Loading...
HomeMy WebLinkAboutC-2816 - Traffic Signal Interconnect on San Joaquin Hills Road from Jamboree Road to Spyglass Hill RoadCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 February 25, 1992 (714) 644 -3005 Pacific Traffic Systems Inc. 1840 S. Santa Fe, #A Santa Ana, CA 92705 Subject: Surety: United Pacific Insurance Company Bond No.: U- 1712390-' Contract No.: C -2816 Project: Traffic Signal Interconnect on San Joaquin Hills Road from Jamboree Road to Spyglass Hill Road 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- 066026. Sincerely, /4� 4:!F::7 4f�o-) Wanda E. Raggio City Clerk WER:pm cc:, Public Works Department 3300 Newport Boulevard, Newport Beach RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: Cit Clerk,/ City of NNewpttt�rt Beach Newport Beach, CA Boulevard 92- 06602b RECORDED 1 OFFICWI RECORDS Of ORANGE COUNTY, CALIFORNIA A.M ° FEB 4 1992 ,u, Q `6- W*t , RECORDER "Exempt from recording fees pursuant to Government Code Section 6103" VC f) NOTICE OF COMPLETION FEB cLtRV 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 S. Santa Fe, #A, Santa Ana, CA 92705 as Contractor, entered into a Contract on Au,gl,Gt 20, 1990 Said Contract set forth certain improvements, as follows: Traffic Signal Interconnect on San Joaquin Hills Road from Jamboree Road to SpvRlass Hill Road (C -2816) Work on said Contract was completed on Play. 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 BY �U u is or cs irec or VERIFICATION I certify, under penalty of perjury, correct to the b /eft of my knowledge. Executed on Newport Beac ✓�hel;'California./ BY City Clerk that the foregoing is true and at A • TO: FROM: BY City Council Public Works Department January 27, 1992 CITY COUNCIL AGENDA ITEM NO. F -14 SUBJECT: ACCEPTANCE OF TRAFFIC SIGNAL INTERCONNECT ON SAN JOAQUIN HILLS ROAD FROM JAMBOREE ROAD TO SPYGLASS HILL ROAD (C -2816) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. • The contract for the construction of the San Joaquin Hills Road interconnect has been completed to the satisfaction of the Public Works Department. The bid price was $93,700.00 Amount of unit price items constructed 93,700.00 Amount of change orders 5.665.00 Total contract cost $99,365.00 Three Change Orders were issued. The first, in the amount of a deduction of $1,250.00, provided for the installation of a City furnished controller at Santa Cruz Drive and the deletion of the conduit under MacArthur Boulevard. The second, in the amount of $5,565.00, provided for installation of new detector loops at Santa Cruz, Santa Rosa and Crown Drives. The third, in the amount of $1,350.00, provided for installation of an electrical panel and telephone connection at Santa Cruz Drive and the repair of the intersection lighting at Crown Drive North. Funds for the project were budgeted in the State Gas Tax Fund, Account No. 7183 - 3020013. • The contractor is Pacific Traffic Systems, Inc. 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 e Subject: ACCEPTANCE OF JOAQUIN HILLS ROAD (C -2816) January 27, 1992 Page 2 • 0 TRAFFIC SIGNAL INTERCONNECT ON SAN ROAD FROM JAMBOREE ROAD TO SPYGLASS HILL 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 three times the amount still owed to the Contractor by the City. The assessment of Liquidated Damages for the late completion is not recommended. Benjamin B. Nolan Public Works Director PD: so • • i LABOR COMMISSIONER, STATE OFTALIFORNIA Department of Industrial Relations Division of Labor Standards Enforcement 28 Civic Center Plaza #625 Santa Ana, Ca. 92701 714 558 -4944 EGOVED JAN 6 1992 c crrvnclomt ftEWPORr WCR Jim Brahler, Project Manager City of Newport Beach, Public Works Dept. ' 3300 Newport Blvd., P 0 Box 1768 sr�re p� c�L,foa�t Newport Beach, Ca. 92659 -176B L J DATE: IN RVLT, R[F94 TO CASE NOMRt R: December 31, 1991 27 PWoh617 (o6h) NOTICE TO WITHHOLD rROItCT NAM% I CONTRACT NUMfta — Vasffic C4gnA7 Tnt.erconnect San Joaquin Hills Road to Jamboree Road to Spyglass Road PRIME CONTRACTOR Pacific Traffic Systems, Inc. ! SUB- CONTRACTOR Enclosed are a NOTICE OF WAGES OWED and NOTICE OF PENALTY ASSESSMENT pertaining to the above -named project. Youi m t to withhold and retain fro 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 wit 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. If 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. l I declare under penalty of perjury as follows: 1 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: s DO this Notice. Sincerely, `? STAT LABOR C SI NER 1 4, -;• r '= � F� gy ary ar pacific Traffic Systems Indu4&ial Relations Represe Titative S R pacific Ins. Co. VW - 13 (1111811 NOTICE TO WITHHOLD Labor Code Section 1731. If suit is brought against the awarding body within the 90-day period either by service of summons or by registered mail which is received within the 90-day period, the penalties and forfeitures shall be retained by the awarding body pending the outcome of the suit, and be forwarded to the State Treasurer only in the event of a final court judgment against the contractor or his assignee. Otherwise the . penalties and forfeitures are subject to any final judgment which is obtained by the contractor or his assignee. • 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 G' T0: FINANCE DIRECTOR / u / FROM: CITY CLERK DATE: August 20, 1990 SUBJECT: Contract No. C -2816 Description of Contract Traffic Signal Interconnect on San Joaquin Hills Road from Jamboree Road to Spyglass Hill Road Effective date of Contract August 20, 1990 Authorized by Minute Action, approved on June 25, 1990 Contract with Pacific Traffic Systems, Inc. Address 1840 S. Santa Fe, #A Santa Ana, CA 92705 Amount of Contract $93,700.00 6e Le Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach `~' • CITY CLERK 0 NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CR 92659 -1768 until 10:00 AM on the 15TH day of JUNE , 1990, at whic time such bids shall be opened and read for TRAFFIC SIGNAL INTERCONNECT ON SAN JOAQUIN HILLS ROAD FROM JAMBOREE ROAD TO SPYGLASS HILL ROAD Title of Project 2816 Contract No. $124,000.00 Engineer's Estimate tr U 'ET PORT %Z4ZIFOW% Rpproved by the City Council this 29TH day of MAY 1990. Wanda E. Ragglo City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CR 92659 -1768. For further information, call JIM BRAHLER at 644 -3344 Project Manager " AUG 49 '90 14:37 ATE HOME OFFICE 215 7814 4493 I "LERTIFICATE'OF "INSURANCE INSURED: Fecific Traffic Systems, Inc. POLICY PERIDDT August 1. 1990 to August 1, 1991 ' ATTACN4ENT A It is agreed that City of Newport Beach, CA is an additional insured under the aforementioned liability insurance Policies with respect to vicarious liability which the additional insured Incurs as a result of neeligence on the part of the nand Insured in the performs nce 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 loss to Provide Insurance for such Interest. - Date of issue: 6/9/90 I n,w' B/9(90 Frq freak S. Nall 6 OP. of PA, Ike 9700 - Cigna ►1920 11 TTMCCAIPCCAII II MWAO Ai AeM,aoT�ioM�aOAMOFUICN r,hleMeaLTE41K WVeAT YFO�/01C'iiI AiO �istow mow' COWANIE9 AFFORDNO COVERAGE loll RIO, Sere•/ Philadelphia, FA 19103-1012 , A NATL UNION 911 -111 -1700w w°Rww e NIMMINOKAM Fogg INS M ASFLUNON YRf!' EXPERT CO. ASPLWON 6RU/N CONTROL CO. Dbrlxa `a I w p AND ALL W6SIDIARY CW ANIEO GLAIR MILL RdLD PACIFIC TRAFFIC SYS E NILL01 DROVE INC. 4roryry Ewa WW ,ODE /100 lCCaT1FPD7.CCW�A NS�W IIDT�/ A IEOVRMFM �1Ri Irt VII.111PTYTR10WA&ND COaA�T&OO OFA61C.1pOLC1e. Lolls CWpryR1 pp �p�pMOµTtp ytW��Ip me aRO�OF A W i1F�PADIA Rr0,40 19 M.ECI FIDWN MAY NAK Il6w AROUOm aY PAD CLAW. lw(IN111YAe mw PIAUrPrpla9M MR mm "WIN ALWMMIYa4YM R 1 A A ONM WOE ®ODOR N_jR-Mj=IW.L— OLI4 RMNaL LWLW WASLI411574 MOLt1t1110 t /O1 /t0 1/01/10 1/01111 1101/11 Ise a00wMR 1 L IbRANw9DAMRI 1 1 end OOmmC� 1 eri 2 m2NLTDAw m IMA NJ) 1.6 rtw '^ 1 A MOL1401611 (TX) 8/111110 6101/91 p ORL .. W..a 1 YnOW{r A L1YLT Aa AAC 1EICAE111531 V01//0 9/01/91 IS . e"ea A 9/t Deem aNOa �Am NEcE N4Ch6699U1 6/11//0 6/01/11 . i : ixAwv 1 w.m AOa 9]aawm A001 CHI MA NJ NY VA) •. - ti r It r I OASAa LW " r4AmuMLm "u n Ou i is Dad ARM nMpLA qW a wR I. ... .. .... rRaa2e e014aNaraN A pRe1w11•wIeL1T 1. 11NNOe110L7 OTN1N 411111151flill 10 Cal 4/01160 2/01115 6/01191 1 idea AS6a4... 1 crWn 11 1 add am'Z4KVIW= nwa A W MFRS COMP IMHC4190171 ITK1 1/01160 --Cfaliat Vat /91 . GEE ABOVE LIMITS A Excess MC A *SEE 991,01 6/01/60 61111/11 41 MIL EA ROD Big 194PLOYER2 LIAR No $TATUM/Big aM.AAIINM MYl1tlW WIwpYWW MIdRAAN11YNaW RD9 - W1414377 CAL CA IL LA No PA 11, OA NC 101 City of Newport Buch. CA 3300 Newport Boulevard Newport Beach, CA 92658 ODMC ANY DPTK A10Vfi[e60waEp POL1491R piAliQA901EtOID iK E21a471001 Call YWROrr THE *PRM COMPANY 109/ 1WfAV09 TO MAL yyDAY$` T9 NOtMICTKURTF AT6ACICCANWWTOTK 'Gdr Wf AA4MC NOMAL 1oO1.WtCEieMLL xommo ON -.TON Ou . LM9Lnv OPANr NIDIMDN7KCNaNr .Ra'AOLMiOaafleiLW1A nmA na AJ��� � 11071700E I "LERTIFICATE'OF "INSURANCE INSURED: Fecific Traffic Systems, Inc. POLICY PERIDDT August 1. 1990 to August 1, 1991 ' ATTACN4ENT A It is agreed that City of Newport Beach, CA is an additional insured under the aforementioned liability insurance Policies with respect to vicarious liability which the additional insured Incurs as a result of neeligence on the part of the nand Insured in the performs nce 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 loss to Provide Insurance for such Interest. - Date of issue: 6/9/90 I 2 0 WORKERS' COMPENSATION INSURANCE CERTIFICATION "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." Ya -90 Date PIQC /G /C )Y_i TE/!I S, -Toe. ontractor TkHFFIG &641,04- �NTE&,COJA)6_0.7" ON SFIU TA &U /N 14J/4.GS R&QD Fko/h JJWM e0/2EE Z,9D 70 Project Title and Contract Number CG'tiT�e9c7 AUo, 02 �/� • • PR 1.1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL MODIFICATION OF TRAFFIC SIGNALS AND INSTALLATION OF TRAFFIC SIGNAL INTERCONNECT ON SAN JOAQUIN HILLS ROAD FROM JAMBOREE ROAD TO SPYGLASS HILL ROAD CONTRACT NO. 2816 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. 2816 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 TOTAL PRICE 1. Lump Sum Furnish and install traffic signal modifications and interconnect on San Joaquin Hills Rd from Jamboree Rd to Spyglass Hill Rd. Ninety Two Thousand Dollars Two Hundred No and Cents $ 92,200.00 Ll Ninety Three Thousand Seven Hundred Dollars and No Cents TOTAL BID PRICE (WORDS) June 15, 1990 late 714- 434 -8112 6idder's Telephone Number $93,700.00 TOTAL BID PRICE (FIGURES) Pacific Traffic Systems Inc Bi er �- #580778 A General Engineering 1840 S Santa Fe #A; Santa Ana, CA 92705 Contractor's License No. & assi ication Bidder's Address Expiration Date 11 -29 -91 i • • 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 Svstems Inc B dde �' /Gre ry � Sc afer/ resi ent Authorized SignaturelTitle Page 3 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. Subcontract Work Subcontractor Address I None 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Pacific Traffic Systems Inc Bidder eQ ry 5 of r resident Authorized Signature itle . 0 Page 4 BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, Pacific Traffic Systems Inc as bidder, and United Pacific Insurance Company as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Nine Thousand Three Hundred Seventy Dollars ($ 9,370.00 ) 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 San Joaquin Hills Road from Jamboree Road to Title of Project Contract No. Spyglass Hill Road C -2816 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 , 19 90. (Attach acknowledgement of Attorney -in -Fact) Margaret B Bogna Notary Public Commission Expires: Pacific Traffic Systems Inc .Bidder S/D L Kosch /Secretary Treasurer Authorized Signature /Title United Pacific Insurance Company Surety By S /Richard A Jacobus Title Attorney -in -Fact Colcrado State of C- &I-r€$Y-rti-a County of Jefferscn 0 9 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 Tnc 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 11th day of June , 19 90. My commission expires: 07 -14 -91 S /Ann L. Schafer Notary Public • Page 6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year Completed For Whom Performed (Detail) Person to Contact Telephone No. 1990 Signal modification /City of Costa Mesa /Dave Sorge /754 -5183 1990 Signal modification /City of Newport Beach /Jim Brahler /644 -3344 Pacific Traffic Systems Inc —� -- Bidder -- S /Gregory A Schafer, President Authorized Signature /Title ICU I N O T I C E Page 7 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 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. , • PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That 0 Page 8 Bond # U- 1712390 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 Saar Joaquin Hills Road from Jamboree Rd to Spyglass Hill Rd C -2816 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 contract, providing that if said Principal or any of his or its subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, We Pacific Traffic Systems Inc. 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 Ninety -three Thousand, Seven Hundred and ---- - - - -00 /100 Dollars ($93.700.00 ----- -�, 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) this bond, as required by the Provisions of Sections 3247 et. seq. of the Civil Code of the State of California. - And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and. Surety above named, on the 3rd day of „1y 19 4n< N Pacific Traffic $ysemc, nc. Sq* Name of Contractor t Principal ; -, Authofized Signatur !/'I'd Title Authorized ignature and Title UNITED PACIFIC INSURANCE COMPANY .(Seal) 2 61fifihardigj Cor1,ordVe 6gnter;, Vayne, 'PA 19087 JIy11ULUIC allu 5161,C us nu L1u116CC rrdcm� ) RICHARD A. JACOBU , ATTO Y -IN -FACT Frank B. Hall S qompany 9f Pennsylvania, Inc. 1622 Arch Stieet, 13iiila., PA 19103 (215) 568 -1700 Telephone No. of Agent 0 0 .... ....... . ........... .. ............... Bond #U- 1712390 UNITED AlbIFIC INSURANA 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 under the laws of the State of Washington, does hereby make, constitute and appoint David P. 7hpoleski 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 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 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 seat 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 powerof 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 meeti ng 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 presents corporate seal to be hereto affixed, this 9t1h day of Mav 19gr) . STATE OF Pennsylvania COUNTY OF Philadelphia as.. On this 9th day of May UNITED CIFI N p ie ca Ky �b �t. h Vic President , 1990 , personally appeared Raymond its Vice President, and its 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. i G ^� 4• ' My Commission Expires: :" Avg, x - _ �' �/ - � ' FPbnia r 1 ,19 93 s v Notary Public in and for State of Penns 1va111 Residing at Philadelphia: y 1, Rav 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 is still in full force and effect. – o`` IN WITNESS WHEREOF, I have hereunto set my hand and all f said Company this 3rd day of vMI,Y tg 90 9 SEAT, 1 1 EDU -1431 Ed. 6/79 Assistant Secretary Page 10 FAITHFUL PERFORMANCE BOND Bond # U- 1712390 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 San Joaquin Hills Rd from Jamboree Rd to Spyglass Hill Rd C -2816 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 for the faithful performance of said contract; NOW, THEREFORE, We, Pacific Traffic Systems Inc 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 and firmly bound unto the City of Newport Beach, in the sum of Ninety -three Thousand, Seven Hundred and ----- - - - -00 /100 Dollars (593.700.00 ------- �. 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 specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice Page 11 Faithful Performance Bond (Continued) of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 3rd day of July 19 90 .. � r . Pacific Traffic Systems, Inc..=.- : = J Name of Contractor-'(Principal) -:_�- - e Authorized Signature and Title v UNITED PACIFIC INSURANCE COMPANY (Sell) Name of Surety 2 Glenha ie Co rate Center,`' Wayne°.. PA- 19087 dre of 15ureV r n _I^ 'Signature and Ti a of Auth - cent RICHARD A. JACOB S, ATTORNEY IN-FAC Frank B. Hall 6 C any of P nnsylvania, Inc 1622 Arch Street, P PA 19103 ddress of gent (215) 568 -1700 Telephone No. of Agent 9F �'i • r _. Bond #U- 1712390 UNITED T&IFIC INSTJRANC6 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 under the laws of the State of Washington, does hereby make, constitute and appoint David P. Thpoleski and Richard A. Jacobus, individually, of Philadelphia, Pennsylvania Its true and lawful Attorney -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 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 Attorneys -in -Fact and to authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts. of 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 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 any such powerof attorney orany certificate relating thereto by facsimile, and any such powerof attorney or certificate bearing such faccimile 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 presents to ig d its Vice President, and its corporate seal to be hereto affixed, this 9th day of Ma. 199n + UNITED CIFI N AN OMPANY a'V SQ.1L Iz STATE OF Pennsylvania as '� '�- Vic President COUNTYOF Philadelphia On this 9th day of May , 1990, personally appeared Raywnd 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: � ,e "•°.. s � ' !� FPhnrary 1 19 93 y �F Notary Public in and for Stateof Pennsylva711 p. pO 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 is still in full force and effect. _. IN WITNESS WHEREOF, I have hereunto set my hand and aff e'ati 1 said Company this 3rd day of 3UL'1 _ 1990 l�J BDU -1131 Ed. 609 �,,'• °� Assistant Secretary Page 12 CERTIFICATE OF ;,`INSURANCE :. .,,. PRODUCER COMPANIES AFFORDING COVERAGE Frank B. Hall & Co. of PA, Inc. 2700 CIGNA Plaza II A National Union Fire Insurance 1622 Arch Street LETTER L LETTER Company of Pittsburgh, PA Philadelphia, PA 19103 -2052 COMPANY B LETTER INSURED Pacific Traffic Systems Inc 1840 S Santa Fe #P. COMPANY C Santa Ana, CA 92705 LETTER COVERAGES , THIS "IS- TO'CER'T1FFY THAT INSURAtJCE USTEb "BELOW F1AVE "BEENISSUED TO -THE INSURED" NAMED ABOVE FOR "THEPOUCY PERIOD' INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM 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 POLICIES AND IS NOT AMENDED, EXTENDED OR ALTERED BY THIS CERTIFICATE. co L TYPE OF INSURANCE POLICY NUMBER EFFECTIVE DATE EXPIRATION DATE ALL LIMITS IN THOUSANDS A GENERAL LIABILITY RMGIA GENERAL AGGREGATE $ N/A ( OCCURANCE BASIS ONLY) 4596982 8/1/89 8/1/90 )PAWLIUMCOMPLETED $ 1,000 COMMERCIAL COMPREHENSIVE OPERATIONS AGGREGATE ® WNRS ECONTRACTORS E PERSONAL INJURY $ 1 000 ® CONTRACTUAL FOR SPECIFIC CONTRACT ® VKMXZMqCOMPL OPER EACH OCCURANCE S 1,000 ® XCU HAZARDS O BROAD FORM PROP. DAMAGE ® SEVERABILITY OF INTEREST %3E%kAxa= S CLAUSE O PERSONAL INJURY WITH EMPLOYEE EXCLUSION gy®xZIXgxEgx3sGK S REMOVED 7f(Jj�ryj�X'ygL)7C MARINE AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT s 1,000 o ° i it =;, ' A X COMPREHENSIVE RT18A $, ®OWNED 1459648 8/1/89 8/l/90 BODILY INJURY (PER PERSON) $ s e " BODILY INJURY s HIRED (PER ACCIDENT) ia; " I" < PROPERTY I £' ©NONAWNED DAMAGE s EXCESS LIABILITY +� -' !' EACH AGGREGATE UMBRELLA FORM OCCURRENCE 5 $ OTHER THAN UMBRELLA FORM STATUTORY A WORKERS' COMPENSATION RMWC Is 1,000 E+CH ACCIDENT AND 1177461 8/1/89 8/l/90 Is 1,000 DISEASE - POLICY LIMIT EMPLOYERS' LIABILITY S 1,000 DISEASE -EACH EMPLOYEE LONGSHOREMEN'S AND HARBOR HN WORKERS' COMPENSATION STATUTORY DESCRIPTION OF OPERATIONSILOCATONSIVEHICLES /RESTRICTIONS /SPECIAL 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 San Joaquin Hills Rd frcm Jamboree Rd to PROJECT TITLE AND CONTRACT NUMBER Spyglass Hill Rd C-2816 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 OF NEWPORT BEACH BY REGISTERED MAIL NEWPORT BEACH, CA 92659 -1768 ATTENTION: .EDnEPR� 7/6/90 A nomzeD REfi -s r rnrrvE / ISSUE DATE • 0 Page 13 CITY OF NEWPORT BEACH AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Automobile Liability, the City of Newport Beach, its officers and employees are additional insureds but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of liability of the company affording coverage." 3. The limits of liability under this endorsement for the additional insureds named in Paragraph 1. of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit: ( ) Multiple limits Bodily Injury Liability $ Bodily Injury Liability Property Damage Liability (X) Combined Single Limit Bodily Injury Liability and Property Damage Liability person $ per accident R $ 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 San Joaquin Hills Rd from (Project Title and Contract No.) Jamboree Rd to Spyglass Hill Rd C -2816 This endorsement is effective 6/25/90 at 12:01 A.M. and forms a part of Policy No. RMBA 1459648 of National Union Fire Insurance Compan (Company Affording Coverage r of Pittsburgh, PA Insured Pacific Traffic Systems, Inc. Endorsement No. 26 Producer Frank B. Hall & Co. of PA, Inc. By Authorized Representative (National Union Fire Insurance Company of Pittsburgh, PA) Page 14 CITY OF NEWPORT BEACH GENERAL LIABILITY INSURANCE 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 $ 1,000,000 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 San Joaquin Hills Rd Project itle an Contract No. from Jamboree d to Spyglass Hill Rd C— 816 This endorsement is effective 6/25/90 at 12 :01 A.M. and forms a part of Policy No. RMGLA 4596982 of National Union Fire Insurance.Co. of Pittsburgh, PA Company Affording overage Insured Pacific Traffic Systems, Inc Producer Frank B. Hall & Co. of PA, Inc Endorsement No. 27 By Authorized Representative (National Union Fire Insurance Company of Pittsburgh, PA) Page 15 CONTRACT THIS AGREEMENT, entered into this PP� ay of �11 L•2�, 19�t_, by and between the CITY OF NEWPORT BEACH, hereinafter "City,' d Pacific Traffic Systems Inc hereinafter "Contract , "is made with reference to the following facts: (a) City has heretofore advertised for bids for the following described public work: Traffic signal interconnect on San Joaquin Hills Rd from�� Jamboree Rd to Title of Project Spyglass Hill Rd C- 28[1�tract No. (b) Contractor has been determined by City to be the lowest responsi- ble bidder on said public work, and Contractor's bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction of the following described public work: Traffic signal interconnect on San Joaquin Hills Rd from Jamboree Rd to Title of Project Contract No. Spyglass Hill Rd C -2816 which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of Ninety -three thousand seven hundred dollars ($ 93,700.00 ). This compensation includes 1 any loss or damage arising from the nature of the work; (2) any loss or damage arising from any unforeseen difficulties or obstruc- tions in the performance of the work; (3) any expense incurred as a result of any suspension or discontinuance of the work; but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 3. All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instruction to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and endorsement(s) 0 6 Page 16 (f) Plans and Special Provisions for Traffic signal interconnect on San Joaquin Hills Rd from Jamboree Rd to Sp 7gy lgy ass 1 — 16 Title of Project Contract No. (g) This Contract. 4. Contractor shall assume the defense of, and indemnify and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, except such loss or damage proximately caused by the sole negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first above written. ATTEST: ity "Clerk APPROVED AS TO FORM: (,,City Attorney CITY OF NEWPORT BEACH By � Mayor Pacific Traffic Systems Inc Namntractor rin and itle Authorized Signature and Title CITY 0 • ` CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT INDEX FOR CONTRACT NO. 2816 INSTALLATION OF TRAFFIC SIGNAL INTERCONNECT ON SAN JOAQUIN HILLS ROAD FROM JAMBOREE ROAD TO SPYGLASS HILL ROAD 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- 0 • 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. Conduit ..................... ..............................7 H. Pull Boxes .................. ..............................7 I. Conductors and Wiring ....... ..............................8 J. Functional Testing .......... ..............................8 K. Controllers ................. ..............................9 L. Traffic Signal Controller Cabinet .........................9 M. Auxiliary Equipment ......... .............................11 N. Detectors ................... .............................12 O. Removing /Reinstalling or Salvaging Electrical Equipment..12 P. Payment ..................... .............................12 -ii- WP:A:2816.IND u CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR THE INSTALLATION OF TRAFFIC SIGNAL INTERCONNECT ON SAN JOAQUIN HILLS ROAD FROM JAMBOREE ROAD TO SPYGLASS HILL ROAD CONTRACT NO. 2816 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- 5507 -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 1 • 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. C� VI. WATER C 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. K? FY 0 0 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:2816.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. 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. XI. SIGNALS AND LIGHTING A. DESCRIPTION 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 - San Joaquin @ Santa Cruz /Big Canyon Loc B - San Joaquin @ Santa Rosa /Big Canyon Loc C - San Joaquin @ Crown Drive B. 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 C. GUARANTEE 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- 3.0.6, "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. R 0 0 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. G. 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. H. 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 7 0 0 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. I. 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. J. 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. 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 n • 0 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. K. 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. L. 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. 0 s � 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 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 received during the yellow or red interval of the phase, the bicycle timing circuit shall place and hold 10 the vehicle call until the start of the next green interval for the phase. At the start of the next green interval, the vehicle call will continue to be held until the present time on the adjustable timer has "timed out ". For actuations received during the green interval of the phase, the bicycle timing shall begin immediately and the bicycle timing circuit shall place and hold the vehicle call during the bicycle timing provided that bicycle timing has not previously occurred during that same green interval. Actuations received during the green interval while the bicycle timing is in effect, or after. the bicycle timing has been completed, will not be remembered or carried over to the next cycle. The bicycle timing shall be totally independent of the controller timing and the removal of the bicycle timing logic package shall not affect the normal operation of the controller. If vehicles or pedestrians are also placing calls on the phase that has received a call from the bicycle timing circuit, then either the vehicle time, pedestrian time, or the bicycle time, whichever is longest, shall be in affect during the time the affected phase is being serviced. The bicycle timing logic package shall be provided in a separate shelf mounted housing, and the individual timing circuits for each of the individual phases shall be in the same housing and shall be connected by a NEMA approved connector and harness. M. AUXILIARY EQUIPMENT The fourth paragraph of Section 86 -3.08L is amended as follows: The safety monitor shall be a 12 channel NEMA enhanced unit meeting or exceeding NEMA standards TS -1 Part 6 and TS -1- 1983. The following features are required and shall be selectable on a per channel basis: detects and conflicts if simultaneous display of green and yellow or green and red on the same channel occurs and /or detects shorter than a 3 second minimum yellow display following a green display on the same channel. The safety monitor shall be self- contained with power supply and shall include LCD displays for each channel on, power, 24 volts (2), voltage monitor, power interrupt, conflict, red failure, and sequence failure (red, yellow, green and walk per channel), respectively. The safety monitor shall monitor all vehicular and pedestrian displays at all locations. When the cabinet door is open and the monitor is disconnected, the intersection shall operate normally. When the monitor is connected, irrespective of the position of the cabinet door, the monitor shall operate 11 N. 0 as specified. When the cabinet door is shut and the monitor is disconnected, the intersection shall go into flashing operation. The monitor shall log and display, on command, the previous nine failures with actual display of each failure. Inoperable or missing fuses in the controller unit and /or safety monitor shall cause the intersection to operate in flash mode. Loop detector sensor units shall 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. O. 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. 4 4 1er % 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 66, dated January, 1988. 12 t '> 0 0 BY THE CITY COUNCIL TYOFNEWPORTBEkC'; June 25, 1990 JUN 2 51990 CITY COUNCIL AGENDA • ITEM NO. —F-3(m) APPROVED � TO: CITY COUNCIL FROM: Public Works Department /Traffic Engineering SUBJECT: TRAFFIC SIGNAL INTERCONNECT ON SAN JOAQUIN HILLS ROAD FROM JAMBOREE ROAD TO SPYGLASS HILL ROAD (C -2816) Award Contract 2816, in the amount of $93,700.00 to Pacific Traffic Systems, Inc., Santa Ana, California. Seven (7) bids were received and opened in the office of the City Clerk at 10:00 a.m. on June 15, 1990. The bids are listed below: • 1. $ 93,700. Pacific Traffic Systems Inc Santa Ana, CA 2. $ 98,682. Raymor Electric Company Inc Baldwin Park, CA 3. $105,500. Steiny & Co Inc Fullerton, CA 4. $106,868. Signal Maintenance Inc Anaheim, CA 5. $120,587. IMS Lancaster, CA 6. $134,000. Moore Electrical Contracting Corona, CA 7. $156,300. DBX Inc Temecula, CA Gas tax funds for these improvements are budgeted in the current fiscal year for the City's portion of this project. 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. �a4 Richard M. Edmonston Traffic Engineer RME:JEB:bb WP:A:2816AWRD.CC 0 0 July 23, 1990 • BY THE CITY COUNCIL CITY COUNCIL AGENDA CITY OF NEWPORT BEACH ITEM NO. F -2(d) TO: CITY COUNCIL FROM: Public Works Department /Traffic Engineering SUBJECT: TRAFFIC SIGNAL INTERCONNECT ON SAN JOAQUIN HILLS ROAD FROM JAMBOREE ROAD TO SPYGLASS HILL ROAD (C -2816) Adopt a Resolution requesting funds from the Orange County Unified Transportation Trust ( OCUTT) fund for the subject project. • DISCUSSION This project provides for interconnection of eight (8) signals along San Joaquin Hills Road, a major arterial highway that is being extended to provide access to major new developments in the unincorporated County area, east of Newport Beach. This project will also provide compatibility with any other signals installed along the extension of the road that would initially be operated by the County of Orange. The contract for this project was awarded by City Council on June 25, 1990. Funds have been approved for this 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 l0% will be requested after completion of this project. �'o 6 James E. Brahler Assistant Traffic Engineer JEB:bb WP:C- 2816.CC (0) RESOLUTION NO. 90- 78 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 SAN JOAQUIN HILLS ROAD INTERCONNECT. 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 San Joaquin Hills Road from Jamboree Road to Spyglass Hill Road. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Newport Beach hereby requests the Orange County Transportation Commission allocate $14,864.46 for design and construction engineering and $59,457.83 for construction for a total of $74,322.29 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 $74,322.29. BE IT FURTHER RESOLVED that the City of Newport Beach has awarded the contract for the project on June 25, 1990 for $93,700.00. 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. 9 `2r t� Mayor ATTEST: N WP:A:2816.RES r -1170 Authorized to Publish Advertisements *I kinds including public notices by Decree of the Superior. Court of Orange County, California, Number A -6214, September 29, 1961, and A•24831 June 11, 1963 STATE OF CALIFORNIA County of Orange I am a Citizen of the United States and a resident of the County aforespid; 1 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 California, 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. Signature PROOF OF PUBLICATION t� NOTICE INVITING 8105 led bids may I I it the Otflas . r eUmef�: by Ihe..,City Ith.day otMgy, WAGGNI,.CRY ..bidders . may a of bld.dodu- ,st at the office Norks Depart- r� J • TO: FROM: SUBJECT: C] CITY COUNCIL Public Works /Traffic Engineering • May 29, 1990 CITY COUNCIL AGENDA ITEM NO. F -18 MAY 21 1990 TRAFFIC SIGNAL INTERCONNECT ON SAN'aeftUIN b& FROM JAMBOREE ROAD TO SPYGLASS HILL ROAD (C -2816) 1. Approve plans and specifications. 2. Affirm Negative Declaration. 3. Authorize City clerk to advertise for opened at 7.... DISCUSSION This project provides interconnection of eight signals along San Joaquin Hills Road, a major arterial highway that is currently being extended to provide access to major new developments in the unincorporated county area, east of Newport Beach. This project will also provide compatibility with any other signals installed along the extension of the road that would initially be operated by the County of orange. The total cost of this project is approximately $252,000, of which $126,000 will be paid for out of the Orange County Unified Transportation Trust (OCUTT) funds, and $126,000 by the City of Newport Beach. Gas Tax Funds are available in this year's budget for this project. Richard M. Edmonston Traffic Engineer RME:JEB:bb WP:A:C- 2816.CC Attachment: Exhibit A • INTERCONNECT LINK A - INTERCONNECT LINK B INTERCONNECT LINK C - - - - -- INTERCONNECT LINK D • INTERCONNECT LINK E CROWN DR. N._ INTERCONNECT LINK P �n z JAMBOREE RD. SANTA CRUZ DR. SANTA ROSA DR. MACARTHUR BL. (SR 73) SAN MIGUEL DR. MARGUERITE AV-,,. EXISTING INTERCONNECT Ap0� O • = NEW CONTROLLER SPYGLASS HILL RD.