Loading...
HomeMy WebLinkAboutC-2906 - Modification of Traffic Signals on Balboa Boulevard at Palm Street; at Main Street; and at 23rd StreetCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 (714) 6443005 November 20, 1992 superior Signal Service Corporation 7224 Scout Ave. Bell Gardens, CA 90201 Subject: Surety: Insurance Company of the West Bond No.: 1220963 Contract No.: C -2906 Project: Modification of Traffic Signals on Balboa Boulevard at Palm Street; at Main Street; and at 23rd Street The City Council of Newport Beach on October 26, 1992, accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice has been recorded in accordance with applicable portions of the Civil Code. The Notice was recorded by the Orange County Recorder on October 30, 1992, Reference No. 92- 740572. Sincerely, a). lad, Irene Butler Assistant City Clerk IB:pm cc: Public Works Department - 3300 Newport Boulevard, Newport Beach RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk��! City fwNpewrp�brt Beach Newport Beach, Boulevard 92- T4057Z RECORDED IN OFFICIAL RECORDS OF ORANGE COUNTY, CALIFORNIA 3:30 P-M. OCT 3 0 1992 OZL Q•`l� Recorder Other "Exempt from recording fees pursuant to Government Code Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Superior Signal Service Corporation, 7224 Scout Ave., Bell Gardens, CA 90201 as Contractor, entered into a Contract on July 13, 1992 Said Contract set forth certain improvements, as follows: Modification of Traffic Signals on Balboa Boulevard at Palm Street; at Main Street; and at 23rd Street (C -2906) - located in the City of Newport Beach, Work on said Contract was completed on September 21, 1992 and was found to be acceptable on October 26, 1992 I by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Insurance Company of the West, 1111 E. Katella Avenue, #250, Orange, CA 92667 l B r' 21 u i or s Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on Newport Beach, California. 0 at 4 NOV 20 1992 cmci.es kEWPpgr gFACN LfAE BY W�L� a.. �4 i/ 0 at 4 NOV 20 1992 cmci.es kEWPpgr gFACN L' 0 CITY Of NEWPOII' OCT 2 61992 October 26, 1992 CITY COUNCIL AGENDA ITEM NO. 22 TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: ACCEPTANCE OF MODIFICATION OF TRAFFIC SIGNALS ON BALBOA BOULEVARD AT PALM STREET, AT MAIN STREET AND AT 23RD STREET (C -2906) 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. DISCUSSION: The contract for the construction of the subject project has been completed to the satisfaction of the Public Works Department. The bid price was $20,588.00 Amount of unit price items constructed 20,588.00 Amount of change orders 8,020.64 Total contract cost $28,608.64 One Change Order was issued in the amount of $8,020.64. It provided for additional conduit and wire at all three locations, repair of damaged conduit at 23rd Street and modifications to the controller cabinet at Palm Street. Funds for the project were budgeted in the Gas Tax Fund, Account Nos. 7193 - 98302603 and - 98302607. Gardens. The contractor is Superior Signal Service Corp. of Bell • The contract date of completion was September 12, 1992. The cabinet modification at Palm Street delayed the completion of the project until September 21, 1992. Benjamin B. Nolan Public Works Director PD: so V CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK A.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 / `-1 TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: July 13, 1992 SUBJECT: Contract No. C -2906 Description of Contract Modification of Traffic Signals on Balboa Boulevard at Palm Street; at Main Street; and at 23rd Street Effective date of Contract July 13, 1992 Authorized by Minute Action, approved on June 22, 1992 Contract with Superior Signal Service Corporation Address 7224 Scout Ave. Bell Gardens, CA 90201 Amount of Contract $20,588.00 " 6 Wanda E. Reggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach ` i ! CITY CLERK CITY GF BED PUBLIC VORRS DEPARTIBN!'P /TRAFFIC LM V ' NOTICB INV333M BIDS Sealed bids may be received at the office of the- City`Cierk, City Hall, 3300 Newport Boulevard, P. O. Box 1768,.0 S4port Beach, CA 92659 -1768, until 11:00 AN on Nay 21, 1992, at which tine such bids shall be opened and read for: I CONTRACT NO. 2906 $53.000.00 Engineerts...- Estimate 4* Approved y ity Council on April 27, 1992 Wan a E. Ragg o, C t ark When returning your bid, please mark envelope: BID: SIGNAL MODIFICATION DUE: 11:00 AN May 21, 1992 For further information, call JIM BRAHLER, Project Engineer, at 714 -644 -3344. 0 0 PR 1.1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT /TRAFFIC ENGINEERING F7 6A6,jff • 1 I .4 L., 'j 4S.e 4 _:4 ! 74S4 ! -I VAUrily CONTRACT NO. 2906 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 locations 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. 2906 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 Lump Sum Furnish and install traffic signal modifications for eastbound left -turn phasing operation on Balboa Boulevard at Main Street. FOUR THOUSAND FOUR HUNDRED SIXTY --- - - - - -- Dollars and Me TOTAL PRICE Cents $4,460.00 ITEM QUANTITY NO. & UNIT ITEM DESCRIPTION UNIT PRICE IN WORDS PR 1.2 TOTAL PRICE 2. Lump Sum Furnish and install traffic ? signal modifications for westbound left -turn phasing operation on Balboa Boulevard, at Palm Street. TWO THOUSAND SIX HUNDRED SIXTY Dollars and NO Cents $2 660 n0 3. Lump Sum Furnish and install traffic signal modifications on Balboa Boulevard at 23rd Street and on Balboa Boulevard at 21st Street. THIRTEEN THOUSAND FOUR HUNDRED SIXTY EIGHT Dollars and NO Cents $ 13,468.00 TOTAL PRICE WRITTEN IN WORDS TWENTY THOUSAND FIVE HUNDRED EIGHTY EIGHT Dollars NO & Cents TOTAL PRICE WRITTEN IN FIGURES: $20,588.00 0 9 283204 C -10 Contractor's License /Classif ication PR 1.3 MAY 20, 1992 Date SUPERIOR SIGNAL SERVICE CORPORATION B rider 14 4S 4gnattau'r—e (310) 927 -4488 PRESIDENT Bidder's Telephone Number T tle 7224 SCOUT AVE. Bidder's Address BELL GARDENS, CA. 90201 �, � M�q ai /99a� Date Date Page 2 The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: PROPOSAL (Page 1) INSTRUCTIONS TO BIDDERS (Page 2) DESIGNATION OF SUBCONTRACTORS (Page 3) BIDDER'S BOND (Page 4) NON - COLLUSION AFFIDAVIT (Page 5) TECHNICAL ABILITY AND EXPERIENCE REFERENCES (Page 6) 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. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. sro1 0 Page 2A 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 insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." All documents shall bear authorized to sign on behalf of signatures shall be of a cot authorized by the corporation. shall be of a general partner. shall be of the owner. signatures and titles of persons the bidder. For corporations, the -porate officer or an individual For partnerships, the signatures For sole ownership, the signature 283204 C -10 Contractor's License No. & Classification SUPERIOR SIGNAL SERVICE CORPORATION Bidder MAY 20, 1992 PRESIDENT Date Authorized Signature/Title 5/91 0 0 Page 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 Sp2cifications 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. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. SUPERIOR SIGNAL SERVICE CORP. Bidder 5&1 � RESTDRNT Authorized Signature/Title KNOW ALL HEN BY THESE PRESENTS, That we, SUPERIOR SIGNAL SERy bidder, and INSURANCE MMPANY OXT Surety, are held and firmly bounc California, in the sum of M pggCEg i ($ --------- - - - - -- ),lawful money of of which sum well and truly to be and severally, firmly by these px • Page 4 BOND NO: 132173 ICE CORPORATION as as unto the C ty of Newport Beach, AMOUNT BID IN the — Dollars n t ed States for the payment made, we bind ourselves, jointly ,esents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounpa�tr5 e construction of MODIFICATION OF TRAFFIC SIGNALS CN BM" BOULEV (Title of Project and Contract No.) 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) after the date of the mailing Notice of Award to the above bounden bidder by and from said City, then this obligation shall become null and void; otherwise it 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 obligation under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 15TH day of MAY , 19 92. BIDS TO OWNER: MAY 21, 1992 SUPERIOR SIGNAL SERVICE CORPORATION B dder (Attach Acknowledgment Of Attorney -In -Fact) Notary Public Commission Expires: 5/91 S" . INSURANCE COMPANY OF THE W SURETY FRANCIS G. JARVIS JR., ATTORNEY -IN -FACT 0 ACKNOWLEDGEMENT BY CORPORATE SURETY State of California County of Orange o\ OFFICIAL SEAL JUDITH K. CUNNINGHAM �r NOIARY PUBLIC -CALIFORNIA PRINCIPAL OFFICE IN ORANGE COUNTY MY COMMISSION EXPIRES W. 30.1992 On MAY 15, 1992 , before me, the undersigned, j ss. a Notary Public of said county and state, personally appeared FRANCIS G. JARVIS, JR. , personally known to me to be the Attorney -in -Fact of INSURANCE COMPANY OF THE WEST the Corporation that executed the within instrument, and known to me to be the person who executed the said instrument on behalf of the Corporation therein named, and acknowledged to me that such Corporation executed the same. Y PUBLIC Insurance Company of the West HOME OFFICE: SAN DIEGO, CALIFORNIA POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That INSURANCE COMPANY OF THE WEST, a Corporation duly authorized and existing under the laws of the State of CALIFORNIA and having its principal office in the City of San Diego, California, does hereby nominate, constitute and appoint: FRANCIS. G. JARVIS, JR. Its true and lawful Attorney(s) -in -Fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal, acknowledge and deliver any and all bonds, undertakings, recognizances or other written obligations in the nature thereof. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of INSURANCE COMPANY OF THE WEST at a meeting duly called and held on the 16th day of AUGUST, 1991, which said Resolution has not been amended or rescinded and of which the following is a true, full, and complete copy: `RESOLVED, that the Chairman of the Board, the President, an Executive Vice President or a Senior Vice President of the Company, be, and that each or any of them is, authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company, bonds, undertakings, and all contracts of suretyship; and that a Vice President, an Assistant Vice President, a Secretary or an Assistant Secretary be, and that each or any of them hereby is, authorized to attest the execution of any such Power of Attorney, and to attach thereto the seal of the Company. FURTHER RESOLVED, that the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached. FURTHER RESOLVED, that the Attorney -in -Fact may be given full power to execute for and in the name of and on behalf of the Company any and all bonds and undertakings as the business of the Company may require, and any such bonds or undertakings executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by an authorized officer of the Company.' IN WITNESS WHEREOF, INSURANCE COMPANY OF THE WEST has caused its official seal to be hereunto affixed and these presents to be signed by its duly authorized officers this 27th day of March, 1992. `tamr,M,o INSLfANCE COMPANY OF THE WEST �t4 lA 1 � as4vaiur,o ttn i STATE OF CALIFORNIA COUNTY OF SAN DIEGO SS' r'rNaW"' ohn L. Hannum, Senior Vice President On this 27th day of March, - 19.92, before the subscriber, a Notaify Public of the State of California, In and for the County of San Diego, duly commissioned and qualified, came John L. Hannum, Senior Vice President of INSURANCE COMPANY OF THE WEST, to me personally known to be the individual and officer described in and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposeth and saith, that he Is the said officer of the Corporation aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of the said Corporation, and that the said Corporate Seal and his signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, first above written. NORMAPOR" _ A, comm. 8952544 et . Notary Pu'ufic Califymla " SAN DIEGO CUI a —f STATE OF CALIFORNIA k•!cmm,a ^ " °-''14N 14.19-5 COUNTY OF SAN DIEGO SS: at the City of San Diego, the day and year J Notary Publin I, the undersigned, E. Harned Davis, Vice President of INSURANCE COMPANY OF THE WEST, do hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a full, true and correct copy, is in full force and effect, and has not been revoked. IN WITNESS WHEREOF. I have hereunto subscribed my name as Vice President, and affixed the Corporate Seal of the Corporation, this 15TH day of MAY 19 92 INSURANCE COMPANY OF THE WEST ? �r,4un4r,o y 7 E. Harned Davis Vice President ICW CAL 37 Page 5 State of California ) ss. County of LOS ) ANGELES H CH T , being first duly sworn, deposes and says that he or she is of SUPERIOR SIGNAL SERVICE the party making the foregoing fid; that the bid is not made n 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 declare under penalty of perjury that the foregoing i true and correct. SUPERIOR SIGNAL SERVICE CORP Bidder Subscribed and sworn to before me this 18th day of MAY , 1992. ary Public My Commission Expires: 5/91 OFFSCSAL SEAL PEARS. LOVETER£ m NOTARY PUBLIC • CALIFORNIA L05 ANGELES omwry My oomm. MOM SEP 1, 1 [SEAL] Page 6 The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year For Whom Person Telephone Completed Performed (Detail) To Contact Number 11/90 CALTRANS DICK ALTHOUSE 714 - 422 -0604 11/90 CITY OF SANTA ANA NEAL TROUT 714 - 565 -4n4r, 1/90 CITY OF WESTMINSTER NETT, THnMpsnN 714_figA_'tgl SUPERIOR SIGNAL SERVICE CORP Bidder 5/91 Z� NT RF TTIF Authorized Signature /Title Page 7 The following contract documents shall be executed and delivered to the Engineer within ten (30) days (not including Saturday, Sunday and Federal holidays) after the date of mailing Notice of Award to the successful bidder: PAYMENT BOND (Page 8) FAITHFUL PERFORMANCE BOND (Page 9) CERTIFICATE OF INSURANCE (Page 10) GENERAL LIABILITY INSURANCE ENDORSEMENT (Page 11) AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT (Page 12) WORKERS' COMPENSATION INSURANCE CERTIFICATION (Page 13) CONTRACT (Page 14) 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 Ratina 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 Workers' Compensation Insurance Certification shall be executed and delivered to the Engineer along with a Certificate Of Insurance for workers' compensation prior to City's execution of the Contract. 5/91 0 6 EXECUTED IN TRIPLICATE Y � i ♦ � KNOW ALL MEN BY THESE PRESENTS, that 0 BOND N0: 1220963 OM Premium charged for this ROrd la (ndnded in that mN wn lift the Performance tf.md," WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted has awarded to ok-Si Superi gnal Service Corporation here fter designated as the "Principal", a contract for Modification of traffic signals on Balboa B1 at Palm St: Main St: 23rd St (Contract No. 2906 1 in the City of Newport Beach, in strict conformity with the Drawings and Specifications and other contract documents in the office of the City Clerk of the City of Newport Beach, and all of which are incorporated herein by this reference; WHEREAS, said Principal has executed or is about to execute Contract No. 2906 and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's 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,. as Principal, and __I�1sura as Surety, are held firm the Sum Of TWENTY THOUSAND F Dollars ($ 20,588.00----- - estimated amount payab terms of the contract; bind ourselves, our successors, or assigns presents. Corporation D: ) , Sala sum being equai to louv Of the le by the City of Newport Beach under the for which payment well and truly made, we heirs, executors. and administrators, jointly and severally, firmly by these THE CONDITION OF THIS OBLIGATION:IS SUCH, that if the above bounden Principal or his /her 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 Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and 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. 5/91 9 Page 8A The bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 1181 of the California Civil Code so as to give a right to them or their assigns in any suit brought upon this bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or to the specifications. In the event that any principal above named executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this the above named Principal June , 1992. instrument has been duly executed by and Surety, on the 2nd day of SUPERIOR SIGNAL SERVICE CORPORATION Name of Contractor (Pr nc pa INSURANCE COMPANY OF THE WEST Mass of Surety 1111 E. Katella Avenue, #250 Orange, CA 92667 Address of Surn y Francis G. Jarvis, Jr., Attorney -in -Fact (714)633 -9640 Telephone NOTARY ACXNOWLXDMWS OP CONTRAMOR AND BURZTY XUBT 8B ATTACSSD 5191 K73 ACKNOWLEDGEMENT BY CORPORATE SURETY State of California County of Orange �s OFFICIAL SEAL I n JUDITH K. CUNNINGH.4Ni f'OfA" PUBLIC - CALIFORNIA PRINCIPAL OFFICE IN ORANGE COUNTY i MY COMMISSILIN EXPIRES SEP. 30. 1992 j On .tune 2, 1992 , before me, the undersigned, 1 +s• a Notary Public of said county and state, personally appeared Francis C; Jnrv1s, .rr. , personally known to me to be the Attorney -in -Fact of INSURANCE COMPANY OF THE WEST the Corporation that executed the within instrument, and known to me to be the person who executed the said instrument on behalf of the Corporation therein named, and acknowledged to me that such Corporation executed the same. ARY PUBLIC 0 0 Insurance Company of the West HOME OFFICE: SAN DIEGO, CALIFORNIA POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That INSURANCE COMPANY OF THE WEST, a Corporation duly authorized and existing under the laws of the State of CALIFORNIA and having its principal office in the City of San Diego, California, does hereby nominate, constitute and appoint: FRANCIS. G. JARVIS, JR. Its true and lawful Attorneys) -in -Fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal, acknowledge and deliver any and all bonds, undertakings, recognizances or other written obligations in the nature thereof. This Power of Attorney is granted and Is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of INSURANCE COMPANY OF THE WEST at a meeting duly called and held on the 16th day of AUGUST, 1991, which said Resolution has not been amended or rescinded and of which the following is a true, full, and complete copy: "RESOLVED, that the Chairman of the Board, the President, an Executive Vice President or a Senior Vice President of the Company, be, and that each or any of them is, authorized to execute Powers of Attorney qualifying the attorney named In the given Power of Attorney to execute on behalf of the Company, bonds, undertakings• and all contracts of suretyship; and that a Vice President, an Assistant Vice President, a Secretary or an Assistant Secretary be, and that each or any of them hereby is, authorized to attest the execution of any such Power of Attorney, and to attach thereto the seal of the Company. FURTHER RESOLVED, that the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it Is attached. FURTHER RESOLVED, that the Attorney -in -Fact may be given full power to execute for and in the name of and on behalf of the Company any and all bonds and undertakings as the business of the Company may require, and any such bonds or undertakings executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by an authorized officer of the Company.' IN WITNESS WHEREOF, INSURANCE COMPANY OF THE WEST has presents to be signed by its duly authorized officers this 27th day S�4t44M)AMYORIS o �P401.10.4)r4 � STATE OF CALIFORNIA a �4x1.A� COUNTY OF SAN DIEGO SS: r�rs4+ +�� caused its official seal to be hereunto affixed and these of March, 1992. COMPANY OF THE WEST L. Hannum. Senior Vice President On this 27th day of March., .19.92, before the subscriber, a Notary Public of the State of California, In and for the County of San Diego, duly commissioned and qualified, came John L. Hannum, Senior Vice President of INSURANCE COMPANY OF THE WEST, to me personally known to be the individual and officer described in and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposeth and saith, that he is the said officer of the Corporation aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of the said Corporation, and that the said Corporate Seal and his signature as such officer were duly affixed and subscribed to the said Instrument by the authority and direction of the said Corporation. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of San Diego, the day and year first above written. NORMA POW - @C:R- COMM. #952544 �y Notary PUV' iGCallfamla SAN DIEGO COB'" "Y STATE OF CALIFORNIA w IAN 14,19'6 COUNTY OF SAN DIEGO SS' Notary Publir: I, the undersigned, E. Harried Davis, Vice President of INSURANCE COMPANY OF THE WEST, do hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a full, true and correct copy, is in full force and effect, and has not been revoked. IN WITNESS WHEREOF, I have hereunto subscribed my name as Vice President, and affixed the Corporate Seel of the Corporation, this 2nd day of June 19 92 ICW CAL 37 INSURANCE COMPANY OF THE WEST 4`4pYrAM,o �{ f 1.I +n E. Herned Davis Vice President ICW CAL 37 EXECUTED IN TRIPLICATE 0 BOND NO: 1220963 Page 9 MW Nwm1w drepA for 1Mt bud Y FAITHFUL PERFORMANCE BOND X94 DO --mood to KNOW ALL MEN BY THESE PRESENTS, That gtkttrlrded t�tiNljoadaeIM. tl0Mtt6M nit d /�rl tontrtd prlos. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted has awarded to hereinafter designated as the "Pr ncipal ", a contract for M:) ification traffic signals on Balboa B1 at Palm; Main •23n9in the City of Newport Beach, in str ct conform ty with the Contract, Drawings and Specifications and other contract documents in the office of the City Clerk of the City of Newport Beach, all of which are incorporated herein by this reference; WHEREAS, Principal has executed or is about to execute Contract No. 2906 and the terms thereof require the furnishing of a bond for the faithful performance of the Contract; NOW, THEREFORE, we, Superior Signal Service Corporation as Principal, and --- Insurance Company of as Surety, are held firm y bound unto the C ty of Newport Beach, in the sum of TWENTY THOUSAND FIVE HUNDRED EIGHTY EIGHT AND NO /100 ---- ---- - - - - -- Dollars ($ 20.588.00 - -), said sum- being equal to 100% of the estimated amount of the contract, to be paid to the City or its certain attorney, its successors, and assigns; for which payment well and truly 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, its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well keep truly and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby, and in addition to the fact amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, in the event it is required by bringing any action in law or equity to enforce the obligations of this Bond. Surety, for value received, 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 5191 9 Page 9A obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for six (6) months following the date of formal acceptance of the Project by the City. In the event that the principal 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 2nd day .of, June , 1992. 1 SUPERIOR SIGNAL SERVICE CORPORATION By• C Name of Contractor (Pr nc pa Au ze S gna ure a INSURANCE COMPANY OF THE WEST By, Name of Surety Author i zed gen A a urea 1111 E. Katella Avenue, 11250 Francis G. Jarvis, r., Orange, CA 92667 (714)633 -9640 Attorne -in -Fact A dress o Surety Telep one NOTARY ACDIOIfLSDG][ =6 OF CONTRACTOR AND BURSTY XUBT DR ATTACH S /91 State of California County of Orange ACKNOWLEDGEMENT BY CORPORATE SURETY — � OFFICIAL bLAL C/ JUDITH K. CUNNINGHAM � � ^,PRINCIPAL0OFFICffE�R'uA i PRINCIPAL COUNTY uv rnmwg W.N EXPIRES SEP. 30. 1992 On June 2, 1992 , before me, the undersigned, ss. a Notary Public of said county and state, personally appeared Francis G. Jarvis. Jr. , personally known to me to be the Attorney -in -Fact of INSURANCE COMPANY OF THE WEST the Corporation that executed the within instrument, and known to me to be the person who executed the said instrument on behalf of the Corporation therein named, and acknowledged to me that such Corporation executed the same. " NOTARY PUBLIC a Page 10 FA PRODUCER COMPANIES AFFORDING COVERAGE Isu /Derby Insurance Associates, Inc. P. 0. Box 549 COMPANY A LETTER Golden Eagle Insurance Company Glendora, California 91740 COMPANY B LETTER INSURED Superior Signal Service Corporation COMPANY C 7224Scout Avenue Bell Gardens, California 90201 LETTER i 911a E b WOICATED. NOTWITHSTANDING ANY REOUEEMFNG TERM OR OONpnON OF ANY CONTRACT OR 07HER DOCUMENT WITH RESPECT TO WHICH THIS CFNnFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORD BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS, AND OWMIONS OF SUCH POLICIES AND 0 NOT AMEN0E0; EXTENDED OR ALTERED BY THIS CERTIFICATE 00 TYPE OF INSURANCE POLICY NUMBER EFFECTIVE EXPIRATION DATE ALL LIMITS IN THOUSANDS A GENERA LIABILITY (G oaKwNce. BASIS OHM CCP- 166330 10/29/91 10/29/92 OENERAL AGGREGATE $2,000 COMMERCIAL PRODUOrac WREED 51,000 CpMpRF}NEHgryE OPEAlLT10Ne AOOREOATE n T C ?ONTO & =OFA 81,000 f O CONTRACTUAL FOR SPECIFIC PERSONAL INJURY EACH OCCURANCE $1,000 CONTRACT ® PROOUCIS /OOMPL OPER Fxj XCU K42AFOS ® BROAD FORM PROP. DAMAGE of INTFAEST 8� FIRE DAMAGE f 50 SBRlfY (ANY ONE FIRE) ® PERSONAL RAW WITH EMPLOYEE EXCLUSION MEDICAL $ REMOVED MARINE EEXPENSES 5 A AUTOMOBILE q OOMPREKENGIVE LUUKM CCP 166330 10/29/91 10/29/92 COMBINED SINGLE UNIT f PERSON) i OWNEO ((ER BODILYINJURY f X31HIRED (PER ACCIDENT) NONOWNEO PROPERTY DAMAGE f EACH AOOR"ATE EXCESS LIUMM UMBRELLA FORM EXC 166331 10/29/91 1D/29/92 OCCURRENCE OTHER THAN UMBRELLA FORM f 2,000 $ 2 , 000 STATUTOR WORKERS' COMPENSATION NWC- 180606 10/29/91 10 /29/92 $ 1 000 EACH ACCIDENT A AND I I Dow!-POLICY LIMIT EMPLOYEPA' LIABILITY S 1,000 DISEASE • EACH EMPLOYEE LONGSHOREMEN'S AND HAROO - yt,k ^ WORKERS' COMPENSATION STATUTORY ,,k! .S P . DESCRIPTION OF OPFIMTKM V OQKnO �8#,CLEWRESMMMNSMPECNL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT BEACH SY OR ON BEHALF OF THE NAMED INSURED W CONNECTION WITH THE FOLLOWING CONTRACT: Modification of Traffic Signals on Balboa Boulevard At Palm Street,.Main Street; 23rd St. Contract #C -2906 - 10 Day Notice of Ca- mllation for Non- Payment of PTUTduin. l= H�IFIC 040 ,�•' _,: � r , s r ; .,1.. ,, �Tk ,I ,. N!"il/[ SHOULD ANY OF THIS ABOVE DESCRIBED POLICIES BE NON-RENEWED. CITY OF NEWPORT BEACH CANCHlEO OR COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE P.O. BOX 1768 COMPANY AFFORpHO COVERAGE SHALL PROVIDE fo DAYS MIN. ADVANCE 3300 NEWPORT BLVD. NOTICE TO THE CRY OF REGISTERED MAIL NEWPORT BEACH, Ca 92669 -1768 7-7 -92 A A ISSUE DATE FA It is agreed that: 0 Page 11 1. With respect to such insurance as is afforded by the policy for General Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability arising out of operations performed by or on behalf of the named insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection with its general supervision of such operations. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of liability of the company affording coverage. 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision contained 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 /91 The limits of liability under this endorsement for the additional insured(s) named in Paragraph 1 of this endorsement shall be the limits indicated below written on an "Occurrence" basis: (x) Commercial (x) Comprehensive General Liability $1,000,000•00 each occurrence ��� 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). Superior Signal Service CorporatimOCCP 166330 • Page ILA The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to General Liability Insurance. 6. Should the policy be non - renewed, canceled 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. Modification of traffic signals on Balboa 7. Designated Contract: B1 at Palm St; Main St; 23rd St C -2906 This endorsement is effective 7_7_92 at 12 :01 a.m. and forms a part of Policy No. of I<&zwm OmPanY (company Affording Coverage). Insured: Si-PE ' Signal Service Cmpaleticn ISSUING COMPANY CDldan Eagle 1r� WrpanY By 66WI(X7 Aut or ae Represen a vs (Beverly A. H61 x) 5/91 Endorsement No.: 2 • Superior Signal Service Corporation ALJTQKQJ It is agreed that: 0 Page 12 1. With respect to such insurance as is afforded by,the policy for Automobile Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of liability of the company affording coverage." 3. The limits of liability under this endorsement for the additional insureds named in Paragraph 1. of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit: S /91 ( ) Multiple limits Bodily Injury Liability Bodily Injury Liability Property Damage Liability CX) Combined Single Limit $ per person $ per accident ,Bodily Injury Liability i 1,000,000.00 Property Damage Liability $ 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. Page 12K 4. should the policy be non - renewed, canceled 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. Modification of traffic signals on Balboa 5. Designated Contract: BI at Palm St; Main St; 23rd St C -2906 This endorsement is effective 7 -7-92 at 12 :01 a.m. and forms a part of Policy No.CCP 16533U of o en Lagle Insurance Company (Company Affording Coverage). Insured: Superior Signal Service Corporation Endorsement No.: 1 ISSUING COMPANY Golden Eagle Insurance Company By Author se epresen a ve (Beverly A, ilcox) 5191 Page 13 "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." JUNE 1, 1992 Date C -2906 Contract Number 5/91 SUPERIOR SIGNAL SERVICE CORP Name of Contractor (Pr nc pa ) PRESIDENT u or ze gnature and Title Modification of traffic signals on Balboa B1 at Palm St; Main St; 23rd St C -2906 Title of Project n �J THIS AGREEMENT, entered into this 191, by and between the CITY OF NEWPOI and Superior Si nal Service Cor ors "Contractor," s made with reference n Page 14 my of , her na r "City," ereinafter 'ollo� facts: A. City has heretofore advertised for bids for the following described public work: Modification of traffic signals on Balboa B1 at Palm St; Main St;_ 23rd St C -2906 Title of Project Contract No. B. Contractor has determined by City to be the lowest responsible 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: Modification of traffic signals on Balboa B1 at Palm St; Main St; 23rd St C -2906 Title of Project Contract No. 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 Twenty Thousand Five Hundred Ei ht -Eight Dollars ($ 20,588.00 ). This compensation includes: (a) Any loss or damage arising from the nature of the work, (b) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (c) 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. 5/91 0 • Page 14A 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) Instructions to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and Endorsement(s) (f) Plans and Special Provisions for Modification of traffic signals on Balboa B1 at Pa]m St; Main St; 23rd St C -2906 Title of Project Contract No. (g) This Contract (h) Standard Specifications of Public Works Construction (current Edition) and all supplements 4. Contractor shall assume the defense of, pay all expenses of defense and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, injury and liability of every kind, nature and description by reason of or arising out of the negligent or willful conduct of the Contractor, his /her employees, agents and subcontractors in the performance of the Project, except such loss or damage caused solely by the active 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 written above. !.Rw h %A ATTEST: U CITY CUM srei CITY OF NEWPORT BEACH A Municipal Corpora SUPERIOR SIGNAL SERVICE CORP. Name of Contractor P SIDENT Authorized Sgna ure and T tle CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT /TRAFFIC ENGINEERING ,1� MODIFICATION OF TRAFFIC SIGNALS ON BALBOA BOULEVARD AT PALM STREET' AT MAIN STREET: AND AT 23RD STREET CONTRACT NO. 2906 PAGE I. SCOPE OF WORK ............. ............................... II. COMPLETION OF WORK ........ ............................... III. INSURANCE ................. ............................... IV. LICENSES .............. ............................... V. CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK ........... VI. PAYMENT ................... ............................... VII. PROTECTION OF EXISTING UTILITIES ........................ VIII. WATER ..................... ............................... IX. FLOW AND ACCEPTANCE OF WATER ............................. X. AS -BUILT PRINTS ........... ............................... XI. TRAFFIC SIGNAL AND SAFETY LIGHTING FACILITIES ............ A. General ............... ............................... B. Reference Specifications and Standard Plans .......... 1. Standard Specifications ........................ 2. Standard Plans .. ............................... 3. Codes, Ordinances and Regulations .............. 1 2 2 3 3 3 4 4 4 4 5 5 5 5 5 5 XII. SIGNALS AND LIGHTING ...... ............................... 5 A. Description .......... ............................... 5 B. Equipment List and Drawings ......................... 6 XIII. GUARANTEE ................. ............................... 7 XIV. MAINTAINING EXISTING AND TEMPORARY ELECTRICAL SYSTEMS .... 7 XV. SCHEDULING OF WORK ........ ............................... 8 XVI. FOUNDATIONS ............... ............................... 8 XVII. STANDARDS, STEEL PEDESTALS AND POSTS ..................... 8 XVIII. CONDUIT ................... ............................... 8 XIX. PULL BOXES ................ ............................... 9 XX. CONDUCTORS AND WIRING ..... ............................... 9 XXI. TESTING ................... ............................... 9 XXII. CONTROLLERS ............... ............................... 10 XXIII. TRAFFIC SIGNAL CONTROLLER CABINET ........................ 11 XXIV. TELEMETRY ................. ............................... 11 XXV. ELECTRICAL SERVICE ........ ............................... 11 XXVI. VEHICLE SIGNAL FACES AND SIGNAL HEADS .................... 11 XXVII. PEDESTRIAN SIGNALS ........ ............................... 11 XXVIII. PAINTING .................. ............................... 12 XXIX. DETECTORS ................. ............................... 12 XXX. REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQUIPMENT 12 XXXI. TRAFFIC CONTROL ........... ............................... 12 XXXII. "NO PARKING, TOW- AWAY" SIGNS ............................. 13 0 CITY OF NEWPORT BEACH 0 SP 1 OF 13 PUBLIC WORKS DEPARTMENT /TRAFFIC ENGINEERING SPECIAL PROVISIONS MODIFICATION OF TRAFFIC SIGNALS ON BALBOA BOULEVARD AT PALM STREET; AT MAIN STREET, AND AT 23RD STREET CONTRACT NO. 2906 I. SCOPE OF WORK The work to be done under this contract consists of the modification of traffic signals at several locations. The contract requires completion of all work in accordance with these special provisions: the City's Standard Special Provisions, the Plan (Drawing No. T- 5560 -S, 4 sheets), the City's Works Construction, 1991 Edition; 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, 1991 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 Standard Special Provisions may be purchased from the Public Works Department at a cost of $10. The Work Area Traffic Control Handbook, 1990 Edition, can be purchased from Traffic Engineering for $5.00. 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. SP 2 of 13 II. COMPLETION OF WORK All work at Balboa Boulevard /Main Street and Balboa Boulevard /Palm Street must be completed within thirty (30) consecutive calendar days after the date of the award of contract by the City Council. The Contractor shall complete all remaining work within sixty (60) consecutive calendar days after the date of the 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, California Standard Specifications "Progress Schedule ", that the inability to obtain such materials when originally planned did, in fact, cause a delay in final completion of the entire work, which could not be compensated for by revising the sequence of the Contractor's operations. The term "shortage of materials ", as used in this section, shall apply only to materials, articles, parts, or equipment which are standard items and are to be incorporated in the work. The term "shortage of materials" shall not apply to materials, parts, articles, or equipment which are processed, made, constructed, fabricated, or manufactured to meet the specific requirements of the contract. Only the physical shortage of material will be considered under these provisions as a cause for extension of time. Delays in obtaining materials due to priority in filling orders will not constitute a shortage of materials. III. INSURANCE The Contractor shall execute the attached Certification for Workers Compensation Insurance. Bid and contract bonds will be required and the Contractor shall provide insurance as required in Sections 7 -3 and 7 -4 of the Standard Specifications. The City of Newport Beach will not permit a substitute format for the attached Certificate of Insurance and Endorsements. Bidders are advised to review their content with insuring and legal agents prior to submission of bid. SP 3 of 13 INSURANCE COMPANIES shall be (1) licensed to conduct business in 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. No work shall be performed until fully executed insurance documents have been submitted to and approved by the City of Newport Beach. IV. LICENSES At the time of award, the Contractor shall possess a General Engineering Contractor A license. At the start of work, and until completion, the Contractor shall possess a business license issued by the City of Newport Beach. V. CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK Subject to the provisions in Section 6 -1 of the Standard Specifications for Public Works Construction, 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. VI. PAYMENT Payment for all of the preceding shall be included in the lump sum price bid and no other compensation will be allowed. Partial payment shall be based upon an estimate of the percentage of completion of all the construction work. The lump sum 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. Lump sum price for signals and intersection lighting shall be measured as defined in State of California Standard Specifications, Section 86, dated January, 1988. SP 4 of 13 VII. 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. VIII. 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. IX. 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 water 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. X. 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. XI. SP 5 of 13 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. Standard Plans - Except as modified herein, all references in this section to "Standard Plans" shall be understood to be referenced to the California Standard Plans, January 1988. 3. Codes, Ordinances and Regulations - All electrical materials and equipment furnished and installed under this section shall conform to the referenced regulations and codes specified in Section 86 -1.02 of the Standard Specifications, and to all other ordinances and regulations of the authorities having jurisdiction. When reference is made to the Code, Safety Orders, General Order, or Standards, reference shall be construed to mean the Code, Order or Standard in effect on the date set for receipt of bids. XII. SIGNALS AND LIGHTING A. DESCRIPTION Modifying traffic signals and payment therefor shall conform 86, "Signals and Lighting ", o and the Standard Plans of Department of Transportation, special provisions. 0 SP 6 of 13 highway lighting systems and to the provisions in Section f the Standard Specifications the State of California, dated January 1988, and these Traffic signal work is to be performed at the following locations: Location A Balboa Boulevard at Main Street Location B Balboa Boulevard at Palm Street Location C Balboa Boulevard at 23rd Street and 21st Street B. EQUIPMENT LIST AND DRAWINGS The controller cabinet schematic wiring diagram and intersection sketch, to be mounted on the cabinet door (24" x 36 "), shall be combined into one drawing so that, when the cabinet door is open, the drawing is oriented with the intersection. The Contractor shall furnish two maintenance manuals for all new controller units, auxiliary equipment, and vehicle detector sensor units, control units and amplifiers. The maintenance manuals and operation manuals may be combined into one manual. The maintenance manual or combined maintenance and operation manuals shall be submitted at the time the controllers are delivered or, if ordered by the Engineer, previous to purchase. The maintenance manuals shall include, but need not be limited to, the following items: (a) (b) (c) (d) (e) (f) (g) (h) (i) Specifications Design characteristics General operation theory Function of all controls Trouble shooting procedure Block circuit diagram (diagnostic routine) Geographical layout of components Schematic diagrams List of replaceable component parts with stock numbers SP 7 of 13 XIII. GUARANTEE The Contractor shall guarantee the entire work constructed by him under this contract and will fully meet all requirements as to quality of workmanship and materials furnished by him. The Contractor shall make, at his own expense, any repairs or replacements made necessary by defects in workmanship or materials furnished by him that become evident within one (1) year after filing of the Notice of Completion of the work and to restore to full compliance with the requirements of these specifications, any part of the work which during the one (1) year period is found to be deficient with respect to any provisions of the plans and specifications. The Contractor shall make all repairs and replacements promptly upon receipt of written orders from the Engineer. If the Contractor fails to make the repairs and replacements promptly, the City may do the work and the Contractor and his surety shall be liable to the City for the cost. XIV. MAINTAINING EXISTING AND TEMPORARY ELECTRICAL SYSTEMS Traffic signal system shutdowns shall be limited to periods between the hours of 9:00 a.m. and 3:30 pm. The Contractor shall place "STOP AHEAD" and "STOP" signs to direct vehicle and pedestrian traffic through the intersection during traffic signal system shutdown. Temporary "STOP AHEAD" and "STOP" signs shall be either covered or removed when the system is turned on. "STOP AHEAD" and "STOP" signs shall be furnished by the Contractor and shall conform to the provisions in Section 12- 3.06, "Construction Area Signs ", of the Standard Specifications, except that the base material for the signs shall not be plywood. One "STOP AHEAD" sign and one "STOP" sign shall be placed for each direction of traffic. Location of the signs shall be as directed by the Engineer. Full compensation for furnishing, installing, maintaining and removing temporary "STOP AHEAD" and "STOP" signs and for covering signs not in use shall be considered as included in the contract lump sum price paid for the signal item involved and no additional compensation will be allowed therefor. All existing signal indications, pedestrian push buttons, detectors, and control equipment shall be maintained in operation, except during shutdown hours as specified above. Existing luminaries, that are to be removed, shall remain in operation until the replacement luminaire is installed and operating. SP 8 of 13 Cost for minor temporary wiring, which may be required on a day - to -day basis, shall be considered as part of the lump sum price bid for each intersection. The Contractor may perform sub - surface work consisting of the installation of conduit, foundations, and detectors, prior to receipt of all electrical materials and equipment, and shall begin said work within ten (10) days of the date of execution of the contract. Above - ground signal work shall not commence until such time that the Contractor notifies the Engineer, in writing, of the date that all electrical materials and equipment are received, and said work shall start within fifteen (15) days after said date. No materials or equipment shall be stored at the job sites until receipt of said notification by the Engineer. The job sites shall be maintained in neat and orderly condition at all times. All striping, pavement markings, and signing shall be in place prior to signal turn on. XVI. FOUNDATIONS Portland cement concrete shall conform to Section 90 -50, "Minor Concrete ", of the Standard Specifications and shall contain not less that 470 pounds of cement per cubic yard, except concrete for reinforced pile foundations shall contain not less that 564 pounds of cement per cubic yard. XVII. STANDARDS, STEEL PEDESTALS AND POSTS Where the plans refer to the side tenon detail at the end of the signal mastarm, the applicable tip tenon detail may be substituted. XVIII. 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. SP 9 of 13 XIX. 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. XX. CONDUCTORS AND WIRING Conductors shall be spliced by the use of "C"- shaped compression connectors, as shown on the plans. Splices shall be insulated by "Method B ". Insulation for conductors installed for internally illuminated street name signs shall be color -coded orange with no stripe. Interconnect cable shall be shielded six (6) pair No. 19, conforming to REA PE -39 specifications and shall not be spliced, except at designated cable termination points. XXI. TESTING The City will not require that the traffic signal control equipment or cabinet be tested at the California Transportation Laboratory or other independent test facility. However, the City will require a Certificate of Compliance be forwarded to the City along with a written certification from the supplier stating that the controller units, auxiliary equipment, and cabinet, fully wired, meet the requirements of the Standard Specifications and these Special Provisions. The functional test for each lighting system shall consist of not less than fourteen (14) days. If unsatisfactory performance of the system develops, the conditions shall be corrected and the test shall be repeated until the fourteen (14) days of continuous, satisfactory operation is obtained. The sixth paragraph in Section 86 -2.14, "Functional Testing ", of the Standard Specifications, is amended to read: SP 10 of 13 During the test period, the City or its representative will maintain the system or systems. The cost of any maintenance necessary, except electrical energy and maintenance due to damage by public traffic, shall be at the Contractor's expense and will be deducted from any monies due, or to become due, the Contractor. The eighth paragraph in Section 86 -2.14, "Functional Testing ", of the Standard Specifications, is amended to read: A shutdown of the electrical system resulting from damage caused by public traffic or from interruption shall not constitute discontinuity of the functional test. Turn -on of the new traffic signal shall be prior to 1 p.m. and shall not be on, nor shall the functional test start on, a Friday, Saturday, Sunday, holiday, or any day preceding a holiday. The Traffic Engineer shall be notified at least forty - eight (48) hours prior to the intended turn -on. A knowledgeable representative for the manufacturer or distributor of the traffic signal control equipment shall be present for the turn -on, and for a reasonable period of time thereafter, as determined by the Engineer. If the representative for the manufacturer or distributer is not qualified, or authorized, to work on the control equipment, the Contractor shall arrange to have a so- qualified signal technician, employed by the controller manufacturer or his representative, present at the time the equipment is turned on. Payment for necessary delivery, testing, modifications, repair, storage and pickup is included in the bid price. No additional compensation for this item will be made. XXII. The City will furnish to the Contractor for installation, a fully- wired, eight (8) phase, Multisonics 820A System Controller, with integral (TBC) coordination, overlaps, special intersection clearances, telemetry and modem with detection and operations, as shown on signal plan, in Type "P" aluminum cabinet for Location "c". 0 • SP 11 of 13 XXIII. TRAFFIC SIGNAL CONTROLLER CABINET The controller cabinet for Location "C" is stored at the City of Newport Beach Corporate Yard warehouse, located at 592 Superior Avenue. It shall be the Contractor's responsibility to pick up the cabinet. Call 714- 644 -3344 (Traffic Engineering) to arrange for pick -up twenty -four (24) hours in advance of pick -up. This cabinet must be modified in the field by the manufacturer prior to turn on. XXIV. TELEMETRY An 8" x 10" x 4" Type 3R telephone service box shall be installed on the controller cabinet at the locations shown on the plans and as shown on the City of Newport Beach Standard 909 -L. No pull boxes shall be installed between the service cabinet and the service point (vault, etc.), unless required by the utility company. A 3/4" thick plywood panel shall be mounted to the inside back of the service facility. Contractor shall provide telephone service lines as shown on plans and coordinate all necessary telephone interconnect hook- ups to the local controller. Each utility service shall be provided with an independent ground rod. CTRICAL SERVICE Electrical service shall be modified Type II and furnished by the Contractor. It shall be equipped with four (4) circuit breakers (50 AMP main, 15, 30, 40 AMP) and test blocks inside cabinet. Refer to State Standard Plans ES -2C and ES -2D and City Standard 910 -L for further details. XXVI. VEHICLE SIGNAL FACES AND SIGNAL HEADS Signal section housings shall be metal type. All non - programmed lenses shall be glass with aluminum reflectors. Plastic housings, visors and backplates will not be permitted. All lamps for traffic signal units (including programmed visibility type) shall be furnished by the Contractor. XXVII. PEDESTRIAN SIGNALS Pedestrian signals shall be Type C with the Z -crate type screen. The hood described in Section 86- 4.05D, "Visors ", of the Standard Specifications shall be provided. SP 12 of 13 XXVIII. PAINTING All new vehicle and pedestrian heads that are to be furnished by the Contractor shall have all the exposed metal parts of the vehicle or pedestrian housing, door, sidemount visor, and backplate (excluding stainless steel attachment hardware) properly pre- treated for environmentally safe, ultraviolet resistant, polyester powder coating, which shall be applied electrostatically at 90 K.V. and baked for 20 minutes at 375 degrees F, per ASTM D -3359, ASTM D -3363, and ASTM D -522. XXIX. DETECTORS Loop detector sensor units will be Type B (2 or 4 channel). Loop wire shall be Type 1. Lead -in wire cable shall be Type B. The Contractor shall test the detectors with a motor- driven cycle, as defined in the California Vehicle Code, that is licensed for street use by the Department of Motor Vehicles of the State of California. The unladen weight of the vehicle shall not exceed 220 pounds and the engine displacement shall not exceed 100 cubic centimeters. Special features, components or vehicles designed to activate the detector will not be permitted. The Contractor shall provide an operator who shall drive the motor - driven cycle through the response or detection area of the detector at not less than 3 miles per hour, nor more than 7 miles per hour. XXX. REMOVING. REINSTALLING OR SALVAGING ELECTRICAL Hauling and stockpiling of salvaged material off the right -of- way, as directed by the Engineer, shall be included in the lump - sum price for signal construction. XXXI. TRAFFIC CONTROL During installation, proper traffic control and safety shall be observed at all times. The "Work Area Traffic Control Handbook" (WATCH), 1990 Edition, shall be the standard used for control of traffic in work areas. Approved delineators, warning signs and flashing arrow boards shall be used at all times and must be in good working condition at all times. SP 13 of 13 XXXII. "NO PARKING, TOW- AWAY" SIGNS Where construction necessitates temporary prohibition of parking, the Contractor shall furnish, install, and maintain in place "NO PARKING, TOW- AWAY" signs (even if streets have posted "NO PARKING" signs), which he shall post at least forty (40) hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Department, Traffic Division, at 714 - 644 -3740, for verification of posting at least forty (40) hours in advance of the need of enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12 inches (1211) wide and 18 inches (1811) high; and (3) be similar in design and color to Sign No. R -38 of the CALTRANS Uniform Sign Chart. The Contractor shall print the hours, days and date of closure in 2 -inch (211) high letters and numbers. A sample of the completed sign shall be approved by the Engineer prior to posting. The Contractor shall only post streets with the time and dates that disrupt parking and access. Errors in posting "NO PARKING, TOW - AWAY" signs, false starts, acts of God, strikes, or other alterations of the schedule will require that the Contractor re -post the "NO PARKING, TOW - AWAY" signs. WP:CONTRACT.FOR ob 0 • r BY THE CITY COUNCIL CITY OF NEWPORT BEACH JUN 2 2 1992 CITY COUNCIL r June 22, 1992 CITY COUNCIL AGENDA ITEM NO. F -3(a) Public Works Department /Traffic Engineering MODIFICATION OF TRAFFIC SIGNALS ON BALBOA BOULEVARD AT PALM STREET, AT MAIN STREET, AND AT 23RD STREET (C -2906) Award Contract 2906, in the amount of $20,588.00, to Superior Signal Service Corp., Bell Gardens, California. This project will upgrade the traffic signals at Main Street and Palm Street by adding eastbound left -turn phasing on Balboa Boulevard at Main Street, and westbound left -turn phasing on Balboa Boulevard at Palm Street. This upgrade will improve traffic flow in the Balboa Business District by allowing left- turning vehicles to clear the through lane since left -turn lanes are not available at either intersection. The intersection of Balboa Boulevard and 23rd Street will receive a new signal controller that will be compatible with the master signal computer at City Hall. These three locations, as well as Balboa Boulevard at 21st Street, will then be connected to the master for coordination and monitoring purposes. 0y) TO: FROM: SUBJECT: • RECOMMENDATION • r BY THE CITY COUNCIL CITY OF NEWPORT BEACH JUN 2 2 1992 CITY COUNCIL r June 22, 1992 CITY COUNCIL AGENDA ITEM NO. F -3(a) Public Works Department /Traffic Engineering MODIFICATION OF TRAFFIC SIGNALS ON BALBOA BOULEVARD AT PALM STREET, AT MAIN STREET, AND AT 23RD STREET (C -2906) Award Contract 2906, in the amount of $20,588.00, to Superior Signal Service Corp., Bell Gardens, California. This project will upgrade the traffic signals at Main Street and Palm Street by adding eastbound left -turn phasing on Balboa Boulevard at Main Street, and westbound left -turn phasing on Balboa Boulevard at Palm Street. This upgrade will improve traffic flow in the Balboa Business District by allowing left- turning vehicles to clear the through lane since left -turn lanes are not available at either intersection. The intersection of Balboa Boulevard and 23rd Street will receive a new signal controller that will be compatible with the master signal computer at City Hall. These three locations, as well as Balboa Boulevard at 21st Street, will then be connected to the master for coordination and monitoring purposes. 0y) MODIFICATION OF TRAFFIC SIGNAL ON BALBOA BOULEVARD AT PALM • STREET, AT MAIN STREET, AND AT 23RD STREET (C -2906) Eight bids were received and opened in the office of the City Clerk at 11:00 a.m. on May 21, 1992. The bids are listed below. 1. $20,588 Superior Signal Service Corp. Bell Gardens 2. $25,900 Steiny and Company Inc. Fullerton 3. $27,211 Paul Gardner Corporation Ontario 4. $28,378 F. J. Johnson, Inc. Anaheim 5. $30,850 Baxter- Griffin Co., Inc. Stanton • 6. $31,225 Signal Maintenance Inc. Anaheim 7. $36,325 D & V Electric Pomona 8. $48,364 Skip's Electric, Inc. Fullerton Gas tax funds for these improvements are budgeted in the current fiscal year. The anticipated completion date for this project is August, 1992. • Richard M. Edmonston Traffic Engineer RME:JEB:bb WP:C- 2906.CC • • i 11 TO: CITY COUNCIL June 8, 1992 CITY COUNCIL AGENDA ITEM NO. F -3(a) FROM: Public Works Department /Traffic Engineering SUBJECT: MODIFICATION OF TRAFFIC SIGNAL ON BALBOA BOULEVARD AT PALM STREET, AT MAIN STREET, AND AT 23RD STREET (C -2906) Award Contract 2906, in the amount of $20,588.00, to Superior Signal Service Corp., Bell Gardens, California. DISCUSSION This project will upgrade the traffic signals at Main Street and Palm Street by adding eastbound left -turn phasing on Balboa Boulevard at Main Street, and westbound left -turn phasing on Balboa Boulevard at Palm Street. This upgrade will improve traffic flow in the Balboa Business District by allowing left- turning vehicles to clear the through lane since left -turn lanes are not available at either intersection. The intersection of Balboa Boulevard and 23rd Street will receive a new signal controller that will be compatible with the master signal computer at City Hall. These three locations, as well as Balboa Boulevard at 21st Street, will then be connected to the master for coordination and monitoring purposes. i MODIFICATION OF TRAFFIC SIGNAL ON BALBOA BOULEVARD AT PALM STREET, AT MAIN STREET, AND AT 23RD STREET (C -2906) Eight bids were received and opened in the office of the City Clerk at 11:00 a.m. on May 21, 1992. The bids are listed below. 1. $20,588 Superior Signal Service Corp. Bell Gardens 2. $25,900 Steiny and Company Inc. Fullerton 3. $27,211 Paul Gardner Corporation Ontario 4. $28,378 F. J. Johnson, Inc. Anaheim 5. $30,850 Baxter - Griffin Co., Inc. Stanton • 6. $31,225 Signal Maintenance Inc. Anaheim 7. $36,325 D & V Electric Pomona 8. $48,364 Skip's Electric, Inc. Fullerton Gas tax funds for these improvements are budgeted in the current fiscal year. The anticipated completion date for this project is August, 1992. • Richard M. Edmonston Traffic Engineer RME:JEB:bb WP:C- 2906.CC ! ! <3�) BY THE '.:'Y COUNCIL CITY OF > _ `!PORT BEACH ANi; 2 i 1992 TO: CITY COUNCIL April 27, 1992 CITY COUNCIL AGENDA ITEM NO. F -10 FROM: Public Works /Traffic Engineering SUBJECT: TRAFFIC SIGNAL MODIFICATIONS ON BALBOA BOULEVARD AT MAIN STREET, PALM STREET AND 23RD STREET (C -2906) RECOMMENDATIONS: 1. Approve plans and specifications. 2. Affirm Categorical Exemption. • 3. Authorize City Clerk to advertise for bids, to be opened at 11 :00 a.m. on May 21, 1992. DISCUSSION: The Balboa Boulevard project will upgrade the traffic signals at Main Street and Palm Street by adding eastbound left -turn phasing on Balboa Boulevard at Main Street, and westbound left -turn phasing on Balboa Boulevard at Palm Street. This upgrade will improve traffic flow in the Balboa Business District by allowing left- turning vehicles to clear the through lane since left -turn lanes are not available at either intersection. The intersection of Balboa Boulevard and 23rd Street will receive a new signal controller that will be compatible with the master signal computer at City Hall. • These three locations, as well as Balboa Boulevard at 21st Street, will then be connected to the master for coordination and monitoring purposes. R chard M. Edmonston Traffic Engineer RME:JEB:bb WP:C2906.CC PROOF OF PUBLICATION r 3-x.7' . Authorized to Publish Advertisements of all kinds inog public notices by Decree of the Superior court of Orange County, California, Number A -6214, September 29, 1961, and A-24831 June 11, 1963 STATE OF CALIFORNIA County of Orange I am a Citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the below entitled matter. I am a principal clerk of the NEWPORT BEACH —COSTA MESA DAILY PILOT, a newspaper of general circulation, printed and published in the City of Costa Mesa, County of Orange, State of California, and that attached Notice is a true and complete copy as was printed and published on the following dates: May 2, 9, 1992 IC NOTICE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT/ TRAFFIC ENGINEERING NOTICE INVITING BIDS Sealed bids may be re- ceived at the office of the City Clerk, City Hall, 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92659.1768 until 11:00 AM on May 21, 1992, an which time such bids shall be opened and read tor: MODIFICATION OF TRAF- FIC SIGNALS ON BALE BOULEVRD AT PALM STREET; AT MAIN STREET; AND AT 23flD STREET CONTRACT NO. 2906 ENGINEER'S ESTIMATE:i I declare, + under penalty of perjury , that the $53,000.00 Approved by City Council ON April 27, 1992. foregoing is true and correct. Wanda E. Ragglo, City Clerk When returning your bid, please mark envelope: BID: Executed on May 9 ,199? SIGNAL MODIFICATION; DUE: 11:00 AM, MAY 21, at Costa M at alyitf rn 1992 For further Information, call JIM BRA Project Engineer, at 714 -644- 3344.- . Published Newport! Beach -Costa Mesa Daily. Pilot May 2, 9, 1992 Signature Sa376 PROOF OF PUBLICATION r 3-x.7'