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