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'