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