Loading...
HomeMy WebLinkAboutC-2817 - Traffic Signal Interconnect on Jamboree Road from Bayview Way to Birch Street&ACH CIT?OF NEWPORT December 20, 1990 OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Raymor Electric Company, Inc. 14930 E. Ramona B1. Baldwin Park, CA 91706 (714) 644 -3005 Subject: Surety: Amwest Surety Insurance Company Bonds No.: 1216860 Contract No.: C -2817 Project: Traffic Signal Interconnect on Jamboree Road from Bayview Way to Birch Street The City Council of Newport Beach on November 13, 1990, accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice has been recorded in accordance with applicable portions of the Civil Code. The Notice was recorded by the Orange County Recorder on November 21, 1990, Reference No. 90- 619335. Sincerely, Wanda E. Raggio City Clerk WER:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk /�77. City of Newport Beach 3300 Newport Boulevaryy Newport Beach, CA 92ffl = 619335 r RECOROttVG REQOEST PER 9 LL �RGNERfIIIEMT CODE 6103 RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA C 1PT P.M. N OV 211990 �O�G c\�I OF COMPLETION UBLIC WORKS � Q `6WwZFIECORDER 7 o All LaSoiers and Mate rial—1 ofcn- a-nn- tv-- z.ery- AEhe- r-- Pesaon Interested: YOU WILL PLEASE TAKE NOTICE that on the Public Works project consisting of TRAFFIC S1 FROM BAYVIEW WAY TO BIRCH STREET (C -2817) on which Raymor Electric Compi was the contractor, and Amwes was the surety, was completed. I, the undersigned, say: .T "OMT B FACH Assari Public Works Director VERIFICATION &A6Wq I am the.Pu lic Works Director of the City of Newport Beach; the foregoing Notice of Completion is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on November 15, 1990 at Newport Beach, California. ASSIST, public Works Director VERIFICATION OF CITY CLERK I, the undersigned, say: I am the City Clerk of the City of Newport Beach; the City Council of said City on November 13 1990 accepted the above described work as completed and ordered that a Notice of Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on%�/{y ��, ��%9�Lat Newport Beach, California. C A J� imp City Clerk L� 3 03,1 • • BY TO: City Counci NO,' 1 31990 FROM: Public Works Department CH November 13, 1990 CITY COUNCIL AGENDA ITEM NO. F -12 SUBJECT: ACCEPTANCE OF CONSTRUCTION OF THE TRAFFIC SIGNAL INTERCONNECT ON JAMBOREE ROAD FROM BAYVIEW WAY TO BIRCH STREET (C -2817) 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 Jamboree Road traffic signal interconnect has been completed to the satisfaction of the Public Works Department. The bid price was $15,000.00 Amount of unit price items constructed 15,000.00 Amount of change orders -0- Total contract cost $15,000.00 Funds for the project were budgeted in the Gas Tax Fund, Account No. 18- 5638 -009. The contractor is Raymor Electric Company, Inc. of Baldwin Park. The work was completed on September 25, 1990. • Benjamin B. Nolan Public Works Director PD: so CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 TO: FINANCE DIRECTOR k- 29--90 FROM: CITY CLERK DATE: August 29, 1990 SUBJECT: Contract No. C -2817 Description of Contract Traffic Signal Interconnect on Jamboree Road from Bayview Way to Birch Street Effective date of Contract August 29, 1990 Authorized by Minute Action, approved on June 25, 1990 Contract with Raymor Electric Company, Inc. Address 14930 E. Ramona B1. Baldwin Park, CA 91706 Amount of Contract $15,000.00 kLxa�a' 6,e 4e Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach J . "J,::;1 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 $each, 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. I 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, j pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU" hazards) are deleted, S. The limits of liability under this endorsement for the additional insured(s) named in .' Paragraph i, of this endorsement shall be the limits indicated below written on an " 0ccurrence" basis: I Commercial ( } Comprehensive General Liability S 1 ,000,000 Aach occurrence $ 1 000 ,, 000 ,, aggregate The applicable limit of Contractual Liability for the company affording coverage shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insured(s). The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damagAes as the result of any one occurrence in excess of the limits of 114b lit stated in the policy as applicable to General Llability,Insurance. 6. Should the policy be non•renewedI 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, Traffic Signal Interconnect on Jamboree 8d from Bayview 7. Designated Contract: Wy_to_BirohS_t'-C-2817 ___— _ _, __ act mile This endorsement is effective 3/25/90 at 12.01 A.M. and forms a part of: Policy No, CCP 099710 of Insured RAYMOR ELECTRIC COMPANY Endorsam�"o, Producer INC. I L • CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92659 -1768 until 11:00 AM on the 15TH day of J= , 1990, at whit time such bids shall be opened and read for TRAFFIC SIGNAL INTERCONNECT ON JAMBOREE ROAD FROM BAYVIEW WAY TO BIRCH STREET Title of Project 2817 Contract No $24,000.00 Engineer's Estimate ti v, \� �` ZIF It Approved by the City Council this.1cMi-day of MAY 1990. Wanda E. Raggio City Clerk Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, P. 0. Box 1768, Newport Beach, CA 92659 -1768. For further information, call JIM BRAHLER at 644 -3344 Project Hanager A 3 '_= '�.s5aa�e"i -� e.P -i. .a'.SL3s�".•�" 3Fi.• :- �CtY., -�V. �.- .. 0 0 4 . PR 1.1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL INSTALLATION OF TRAFFIC SIGNAL INTERCONNECT CABLE AND CONDUIT ON JAMBOREE ROAD FROM BAYVIEW WAY TO BIRCH STREET CONTRACT NO. 2817 To The Honorable City Council City of Newport Beach 3300 Newport B1 P O 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. 2817 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 interconnect cable and conduit on Jamboree Rd from Bayview Way to Birch St. WP:A:2817.PRO Dollars and Cents $ • . PR 1.2 Fifteen Thousand Dollars and No Cents $15.000.00 TOTAL BID PRICE (WORDS) TOTAL BID PRICE (FIGURES) 6 -15 -90 Date 818 - 338 -7483 Bidder's e ep one Number Raymor Electric Company Inc Bi e Ray C Morales /President uthort a tanature Ttt e 421 797 C10A 14930 E Ramona B1 Baldwin Park CA 91706 Contractor's License No. & Classification Bt er's Address PUG 20 '70 05:57 StNI tlTNtWN Uf<I CCNQ!1 41,1-vv '141V r U1Va1Y.ia VavaaaV1051 Fti2�bG WORKERS! COWENSATION 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 undertate• self- insurance in accordance with the provisions of that code, and 4 will comply with such provisions before commencing "the performance of the work of this contract." AUG. 20, 1990 Date natur RAYMOR ELECTRIC COMPANY INC. Contractor TRAFFIC SUGNAL INTER TO BRICH Project a an On rat um or ST. C -2817 • 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. 421 797 C10A Raym9e1tectric Comfy Inc Contr's Lic. No. & Classification 6 -15 -90 Date /President /Title 0 DESIGNATION OF SUBCONTRACTORS toPage 3 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. Bond Ao. 1107758 -467 • Premium: Included in BBSU KNOW ALL MEN BY THESE PRESENTS, BIDDER'S BOND • FOR ORIGINAL, SEE Page 4 CITY CLERK'S FILE COPY. That we, Raymor Electric Company Inc , as bidder, and Amwest Surety Insurance Company as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of Ten Percent (10%)not to exceed in the amount o Six Thousand Four Hundrad and n r /7n0 'bollars ($6,400.00 ). 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 Jamboree Rd from Bayview W to Birch St ntra Title of Project Coct No. 2817 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 14th day of June , 19 -M. (Attach acknowledgement of Attorney -in -Fact) S /Dawn M Morentin Notary Public Commission Expires: 6 -21 -91 Amwest Surety Insurance Company Surety By S /M. Catharine Powers Title Attorney -in -Fact vOWER NUMBER E84573 UUNU NUMBER 1107758 -467 This Power of Attorney has been delivered in connection with the above bond number. NAME OF PRINCIPAL: NAME OF OBLIGEE: This Power of Attorney may not be is printed on blue paper with black of this Power of Attorney are valid. I officer of AMWEST SURETY INSU to AMWEST SURETY INSURANCI Department. This Power of Attornel by AMWEST SURETY INSURA14C of attorney forms issued bq.:A0 KNOW ALL MEN BY make, constitute and its true and Company if MWEST SURETY INSURANCE COMPAKY VOID O. BOX 4504; WOODLAND HILLS, CA 91 500 7 (818) 704.1111 JAN LIMITED POWER OF ATTORNEY To be t esuons or ulqumes:re rtlber set forth at t4_1oj 3elifornla. Any power o iust be on Amwest froth been revoked and are Ki IF NOT USED 1991 No PowelOf AttoHiOy on this form shall be valid as to bonds, under. takings, recognizances or other Written obligations in the nature ifiereof executed on or after said 666ion date. for and on behalf b thmp �tiA�b>Te' and deli v§Yand affix the seal of the ances or other wntle` s ip to $1,250,000; t: thereby. This appointment is made under an v �,� he fdllaw ng<,ptovisiohe of the By -Laws Article III, Section 7 of the By -Laws of AMWEST SURETY INSURANCE COMPANY This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of AMWEST SURETY INSURANCE COMPANY at a meeting duty held on December 15, 1975. RESOLVED that the president or any vice - president, in conjunction with the secretary or any assistant secretary, may appoint attorneys -in -fact or agents with authority as defined or limited in the Instrument evidencing the appointment in each case, for and on behalf of the Company to execute and deliver and affix the seat of the Compel to bonds, undertakings, retoognizances, and suretyship obligations of all kinds; and said officers may remove any such attorney -in -fact or agent and revoke any power of attorney previously granted to such person. RESOLVED FURTHER that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company (i) when signed by the president or any vice - president and attested and sealed (if a seal be required) by any secretary or assistant secretary; or (ii) when signed by the president or any vice- president or secretary or assistant secretary, and Countersigned and sealed (it a seal be required) by a duly authorized attorney -In -fact or agent; or (iii) when duly executed and sealed (if a seal be required) by one or more attorneys -in -fact or agents pursuant to and within the limits of the authority evidenced by the power of attorney Issued by the Company to such person or persons. RESOLVED FURTHER that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery, of any bond, undertaking, recognizance, or other suretyship obligations of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, AMWEST SURETY INSURANCE COMPANY has caused these presents to be signed by its proper officers, and its corporate seal to be hereunto effixed,thls 7 day of December 19 89 Gary R. Peteraon. President Karen G. Conan. Secretary STAf OF;C`O,,LIFORAIA,'CGLNTY OF LOS ANGELES — sa bt rnrs -+ -Caro? December q,p.,1e 89 ,personauycemebefone me Gary R. Peterson and Karen G. Cohen to me known to tra fhb individuals and officers of AMWEST SURETY INSURANCE COMPANY, CALIFORNIA who executed the above instrument, and they each acknowledgeE thaexecution of the same, and being by me duly swum, did severely depose and say: that they are the said officer of the corporation aforesaid, and that the seal affixed to the above instrument Is the seal .0 the corlioraft n, and that said corporate seal and their signatures as such officers were duly.a.Hixed and subscribed to the said instrument by the auihority_of'the bosrd:of tliracions of arid. corporetion ^' OFFg iJwl BLLL (SEAL) LOSAMOMCOLwrf Maaaw 4 w v. tr Notary Public STATE OF CALIFORNIA, COUNTY OF LOS ANGELES — as CERTIFICATE r I, the undersigned, secretary of the AMWEST SURETY INSURANCE COMPANY, a California corporation, DO HEREBY c9FrnFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked, and furthermore, that the provisions of the By -Laws of the Company and the Resolutions of the board of directors set forth in the Power of Attorney, are now in force. Signed and seated at PACAIIF.NA- C.AT.TFORNTA this 14TH day of JUNG tg 90 .; AUNd1007 (REV. 1180) Karen G. Cohen. Secretary ' NONCOLLUSION AFFIDAVIT State of California ss. County of Los Angeles Page 5 Raymond C Morales being first duly sworn, deposes and says that he or she is President of Raymor Electric Cnm anY r„c 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. I: Electric Company Inc resident Signature /Title Subscribed and sworn to before me this 14 day of June , 19 90. My commission expires: 4 -22 -91 S /Heather L Zimmerman Notary Public • 0 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 leted For Whom Performed (Detail) Person to Contact Telephone N Page 6 -- City Alhambra /st lighting Leroy Tafoya 818 -570 -5062 -- City Glendale /traffic 'signal Kayan Bayati 818 - 956 -3960 -- City Costa Mesa /traffic signal /st lighting -Tom Banks - 714 - 754 -5027 -- City Carson /traffic signal /st light -Fred Thomsen - 213 - 830 -7600 -- City Compton /traffic signals Ken Hansen 213- 605 -5677 -- City Rosemead /traffic signals -A1 Rodriguez 818 - 288 -6671 -- City San Marino /street lights - Carlos Alvarado 818 - 300 -0700 -- City La Verne /traffic signal -land medium- Dominic Milano 714 - 596 -8744 -- City Commerce /traffic signals- Richard Gonzalez 213 - 722 -4805 Page 7 N O T I C EF. 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. i BOND &UTED IV DUPLICATE PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, motion adopted 6 -25 -90 has awarded to Raymor Electric Company Inc Page 8 BOND NO. 1216860 PMMINN1: INCLUDED IN BBSU Sf� ALRCON N TRACT PRICE are of California, by hereinafter designated as the "Principal ", a contract for Traffic Signal, Interconnect on Jamboree Road from Bayview Way to Birch Street C -2817 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 RAYNOR ELECTRIC COMPANY, INC. as Principal, and AMNEST SURETY INSURANCE COMPANY as Surety, are held firmly bound unto the City of Newport Beach, in the sum of FIFTEEN THOUSAND AND N01100 Dollars ($ 15,000.00 )> 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 -F u • :: � -: 1-1 I I 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 orz 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 24TH day of JULY , 19 90' _ Authorized Signature and Titre AMWEST SURETY INSURANCE (Seal) Name of Surety 0 q. LAKE 5640 PASADENA, CA. 911Q1'.:- r Af s of Su CIA g an e o FN -FACT OE 1101.!AA1 RE= 56 40 , . .. '. Addre" offifflft SURETY (818) 79 — 1 e ep one N0. 0 SURETY i Q • u k r 1 b ' t t STATE OF CALIFORNIA: � S.S. COUNTY OF LOS ANGRLRS: On this the of 19 90before me, the undersigned, Notary Public in a d fQQr sai County and State, personally appeared EjgY 1) C, • 619 a I s personally known to me or ,proved to me on the basis of satisfactory evidsace'to be the resident, and _ personally known to me or roved evidence to be that executed the withi instr e therein named, now d d eecuted the ).thin ins DV of the axis of satisfactory Z e ary of the corporation he corporation me hat tion to its by -laws or a FOR NOTARY SEAL OR STAMP OFFCIAL EFL p < HEAT My Commission ExP!125 AV! _, t STATE OF CALIFORNIA, COUNTY OF LOS ANGELES S5. On JULY 24, 1990 , before me a Notary Public, within and for the said County and State, personally appeared DAWN M. MORENTIN known to me (or proved to me on the basis of satifactory evidence) to be the person whose name is subscribed to the within instrument as the Attorney in Fact of and for the AMWEST SURETY INSURANCE COMPANY, and ackn wledged to me that he subscribed the name of the AMWEST SURETY INSURANCE CO Y thereto as Surety, and 1 own game as Attorney in Fact. ��q�s�HNONSNNN�� OF'iM1A1. SEAL /� JOANNE WILLIAMS NOTARY PUBLIC441000NIA 1.0$ ANnELES COUNiY NOTARY PUHU AIy ri11111114 [�. AIa A 1901 Page 10 BOND EXECUTED IN DUPLICATE FAITHFUL PERFORMANCE BOND BOND NO. 1216860 PREMIUM. $450.00 BOND PREMIUM BASED ON KNOW ALL MEN BY THESE PRESENTS, That \FINAL CONTRACT PRICE WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted 6 -25 -90 has awarded to Raymor Electric Company Inc hereinafter designated as the "Principal ", a contract for Traffic Signal Inter - connect on Jamboree Road from Bayview Way to Birch Street C -2817 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents on file in the office of the City Clerk of the City of Newport Beach; WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, We, RAYNOR ELECTRIC COMPANY as Principal, and AMYEST SURETY INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Newport Beach, in the sum of FIFTEEN THOUSAND AND NO /100 _Dollars ($ 15,000.00 ). 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 specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice • ., v , .�._ = _. 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 24TH day of JULY lg 90.. RAYNOR ELECTRIC COMPANY, INC. " - (seal Name of Contractor (Principal) "YMSltQb�C. WIORgI,ES PRESfDE�Ii' Autho ze �gnature And Title PFuthorizedungnatore and Title ANYSST SURETY INSURANCE COMPANY (Seal) Name of Surety 80.S. LAKE 164o PASADENA, CA. 91101 re of Surety =: ;i 91p4ture and Tjtl e of D N. MOREMUN ME Y -SIN— FACT_- 80 S.. LAKE 164V PASADENA. CA. 92101 - Iddress of towU SURETY (818)795-7713 Telephone No. of 27M SURETY mP: I O F O O a 0 w a a U w O F H V C y O � s Y 2 N 0 C � L N ~ G � 's s ti D � nJ Y L' m O Z � A N v C N d Q wo 3 D O MME R•i � S O C S D ?� N h C d a V N O a O CO a E 0 v (n > � o a T 7 o � U o M.M N •J`� . < • Y W •42 Y R • i a N C I _ , m • T C C. C O � m i O_ O_ m .0 O �.+ _O O +> �> V v O �.> V V! � V m m q m i i i � -o i � �_ 4 P. d m m C O +-` O O O O .M +-� m O O a ' c .l• V --+ v m V r .c ' .., c .� o o v m m c v m q Q 0 m> w m '' o a �o m . i m m 6 a. m v w m �-+ {.. o O .+ m V i .+ v � q m C q m O O m �� w � m b � .Ci � w } O ' .,V.. .-, O C G m ~ p m m O N W d o m m •� O .� �"� •6 /rti� q Y. 4 � C m V V m m m m q O • m q o si m o q z > c .�.. m Y V' d i c O cm..> [a. .�+ v � _m � C a � i/f C P0.i q m� �"' rJ Q C J' tlG m V O +� JO m Y O O +� m m V m ti a-+ � R y y m o Y N u -� q m V O -+ m �+ y m �. o m v m > m �e a q � a. m w c e r n o o i o c m --. m o o m m ++ +> m Y �' 0. m N V m i �-. � m sm. e t m �. fm. -q'� m> s .c m m _m [l) O a� 0. O LY V Y +� m i VJ I ptrVER NUMBER MWEST SURETY INSURANCE _0. BOX 4540. WOODLAND HILL: : � 3-4. (818) 7041111 Bates NUMBER POWER OF ATT 1216860 (R q This Power of Attorney has been TO be - t delivered in connection with the epeCll above bond number. NAME OF PRINCIPAL: RAYNOR NAME OF OBLIGEE: CITY OI This Power of Attorney may not be _ is printed on blue paper with black i of this Power of Attorney are valid. I Officer of AMWEST SURETY MU to AMWEST Sui'I'Y tN Department. This Power of by AMWEST SURETY 1 of attorney forms issued KNOW ALL MEN BY make, constitute and OF ust bA on Amwest Foil been revoked and are Alloiagon this form I valid a* to bonds. under. -- mcowftmtces or odw CbNpadons in the nature executed on or after said on date. .00 on'ilvs 7 :day ^oe = December AM. 1e 89 . , person.dy t�ma b1 le me Gary R. Petemm and Karen G. Cohen to me known t6 tM the- iaCiaiduels and ank�"i6 oTT�i-�etisl iTtlgel Y fift AW%;v t L4 i —d, t;A JKMf A WhD exaCuted the some mebumern, ana they each acknowledged the execution of the same, erd being by me duty sworn, did w4orMly depose and say: that the are the said aMosts of the corporation akxesatA, and that the seal affixed to the above instrument Is the seal or the corporation, and that stud Corporate asat and their signatures as such otflcere were duty affixed and subscribed to the said instrument by the authority of the board of directors of said Corporation. . 0� p, a (SEAL) j, STATE OF CALIFORNIA, COUNTY OF LOS ANGELES — as CERTIFICATE I. the undersigned, secretary of the AMWEST SURETY INSURANCE COMPANY, a CatUCmla Corporation. DO HEREBY CERTIFY that the toreoing and attached Pourer at Attorney remains in full force and has not been revoked, and furetemuirs, that the ptevlslons of to By-laws of the Company and the Resolutions of the board of directors set forth in the Power of Attorney, are now in ford, S'gned and sealed at PASADENA, MIFORRIA this 24TH of J! , wr , 1e 90 day [/: :;,.,G:: �- �. �O /....� ��� 0 CITY OF NEWPORT BEACH P AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT Page 13 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) ovrned 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 $T per person Bodily Injury Liability 5 per accident Property Damage Liability b ( ) Combined Single Limit Bodily Injury Liability and Property Damage Liability S 1,000,000.00 The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one accident or occurrence in excess of the limits of liability stated in the policy as applicable to Automobile Liability Insurance. 4. Should the policy be non - renewed, cancelled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract: Traffic Signal Interconnect. on Jamboree Rd from Bayview (Project Title and Contract No. Wy to Birch St C -2817 This endorsement is effective 3/25/90 at 12:01 A.M, and forms a part of 'Policy No. CCP 099710 of GOLDEN EAGLEINSU Insured lhYMDR ELECTRIC COMPANY Producer CEBRE, INC. ng coverage Endorsement No. By A rite Representative AUG 22 '90 15 :43 105 P02/02 Pape 14 CITY OF NEWPORT BEACH GENERAL, LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for General Liability, the City of Newport Beach, its officers and employees are additional insureds, but only wit? respect to liability arising out of operations performed by or on behalf of the named insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection with Its general supervision of such operations, The insurance afforded said additional insured($) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shalt be called upon to contribute with insurance provided by this po icy, 1. 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 thi company affording coverage. 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to thi; terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision con. tained in the written contract designated below, between the named insured and the City of Newport Beach. 4, with respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, Collapse hazard and underground property hazard (commonly referred to as "XCU" hazards) are deleted, S. The limits of liability under this endorsement for the additional insureds) named in Paragraph 16 of this endorsement shall be the limits indicated below written on in 110ccurrence" basis: iii Commercial ( ) Comprehensive General Liability S 1,000.000 ......_ each occurrence S I. 0o0 000 a re ate 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 inaured(>s), The limits of liability as stated in this endorsement shall not increase i;he total Liability of the company affording coverage fGr all dam &9es as the result of any one occurrence in excess of the limits of liab111ty stated in the policy as applicable to General Liability,Insurance, 6, Should the policy be non - renewed, eancelled or coverage reduced before the expiration date thereof, the Issuing Company shalt provide 30 days' advance notice to the City of Newport Beach by registered„ mail, Attention; Public Works Department, Traffic Signal Tnterbonnect on 7amborea $d from Bayview 7, Designated Contract: WX to kirch S -281 I ro ec a an - contract o. This endorsement is effective -31,25190 at 12.01 A.M. and forms a part of. Policy No. CCP 022710 of GOLDU EAGLE INSURANCE COMPANY Insured RAYMOR ELECTRIC COMPANY Endors Producer I CONTRACT 46 Page 15 THIS AGREEMENT, entered into this oPftday of 19 per, by and between the CITY OF NEWPORT BEACH, hereinafter "City, d Ravmor KISIctric Com ally Inc hereinafter "Contract ," is made with reference to the fiA owing facts: (a) City has heretofore advertised for bids for the following described public work: Interconnect on Jamboree Rd from Bayview Wy to Birch St t e of Project Contract No. 2817 (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: Signal Interconnect on Jamboree Rd from Bayview Wy to Birch St Title of Project Contract o. 2817 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 Fifteen Thousand Dollars and no /100 ( 55.000.00 �)• This compensation includes 1 any loss or damage arising f rom 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) Page 16 (f) Plans and Special Provisions for Traffic Signal Interconn on Jamboree Road from nayvi Awt WAN, to Birch Street C -2817 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. CITY OF NEWPORT BEACH By P� Mayo ATTEST: v� City Attorney RayCOV Electric Company Inc Na Contractor,(Princ' pal) uthorize ignature .and Title Authorized Signature and Title CITY C� ti « i i CITY OF NEWPORT BEACH -- PUBLIC WORKS DEPARTMENT INDEX FOR CONTRACT NO. 2817 INSTALLATION OF TRAFFIC SIGNAL INTERCONNECT CABLE AND CONDUIT ON JAMBOREE ROAD FROM BAYVIEW WAY TO BIRCH STREET 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 C. Description ...... ..............................5 D. Scheduling of Work .............................5 E. Conduit .......... ..............................5 F. Pull Boxes ....... ..............................5 G. Conductors and Wiring ..........................6 WP:A:2817.IND t.' -i- 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR THE INSTALLATION OF TRAFFIC SIGNAL INTERCONNECT CABLE AND CONDUIT ON JAMBOREE ROAD FROM BAYVIEW WAY TO BIRCH STREET CONTRACT NO. 2817 I. SCOPE OF WORK The work to be done under this contract consists of 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- 5500 -5), 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 45 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 proof in the form of supplementary progress schedules, as required in Section 8- 1.04. "Progress Schedule ", that the 1 0 0 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. PAYME NT 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. 2 VI. WATER The Contractor shall make his own provisions for obtaining and applying for water necessary to perform his work. If the Contractor desires to use available City water, it shall be his responsibility to make arrangements for the water by contacting the City's Utility Division at 714- 644 -3011. VII. FLOW AND ACCEPTANCE OF WATER It is anticipated that surface and ground or other waters will be encountered at various times and locations during the work herein contemplated. The Contractor, by submitting a bid, acknowledges that he has investigated risks arising from water and has prepared his bid accordingly. The Contractor shall conduct his operations in such a manner that storm or other waters may proceed uninterrupted along their 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. GUARANTEE The Contractor shall guarantee for a period of at least one year, after acceptance of the work by the City Council, all materials and workmanship against any defects whatsoever. Any such defects shall be repaired at the Contractor's expense. 3 X. TRAFFIC SIGNAL AND SAFETY LIGHTING FACILITIES A. General The Contractor shall furnish all tools, equipment, materials, supplies, and manufactured articles and shall perform all operations necessary to modify existing and construct additional traffic signal and street lighting facilities as shown on the drawings and as specified herein. See SCOPE OF WORK. B. Reference Specifications and Standard Plans Standard Specifications - Except as modified herein, materials and installation shall conform to the California Standard Specifications, January 1988. All references in this section to "Standard Specifications" shall be understood to be referenced to the California Standard Specifications. 2. Standard Plans - Except as modified herein, all references in this section to "Standard Plans" shall be understood to be referenced to the California Standard Plans, January 1988. Codes. Ordinances and Reaulations - 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 SIGNALS AND LIGHTING C. Descrintion Furnishing and installing 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 these Special Provisions. Traffic signal work is to be performed at the following location: Jamboree Road between Fairchild Road and Birch Street. D. Scheduling of work The Contractor may perform sub - surface work consisting of the installation of conduit, prior to receipt of all electrical materials and equipment, and shall begin said work within 10 days of the date of execution of contract. E. 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. F. 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. 5 I � I I G. Conductors and Wiring 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. WP:A:2817.CON 11 • • JUL 2 3 60-0 TO: CITY COUNCIL July 23, 1990 CITY COUNCIL AGENDA ITEM NO. F -2(e) FROM: Public Works Department /Traffic Engineering SUBJECT: TRAFFIC SIGNAL INTERCONNECT ON JAMBOREE ROAD FROM BAYVIEW WAY TO BIRCH STREET (C -2817) Adopt a Resolution requesting funds from the Orange County Unified Transportation Trust ( OCUTT) fund for the subject project. This project will provide for continuous interconnect along Jamboree Road from Coast Highway to north of the I -405 Freeway. It will allow coordination of signals in Newport Beach and the City of Irvine. The contract for this work 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 10% will be requested after completion of the project. James E. Brahler Assistant Traffic Engineer JEB:bb WP:C- 2817.CC r08> RESOLUTION NO. 90- 79 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 JAMBOREE ROAD TRAFFIC SIGNAL 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 Jamboree Road from Bayview Way to Birch Street; and NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Newport Beach hereby requests the Orange County Transportation Commission allocate $1,687.50 for design and construction engineering and $6,750.00 for construction for a total of $8,437.50 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 $8,437.50. BE IT FURTHER RESOLVED that the City of Newport Beach has awarded the contract for the project on June 25, 1990 for $15,000.00. 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. Mayor' • • 0 JUN 2 51990 9 iM Cl June 25, 1990 CITY COUNCIL AGENDA ITEM NO. F -3(n) TO: CITY COUNCIL FROM: Public Works Department /Traffic Engineering SUBJECT: TRAFFIC SIGNAL INTERCONNECT ON JAMBOREE ROAD FROM BAYVIEW WAY TO BIRCH STREET (C -2817) Award Contract 2817, in the amount of $15,000.00 to Raymor Electric Company, Inc., Baldwin Park, California. DISCUSSION Eight (8) bids were received and opened in the office of the City Clerk at 11:00 a.m. on June 15, 1990. The bids are listed below: 1. $ 15,000. Raymor Electric Company Inc Baldwin Park, CA 2. $ 16,000. Pacific Traffic Systems Inc Santa Ana, CA 3. $ 18,200. Metro Electric Whittier, CA 4. $ 20,291. Signal Maintenance Inc Anaheim, CA 5. $ 21,000. DBX Inc Temecula, CA 6. $ 21,200. Steiny & Co Inc Fullerton, CA 7. $ 22,800. Moore Electrical Contracting Corona, CA 8. $ 23,300. IMS Lancaster, CA Gas tax funds for these improvements are budgeted in the current fiscal year for the City's portion of this project. One -half of the total project cost will be paid for out of the Orange County Unified Transportation Trust (OCUTT) funds. The anticipated completion date for this project is August, 1990. k?dw R. Richard M. Edmonston Traffic Engineer RME:JEB:bb WP:A:2817AWRD.CC Authorized to Publish Advertisements tell kinds including public notices by Dec-yes of the Superior. Court of Orange County, California, Number Ab214, 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 aforesod; I am over the age of eighteen y6ars, and not a party to or interested in the below entitled matter. 1 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. JR(A7Lb Ln�, Signature 0 PROOF OF PUBLICATION •. G May 29, 1990 CITY COUNCIL AGENDA • ITEM NO. F -19 BY THE CITY COUNC CITY Of NEWPORT BE • TO: CITY COUNCIL I MTV' 2 1990 FROM: Public Works /Traffic Engineering SUBJECT: TRAFFIC SIGNAL INTERCONNECT ON JAMBC BAYVIEW WAY TO BIRCH STREET (C -2817) RECOMMENDATIONS 1. Approve plans and specifications. 2. Affirm Negative Declaration. 3. Authorize City Clerk to advertise for Wide, Aoo he Opened at This project will provide for continuous interconnect along Jamboree Road from Coast Highway to north of the I -405 Freeway. It will allow coordination of signals in Newport Beach and the City of Irvine. Jamboree Road is a major arterial in the project limits and becomes a superstreet north of the project. This road is one of only two continuous roadways easterly of the geographical barrier created by the Upper Newport Bay and John Wayne Airport -- a significant link in the regional transportation system. The total cost of the project is estimated at $80,000. Approximately $32,000 comes from the City of Newport Beach; $8,000 from the City of Irvine; $40,000 from Orange County Unified Transportation Trust (OCUTT) funds. Gas Tax Funds are available in this year's budget for this project. Richard M. Edmonston Traffic Engineer RME:JEB:bb WP:A:C- 2817.CC Attachment: Exhibit A rt CAMPUS DR. EXISTING INTERCONNECT - - - - -- fYl1Ki)0no c, ib INTERCONNECT LINK D - - - - - -- W 0 t� FAIRCHILD AVE. EXISTING INTERCONNECT � KOLL CTR. INTERCONNECT LINK C • -- INTERCONNECT LINK B INTERCONNECT LINK A MACARTHUR BL. BRISTOL ST. N. (SR 73) BRISTOL ST. (SR 73) • BAYVIEW WA'i EXISTING INTERCONNECT - - -- 6