Loading...
HomeMy WebLinkAboutC-2815 - Traffic Signal Interconnect, Irvine Avenue, Westcliff to Orchard--7 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: December 17, 1990 (714) 644 -3005 i SUBJECT: Contract No. C- 2815(A) Description of Contract COOPERATIVE FINANCING AGREEMENT FOR THE INSTALLATION OF TRAFFIC SIGNAL INTERCONNECT FACILITIES ON IRVINE AVENUE BETWEEN WESTCLIFF DRIVE /17TH STREET AND ORCHARD DRIVE Effective date of Contract October 16, 1990 Authorized by Minute Action, approved on November 26, 1990 Contract with City of Costa Mesa AND Address County of Orange Amount of Contract (See Agreement) "x�s4e Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, N 4 • • • NOV 2 6 1990 TO: CITY COUNCIL FROM: Public Works /Traffic Engineering November 26, 1990 CITY COUNCIL AGENDA ITEM NO. F -3(d) SUBJECT: COOPERATIVE FINANCING. AGREEMENT FOR THE INSTALLATION OF TRAFFIC SIGNAL INTERCONNECT .FACILITIES ON IRVINE AVENUE BETWEEN WESTCLIFF DRIVE /17TH STREET AND ORCHARD DRIVE (C -2815) Authorize the Mayor and City Clerk to execute a Cooperative Financing Agreement with the City --of Costa -Mesa and the .County of Orange for the subject traffic signal project. The Irvine Avenue project will extend from Westcliff Drive /17th Street to Orchard Drive, as shown on the Exhibit A attachment. It includes replacement of five controllers and installation of interconnect wiring. These intersections will be connected to the master signal computer at City Hall. The estimated total cost of the work is $395,000. The City's share would be approximately $90,000. The City of Costa Mesa and the County of Orange will also participate in this project. The City requested and was approved for funds from the Orange County Transportation Commission. The Orange County Unified Transportation (OCUTT) funds will cover half of the total project cost, or approximately $200,000. This project is a major component to the traffic signal interconnect program that is currently underway. Gas Tax Funds are available in this year's budget for this project. Richard M. Edmonston Traffic Engineer RME:JEB:bb WP:A:OCUTT.CC Attachment: Exhibit A i • 0 • r� INTERCONNECT LINK E - INTERCONNECT LINK D - W 5 2 W a 22ND ST. INTERCONNECT LINK C - - - - - -- 20TH ST. INTERCONNECT LINK B - - - - - -- 14TH S ^1. J ,• -ORCHARD DR. MESA DR. UNIVERSITY DR. INTERCONNECT LINK A ------ - - - - -� Z H f1i li 17TH ST. EXHIBIT A SAI4TIAGO DR. HIGHLAND AVE. DOVER DR. = NEW CONTROLLER WF.STCLIFF DR. •Agreement No. D90 -246 AGREEMENT THIfS1 AGREEMENT, made and entered into this le tA day of v , 1990, BY AND BETWEEN CITY OF NEWPORT BEACH, hereinafter referred to as "NEWPORT BEACH ", AND CITY OF COSTA MESA, hereinafter referred to as "COSTA MESA ", AND COUNTY OF ORANGE, hereinafter referred to as "COUNTY ". WHEREAS, it has become beneficial to upgrade the traffic signals and interconnect on Irvine Avenue between Westcliff Drive /17th Street and Orchard Drive; and WHEREAS, NEWPORT BEACH, COSTA MESA, and COUNTY have determined that upgrading the signal controllers and interconnect of the signalized intersections along Irvine Avenue at Westcliff Drive /17th Street, Dover Drive /19th Street, Highland Avenue /20th Street, Santiago Drive /22nd Street, University Drive, and Mesa Drive, and Orchard Drive, is warranted; and WHEREAS, NEWPORT BEACH, COSTA MESA, and COUNTY contemplate the installation of new signal controllers and traffic signal interconnect and coordination facilities along Irvine Avenue at said locations, some of which are partially within the boundaries of NEWPORT BEACH, COSTA MESA, and unincorporated COUNTY area, hereinafter referred to as the 01 "PROJECT ", and wish to specify the proportionate share of the costs that are to be borne by NEWPORT BEACH, COSTA MESA, and COUNTY, and wish to provide for maintenance following completion of the PROJECT; and WHEREAS, NEWPORT BEACH, COSTA MESA and COUNTY have jointly applied for and been approved to receive Orange County Unified Transportation Trust (OCUTT) funds for matching agency contributions for improvements to traffic signal coordination along Irvine Avenue; and WHEREAS, NEWPORT BEACH has offered to design, contract, and inspect the installation of the traffic signal interconnect and coordination facilities; and WHEREAS, addition of the facilities to existing traffic signals is categorically exempt (Class 1, Section 15301) pursuant to the California Environmental Quality Act of 1970 (CEQA); and WHEREAS, NEWPORT BEACH, as Lead Agency under CEQA, acknowledges that no environmental documents are required for compliance with CEQA. NOW, THEREFORE, IT IS AGREED by the parties hereto as follows: I. NEWPORT BEACH shall: A. Be and is hereby designated as Project Engineer, Contracting, and Construction Agent for the parties to do and perform all things necessary in order to design and construct said COSTA MESA, and COUNTY portion of the Project, 2 and to execute and deliver all documents required in connection with the construction and completion of said PROJECT, including Certificate of Cost and Certificate of Completion for PROJECT. B. Prepare a brief Traffic Signal Interconnect and Coordination Concept Report for review and approval by COSTA MESA's Director of Public Services, hereinafter referred to as "DIRECTOR ", and by COUNTY's Director of Transportation, Environmental Management Agency, hereafter referred to as "TRANSPORTATION DIRECTOR EMA". Said report shall generally consist of conceptual system design, control equipment type and function, and communications and interconnect theory. C. Submit for review and approval by DIRECTOR, and TRANSPORTATION DIRECTOR EMA, PROJECT plans and specifications including a construction cost estimate which indicates the estimated shares of costs to NEWPORT BEACH, COSTA MESA, and COUNTY. D. After approval of plans and specifications by DIRECTOR and TRANSPORTATION DIRECTOR EMA, as specified herein, advertise PROJECT for bids and award a contract to the lowest responsible bidder complying with all State and local laws, subject to the provisions of Section II, III, IV, and V herein below. E. Not issue change orders of PROJECT work affecting COSTA MESA and /or COUNTY without first having 3 obtained the written concurrence of DIRECTOR and /or TRANSPORTATION DIRECTOR EMA. F. During the period of construction, have jurisdiction of the construction areas within COSTA MESA and COUNTY. G. Continue to maintain the existing traffic signal and safety lighting facilities along Irvine Avenue at said intersections, except Orchard Drive, before, during and after execution of the construction contract. II. COSTA MESA shall: A. Review and approve, by DIRECTOR, the Traffic Signal Interconnect and Coordination Concept Report prepared by NEWPORT BEACH, per Section I.B. above, and the PROJECT plans, specifications, and estimate prepared by NEWPORT BEACH, per Section I.C. above. Said review and approval shall be as to design and construction features affecting the construction, operation, and maintenance of COSTA MESA's portion of PROJECT. B. At all times during the progress of construction of PROJECT have access to the work for the purpose of inspection thereof and should COSTA MESA deem any remedial measures to be necessary, COSTA MESA shall notify NEWPORT BEACH thereof. C. Reimburse NEWPORT BEACH for COSTA MESA's proportionate share of the PROJECT cost as defined by Section IV and VI. 4 0 D. Withhold approvals which are required herein only for good cause. III. COUNTY shall: A. Review and approve, by TRANSPORTATION DIRECTOR EMA, the Traffic Signal Interconnect and Coordination Concept Report prepared by NEWPORT BEACH, per Section I.B. above, and the PROJECT plans, specifications and estimate prepared by NEWPORT BEACH, per Section I.C. above. Said review and approval shall be as to design and construction features affecting the construction, operation, and maintenance of COUNTY's portion of PROJECT. B. At all times during the progress of construction of PROJECT, have access to the work for the purpose of inspection thereof and should COUNTY deem any remedial measures to be necessary, COUNTY shall notify NEWPORT BEACH thereof. C. Reimburse NEWPORT BEACH for COUNTY's proportionate share of the PROJECT cost, as defined by Section V and VI. D. Withhold approvals which are required herein only for good cause. IV. COSTA MESA Funding Responsibilities A. COSTA MESA's share of the PROJECT costs, including administration design, construction, engineering and inspection costs, shall be based on the total PROJECT cost, and be in the ratio of the number of approaches to the 5 PROJECT intersections, lying within COSTA MESA, to the total number of approaches to the PROJECT intersections, as the COSTA MESA- NEWPORT BEACH limits exist at the time NEWPORT BEACH advertises the contract for the PROJECT. B. As of the date of this agreement, said ratio of COSTA MESA's share is considered to be six /twenty- sevenths (6/27) of the actual PROJECT costs to be paid by NEWPORT BEACH, COSTA MESA, and COUNTY, based on the fact that six (6) of the twenty -seven (27) approaches to the PROJECT intersections presently lie within COSTA MESA, and that seven and one -half (7 -1/2) lie within the COUNTY, and thirteen and one -half (13 -1/2) lie within NEWPORT BEACH. C. COSTA MESA's share of the contract costs for upgrading the signal controllers, installation of traffic signal interconnect and coordination facilities shall be based on the actual construction cost for the PROJECT, estimated to be $201,500, and in the determined ratio. Said share is estimated to be $36,556. D. COSTA MESA's share of design, administration, construction, engineering and inspection costs shall be based on the determined ratio. Said share is estimated to be $8,222. E. The total estimated cost of COSTA MESA's portion of the project is approximately $44,778, including administration, design, construction, engineering and inspection costs. 0 V. COUNTY Funding Responsibilities A. COUNTY's share of the PROJECT costs, including administration, design, construction, engineering and inspection costs shall be based on the total PROJECT cost, and be in the ratio of the number of approaches to the PROJECT intersections, lying within the COUNTY, to the total number of approaches to the PROJECT intersections, as the COUNTY - NEWPORT BEACH limits exist at the time NEWPORT BEACH advertises the contract for the PROJECT. B. As of the date of this agreement, said ratio of COUNTY's share is considered to be seven and one - half /twenty- sevenths (7.5/27) of the actual PROJECT costs to be paid by NEWPORT BEACH, COSTA MESA and COUNTY, based on the fact that seven and one -half (7 -1/2) of the twenty -seven (27) approaches to the PROJECT intersections presently lie within the COUNTY, and that six (6) lie within COSTA MESA, and thirteen and one -half (13 -1/2) within NEWPORT BEACH. C. COUNTY's share of the contract costs for installation of the traffic signal interconnect and coordination facilities shall be based on the actual construction cost for the PROJECT, estimated to be $201,500, and in the determined ratio. Said share is estimated to be $45,694. D. COUNTY's share of administration, design, construction engineering and inspection costs shall be based on the actual construction costs, and in the determined 7 ratio. Said share is estimated to be $10,278. E. The total estimated cost of COUNTY's portion of the PROJECT is approximately $55,972, including administration, design, construction, engineering and inspection costs. VI. Payments and Final Accounting A. CITY may, at its option, invoice COSTA MESA and COUNTY for a deposit of their actual shares of the contract cost based upon actual bid prices and upon reasonable notice, and COSTA MESA and COUNTY shall pay said deposit. However, said request for deposit shall not be made before the award by NEWPORT BEACH of construction contract. B. Upon completion of the PROJECT, NEWPORT BEACH shall submit a final report for PROJECT and a certification signed by the DIRECTOR of Public Works that all expenditures related to PROJECT have been made and that all documents, certificates and itemized bills are on file with NEWPORT BEACH and that copies will be made available to COSTA MESA and COUNTY upon request. C. If the final report, as approved by the parties hereto, indicates that the final cost to COSTA MESA and /or COUNTY is greater than COSTA MESA's and /or COUNTY's deposit, COSTA MESA and /or COUNTY shall promptly reimburse NEWPORT BEACH for the difference between COSTA MESA's and /or COUNTY's final cost and the deposit. If the approved final report indicates that the final cost to COSTA MESA and /or COUNTY is less than COSTA MESA's and /or COUNTY's deposit, NEWPORT BEACH shall promptly reimburse COSTA MESA and /or COUNTY for the difference between the deposit and COSTA MESA's and /or COUNTY's final cost. VII. It is mutually agreed by the parties hereto that: A. NEWPORT BEACH shall maintain said traffic signal interconnect and coordination facilities. B. The maintenance and operational costs for said traffic signal interconnect and coordination facilities, with the exception of the maintenance costs of the master controller, shall be borne by the parties hereto in accordance with the terms of the respective traffic signal and highway lighting maintenance agreements between NEWPORT BEACH and COSTA MESA, and NEWPORT BEACH and COUNTY. C. That neither COSTA MESA nor any officer or employee thereof shall be responsible for any damage or liability occurring by reason of anything done or omitted to be done by NEWPORT BEACH under or in connection with any work, authority or jurisdiction delegated to NEWPORT BEACH under this agreement. It is also understood and agreed that, pursuant to Government Code Section 895.4, NEWPORT BEACH shall fully indemnify and hold COSTA MESA harmless from any liability imposed for injury (as defined by Government Code Section 810.8), occurring by reason of anything done by NEWPORT BEACH under or in connection with any work, authority or jurisdiction delegated to NEWPORT BEACH under this agreement. D. That neither COUNTY nor any officer or employee thereof shall be responsible for any damage or liability occurring by reason of anything done or omitted to be done by NEWPORT BEACH under or in connection with any work, authority or jurisdiction delegated to NEWPORT BEACH under this agreement. It is also understood and agreed that, pursuant to Government Code Section 895.4, NEWPORT BEACH shall fully indemnify and hold COUNTY harmless from any liability imposed for injury (as defined by Government Code Section 810.8), occurring by reason of anything done by NEWPORT BEACH under or in connection with any work, authority or jurisdiction delegated to NEWPORT BEACH under this agreement. E. That neither NEWPORT BEACH nor any officer or employee thereof shall be responsible for any damage or liability occurring by reason of anything done or omitted to be done by COSTA MESA and /or COUNTY under or in connection with any work, authority or jurisdiction not delegated to NEWPORT BEACH under this agreement. It is also understood and agreed that, pursuant to Government Code Section 895.4, COSTA MESA and /or COUNTY shall fully indemnify and hold NEWPORT BEACH harmless from any liability imposed for injury (as defined by Government Code Section 810.8), occurring by reason of anything done or omitted to be done by COSTA MESA and /or COUNTY under or in connection with any work, authority 10 or jurisdiction not delegated to NEWPORT BEACH under this agreement. F. Coordinating Committee: All parties understand that in order for the interconnected system to operate optimally, it is necessary that the operational characteristics of the system be reviewed regularly. Therefore, the parties shall establish a Coordinating Committee. The Committee shall meet at a minimum annually to review the operating characteristics of the system and propose any needed modifications to the system. The Committee shall be comprised of the Traffic Engineer of NEWPORT BEACH, or his designate; and the Traffic Engineer of COSTA MESA, or his designate; and the Traffic Engineer of COUNTY, or his designate, and any other individual mutually agreed to by all parties. The Committee member(s) of each party shall be responsible for notifying the other parties as soon as possible, but no later that the first working day following a system failure, emergency repair, or power failure affecting the interconnected system. The Committee member(s) of NEWPORT BEACH shall also give advance notice of at least two working days prior to any shutdown of the master controller as part of regularly scheduled routine maintenance or any other regularly scheduled maintenance affecting the interconnect system. 11 0 IN WITNESS WHEREOF, COSTA MESA and NEWPORT BEACH have caused this agreement to be executed by their Mayors and attested by its Clerks, and COUNTY has caused this agreement to be executed by the Chairman of its Board of Supervisors and attested by its Clerk, all thereunto duly authorized by Minute Order of the City Councils and the Board of Supervisors, respectively, on the date written opposite their signatures. Date M or, CITY NEWPORT BEACH AS TO FORM: ATTEST: tif� Clerk 12 id �- ����jl: .� q� /8, 199D Q��- Date Mayor, CITY OF CO M MESA APPROVED AS TO FORM: ATTEST: /Jj3,j � i Qjj-jQ �- 30' i 0 City Attorney City Cl�rk Date Chairman of the Board of Supervisors COUNTY OF ORANGE APPROVED AS TO FORM: 12 WP:A:AGREE.SIG bb 5 -29 -90 SIGNED AND CERTIFIED THAT- A-(XiPY,OF. THIS DOCUMENT HAS KEN 12LIVERED'TO . THE CHAIRMAN OF THE 60AR0. =, Clerk of the Board of";' Supervisors . OCT 16 1900 13 9 CITY OF NEWPORT BEACH February 25, 1992 OFFICE OF THE CITY CLERK P.O. BOX 1768. NEWPORT BEACH. CA 926588915 Pacific Traffic Systems, Inc. 1840 So. Santa Fe, Suite A Santa Ana, CA (714) 644 -3005 Subject: Surety: United Pacific Insurance Company Bonds No.: U- 1712389 Contract No.: C -2815 Project: Traffic Signal Interconnect on Irvine Avenue from Westcliff Drive -17th Street to Orchard Drive The City Council of Newport Beach on January 27, 1992 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 has been recorded in accordance with applicable portions of the Civil Code. The Notice was recorded by the Orange County Recorder on February 4, 1992, Reference No.. 92-066028.- Sincerely, 4� ands 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 rt Beach Newport beach, CA Boulevard 92 -066 iV11 I IT a. FEB 41992 "Exempt from to Government NOTICE OF COMPLETION t NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Pacific Traffic Systems, Inc., 1840 So. Santa Fe, Suite A, Santa Ana, CA as Contractor, entered into a Contract on August 17, 1990 Said Contract set forth certain improvements, as follows: Traffic Signal Interconnect on Irvine Avenue from Westcliff Drive -17th Street to Orchard Drive (C -2815) Work on said Contract was completed on May. 1991 and was found to be acceptable on January 27, 1992 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is United Pacific Insurance Co., 2 Glenhardie Corporate Center, Wayne, PA 19087 / l/�i///1 g4 By s2tM ° • e7:(4� s ir ec or VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best Qf my knowledge. Executed on -� J��s�i� /L�./ &eo , �99oZ , at 1 'jt F�r • • TO: City Council E-Y TH'e CITY COUNCIL CITY OF NEWPORT BEACH ` 2 -- January 27, 1992 CITY COUNCIL AGENDA ITEM NO. F -15 FROM: Public Works Department SUBJECT: ACCEPTANCE OF TRAFFIC SIGNAL INTERCONNECT ON IRVINE AVENUE FROM WESTCLIFF DRIVE -17TH STREET TO ORCHARD DRIVE (C -2815) 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 Irvine Avenue Interconnect has been completed to the satisfaction of the Public Works Department. The bid price was $156,000.00 Amount of unit price items constructed 156,000.00 Amount of change orders 17.957.66 Total contract cost $173,957.66 Four Change Orders were issued. The first, in the amount of $1,215.00, provided for the installation of loop detectors at Dover Drive and at University Drive and additional interconnect cable at Mesa Drive. The second, in the amount of $2,958.51, provided for installation of new signal heads at University Drive. The third, in the amount of $7,246.19, provided for installation of a bycycle push button at University Drive, replacement of damaged conduit at Dover Drive and replacement of the electrical services at all locations except 20th Street. The fourth, in the amount of $6,537.96, provided for installation of loop detectors at Santiago Drive and at Mesa Drive and new 3 -inch conduit, pull boxes and detector wire at Mesa Drive. Funds for the project were budgeted in the State Gas Tax Fund, Account No. 7183 - 3020012. The contractor is Pacific Traffic Systems of Santa Ana. The contract date of completion was October 1990. Completion of the work was delayed until February, 1991, due to late delivery of City Furnished materials. By that C • Subject: ACCEPT AVENUE DRIVE January 27, 1992 Page 2 kNCE OF TRAFFIC FROM WESTCLIFF (C -2815) SIGNAL INTERCONNECT ON IRVINE DRIVE -17TH STREET TO ORCHARD time the contractor essentially had ceased operation in California. The work was completed in May, 1991. Acceptance has been delayed while attempting to resolve the costs of the extra work. The California State Labor Commissioner has filed a Notice to Withhold Funds to recover underpaid wages in an amount nearly 10 times the amount still owed to the Contractor by the City. The assessment of Liquidated Damages for the late completion is not recommended. a4 Y / 4 � 2, 4% Benjamin B. Nolan Public Works Director PD: so i LABOR COMMISSIONER, STATE OF CALIFORNIA Y' D ',, -,:,•I Department of Industrial Relations / G + Division of Labor Standards Enforcement + "•1 R�Cr�� ant - 28 Civic Center Plaza #625 Santa Ana, Ca. 92701 714 558 -4944 AWARDING Sony: .. . James E. Brahler, Assistant Traffic Engineer i City of Newport Beach, Public Works Dept. j 3300 Newport Boulevard Newport Beach, Ca. 92658 L J DATat IR ABl1A, AVRR TO CA19 NUMee R: i January 10, 1992 i 27- PW)4531 (064) NOTICE TO WITHHOLD rRolKT "Aug / CONTRACT NUMBER �2815ZIrvine Avenue from Westcliff Drive -17th to orchard Drive Traffic Signal Interconnect rRIMe CONTRACTOR Pacific Traffic Systems Inc. i 594-CONTRACTOR Enclosed are a NOTICE OF WAGES OWED and NOTICE OF PENAL -Y ASSESSMENT pertaining to the above -named project. You ar d6 a !%to withhold and retain from any payments due the general contractor the total amount of $ which is the sum of all wages and penalties forfeited pursuant to the provisions of Labor Code Section 1727 as evidenced by the attached Notice of Wages Owed and Notice(s) of Penalty Assessment. If you receive notice of a suit filed by the contractor to recover the prevailing wages and /or the Penalties Labor Code Section 1731 requires you retain the above stated sum pending the outcome of the suit. It no such notice of suit is received within the 90 day period after cessation acceptance, or completion of the project, all monies withheld shall be remitted to this office.. If within the aforementioned period, the contractor consents in writing with the Notice of Wages Owed and /or Notice of Penalty Assessment, the amount withheld shall be remitted to this office. I declare under penalty of perjury as follows: I am an authorized representative acting for the State Labor Commissioner. 1 execute this Declaration on behalf of the workers whose names are set forth on the attached notices. I have read the foregoing Notice to Withhold and I have made an investigation of the facts relating thereto, and based on all the facts known to me at this time and based on all of the statements and 'information given to me at this time. I am informed and believe that the foregoing Notice to Withhold is true and correct, and that the facts have been found to support this Notice. Sincerely, S" B) cc: Pacific Traffic Systems Inc. Pacific Insurance Co. NOTICE TOWITHHOLD s r Code Section 1731. If suit is brought against the awarding body n the 90•day period either by service of summons or by registered mail i is received within the 90-day period, the penalties and forfeitures shall tained by the awarding body pending the outcome of the suit, and be irded to the State Treasurer only in the event of a final court judgment st the contractor or his assignee. Otherwise ,-the. penalties and T tures are subject to any final judgment which is. obtained by, the actor or his assignee. T T T T T CITY OF NEWPORT BEACH OFFICE..9F THE CITY_ CLERK P.O. BOX 1768, _ RT BEACH, CA 92658 -8915 0005 TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: August 17, 1990 SUBJECT: Contract No. C -2815 Description of Contract Traffic Signal Interconnect on Irvine Avenue from Westcliff Drive -17th Street to Orchard Drive Effective date of Contract August 17, 1990 Authorized by Minute Action, approved on June 25, 1990 Contract with Pacific Traffic Systems, Inc. Address 1840 So. Santa Fe, Suite A Santa Ana, CA 92705 Amount of Contract $156,000.00 "94a6t' 4f 4e Wanda E. Raggio City Clerk WER:pm Attachment Newport Boulevard, Newport S4ZI�14 Rpproved by the City Council this29�14i day of NIIlY 1990• o Wanda E. Raggio City Clerk Prospe � ctive bidders may obtain one act of bid documents at no cost at the office of the Public Works artment, 3300 Newport Houlevardo P. O..Box 1768; Newport Beach, CH 92659- 1768. For further information, call JIl4 at 644 3344 #irojaRt awe t: oz AUG 09 '90 f4:37. RTE flz OFFICE 215 784 4493 P.2 1 I.V roe& n 6(9/90 ATE DABAMA AT BY THE at it '. I . - A a A"COARDN"a a I I &do I ph I *,V. pa is 1.40-sul A A In mcm ?I j., siWAIN214AM FIRE Udd CO ASIALUNOM TREE &F"041Q,� AIPLUNDN Utm CNTROL CO, AND ALL 11JASICIARV CCMPANIES L I KAIR MILL ROAD PACIFIC TRAFFIC SYSTEMS WILLO01-GROVE INC. ri A VE F R TOG P 4 t SO ALL AW A Amami Am INA NJ) NO efty .12–EUMBI114— RNL1499661 ITX) was 4/6V91 m a K FUMO A ANV MAD ALL 0,00 CA at Fim Ali M! (�J MA NJ NY VA) AARW LINKITY V A r ' T" j-1. I WAUE0201*3 rTxl OM WAN USAILL0 WA ALA ACCOMM) A, WSM401107 WmEm 1/01110 S/01/11 I "a 1 4 Ann a 1/10 it RD A *MEN$ DW FWC4115171 ITX) 0/01/to I/01/11 SEE ANK LIMITS A 9XCTSI NO 6 *SEE BELOW 4/01/1110 0101/91 $41 mit 94 Ace CIS uplaygom XI ITATLINW121111 *10115414177 tAL CA iL LA Mb Ph OL 04 NC 9t) City of Newport Beach, CA MOAB AW CW TW ABOVE DE604M POLCIR 21 CANNUAD BEFORE TW 3300 Newport Boulevard EXPOATPON OA11 TKNOrk THE *a" COWANi WLL DWAYOR TO Newport Beach; CA 92658 MAL _1104"WNTTENNOtAX TO THE OWROATS401,0114MAhGOTO TK f 407 WT "UM W MAL : JUAWI?VOFANY X14W%10ON7W Upramemalft IS 4 �:�.. ,:�, .� r +•: a „... , .. . �:....:. AUG 09 190 14:3G ATE HOME OFFICE 215 784 4493 i CERT �E OF INSUAAN E i INSURED: Pacific Traffic Systems, Inc. POLICY PERIOD: August 1; 1941rto August i, 1991 Q ATTA ' It is agreed that city of Newport Beach, - is an additional insured under the aforementioned liability insurance policies with respect to vicarious liability which the additional insured incurs as a result of negligence on the part of the named insured in the performance of contracted work, and only to the limit(S) of liability to which the named insured has agreed by contract or in writing prior to toss to provide insurance for such interest.? Date of Issue: 8/9190 P.3 i 1 V u a i C o a)oro V O U i•i U O 4-. N O O Or- ro O•r LY rojo Z J ro •r .r O O - 3 3 I al u CI_C Q4J 41 Y .•+ 4- C S- E 0.- U ro N O z °o M a) v a O w S- -0 4-•.- C 7 U & 3 w c U Z O to O O) C Q 4J C (1) •O 4- �+ O d U •r Y C L V � ) a ro ro o N aJ C O �•-� 4- a) a) a) O O V no t 2 4+ C Od O w u r+ C L O) J Or Q Y b•r N 2 N O L U 0 I S- i•� •r a) ^ d r > E 04 `) i L a) C O O a 0 u T N a) L Y C L a)' ro O a) N Y > N •r L w w a) C 0 O 4- al •r• 4- 0(3)C Q J z Oa �• O a) •r O L 3 L 7 u Q. to v c �l 3 a)- N 04. 1 ro L N t •r U '1 L Y N ro /E6 UY L >41 L Y O C a) Y •-+ t O •r i O ro = 3 3 3 GU 1 V PR 1.1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL MODIFICATION OF TRAFFIC SIGNALS AND INSTALLATION OF TRAFFIC SIGNAL INTERCONNECT ON IRVINE AVENUE FROM WESTCLIFF DRIVE -17TH STREET TO ORCHARD DRIVE CONTRACT NO. 2815 To The Honorable City Council City of Newport Beach 3300 Newport B1 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. 2815 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: ITEM QUANTITY ITEM DESCRIPTION NO. & UNIT UNIT PRICE IN WORDS 1. Lump Sum Furnish and install traffic signal modifications and interconnect on Irvine Av from Westcliff Dr -17th St to Orchard Dr. One Hundred Fifty Two Dollars Thousand Seven Hundred and TOTAL PRICE Fifty No Cents $ 152,750.00 rf', A PR 1.2 ITEM QUANTITY ITEM DESCRIPTION TOTAL NO. & UNIT UNIT PRICE IN WORDS PRICE 2. Lump Sum Furnish and install Opticom cable at various intersections. Three Thousand Two Dollars Hundred Fifty and No Cents WP:A:2815.PRO FR i.s One Hundred Fifty Six Thousand Dollars and No Cents $ 156,000.00 TOTAL BID PRICE (WORDS) TOTAL BID PRICE FIGUR S) June 15, 1990 V' Pacific Traffic Systems, Inc 714 - 434 -8112 Bidder's e ep one Number A Schafer/ jnature7THTe #580778 A- General Engineering 1/ 1840 So. Santa Fe, Suite A Contractor's License No. & C assification Bidder's Address Santa Ana, CA 92705 Expiration date: 11 -29 -91 t • • Page 2 INSTRUCTIONS TO BIDDERS 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 responsible 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. 580778 -A Exp 11 -29 -91 Contr's Lic. No. & Classification June 15, 1990 Date Pacific Traffic Systems Inc Bidder S /Gregory A. Schafer /President Authorized Signature /Title ,.. • • Page 3 DESIGNATION Of SUBCONTRACTORS 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 1. None 2. 3. 4 5. 6. 7. 8. 9. 10. 11. 12. Pacific Traffic Systems Inc S /Gregory A. Schafer /President Authorized Signature Title 0 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we Pacific Traffic Systems, Inc and United Pacific Insurance 0 Page 4 FOR ORIGINAL, SEE CITY CLERK'S FILE COPY as bidder, as Surety, are held,, and firmly bound unto the City of Newport Beach, California, in the sum of Fifteen Thousand Six Hundred Dollars ($ 15,600.00 ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of Traffic signal interconnect on Irvine Av from Westcliff Dr -17th St to Orchard Dr Title of Project Contract No. 2815 in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver to said City the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) from the date of the mailing of contract documents for execution to the above bounden bidder by and from said City, then this obligation shall become null and void; otherwise it is and shall remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event that any bidder above named executed this bond as an individual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 15th day of June 1990 , Pacific Traffic Systems, Inc (Attach acknowledgement of Bidder Attorney -in -Fact) S/Margaret B. Bo na S/D L Kosch /Secretary- Treasurer Notary Pub is Authorized Signature /Title Commission Expires: -- United Pacific Insurance Company Surety By /Richard A Jacobus Title .Attorney -in -fact . Colorado State of 2a4ifomin County of Jefferson • • Page 5 NONCOLLUSION AFFIDAVIT ss. Gregory A. Schafer being first duly sworn, deposes and says that he or she is President of Pacific Traffic Systems, Inc the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, south by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Pacific Traffic Systems, Inc Bidder S /Gregory A. Schafer /President Authorized Signature /Title Subscribed and sworn to before me this My commission expires: 7 -14 -91 11th day of June 1 1990 S /Ann L Schafer Notary Public r • . 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. 1990 Signal modificatioryCity of Costa Mesa -Dave Sorge- 754 -5183 1990 Signal modification /City of Newport Beach -Jim Brahler- 644 -3344 Pacific Traffic Systems, Inc Bidder Si re4ory A Schafer /President______ Authorized Signature /Title N 0 C F The following contract documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of mailing Notice of Award to the successful bidder: PAYMENT BOND (pages 8 & 9) FAITHFUL PERFORMANCE BOND (pages 10. &.11) CERTIFICATE OF INSURANCE & ENDORSEMENTS (pages 12, 13, 14)* CONTRACT (pages 15 & 16) The City of Newport Beach will not permit a substitute format for these: contract documents. Bidders are advised to review their content with bonding, insuring and.legal agents prior.to submission of bid. Payment and Faithful Performance Bonds shall be issued by an insurance organization or, surety-(1) currently authorized by the Insurance Commissioner j 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 Rating Guide: Property - Casualty. Coverages shall be provided as specified, in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. *The Contractor shall submit a Certificate of. Workers' Compensation Insurance to the Engineer with these documents. 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 • Page 8 PAYMENT BOND Bond #U- 1712389 KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted June 25, 1990 has awarded to Pacific Traffic Systems, Inc hereinafter designated as the "Principal ", a contract for Traffic signal interconnect on Irvine Av from Westcliff Dr -17th St to Orchard Dr C -2815 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond with said-=contfact,..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 *,he 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 Pacific Traffic Systems 1840 S. Santa Fe, Suite A. Santa Ana, CA 92705 as Principal, and UNITED PACIFIC INSURANCE COMPANY 2 Glenhardie Corporate Center, Wayne, PA 19087 as Surety, are held firmly bound unto the City of Newport Beach, in the sum of One Hundred Fifty -Six Thousand and ----------------- 00 /lOmollars ($ 156,000.00 - - - -�, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his subcontractors, fail to pay for any materials, provisions, or other supplies, used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind or for amounts due under the Unemploy- ment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. The bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon ' Page 9 Payment Bond (Continued) Y - this bond, as required by the Provisions of Sections,3 47, et 'seq of'tW 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 shalt not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duty executed by the Principal and Surety above named, on the 3rd day of 19 Autfiorized Signature and Title PACIFIC INSURANCE COMPANY _.t ,Seal) tY ,•`' • _ Inc. 1622 Arch Street, Phila., PA 19103 (215) 568 -1700 Telephone . of gent - d {' T _ - v W/4 e sir a. sue„ ;.�'�, F E Bond N U- 1712389 UNITED F&-TIFIC INSURANC* COMPANY HEAD OFFICE, FEDERAL WAY, WASHINGTON POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, That the UNITED PACIFIC INSURANCE COMPANY, a corporation duly organized underthelawsof the State of Washington, does hereby make, constitute and appoint David P. Tbpoleski and Richard A. Jacobus, individually, of Philadelphia, Pennsylvania Its true and lawful Attomey -in -Fact, to make, execute, seal and deliver for and on Its behalf, and as Its act and deed any and all bonds and undertakings of Suretyship, and to bind the UNITED PACIFIC INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the UNITED PACIFIC INSURANCE COMPANY and sealed and attested by one other of such officers, and hereby ratifies and confirms all that Its said Attorney(s)•in -Fact may do In pursuance hereof. The Powerof Attorney is granted under and by authority of Article VII of the By -Laws of UNITED PACIFIC INSURANCE COMPANY which became effective September 7,1978, which provisions are now in full force and effect, reading as follows: ARTICLE VII —EXECUTION OF BONDS AND UNDERTAKINGS 1. The Board of Directors, the President, the Chairman of the Board, any Senior Vice President, any Vice President or Assistant Vice President or other officer designated by the Board of Directors shall have power and authority to (a) appoint Attorneys -in -Fact and to authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, contractsof Indemnity and other writings obligatory in the nature thereof, and (b) to remove any such Attorney -in -Fact at any time and revoke the power and authority given to him. - - 2. Attomeys -in -Fact shall have power and authority, subject to the terms and limitations of the power of attorney issued to them, to execute and deliver on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The corporate seal is not necessary for the validity of any bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. 3. Attomeys -in -Fact shall have power and authority to execute affidavits required to be attached to bonds, recognizances, contracts of indemnity or other conditional or obligatory undertakings and they shall also have power and authority to certify the financial statement of the Company and to copies of the By -Laws of the Company or any article or section thereof. The power of attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of UNITED PACIFIC INSURANCE COM PANY at a meeting held on the 5th day of June, 1979, at which a quorum was present, and said Resolution has not been amended or repealed: "Resolved, that the signature of such directors and officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such fascimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached." IN WITNESS WHEREOF, the UNITED PACIFIC INSURANCE COMPANY has caused these presenIts Vice Pre sident, antl its corporate seal to be hereto affixed, this 9th day of Ma 199(1 . UNITED CIFMPANY SP.;tt, l STATE OF Pennsylvania SS '�� °t' Vic President COUNTY OF Philadelphia ^° On this 9th day of May ,1990, personally appeared Raymond MacNeil to me known to be the Vice - President of the UNITED PACIFIC INSURANCE COMPANY, and acknowledged that he executed and attested the foregoing instrument and affixed the seal of said corporation thereto, and that Article VII, Section 1, 2, and 3 of the By -Laws of said company and the Resolution, set forth therein, are still in full force. ^/ MY Commission Expires: a �•� F99 .,1 . - - n d � F%�hrnanr 1 ,19 93 4 ,° , Notary Public in and for State of PennsylVatti Residing at Philadelphia . 1, Ray L. Lorah , Assistant Secretary of the UNITED PACIFIC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney executed by UNITED PACIFIC INSURANCE COMPANY, which fs still in full force and effect. . IN WITNESS WHEREOF, I have hereunto set my hand and afe-5, 1 said Company this 3rd daYgf °T'Y .., 1990 ODU -1131 Ed. &79 Assistant Secretary r •' • • � Page 10 motion adopted June 25, 1990 has awarded to pacific Traffic Systems, Inc hereinafter designated as the "Principal ", a contract for Traffic signal inter- connect on Irvine Av from Westcliff Dr -17th St to Orchard.pr C -2815 .r . in the City..of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the -City Clerk of the City. of Newport.Beach; WHEREAS, said Principal has executed or is to execuPte` said contract and the terms thereof require the furnishing of a bond for the faithful- performance of said contract; NOW, THEREFORE, We, Pacific Traffic 1R4n f Canta FPS quite A. Sant' Ana, CA 92766 as Principal, and UNITED PACIFIC INSURANCE COMPANY 2 Glenhardie Corporate Center, Wayne, PA 19087 as Surety, are held and firmly bound unto. the City of Newport Beach, in the sum of One Hundred Fifty -Six Thousand and ----------------- 00 /10ODollars ($ 156,000.00 - -- -), said sum being equal to 100% of the estimated amount of .the contract, to be paid to the said City or its certain attorney, its successors, and assigns; for which payment well and truly to be made; we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, his or its heirs, executors, administrators; successors, or assigns,, shall in all things stand to and abide by, and.well and truly keep and perform the covenants, con- ditions, and agreements in the said contract and any alteration thereof made . as therein provided on his or their part, to be kept and performed, at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Newport Beach,.its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the speci;fftati.ons'.accompanying the .saw sha1.1 in any wise affect its obligations on this bond, "`and it does .hereby waive notice �r m F L _ -. —, v new, w/.YGI'I,.. VII VI 411116, YI4GIV41VIli VI YVY I,41 Vlii 4V 41\6 4GIH� VI 4110. contract or to the„work or to the specifications. " In the event that arty rincipal above named executed this d me an indi id at it is agreed that the deathpof any such principal shall not exonneerrate 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 zrd 'day of .1111)( 19 r� Pacific Traffic Systems. Ins ; —, �ear7 = name or nuacww lrnnc�pa� � =� .-_ AMori4fed 4rovatune and yMV- uthorized Signature and`TTtlee UNITED PACIFIC INSURANCE COMPANY (Seal) Name of Surety �. c 2 Gle r e Car orate CentAriz 'w ~ PA .'19087 Add ss of Sure f'r K r RICHARD A. J OBUS, A1T0 -IN -+ACT " Frank B. Hall Company' f Pennsylvania, Inc. 1622 Arch Street. la., PA 19103 Address of gent ' (215) 568 -1700 Telephone'No. of Agent _ Bond # U- 1712389 UNITED P�IFIC INSURAN� COMPANY HEAD OFFICE, FEDERAL WAY, WASHINGTON POWER OF ATTORNEY KNOW ALL MEN BY TH ESE PRESENTS, That the UNITED PACIFIC INSURANCE COMPANY, a corporation duly organized under the Ismael the Stateof Washington, does hereby make, constitute and appoint David P. Topoleski and Richard A. Jacobus, individually, of Philadelphia, Pennsylvania its true and lawful Attomey -in -Fact, to make, execute, seal and deliver for and on its behalf, and as its act and deed any and all bonds and undertakings of Suretyship, _ and too bintl the UNITED PACIFIC INSURANCE COMPANY thereby as fully and to the same extent as If such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of the UNITED PACIFIC INSURANCE COMPANY and sealed and attested by one otherof such officers, and hereby ratifies and confirms all that its said Attomey(s}in -Fact may do In pursuance hereof. . The Power of Attorney is granted under and by authority of Article VII of the By -Laws of UNITED PACIFIC INSURANCE COMPANY which became effective September 7,1978, which provisions are now in full force and effect, reading as follows: ARTICLE VII — EXECUTION OF BONDS AND UNDERTAKINGS 1. The Board of Directors, the President, the Chairman of the Board, any Senior Vice President, any Vice President or Assistant Vice President or other officer designated by the Board of Directors shall have power and authority to (a) appoint Attomeys-in -Fact and to authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, contractsof indemnity and other writings obligatory in the nature thereof, and (b) to remove any such Attomey -in -Fact at any time and revoke the power and authority given to him. - 2. Attomeys -in -Fact shall have power and authority, subject to the terms and limitations of the power of attorney issued to them, to execute and deliver on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and otherwritings obligatory in the nature thereof. The corporate seal is not necessary for the validity of any bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. 3. Attomeys -in -Fact shall have power and authority to execute affidavits required to be attached to bonds, recognizances, contracts of Indemnity or other conditional or obligatory undertakings and they shall also have power and authority to certify the financial statement of the Company and to copies of the By -Laws of the Company or any article or section thereof. The power of attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of UNITED PACIFIC INSURANCE COMPANY at a meeting held on the 5th day of June, 1979, at which a quorum was present and said Resolution has not been amended or repealed: "Resolved, that the signature of such directors and officers and the seal of the Company may be affixed to arty such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such fascimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached." IN WITNESS WHEREOF, the UNITED PACIFIC INSURANCE COMPANY has caused these prW g its Vice President, and its corporate seal to be hereto affixed, this 9th day of Ma 199n UNITED N OMPANY SL °AL 1° STATE OF Pennsylvania as '+ Vic President COUNTYOF Philadelphia `0� On this 9th day of May ,1990 , personally appeared Raytrond MacNeil to me known to be the Vice - President of the UNITED PACIFIC INSURANCE COMPANY, and acknowledged that he executed and attested the foregoing instrument and affixed the seal of said corporation thereto, and that Article VII, Section 1, 2, and 3 of the By -Laws of said company and the Resolution, set forth therein, are still in tug force. -� MY Commission Expires: c-0,,o; � ' � " Pehruar y t t9 93 Notary Public In and for State of Pennsylv Residing at Philadelphia i, Rav L. Torah , Assistant Secretary of the UNITED PACIFIC INSURANCE COMPANY, do herptill'ca titi Mat the above and foregoing is a true and correct copy of a Power of Attorney executed by UNITED PACIFIC INSURANCE COMPANY, "ithis stir -in full force and effect. - c " IN WITNESS WHEREOF, I have hereunto set my hand and aft' e'sa f said Company this 3rd day of JtfL.Y" 1090 BDU -1131 Ed. 6179 �• - . ,, °�9'� + Assistant Secrotary u, Page 12 "CERTIFICATE OF. '`INSURANCE': PRODUCER COMPANIES AFFORDING COVERAGE Frank B. Hall & Co. of PA, Inc. 2700 CIGNA Plaza II COMPANY A National Union Fire Insurance 1622 Arch Street LETTER Company of Pittsburgh, PA Philadelphia, PA 19103 -2052 COMPANY B LETTER INSURED Pacific Traffic Systems Inc COMPANY C 1840 S Santa Fe #A Santa Ana, CA 92705 LETTER COVERAGES.' THIS IS TO CERTIFY THAT POLICES OF INSURANCE'LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMEb ABOVE FOR "THE POI -ICY PERIOD ' INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TEAM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS, AND CONDITIONS OF SUCH POUCIES AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE W L TYPE OF INSURANCE POLCY NUMBER EFFECTIVE DATE EXPIRATION DATE ALL UMRS IN THOUSANDS GENERAL LIABILITY GENERAL AGGREGATE $ N/A A (OCCURANCE BASIS ONLY) IMGLA Jm M=3;/COMPL.ETED S 1 000 jL* COMMERCIAL 4596982 8/1/89 8/1/90 COMPREHENSIVE OPERATIONS AGGREGATE ® OWNERS ECONTRACTORS PERSONAL INJURY $1,000 ® CONTRACTUAL FOR SPECIFIC CONTRACT EACH OCCURANCE S 1,000 ❑X jiBV9,1/COMPL OPER. ® XCU HAZARDS ® BROAD FORM PROP. DAMAGE ® SEVERABILI Y OF INTEREST S CLAUSE ® PERSONAL INJURY WITH EMPLOYEE EXCLUSION Ip&Effw.NxfixM x%x S REMOVED 7�{#j�l�jllclrjji)IT MARINE AUTOMOBILE LIABILITY COMBINED 1,000 - ® OOMPREHENSNE SINGLE LIMIT $ BODILY INJURY $ RMBA OWNED (PER PERSON) 1459648 8/1/89 8/1/90 £ 'X1 HIRED BODILYINJURY (PER ACCIDENT) S ®NON -OWNED PDAMAGE $ EXCESS LIABILITY EACH AGGREGATE UMBRELLA FORM OCCURRENCE OTHER THAN UMBRELLA FORM STATUTORY WORKERS' COMPENSATION RMWC, $ 1,000 EACH ACCIDENT AND 1177461 8/1/89 8/1/90 S 1,000 DISEASE- POLICY LIMIT EMPLOYERS' LABILITY $ j DISEASE - EACH EMPLOYEE LONGSHOREMEN'S AND HARBOR WORKERS' COMPENSATION STATUTORY DESCRIPTION OF OPERATIONS/ LOCATIONSNEHICLES MESTRICTIONSISPECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH THE FOLLOWING CONTRACT' Traffic signal interconnect on Irvine Av from Westcliff Dr -17th St to PROJECT TITLE AND CONTRACT NUMBER rC ar r CERTIFICATE: HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON RENEWED. CITY OF NEWPORT BEACH CANCELLED OR COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE P.O. BOX 1768 COMPANY AFFORDING COVERAGE SHALL PROVIDE 30 DAYS MIN, ADVANCE 3300 NEWPORT BLVD. NOTICE TO THE CITY 01: Nevmoer BEACH BY REGISTERED MAIL NEWPORT BEACH, CA. 92659 -1768 nITENTIUrv:_ �,__ _ %_ .. B 7/6/90 _ AUTHOR= N ISSUE DATE CITY OF NEWPORT BEACH AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT It is agreed that: Page 13 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 $ per accident Property Damage Liability $ (X) Combined Single Limit Bodily Injury Liability and Property Damage Liability $ 1,000,000 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: Traffic signal interconnect on Irvine Av from Westcliff Dr- rV ect Title an Contract No.) 17th St to Orchard Dr C -2815 This endorsement is effective 6/25/90 at 12:01 A.M. and forms a part of Policy No. R14BA 1459648 of National Union Fire Insurance Co. of Pittsburgh, PA (Company Affording overage Insured Pacific Traffic Systems, Inc. Endorsement No. 26 Producer Frank B. Hall & Co. of PA, Inc. By ✓" AAIZ. t �°�• Authorized Representative (National Union Fire Insurance Company of Pittsburgh, PA) Page 14 CITY OF NEWPORT BEACH GENERAL LIABILITY INSVRANCE ENDORSEMENT 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. (subject to the terms and conditions and exclusions of the policy) 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU" hazards) are deleted. 5. The limits of liability under this endorsement for the additional insured(s) named in Paragraph 1. of this endorsement shall be the limits indicated below written on an "Occurrence" basis: (x) Commercial ( ) Comprehensive General Liability $ 1,000,Ooo each occurrence $ N/A 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: Traffic signal interconnect on Irvine Av from Westcliff Project Title an Contract No.) Dr -17th St to Orchard Dr C -2815 This endorsement is effective 6/25/90 at 12:01 A.M. and forms a part of Policy N0. RMGIA 4596982 Of National Union Fire Insurance Co. of Pittsbur h PA (Company Affording overage Insured Pacific Traffic Systems, Inc. Endorsement No. Producer Frank B. Hall & Co. of PA, Inc 27 Authorized Representative (National Union Fire Insurance Company of Pittsburgh, PA) reference to the fol owing..;facts: (a) City has heretofore advertised described public work: g =: JJ I. Traffic signal interconnect on Irvll roe Tit la nf Prniar+ ttt--- --- (b) Contractor has been de.term ble bidder on said public work, and Contra forth in this contract, is based upon a specifications by Contractor, NOW, THEREFORE, the parties he4 # 19 9D ',lrity, raf ct ," is made with, r f iro. the following Dr -17th St to Orchard Dr Contract No. C -2815 by City to be the lowest responsi- 's bid, and the compensation set 1 examination of all plans and agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction of the following 'de cribed public work: Traffic signal interconnect on Irvine Av Westcliff Dr -17th St to Orchard Dr on rac o. C -2815 which project is more fully described in'the contract documents. Contractor shall perform and complete this work in good and workmanlike manner, and in accordance with all of the contract docu nts. 2. As full compensation for work as.prescribed above, City shall pa; Fifty -Six Thousand Dollars and N4 This compensation includes (1) any loss work; (2) any loss or damage arising fr tions in the performance of the work; (; suspension or discontinuance of the wort earthquakes of a magnitude in excess of and which loss or expense occurs prior i e performance and completion of this to. Contractor the sum of. One Hundred Cents (S .0 0.00 . - any unforeseen difficulties or obstruc- any expense incurred as a result of any but excludes any loss resulting from .5 on the Richter Scale and tidal waves, acceptance of the work by City. 3. All of the respective rights and obligations of City and Contrac or are set forth in the contract documents.; The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids; ((b)) Instruction to Bidde►s and documents referenced therein (c) Payment Bond (d) Faithful Performance'Bond (e) Certificate of Insurance and endorsement(s) i4look (9) This Contract:` w 4. Contractor T1 assume the defense g►d:.indemnify and hold harmless, City and its off s, employees and refiv6s from all claims, t -' loss or damage, except such toss or damage Proxima caused by the sole f Cit its officers employees and i�r§entatives. negligence o y or , ,s IN WITNESS WHEREOF, the parties hereto have �aus�ed this contract to be executed the day and year first above written. CITY OF NEWPORT BEACH i APPROVED AS TO FORM: City ttorney By CITY Pacific Traffic Systems, Inc Name o ontractor ri 1 tho ed ignature an Title Authorized Signature and Title I ba� i r 'OJT \C••.AG I I CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR CONTRACT NO. 2815 INSTALLATION OF TRAFFIC SIGNAL INTERCONNECT ON IRVINE AVENUE FROM WESTCLIFF DRIVE -17TH STREET TO ORCHARD DRIVE SPECIAL PROVISIONS SECTION PAGE I. SCOPE OF WORK .................... ..............................1 II. COMPLETION OF WORK ............... ..............................1 III. CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK .................2 IV. PAYMENT .......................... ..............................2 V. PROTECTION OF EXISTING UTILITIES . ..............................2 VI. WATER ............................ ..............................3 VII. FLOW AND ACCEPTANCE OF WATER ..... ..............................3 VIII. AS -BUILT PRINTS .................. ..............................3 IX. GUARANTEE ........................ ..............................3 X. TRAFFIC SIGNAL AND SAFETY LIGHTING FACILITIES ..................4 A. General ..................... ..............................4 B. Reference Specifications and Standard Plans ...............4 1. Standard Specifications ..............................4 2. Standard Plans ............... ......................4 3. Codes, Ordinances and Regulations ....................4 -i- XI. SIGNALS AND LIGHTING ............. ..............................5 A. Description ................. ..............................5 B. Equipment List and Drawings . ..............................5 C. Guarantee ................... ..............................6 D. Maintaining Existing /Temporary Electrical Systems ......... 6 E. Scheduling of Work .......... ..............................7 F. Foundations ................. ..............................7 G. Standards, Steel Pedestals and Posts ......................7 H. Conduit ..................... ..............................7 I. Pull Boxes .................. ..............................8 J. Conductors and Wiring ....... ..............................8 K. Functional Testing .......... ..............................8 L. Controllers ................. ..............................9 M. Traffic Signal Controller Cabinet ........................ 10 N. Vehicle Signal Faces and Signal Heads ....................11 0. Pedestrian Signals .......... .............................12 P. Detectors ................... .............................12 Q. Luminaires .................. .............................12 R. Photoelectric Control ....... .............................13 S. Removing /Reinstalling or Salvaging Electrical Equipment..13 T. Payment ..................... .............................13 WP:A:2815.IND V -ii- r1 L CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT • SPECIAL PROVISIONS FOR THE INSTALLATION OF TRAFFIC SIGNAL INTERCONNECT ON IRVINE AVENUE FROM WESTCLIFF DRIVE -17TH STREET TO ORCHARD DRIVE CONTRACT NO. 2815 I. SCOPE OF WORK The work to be done under this contract consists of the modification of traffic signals, the installation of future emergency vehicle pre - emption cable, 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- 5506 -S), the City's Standard Drawings and Specifications, and where applicable, the California Standard Specifications, January 1988, and the California Standard Plans, January 1988. The City's Standard Specifications are the Standard Specifications for Public Works Construction, 1988 Edition. Copies may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034; telephone 213 - 202 -7775. Copies of the City's Standard Drawings and Special Provisions may be purchased from the Public Works Department at a cost of $5. If there is a conflict in methods of measurement of payment between the City's Standard Specifications and the California Standard Specifications, the City's Standard Specifications shall take precedence. II. COMPLETION OF WORK 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 very effort to obtain such materials, from all known sources within reasonable reach of the work in a diligent and timely manner, and further 3 • i proof in the form of supplementary progress schedules, as required in Section 8 -1.04. "Progress Schedule ", that the inability to obtain such materials when originally planned did, in fact, cause a delay in final completion of the entire work, which could not be compensated for by revising the sequence of the Contractor's operations. The term "shortage of materials" as used in this section, shall apply only to materials, articles, parts, or 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. III. CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK Subject to the provisions in Section 6 -1 of the Standard Specifications, the Contractor shall begin work within 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. FLAW AND ACCEPTANCE OF WATER It is anticipated that surface and ground or other waters will be encountered at various times and locations during the work herein contemplated. The Contractor, by submitting a bid, acknowledges that he has investigated risks arising from water and has prepared his bid accordingly. The Contractor shall conduct his operations in such a manner that storm or. other waters may proceed uninterrupted along their existing street and drainage course. Diversion of water for short reaches to protect construction in progress, will be permitted if public or private properties are not damaged or, in the opinion of the Engineer, are not subjected to the probability of damage. Surface water containing mud or silt from the project area shall be treated by 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. 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. 3 X. 0 6 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 WP:A:2815.CON 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. 3. Codes. Ordinances and Regulations - All electrical materials and equipment furnished and installed under this section shall conform to the referenced regulations and codes specified in Section 86 -1.02 of the Standard Specifications, and to all other ordinances and regulations of the authorities having jurisdiction. When reference is made to the Code, Safety Orders, General Order, or Standards, reference shall be construed to mean the Code, Order or Standard in effect on the date set for receipt of bids. 4 XI. A. DESCRIPTION LN SIGNALS AND LIGHTING Modifying traffic signals and highway lighting systems and payment therefor shall conform to the provisions in Section 86, "Signals and Lighting ", of the Standard Specifications and the Standard Plans of the State of California, Department of Transportation, dated January 1988, and these special provisions. Traffic signal work is to be performed at the following locations: Loc A - Irvine Avenue @ Westcliff Drive /17th Street Loc B - Irvine Avenue @ Dover Driver /19th Street Loc C - Irvine Avenue @ Highland Drive /20th Street Loc D - Irvine Avenue @ Santiago Drive Loc E - Irvine Avenue @ University Loc F - Irvine Avenue @ Mesa Drive Loc G - Irvine Avenue @ Orchard EQUIPMENT LIST AND DRAWINGS The controller cabinet schematic wiring diagram and intersection sketch, to be mounted on the cabinet door (24" x 36 "), shall be combined into one drawing so that, when the cabinet door is open the drawing is oriented with the intersection. The Contractor shall furnish two maintenance manuals for all new controller units, auxiliary equipment, and vehicle detector sensor units, control units and amplifiers. The maintenance manuals and operation manuals may be combined into one manual. The maintenance manual or combined maintenance and operation manuals shall be submitted at the time the controllers are delivered for testing or, if ordered by the Engineer, previous to purchase. The maintenance manuals shall include, but need not be limited to, the following items: (a) Specifications (b) Design characteristics (c) General operation theory (d) Function of all controls (e) Trouble shooting procedure (diagnostic routine) (f) Block circuit diagram (g) Geographical layout of components (h) Schematic diagrams (i) List of replaceable component parts with stock numbers 9 r. The Contractor shall guarantee the entire work constructed by him under this contract and will fully meet all requirements as to quality of workmanship and materials furnished by him. The Contractor shall make, at his own expense, any repairs or replacements made necessary by defects in workmanship or materials furnished by him that becomes evident within one (1) year after filing of the Notice of Completion of the work and to restore to full compliance with the requirements of these specifications, any part of the work which during the one (1) year period is found to be deficient with respect to any provision of the plans and specifications. The Contractor shall make all repairs and replacements promptly upon receipt of written orders from the Engineer. If the Contractor fails to make the repairs and replacements promptly, the City may do the work and the Contractor and his surety shall be liable to the City for the cost. D. MAINTAINING EXISTING AND TEMPORARY ELECTRICAL SYSTEMS Traffic signal system shutdowns shall be limited to periods between the hours of 9:00 A.M. and 3:30 P.M. The Contractor shall place "Stop Ahead" and "Stop" signs to direct vehicle and pedestrian traffic through the intersection during traffic signal system shutdown. Temporary "Stop Ahead" and "Stop" signs shall be either covered or removed when the system is turned on. "Stop Ahead" and "Stop" signs shall be furnished by the Contractor and shall conform to the provisions in Section 12- 3.06, "Construction Area Signs ", of the Standard Specifications, except that the base material for the signs shall not be plywood. One "Stop Ahead" sign and one "Stop" sign shall be placed for each direction of traffic. Location of the signs shall be as directed by the Engineer. Full compensation for furnishing, installing, maintaining and removing temporary "Stop Ahead" and "Stop" signs and for covering signs not in use shall be considered as included in the contract lump sum price paid for the signal item involved and no additional compensation will be allowed therefor. All existing signal indications, pedestrian push buttons, detectors, and control equipment shall be maintained in operation, except during shutdown hours as specified above. Existing luminaires, that are to be removed,' shall remain in operation until the replacement luminaire is installed and operating. Cost for minor temporary wiring, which may be required on a day - to -day basis, shall be considered as part of the lump sum bid price for each intersection. E. SCHEDULING OF WORK The Contractor may perform sub - surface work consisting of the installation of conduit, foundations, and detectors, prior to receipt of all electrical materials and equipment, and shall begin said work within 10 days of the date of execution of contract. 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. - 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. F. FOUNDATIONS Portland cement concrete shall conform to Section 90 -10, "Minor Concrete ", of the Standard Specifications and shall contain not less than 470 pounds of cement per cubic yard, except concrete for reinforced pile foundations shall contain not less than 564 pounds of cement per cubic yard. G. STANDARDS, STEEL PEDESTALS AND POSTS Where the plans refer to the side tenon detail at the end of the signal mast arm, the applicable tip tenon detail may be substituted. H. CONDUIT Non - metallic type conduit shall not be used. Insulated bonding bushings will be required. 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. 7 I. PULL BOXES Grout in bottom of pull boxes will not be required. Where the sump of an existing pull box is disturbed by the Contractor's operations, the sump shall be reconstructed and, if the sump was grouted, the old grout shall be removed and new grout placed. Pull boxes, pull box covers, and pull box extensions shall be concrete. Standard Plan Drawing ES -8, "Pull Box Details ", Note 4 -a.5 and b.9, shall not apply to this project. J. CONDUCTORS AND WIRING Conductors shall be spliced by the use of "C" shaped compression connectors as shown on the plans. Splices shall be insulated by "Method B ". Insulation for conductors installed for internally illuminated street name signs shall be color coded orange with no stripe. Interconnect cable shall be shielded 6 pair No. 19 conforming to REA PE -39 specifications and shall not be spliced except at designated cable termination points. K. FUNCTIONAL TESTING Testing of control equipment and cabinet wiring shall be accomplished at a City designated facility. The sixth paragraph in Section 86- 2.14C, "Functional Testing ", of the Standard Specifications is amended to read: Except for new or modified lighting circuits and sign illumination systems, the local agency will maintain the system or systems during the test period and will pay the cost of electrical energy for the operation of all of the facilities that are undergoing testing. The cost of any necessary maintenance performed by the local agency, except electrical energy, shall be at the Contractor's expense and will be deducted from any moneys due, or to become due, the Contractor. The functional test for each lighting system shall consist of not less than 14 days. If unsatisfactory performance of the system develops, the conditions shall be corrected and the test shall be repeated until the 14 days of continuous, satisfactory operation is obtained. E] • 1 • The sixth paragraph in Section 86 -2.14, "Functional Testing ", of the Standard Specifications, is amended to read: During the test period, the City or its representative will maintain the system or systems. The cost of any 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 eighth paragraph in Section 86 -2.14, "Functional Testing ", of the Standard Specifications, is amended to read: A shutdown of the electrical system resulting from damage caused by public traffic or from a power interruption shall not constitute discontinuity of the functional test. Payment for necessary delivery, testing, modifications, repair, storage and pickup is included in the bid price. No additional compensation for this item will be made. L. CONTROLLERS The City will furnish to the Contractor for installation, a fully wired, eight (8) phase, Multisonics.820 System Controller or approved equal, with integral (TBC) coordination, overlaps, special intersection clearances, telemetry and modem with detection and operations as shown on signal plan in Type "P" aluminum cabinet. The controller assembly will be fully compatible with the City's existing Multisonics VMS 330 Master Computer system. The above specifications are minimum requirements for this contract. The cabinet convenience receptacle shall have a ground -fault circuit interruption as defined by the National Electrical 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 cabinet shall be equipped with a plastic envelope to hold wiring diagrams, signal timing instructions, and miscellaneous items. Any deviation from these specifications must be submitted in writing noting, in itemized detail, any deviation. This must be attached to the Bid Sheet at the time and date of the Bid Opening. The Engineer has the right to reject any and all bids that do not meet these specifications. W M. TRAFFIC SIGNAL CONTROLLER CABINET The City furnished aluminum controller cabinet will conform to the following specifications: Section 86 -3.07, "Controller Cabinet ", is amended to include the following: Controller unit shall be mounted on the top shelf of the cabinet. Detector sensors and interconnect shall all be installed per the system supplier's specifications in the Type "P" aluminum cabinet with metal load bay. There shall be mounting flanges across center from front to rear on 12 -inch centers. The following items will be mounted on the inside of the door. 1. A securely fastened heavy duty plastic envelope of sufficient size to hold controller cabinet wiring diagrams, intersection layout diagrams, and other service information. 2. Vehicle and pedestrian test buttons. 3. Auxiliary panel with a convenience receptacle, duplex three -prong NEMA, Type 5 -15R, a controller power switch, auto -flash switch, and RJ -11 phone jack instead of phone and ringer. 4. A removable beveled shelf adaptor shall be provided to tilt the controller unit 15 -20 degrees vertically upward. The bevel shall be the same material and paint as the shelf and shall support the entire bottom portion of the controller unit. There will be a removable cabinet vent -light assembly which shall contain a fluorescent light and ball bearing fan controlled with an adjustable thermostat. The lamp will be controlled by a refrigerator -type door switch. Paint to be applied to both external and internal cabinet surfaces shall be baked enamel (white). The cabinet shall be slanted 1/2 inch per foot to the rear to prevent standing water. Cabinet shall be wired to accept Multisonics 820 controller. A special external bicycle timing logic package shall be provided in the traffic signal controller cabinet. For each phase on which bicycle pushbuttons are used, the bicycle timing logic package shall have a separate solid -state circuit with a 10 N. solid -state timer capable of an adjustable timing period from 0 to 16 seconds, and a display lamp. The lamp shall indicate when a bicycle pushbutton call has been registered, and shall remain on until the "bicycle timing" described below has been completed. Actuation of a particular bicycle pushbutton shall activate its, respective bicycle timing circuit which shall place and hold a vehicle call on the associated vehicle phase as specified below: For actuations receive the phase, the bicycle the vehicle call until for the phase. At the vehicle Call will on the adjustable d during the yellow or re timing circuit shall p the start of the next g start of the next green to be held until the "timed out ". continue timer has d interval of lace and hold reen interval interval, the present time For actuations received during the green interval of the phase, the bicycle timing shall begin immediately and the bicycle timing circuit shall place and hold the vehicle call during the bicycle timing provided that bicycle timing has not previously occurred during that same green interval. Actuations received during the green interval while the bicycle timing is in effect, or after the bicycle timing has been completed, will not be remembered or carried over to the next cycle. The bicycle timing shall be totally independent of the controller timing and the removal of the bicycle timing logic package shall not affect the normal operation of the controller. If vehicles or pedestrians are also placing calls on the phase that has received a call from the bicycle timing circuit, then either the vehicle time, pedestrian time, or the bicycle time, whichever is longest, shall be in affect during the time the affected phase is being serviced. The bicycle timing logi c shelf mounted housing, each of the individual shall be connected by a package and the phases s NEMA app shall be provided individual timing hall be in the same roved connector and VEHICLE SIGNAL FACES AND SIGNAL HEADS Signal section housings shall be metal type. in a separate circuits for housing and I All lamps for traffic signal units (including programmed visibility type) shall be furnished by the Contractor. 11 I . .. O. PEDESTRIAN SIGNALS 0 Pedestrian signals shall be Type C with the Z -crate type screen. The hood described in Section 86- 4.05D, "Visors ", of the Standard Specifications shall be provided. P. DETECTORS Loop detector sensor units will be Type B (2 or 4 channel). Loop wire shall be Type 1. Lead -in cable shall be Type B. The Contractor shall test the detectors with a motor - driven cycle, as defined in the California Vehicle, Code, that is licensed for street use by the Department of Motor Vehicles of the State of California. The unladen weight of the vehicle shall not exceed 220 pounds and the engine displacement shall not exceed 100 cubic centimeters. Special features, components or vehicles designed to activate the detector will not be permitted. The Contractor shall provide an operator who shall drive the motor - driven cycle through the response or detection area of the detector at not less than 3 miles per hour nor more than 7 miles per hour. 4• LUMINAIRES Glare shields are not required on semi- cutoff or full cutoff luminaires. Luminaires shall be the 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; 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 III light distribution when used with either a 250 or 400 watt high pressure sodium lamp. Luminaires shall be General Electric M -400 A cutoff power /door units or approved equal. 12 R. PHOTOELECTRIC CONTROL Type IV photoelectric controls shall be provided on each luminaire. The photoelectric control unit shall consist of photoelectric unit in a weatherproof housing which plugs into an EEI -NEMA twist lock receptacle integral with the luminaire. The photoelectric unit shall provide an output in response to changing light levels and shall have a minimum built -in time delay of fifteen (15) seconds. The response level shall remain stable throughout the life of the control unit. The control unit shall contain a solid state photoelectric cell suitable for operation with 120V or 240V line supply as noted on the plans. The unit shall have a minimum rated load capacity of 1,000 volt- amperes. The control unit shall have an ON /OFF ratio of one (1) to one and one - quarter (1 -1/4) footcandles. In the event of failure, the control unit shall fail in the ON position. S. REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQUIPMENT Hauling and stockpiling of salvaged material off the right -of- way, as directed by the Engineer, shall be included in the lump sum price for signal construction. T. PAYMENT The contract lump sum price or prices paid for signal and lighting shall include highway lighting at intersections in connection with signals only. All other roadway lighting on the project shall be considered as included in the contract lump sum price paid for lighting. Lump sum price for signals and intersection lighting shall be measured as defined in State of California Standard Specifications, Section 86, dated January, 1988. 13 R • TO FROM: SUBJECT: Adopt a Unified project. JUL 2 31990 CITY COUNCIL • July 23, 1990 COUNCIL AGENDA ITEM NO. F -2(c) Public Works Department /Traffic Engineering TRAFFIC SIGNAL INTERCONNECT ON IRVINE AVENUE FROM WESTCLIFF DRIVE -17TH STREET TO ORCHARD DRIVE (C -2815) Resolution requesting funds from the Orange County Transportation Trust ( OCUTT) fund for the subject DISCUSSION The Irvine Avenue project will extend from Westcliff Drive -17th Street to Orchard Drive. It includes replacement of five (5) signal controllers and the installation of interconnect wiring. These intersections will then be connected to the master signal computer at City Hall. The contract for this work was awarded by City Council on June 25, 1990. Funds have been approved for the subject project by the Orange County Transportation Commission from the Orange County Unified Transportation Trust. This request is for 90% of the OCUTT allocation and the remaining 10% will be requested after completion of this project. James 6E Brahler Assistant Traffic Engineer JEB:bb WP:C2815.CC (3J L] RESOLUTION NO. 90- 77 6 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH REQUESTING THE ORANGE COUNTY TRANSPORTATION COMMISSION TO ALLOCATE ORANGE COUNTY UNIFIED TRANSPORTATION TRUST ( OCUTT) FUNDS FOR THE IRVINE AVENUE INTERCONNECT PROJECT. WHEREAS, Chapter 1512, Statutes of 1985, allows the Orange County Transportation Commission to allocate funds from the rapid transit reserve to local agencies for the improvement, construction, or repair of local streets and roads; and WHEREAS, the program includes OCUTT funds in fiscal year 1989 -90. for a traffic signal interconnect project on Irvine Avenue between Westcliff Drive -17th Street and Orchard Drive; and NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Newport Beach hereby requests the Orange County Transportation Commission allocate $27,385.62 for design and construction engineering and $109,542.49 for construction for a total of $136,928.11 in OCUTT funds to the City. This request is in conformance with the OCUTT allocation process and does not exceed ninety (90) percent of the programmed amount for construction engineering or ninety (90) percent of the OCUTT share of the construction contract. BE IT FURTHER RESOLVED, that the City of Newport Beach has agreed to fund its share of the improvement costs in fiscal year 1989 -90 and any additional costs over the programmed OCUTT amount of $201,500.00. BE IT FURTHER RESOLVED that the City of Newport Beach has awarded the contract for the project on June 25, 1990 for $156,000.00. BE IT FURTHER RESOLVED that the City of Newport Beach has (1) designed the project improvements in accordance with the City's design standards, (2) acquired right -of -way for the project in conformance with the City's policies and procedures, and (3) completed and certified all required environmental documentation for the project. BE IT FURTHER RESOLVED, that the remaining ten (10) percent in OCUTT funds will be transferred to the City of Newport Beach when construction is completed and a final report on the project is accepted by the Orange County Transportation Commission. The City of Newport Beach agrees to submit the final report to the Orange County Transportation Commission within ninety (90) days after the City's acceptance of the improvements. ADOPTED this 23rd day of July, 1990. ty Clerk WP:A:2815.RES Mayor • C • JUN 2 5 1990 APPROVED TO: CITY COUNCIL C June 25, 1990 CITY COUNCIL AGENDA ITEM NO. F -3(1) FROM: Public Works Department /Traffic Engineering SUBJECT: TRAFFIC SIGNAL INTERCONNECT ON IRVINE AVENUE FROM WESTCLIFF DRIVE -17TH STREET TO ORCHARD DRIVE (C -2815) Award Contract 2815, in the amount of $156,000.00 to Pacific Traffic Systems, Inc., Santa Ana, California. DISCUSSION Five (5) bids were received and opened in the office of the City Clerk at 9:00 a.m. on June 15, 1990. The bids are listed below: 1. $156,000. Pacific Traffic Systems Inc Santa Ana, CA 2. $216,000. Steiny & Co Inc Fullerton, CA 3. $219,216. IMS Lancaster, CA 4. $229,360. Signal Maintenance Inc Anaheim, CA 5. $238,450. DBX Inc Temecula, CA Gas tax funds for these improvements are budgeted in the current fiscal year for the City's portion of this joint project with the City of Costa Mesa and the County of Orange. Orange County Unified Transportation Trust (OCUTT) funds will cover one -half of the total project cost. The anticipated completion date for this project is October, 1990. /IG /�l C�.iZu►*.[/i .B Richard M. Edmonston `f Traffic Engineer RME:JEB:bb WP:A:2815AWRD.CC Authorized to Publish Advertisements kinds including public notices by Decree of the Superior. Court of Orange County, Cardomia, Number A -6214, September 29, 1961, and A24831 June 11, 1963 STATE OF CALIFORNIA County of Orange I am a Citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen y6ars, and not a party to or interested in the below entitled matter. I am a principal clerk of the ORANGE COAST DAILY PILOT, a newspaper of general circulation, printed and published in the City of Costa Mesa, County of Orange, State of Califomia, and that attached Notice is a true and complete copy as 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 to wit the issue(s) of: June 1, 5, 1990 I declare, under penalty of perjury, that the foregoing is true and correct Executed on June 5, 199 0 at Costa Mesa, California. AJT-6r' !�" - Signature PROOF OF PUBLICATION • TO: FROM: SUBJECT: • CITY COUNCIL Public Works /Traffic Engineering 0 May 29, 1990 CITY COUNCIL AGENDA ITEM NO. F -17 MAY 2q. 19W TRAFFIC SIGNAL INTERCONNECT ON QRVZXF- nS EN11E FROP WESTCLIFF DRIVE /17TH STREET TO ORCHARD DRIVE (C -2815) 1. Approve plans and specifications. 2. Affirm Negative Declaration. 3. Authorize City Clerk to advertise for all Mello IS y . - The Irvine Avenue project will extend from Westcliff Drive /17th Street to Orchard Drive. It includes replacement of five controllers and installation of interconnect wiring. These intersections will be connected to the master signal computer at City Hall. The estimated total cost of the work is $395,000. The City's share would be approximately $90,000. The City of Costa Mesa and the County of Orange will also participate in this project. The City requested and was approved for funds from the Orange County Transportation Commission. The Orange County Unified Transportation (OCUTT) funds will cover half of the total project cost, or approximately $200,000. This project is a major component to the traffic signal interconnect program that is currently underway. Gas Tax Funds are available in this year's budget for this project. qihard M. Edmonston Traffic Engineer RME:JEB:bb WP:A:C- 2815.CC Attachment: Exhibit A ORCHARD DR. is INTERCONNECT LINK E - - - - -- • MESA DR. j, INTERCONNECT LINK D - - -- UNIVERSITY DR. a 2 i w \\v i i I 22ND ST. SANTIAGO DR. le INTERCONNECT LINK C - - - -- 20TH ST. INTERCONNECT LINK B - - - -- 14TH ST. — INTERCONNECT LINK A ----- - - - - -- Z H a li 17TH.ST. HIGHLAND AVE. DOVER DR. += NEW CONTROLLER WESTCLIFF DR.