorsement(s) �._ .. L, 0 _ � _. �- •1 "$ice � � -f4 '.' ,iis, : c� 4 M I l (f) Plans and Special Provisions.for Traffic Signal Installatior Pla�Pn,'� n�,�Traffic Signal Mod. @ Various Locations #2770 Title oro�ect Contract No. (g) This Contract, 4. Contractor shall assume the defense of, and indemnity 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. CITY OF NEWPORT BEACH By Mayor ATTEST: TTY Signal Maintenance Inc. R Name of ontractor (Principal�: I CORPORATE ACKNOWLEDGMENT State of California 1 SS. Countyof Orange ) OFFICIAL SEAL IRENE C. SPEER NOTARY PUBLIC CALIFORNIA ORANGE COUNTY My Cemm, Expires Feb. d, 1991 No. 202 On this the 14th day of November 1g 89 before me, T>rp.,o r cpeer the undersigned Notary Public, personally appeared William C. Sondergard, President Dolores D. Byrne, Assistant Secretary 91 personally known tome O proved to me on the basis of satisfactory evidence to be the person(s) who executed the within Instrument as President and Assistant Secretary oron behalf of the corporation therein named, and acknowledged to me that the corporation executed It. WITNESS my hand and official seal. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 2770 INDEX furor CONSTRUCTION PLANS FOR THE INSTALLATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING AT PLACENTIA AVENUE AND 15TH STREET AND THE MODIFICATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING AT PLACENTIA AVENUE AND SUPERIOR AVENUE SUPERIOR AVENUE AND HOSPITAL ROAD AND THE INSTALLATION OF TRAFFIC SIGNAL INTERCONNECT CONDUIT ON SUPERIOR AVENUE FROM PLACENTIA AVENUE TO TICONDEROGA STREET SPECIAL PROVISIONS SECTION PAGE I. SCOPE OF WORK . . . . . . . . . . . . . . . . . . . . . . . . i II. COMPLETION OF WORK . . . . . . . . . . . . . . . . . . . . . 1 III. CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK . . 2 IV. PAYMENT . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 V. PROTECTION OF EXISTING UTILITIES . . . . . . . . . . . . . 2 VI. WATER . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 V11. FLOW AND ACCEPTANCE OF WATER . . . . . . . . . . . . . . 2 VIII. AS —BUILT PRINTS . . . . . . . . . . . . . . . . . . . . . . . 3 IX. GUARANTEE . . . . . . . . . . . . . . . . . . . . . . . . . . 3 58627/02221064 0 SECTION f PAGE X. TRAFFIC SIGNAL AND SAFETY LIGHTING FACILITIES. . . . . . 3 A. General . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 B. Reference Specifications and Standard Plans. . . . . . . . . 3 1. Standard Specifications . . . . . . . . . . . . . . . . 3 2. Standard Plans . . . . . . . . . . . . . . 3 3. Codes, Ordinances and Regulations . . . . . . . . . . 3 C. Description . . . . . . . . . . . . . . . . . . . . . . . . . 4 D. Equipment List and Drawings . . . . . . . . . . . . . . . . 4 E. Scheduling of Work . . . . . . . . . . . . . . . . . . . . . 5 F. Foundations . . . . . . . . . . . . . . . . . . . . . . . . 5 G. Standards. Steel Pedestals and Posts . . . . . . . . . . . . 5 H. Conduit . . . . . . . . . . . . . . . . . . . . . . . . . . 5 1. Pull Boxes . . . . . . . . . . . . . . . . . . . . . . . . . 6 J. Conductors and Wiring . . . . . . . . . . . . . . . . . . . 6 K. Bonding and Grounding . . . . . . . . . . . . . . . . . . 6 L. Service . . . . . . . . . . . . . . . . . . . . . . . . . . 6 M. Testing . . . . . . . . . . . . . . . . . . . . . . . . . . . 6 N. Painting . . . . . . . . . . . . .. . . . . . . . . . . . . . 7 0. Type 90 Controller Assembly . . . . . . . . . . . . . . . . 7 P. Vehicle Signal Faces and Signal Heads . . . . . . . . . . . 9 Q. Pedestrian Signals . . . . . . . . . . . . . . . . . . . . . 9 R. Detectors . . . . . . . . . . . . . . . . . . . . . . . . . 10 S. Pedestrian Push Buttons . . . . . . . . . . . . . . . . . . 10 T. Luminaires . . . . . . . . . . . . . . . . . . . . . . . . . 10 SECTION X. (Continued) PAGE 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 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR THE INSTALLATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING AT PLACENTIA AVENUE AND 15TH STREET AND THE MODIFICATION OF TRAFFIC SIGNALS AND SAFETY LIGHTING AT PLACENTIA AVENUE AND SUPERIOR AVENUE SUPERIOR AVENUE AND HOSPITAL ROAD AND THE INSTALLATION OF TRAFFIC SIGNAL INTERCONNECT CONDUIT ON SUPERIOR AVENUE FROM PLACENTIA AVENUE TO TICONDEROGA STREET CONTRACT NO. I. SCOPE OF WORK The work to be done under this contract consists of the installation and modification of traffic signals and safety lighting, the installation of emergency vehicle pre - emption systems, modification of signing and striping, and the installation of the traffic signal interconnect system. The contract requires completion of all work in accordance with these - special provisions: the City's Standard Special Provisions, the Plans (Drawings No. T- 5434 -5), the City's Standard Drawings and Specifi- cations, and where applicable, the California Standard Specifications, January 1988, and the California Standard Plans, January 1988. The City's Standard Specifications are the Standard Specifica tions for 'Public Works Construction, 1988 Edition. Copies may a purr ase from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034; tele- phone (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. 11. COMPLETION OF WORK The Contractor shall complete all work within 130 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 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 -1- 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 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. Ill. CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK Subject to the provisions in Section 6 -1 of the Standard Specifications, the Contractor shall begin work within 15 calendar days after the City executes the contract. Traffic signal standards and signal heads shall not be installed until the signal controller has been delivered to the job site. IV. PAYMENT The unit price for Items of work shown in the proposal shall be full compensation for labor, equipment, materials, and all other things necessary to complete the work. The substitution of securities for any payment withheld, in accordance with Section 9 -3.2 of the Standard Specifications, is permitted pursuant to Government Code Sections 4590 and 14402.5. V. PROTECTION OF EXISTING UTILITIES Known utilities are indicated on the plans. Prior to performing construction work, the Contractor shall request each utility company to locate their facilities. The Contractor shall protect in place and be responsible for, at his own expense, any damages to the utilities encountered during construction of the items shown on the plans. VI. WATER The Contractor shall make his own provisions for obtaining and applying for water necessary to perform his work. If the Contractor desires to use available City water, it shall be his responsibility to make arrangements for the water by contacting the City's Utility Division at (714) 644 -3011. VII. FLOW AND ACCEPTANCE OF WATER It is anticipated that surface and ground or other waters will be encountered at various times and locations during the work herein contemplated. The Contractor, by submitting a bid, acknowledges that he has investigated risks arising from water and has prepared his bid accordingly. The Contractor shall conduct his operations in such a manner that storm or other waters may proceed uninterrupted along their r existing street and drainage courses. Diversion of water for short reaches -2- n 0 to protect construction in progress, will be permitted if public or private properties are not damaged or, in the opinion of the Enaineer, are not subjected to the probability of damage. Surface water containing mud or silt from the project area shall be treated by filtrating or retention in a settling pond or ponds adequate to prevent muddy waters 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, January 1988. All references in this section to "Standard Specifications" shall be understood to be referenced to the California Standard Specifications. 2. Standard Plans - Except as modified herein, all references in this section to "Standard Plans" shall be understood to be referenced to the California Standard Plans; January 1988. Codes, Ordinances and Re ulations - All electrical materials an equipment urnished and installed under this section -3- 0 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 signals and highway�ng 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 locations: 1. Placentia Avenue and 15th Street 2. Placentia Avenue and Superior Avenue 3. Superior Avenue and Hospital Road 4. Superior Avenue and Ticonderoga Street D. 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 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. E. SCHEDULING OF WORK. -- The Contractor may perform subsurface work consisting of t e 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. -4- F. FOUNDATIONS. -- Portland cement concrete shall conform to Section 90-10, "Minor oncrete," of the Standard Specifications and shall contain not less than 470 pounds of cement per cubic yard, except concrete for reinforced pile foundations shall contain not less than 564 pounds of cement per cubic yard. G. STANDARDS, STEEL PEDESTALS AND POSTS. -- Where the plans refer to—the side tenon detail at t o end. of t e signal mast arm, the applicable tip tenon detail may be substituted. H. CONDUIT. -- Nonmetallic 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. 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 the use of ' shaped compress on connectors as shown on the plans. Splices shall be Insulated by "Method B." Subparagraph 5, of the first paragraph of Section 862.09D, "Splicing," of the Standard Specifications is deleted. Traffic signal interconnect cable shall conform to six pair No. 19 REA Specification Type PE -21. 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 attached by a inch, or anger, rass 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. -5- L. SERVICE. -- If service equipment cabinet design deviates in any way from t~TTet -ails shown on the plans, details of such deviation shall be .� submitted to the Engineer for review before fabrication of the contract cabinet. 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. Electrical service cabinets shall be constructed of cold - rolled steel and painted aluminum to match the controller cabinet. 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 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 thereafter, that any and all Contract related deficiencies of the new or modified system, or systems, have been corrected, the City will maintain the system, or systems. The cost of any Contract - related maintenance necessary, except electrical energy, and 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. N. PAINTING. -- Type 11 electrical service cabinets shall match. the exterior finish of the controller cabinet. -6- 0 0. TYPE 90 CONTROLLER ASSEMBLY. -- Type 90 controller assembly shall be an 8-phase Multisonics 8TOTICURntroiler, complete with integral time �- base coordination capability, in a Type "P" cabinet. Type 90 controller assembly and Type P cabinet shall be furnished by the City and installed by the contractor. 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 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 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 effect during the time the affected phase is being serviced. -7- .. : 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 inch. The cabinet surface shall have a smooth natural aluminum finish. All exposed edges shall be free of burrs and pit marks. All welds shall be neatly formed and free of cracks, blow holes, and other irregularities. All welds shall be made by the Heliarc welding method. The cabinet shall have rigid inside angle arms for anchoring it to a base. Angle arms shall be aluminum alloy 5052 minimum of 0,125 inch thickness and minimum width of 2.5 inches by 2.5 inches. P. VEHICLE SIGNAL FACES AND SIGNAL HEADS. -- All signal heads shall be aluminum a oy. All nonprogrammed le nses shall be glass with aluminum reflectors. Plastic housings, visors, and backplates will not be permitted. All lamps for traffic signal units (including programmed visibility type) shall be furnished by the Contractor. Q. PEDESTRIAN SIGNALS. -- Pedestrian signals shall be Type C and shall be Indicator ontro s Corporation P/N 40968, or approved equal, with Clamshell type mountings. The hood described in Section 86- 4.05D, "Visors," of the Standard Specifications shall be provided. R. DETECTORS. -- Loop detector sensor units shall be rack mounted Type or 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 -8- 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 or more than 7 miles per hour. S. PEDESTRIAN PUSH BUTTONS. -- Pedestrian push button signs, for push button assemblies to be installed on -pedestrian push button posts, shall be 5 inches by 7 -1/2 inches. All other pedestrian push button signs shall be 9 inches by 12 inches 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 inches by 7 -1/2 inches. T. LUMINAIRES. -- Glare shields are not required on semicutoff or full -cut 7F-rum n Tres. Luminaires shall be the full- cutoff type. Each luminaire shall be die -cast aluminum with: integral regulator ballast, and Type IV photoelectric control (Section 86- 6.07A) for use in a multiple 120V circuit. The optical assembly shall provide true 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, and a porcelain enclosed mogul multiple screw shell socket with lamp grips. The optical assembly shall contain an activated charcoal filter which prevents particulate and gaseous contamination. The reflector shall be specifically designed to produce an ANSI /IES medium, cutoff, Type Ili light distribution 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. -- be provided on each uminaire and name sign. Type IV photoelectric controls shall on each internally illuminated street V. BALLASTS. -- The 12th paragraph in Section 86 -6.10, "High- ntel— resit' y- 6ischarge 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 regulator 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 Wa 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(I) LAG -TYPE REGULATOR BALLASTS. -- Each lag -type regulator ballast shall have the primary and secondary windings electrically isolated and, when operated with the appropriate lamp, shall have the following characteristics and shall maintain the following lamp operation: 1. The power factor shall be not less than 90 percent throughout the life of the lamp at nominal line voltage with a nominally rated reference lamp. 2. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 18 percent for +10 percent input voltage variation. 3. For nominal input voltage and lamp voltage, the ballasts design center shall not vary more than 7-1/2 percent from rated lamp watts. 4. The ballasts shall be designed so that a capacitance variance of +6 v 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 appropriate 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. 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. -10- W. OPTICOM PRIORITY CONTROL SYSTEM. -- Model 268, phase selector units and control harness, as manufactured by 3M Company, shall be `- furnished by the City and installed by the Contractor at Superior Avenue and Ticonderoga Street. Model 268 phase selector units and control harness shall be City furnished and factory installed in new controller cabinets. Model 205 Optical Detector units, as manufactured by 3M Company, shall be furnished by the Contractor and installed at locations indicated on the plans. Model 138 Optical Detector Cable as manufactured by 3M Company, shall be furnished and installed by the Contractor. X. REMOVE TRAFFIC STRIPES AND PAVEMENT MARKINGS. -- Remove traffic stripes and pavement markings as shown on t e 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 operation is being performed within 10 feet of a lane occupied by public traffic, the residue including dust shall be removed immediately after contact between the sand and the surface being treated. Such removal shall be by a vacuum attachment operating concurrently with the blast cleaning operation. Nothing in these Special Provisions shall relieve the Contractor from his responsibilities as provided in Section 7 -1.09, "Public Safety," of the Standard Specifications. Y. REMOVE ROADSIDE SIGNS. -- Existing roadside signs, at locations shown on the pans 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. Z. RELOCATE ROADSIDE SIGNS. -- Existing roadside signs shall be removed and installed at new locations shown on the plans. Each roadside sign shall be installed at the new location on the same day said sign Is removed from its original location. AA. ROADSIDE SIGNS. -- Roadside signs shall be installed at the locations shown on-the pans 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. PAYMENT. -- The unit of lump -sum bid for each item of work shown on t e 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. -11- 0 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. BB. Traffic Stripes, Pavement Markinqs, and Raised Pavement Markers The ;,7 ontractor shall furnish and apply traffic stripes and pavement markings shown on the plans or where directed by the Engineer. Placek.ent of striping and markings shall conform to the requirements of Sections 84 and 85 of the State Standard Specifications, dated January 1988, and these Special Provisions. Two applications of paint shall be made for all striping and markings. The second coat shall be applied two weeks after the first coat. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 50 feet from the alignment shown in the plans. The Contractor shall mark, or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal of the existing striping and markings. No street shall be without the proper striping over a weekend. Flashing arrow signs are required on all lane closures. Painting shall conform to the last two paragraphs of Section 59 -1.03 "Application" and Section 59 -1.04, "Thinning Paint" of the State Standard Specifications. Paint for traffic striping and pavement markings shall be JE Bauer low volatile organix compound (VOC) unbeaded paint No. 2466A9 or equal white and JE Bauer low VOC unbeaded paint No. 2467A9 or equal yellow, and JE No. 2468A9 or equal black, and VOC unbeaded paint No. 2468A9 or equal black, and JE Bauer low VOC unbeaded premix paint No. 2475A9 or equal yellow and JE Bauer waterbase, premix paint No. 2485A9 or equal white and JE Bauer waterbase, premix paint No. 2486A9 or equal yellow for all legends and striping. Thermoplastic striping and markings shall not be permitted. Paragraphs 1 and 2 of Subsection 84 -1.01, "Description" of the State Standard Specifications are amended to read: This work shall consist of applying painted traffic striped (traffic lines) and pavement markings at the locations and in accordance with the details shown on the plans or designated by the Engineer, and as specified in these Specifications and the Special Provisions. The kind of material or paint to be applied will be as designated in the State Standard Specifications, specified in the Special Provisions, or shown on the plans. Paragraph 1 of Subsection 84 -1.02, "Control of Alignment and Layout" of the State Standard Specifications is amended to read: -12- 0 The Contractor shall perform all layout, alignment and spotting, which will consist of existing stripes or control points spaced at 200 feet on tangents and 50 feet on curves. Paragraph 4 of Subsection 84 -1.03, "Tolerances and Appearance" of the State Standard Specifications is amended to read: Drips, overspray, improper markings ­and paint material tracked by traffic shall be immediately removed from the pavement surface by methods approved by the Engineer. All such removal work shall be at the Contractor's expense. Paragraph 2 of Subsection 84 -1.04, "Protection from Damage" of the State Standard Specifications is amended to read: Newly placed traffic stripes and pavement markings shall be protected from damage by public traffic or other causes until the paint is thoroughly dry. Paragraph 1 of Subsection 84 -3.02, "Materials" of the State Standard Specifications is amended to read: Paint and glass beads for traffic stripes and pavement markings will be furnished by the Contractor, including paint for cat tracks and dribble lines. Paint will be either solvent borne or water borne, depending on the time of year and the local air pollution regulations. Paragraph 2 of Subsection 84 -3.03, "Mixing" of the State Standard Specifications is amended to read: If more than 120 days have elapsed from the date of manufacture of solvent borne paint furnished, the paint shall be mixed in containers other than the spray equipment containers until a smooth, uniform product of property consistency is obtained. Such mixing and all other necessary mixing shall be at the Contractor's expense. Installation of raised pavement markers shall consist of supplying and placing raised pavement markers at the locations shown on the plans, or where designated by the Engineer, and in conformance with these special provisions. Raised pavement markers shall not be installed until 14 days after placement of final or surface course of asphalt concrete. CC. PAYMENT -- The unit of lump -sum bid for each item of work shown on the proposal shall be considered as full compensation for all labor, materials, equipment and all other things necessary to complete the work in place, and no additional allowance will be made therefor. Payment for incidental items of work, not separately provided for in the proposal, shall be included in the price bid for other related items of work. -13- • • • BY T11.7 :ITY COUNCIL CITY 1 ArEWPORT BEACH OCT_ 30 1989 APPRO V d) TO: CITY COUNCIL 0 October 30, 1989 CITY COUNCIL AGENDA ITEM N0. F -3 (a) FROM: Public Works Department /Traffic Engineering SUBJECT: INSTALLATION OF TRAFFIC BLS AND SAFETY LIGHTING AT THE INTERSECTION OF PLACENTIA AVENUE AND 16TH' STREET AND TRAFFIC SIGNAL MODIFICATIONS AT VARIOUS INTERSECTIONS (C -2770) RECOMMENDATION Award Contract 2770, in the amount of $139,430.00, to Signal Maintenance, Inc., Anaheim, California. DISCUSSION Four (4) bids were received and opened in the office of the City Clerk at 11 :00 a.m. on October 18, 1989. The bids are listed below. 1. $139,430.00 Signal Maintenance, Inc. Anaheim, CA 2. $156,476.00 Paul Gardner Corp. Ontario, CA 3. $166,101.00 DBE, Inc. Temecula, CA 4. $173,226.00 Stetuy & Co., Inc. Fullerton, CA Gas tax funds for these improvements are budgeted in the current fiscal year. The anticipated completion date for this project is March, 1990. Richard M. Edmonston Traffic Engineer RME:JEB:bb WP:C2770.CC to %'_,1: h A0r:jtr.,:M—,ti O' :a t: wottcca by Dxree or the SuPOndr COVrt m }rang* County. Catctotme. MumbM A -6214. det*d 29 SaPt*n"t- t961, and A•2 &63 t. Catca tt Jum 1961_ STATE OF CALIFORNIA County of Orange AwrM�erw.s�w r�x ww b *� ce....• w*w I am a Citizen of the United States and a resident of the County aforesaid, I pim over the age of eighteen years. and not a party to or interested in the below entitled matter I am a principal clerk of the Orange Coast DAILY PILOT, with which is combined the NEWS - PRESS. a newspaper of general circulation, printed and published in the City of Costa Mesa, County of Orange. State of California. and that a Notice of Inviting Bids of which copy attached hereto is a true and complete copy. was printed and published in the Costa Mesa, Newport Beach, Huntington Beach, Fountain Valley, Irvine. the South Coast communities and Laguna Beach issues of said newspaper for 2 eOnsecutive weeks to wit the iSsue{S) Of September 28 198 9 October 5 198 9 198_ 198_ 198_ 1 declare. under penalty of perjury, that the foregoing is true and correct. Executed On November 20 _ 198 9 at Costa-Mesa California.. • PROOF OF PUS C}_t Avthpkie0 to PutwT*h Ativertmomontt of 0 k, D�>� wohces by Decree of the SuPerlor Court 0 anpa Count►. Cantorma, Humber A -6214, deed 29 tieDl ember. 1941, and A-24931. doled It Juno. _1963, STATE OF CALIFORNIA County of Orange r„o. +..�.......�. rwr I am a Citizen of the United States and a resident of the County aforesaid. 16m 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 to the City of Costa Mesa. County of Orange. State of California. and that a Notice of Inviting Bids of which copy attached hereto is a true and complete copy• was printed and published in the Costa Mesa, Newport Beach, Huntington Beach, Fountain Valley, Irvine. the South Coast communities and Laguna Beach issues of said newspaper for 2 consecutive weeks to wit the ISsue(s) Of September 28 198 9 October 5 198 9 198_ 198_ 198_ I declare, under penalty of perjury, that the foregoing is true and correct. Executed on November 20 _ 198 9 at Costa -Mesa. California. - -_.._ PROOF OF PUBUCATION ok • • TO: • i (3�i CITY COUNCIL September 26, 1989 CITY COUNCIL AGENDA ITEMI NO. F -// FROM: Public Works Department /Traffic Engineering SUWECT: TRAFFIC SIGNAL INSTA STREET AND TRAFFIC INTERSECTIONS (C -21170) 1. Approve plans and specifications. 2. Affirm Negative Declaration. eY iF- ITY COUNCIL CITY OF 1,Ypon BEACH SEP 2 5 1989 APP.BSlY_E_11_ .__. TIOIN AT PLACENTIA AVENUE AND 16TH SIGNAL MODIFICATIONS AT VARIOUS 3. Authorize City Clerk to advertise for bids, to be opened at 11:00 a.m. on October 18, 1989. DISCUSSION This project provides for the installation of traffic signals and safety lighting at Placentia Avenue and 16th Street. The estimated cost of the contract work on this portion of the project is $66,000. The existing traffic signals on Superior Avenue at Placentia Avenue and at Hospital Road will be upgraded with new controllers and fire pre- emption • devices. The Superior Avenue at Ticonderoga Street traffic signal will have fire pre- emption devices added also. Additionally, all of these locations will be interconnected and tied to our master traffic signal controller at City Hall. C • The total estimated cost of this project is $197,000. Gas Tax funds for these improvements are budgeted in the current fiscal year. Plans, specifications and construction estimates were prepared by Wildan Associates, of Industry, California. A Negative Declaration of Environmental Impact has been prepared by staff and approved by the Environmental Affairs Committee. Upon affirmation, the document will be published in a local newspaper and filed with the Clerk of the Board of Supervisors. The project is scheduled for completion in Narch, 1990. Richard N. Edmonton, P. E. Traffic Engineer RME:JEB:bb WP; 15TH.CC • LOCATIONS