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.