Loading...
HomeMy WebLinkAboutC-2908 - Installation of Traffic Signal and Safety Lighting at Pacific View Drive and San Miguel Drive0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 September 10, 1993 Superior Signal Service Corp. 7224 Scout Ave. Bell Gardens, CA 90201 (714) 644 -3005 Subject: Surety: Insurance Company of the West Bond No.: 1220978 Contract No.: C -2908 Project: Installation of Traffic Signal and Safety Lighting at Pacific View Drive and San Miguel Drive The City Council of Newport Beach on August 9, 1993, 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 August 25, 1993, Reference No. 93- 0571485. Sincerely, s2 , Wanda E. Raggio City Clerk WER:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach "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 30, 1992 Said Contract set forth certain improvements, as follows: Installation of Traffic Signal and Safety Lighting at Pacific View Drive and San Miguel Drive (C -2908) - located in the City of Newport Beach, County Work on said Contract was completed on May 15, 1993 and was found to be acceptable on August 9, 1993 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 BY � u c /LLilwi w • k4 is or 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 BY r' � n City dierk 1 , at } r t: �0)c -t"'` RECORDING REQUESTED BY AND �9 ��'+� ° J "' 5— ;?t_!r=_J5 a9ss 119-56, ;Sm WHEN RECORDED RETURN TO: — r 199 �1rap3e re C 7Y K of ^ty : %14 fo, zip rn- nR� emir A'. r_, i. n__ a_.. Lee M. FralCli, !�1!IAe�' nrtL Fltrr City Cit Clerk ofwpNe rttt Beach ;;;2 1 ar Fees:: G.i?0 Toes Newport Beach, CAe92663 "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 30, 1992 Said Contract set forth certain improvements, as follows: Installation of Traffic Signal and Safety Lighting at Pacific View Drive and San Miguel Drive (C -2908) - located in the City of Newport Beach, County Work on said Contract was completed on May 15, 1993 and was found to be acceptable on August 9, 1993 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 BY � u c /LLilwi w • k4 is or 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 BY r' � n City dierk 1 , at } r t: CilN OF NEWF August 9, 1993 k AUG � I �a3 i CITY COUNCIL AGENDA —� -- j ITEM NO. /a APPROVED_..__.__E • TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: ACCEPTANCE OF INSTALLATION OF A TRAFFIC SIGNAL ON SAN MIGUEL DRIVE AT PACIFIC VIEW DRIVE (C -2908) 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 has been completed to the satisfaction Department. The bid price was Amount of unit price items constr Amount of change orders Total contract cost of the subject project of the Public Works $67,950.00 ucted 67,950.00 4,268.53 $72,218.53 Two Change Orders were issued. The first, in the amount of $2,368.53 provided for installing a combined electrical service with the existing street lighting service and placing additional conduit to accommodate the telephone interconnect connection. The second, in the amount of $1,900.00, provided for correcting the length of the signal mast arms from the planned length. Funds for the project were budgeted in the Gas Tax Fund, Account Nos. 7253 - 98302606. The contractor is Superior Signal Service Corp. of Bell Gardens. • The work was completed by May 15, 1993. I Benjamin B. Nolan Public Works Director BBN:so FOR GOOD AND VALUABLE CONSICERATION,.faCeipt Of whiC4 i$- ftMby-aGk- 8Qwle�riged, the nndentigned; Goes nemoy release from Me effect of that certain Stop Notice or Notice to Withhold filed In the Office of the CITY OF NEWPORT BEACH � On MARCH 3, 1993 against SUPERIOR SIGNAL as General Contractor, On Job known as SAN MIGUEL & PACIFIC VIEW C T CT 112908 NEWPORT BEACH,CA In the amount of S 7154.24 QATWr; MARCH 29, 1993 FIRM XcCAIN TRAFFIC SUPPLY By CFO i BY W CONTRACTORS LIMSE NO. STATE OF CALF low3 COUNTY OF ORANGE ) On before me, the undersigned, a Notary Public in and for said County' and State, personally appeared known to me to be the person whose name subscribed to the within instrument and acknowledged to me that executed the same. On , before me, the undersigned, a Notary Public in and for said County and State, personally appeared known to ma to be the President, and known to me to be the Secretary of the Corporation that executed the within Instrument, known to be the persons who executed the within instrument on behalf of the corporation herein named, and acknowledged to me thin such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and year in this Certificate first above written. NOTARY PUBLIC IN AND FOR SAID COUNTY AND STATE hrm Frar aw JW LAW OFFICES OF JEFF R. V MKXrLEY 2900 E Nurwoat fte,, sidle 301, Fu9!rton. G s2e_►t FROM 91 AR r ➢7743 OR -21 ?•1 01:18 PM ALL - PURPOSE ACKNOWLEDGMENT Sfateof California r Countyof San Diego On 3 -29 -93 before me, Jana Harris, Notary Public DATE NAME. TITLE OF OFFICER - E.G., 'JANE DOE, NOTARY PUBLIC' personally appeared Russ Fett NAME( )OF SIGNERS) In personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their O.NOTARYPUBLIC OFFICIAL SEAL authorized capacity(ies), and that by JAN HARRIS his/her /their signature(s) on the instrument CALIFORNIA the person(s), or the entity upon behalf of SAN DIEPO COUNTY a which the erson s acted executed the My Comm Expires Oct 6, t 9 -5 person(s) ) + Instrument. Witness wlv hand and official seal. No. 5179 CAPACITY CLAIMED BY SIGNER © INDIVIDUAL ❑ CORPORATE OFFICER(S) TITLE(S) PARTNER(S) E] LIMITED [:]GENERAL ATTORNEY -IN -FACT TRUSTEE(S) ❑ GUARDIANICONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) McCain Traffic Supply ATTENTION NOTARY: Although the information requested bola,, is OPTIONAL, it could prevent fraudulent attachment of this certificate to an unauthorized document. THIS CERTIFICATE Title or Type of Document RalaaSe of crop notira MUST BE ATTACHED Number of Pages 1 Date of Document 3 -29 -93 TO THE DOCUMENT DESCRIBED AT RIGHT: Signer(s) Other than Named Above No Other Signers 01992 NATIONAL NOTARY ASSOCIATION • 8236 Remmet Ave., P.O. Box 7184 - Canoga Park, CA 91304 -7184 ta FORM 107 STOP NOTICE NOTICE TO WITHHOLD CONSTRUCTION FUNDS (Public or Private Work) TD`. 4 ;T_ f tl PORT BEACH f wnec. public body or Construction fund holder) P.O. BOX 1768 IAddrese. It directed ro a bank or seelnp n,d loan eren.. we MGrwr Of branch raiding Arndt NEWPORT. BEACH CA 92659 (can, tons and tip) TAKE NOTICE THAT MCCAIN TRAFFIC SUPPLY PROJECT: SAN MIGUEL & PACIFIC VIEW (seems) NEWPORT BEACH CONTRACT #2908 (Nerve l.1 Na pawn or firm .1.1-1.1 1h. nog notk.. Licensed comrecton must use me nrns unwr whk. contncrolc Ikeme b i.w) whose address is 2575 PIONEER AVE VISTA CA 92083 lACdrasa of person or firm claiming Slop notice) has performed labor and furnished materials for a work of improvement described as follows: SAN MIGUEL & PACIFIC VIEW NEWPORT BEACH INama and'oeation or the project where work or materials ware furnished) The labor and materials furnished by claimant are of the following general kind: TRAFFIC SIGNALS & EQUIPMENT IGanoai description of work and materiel. furnished) The labor and materials were furnished to or for the following parry: SUPERIOR SIGNAL (Name of party who ordered the work or material.) The value of the whole amount of labor and materials agreed to be furnished is $ 7.154.24 (Total of evanything claimant agreed or contracted to furnish) The value of the labor and materials furnished to date is $ 7154.24 . Claimant has been paid (Total value of everything actually furnished by claimentl the sum of $ —0— and there is due, owing, and unpaid the sum of $ 7.154.24 together (Total amount which has been paid to claimant) (Balance duo to claimant on the project) with interest at the rate of 18 % per annum from JANUARY I 19 93 nnlaresl as spedeed in contract, a none, legal rate is is %) (Oaft when unpaid pliant. "came dual You are required to set aside sufficient funds to satisfy this claim with interest. You are also notified that claimant claims an equitable lien against any construction furnds for this project which are in your hands. 1:�Ek 0 (03 I FIRM NAME: MCCAIN TRAFFIC SUPPLY ` \v\ #St \ Nerve or m P nedo elx,..em -see Imnumlons far deulbl By (Owner or agent of atop notice claimant must sign hen • verify os VERIFICATION the undersigned, say: I amt CFO the clai 0 e lot ( "Proslgant of". "Manager of" "A partner of" "Owner of." etc.) Notice ; I have read said Stop Notice and know the contents thereof; the same is true of my own knowledg S1 declare under penalty of perjury that the foregoing is true and correct. 02 Executed on MARCH 3 19 43 at VISTA C nia. (Data this document was lien") (Name of shy wham nap notice signed) SEE REVERSE SIDE FOR FORM 107 - PUBLISHED BY AwYa* / Wm aile 3055 OVERLAND AVENUE, LOS ANGELES, CALIFORNIA 50034 - (213) 202.7775 01987 Iffmiliar • A3NHO11V HnOA 11flSN00'3Hn0300Hd MOW 01 SV 19000 ANV 3AVH nOA dl I♦ r I Y. a.m � O T T 70 V m IV m A r r r m v O c :aldwexa 1of anoge aaS 'ainleu6!s ayi pue'pau6!s ajaym Al!o ayi 'alep ayi uleluoo isnw uo!1e31f!J8A 041 'P!IeA aq of '1aAamOH 'paz!Jelou aq 61 aney 1ou saop u 'e!ulopleo fo ale1$ ayi ul pau6!s s! 3! fi 'Ajnfiad jo Alleuad japun uo!lejeloap e s! s!41 :uo!;eag!ian '031 311ILJ313 NOSNHOf QIS aweN w1!j (aweN UMO) dIHSH013111dOHd 3105 AS '00IVDIN13313 AG33dS aweN wnj (aweN sn0!Fpa!y) dlHSH0131Hd0Hd 310S / �v! AS t " '003'IVJINl03.13 NOSN140f ci aweN UUH dlHSH3N1HVd AS 'O II'03'IVDIN1J3'I3 NHOf aweN wn3 NOIltl M03 :aldwexa aaS 'uBis pinoys aaAoldwa 6u!6euew e to ssau!snq ayi jo laumo B41 'aweu SnOlpi3!f a iapun ssau!snq 6u!op lou io iaglaym 'd!gsimaudoid alos a si wn} ayl f! 'u6!s pinoys aaAoldwa 6u!6euew jo .{aulied a 'di4siouljed a si luewielo ayi 41 'u6is pinoys aaAoldwa 6u!6euew jo iao!ffo ue 'uo!lelodloo a si ao!;ou dols ay1 )o iuew!elo ayi fl :ainieu6!s W803 SIHI ONIA:1183n 0NV MINOIS 803 'spun; uo!lonj ;suoo Bu!p igo[ pal!; aq isnw suns ao! ;ou dols pue sao!;ou does yo!4m u! -gllnA 9w11 aql lnoge salnl lemugoal leuo!1!ppe leiaAas ale aiayi 'saauelswnoyo le!oads iapu0 sivawannbaH leuo!1!ppV luawanojdw! jo ihom pue 4106 041 uaamlaq dwoo jo ao!;ou ou f! aamlaq pal!f aq isnw e ;! 1e4i sueaw s!41 ad ua!l s,o!ueyoaw ayi w ;!n$ ' pa!!; A!iadold j! :j aq 3snW a;!nS q o!lgnd a uo to iaumo uo!1onilsuoo 6u!ploy nsuoo a uo paA{as s! .puog a0goN do1S 'l!ew pagpiao dols ay1 :Buy!eyy S30IION d01S in09V NOI1VW803N1 'lapual uo!ionilsuoo ayi 4 1!m 1ay1!a pal!; aq Aew ao!lou o ayi ul 'ioelluoo ay; papieme io 'u 'Qieoq 'luawliedap alel$ ayi Fop yi yi!m pal!; aq isnw ;! 'ilzom a ;els laylo ;o aseo ul 's1110 qnd fo loioand ayi 41!m papF aq isnw ao!iou ayi 'sil�oryl nd fo luawliedap ayi y6noiy3 io Aq 1oe11uoo alai$ e!w f!le� a fo aseo ayi u! 'papieme sem loe�luoo Ile�ano ay1 woym Aq hpoq ay; yi!m �o 'loaf -old ayi uo sluawAed anew of s! 1! Amp asoym 1ao! ; ;o 6uivnq -sip aggnd Aue .{o '�ol!pne 'sa0oliuoo ayi y1!m pal!; aq pinoys 1! 'qof o!ignd a uo s! aogou doss ay1 ;I �al!d o; awyA!l w!elo ao! ;ou dou ay1 h }sges of Aauow 3ua!oyfns ployyi!m isnw iaploy punt �o iaumo ayi :ao! ;oN do3S ►0 1daN3 vo!laidwoa fo ao!lou ayi 6u!piooai 1a3fe sAep 0£ u!y1!m pal!;' al!; aq isnw ao!1ou dots ayi 'asea ieyl ul 'uo!laldwoo ;o aO!lou a sp�ooai iaumo ayi ssalun'lURWanoidW! f0 Mom a1!lua ayi ;o uo!laldwOO ayi ial ;e sAep 06 u!yl!m pal!; aq isnw ao!iou tlols ay1 ley; sueaw s!y1 'sua0 so!u¢yoaw 6u!piooal .o; pouad ay; se awes ayi s! sao!lou doss 6wig Hof pouad ay1 :eui0j ioF ew!1 • i t ddwoo a4l jal;e Aep 41081 ' pall; aq ���{{{w i!ns 'papiooal sem uo!;al .ial;ealayl ARP 41OLI Pue 410E ay1 u pm 'paplooa; sem uo! ;eldwoo }o aogou 'jalfeaiayi sAep 06 uegl ajow lou 'poll to uol;emdxa a4; WOjaq pail; aq lou Ae sl lms ssalurh-sagdxa ap!;ou dois V :pa ,�'pajmWj s! puoq ou'Apo ay1 uo path§ s! ayiou aq1 ua4M 'spunf loiluoo lu!o! io mojosa jo lapual uopon aogou doss ayi uaym pannbal s! puoq V io paiais!6aj Aq paA{as aq pinoys ao!;ou - � r [ (�° ;31 ;! ! I > i S; 0 ma to 1 1 F+ I Y. a.m � O T T 70 V m IV m A r r r m v O c :aldwexa 1of anoge aaS 'ainleu6!s ayi pue'pau6!s ajaym Al!o ayi 'alep ayi uleluoo isnw uo!1e31f!J8A 041 'P!IeA aq of '1aAamOH 'paz!Jelou aq 61 aney 1ou saop u 'e!ulopleo fo ale1$ ayi ul pau6!s s! 3! fi 'Ajnfiad jo Alleuad japun uo!lejeloap e s! s!41 :uo!;eag!ian '031 311ILJ313 NOSNHOf QIS aweN w1!j (aweN UMO) dIHSH013111dOHd 3105 AS '00IVDIN13313 AG33dS aweN wnj (aweN sn0!Fpa!y) dlHSH0131Hd0Hd 310S / �v! AS t " '003'IVJINl03.13 NOSN140f ci aweN UUH dlHSH3N1HVd AS 'O II'03'IVDIN1J3'I3 NHOf aweN wn3 NOIltl M03 :aldwexa aaS 'uBis pinoys aaAoldwa 6u!6euew e to ssau!snq ayi jo laumo B41 'aweu SnOlpi3!f a iapun ssau!snq 6u!op lou io iaglaym 'd!gsimaudoid alos a si wn} ayl f! 'u6!s pinoys aaAoldwa 6u!6euew jo .{aulied a 'di4siouljed a si luewielo ayi 41 'u6is pinoys aaAoldwa 6u!6euew jo iao!ffo ue 'uo!lelodloo a si ao!;ou dols ay1 )o iuew!elo ayi fl :ainieu6!s W803 SIHI ONIA:1183n 0NV MINOIS 803 'spun; uo!lonj ;suoo Bu!p igo[ pal!; aq isnw suns ao! ;ou dols pue sao!;ou does yo!4m u! -gllnA 9w11 aql lnoge salnl lemugoal leuo!1!ppe leiaAas ale aiayi 'saauelswnoyo le!oads iapu0 sivawannbaH leuo!1!ppV luawanojdw! jo ihom pue 4106 041 uaamlaq dwoo jo ao!;ou ou f! aamlaq pal!f aq isnw e ;! 1e4i sueaw s!41 ad ua!l s,o!ueyoaw ayi w ;!n$ ' pa!!; A!iadold j! :j aq 3snW a;!nS q o!lgnd a uo to iaumo uo!1onilsuoo 6u!ploy nsuoo a uo paA{as s! .puog a0goN do1S 'l!ew pagpiao dols ay1 :Buy!eyy S30IION d01S in09V NOI1VW803N1 'lapual uo!ionilsuoo ayi 4 1!m 1ay1!a pal!; aq Aew ao!lou o ayi ul 'ioelluoo ay; papieme io 'u 'Qieoq 'luawliedap alel$ ayi Fop yi yi!m pal!; aq isnw ;! 'ilzom a ;els laylo ;o aseo ul 's1110 qnd fo loioand ayi 41!m papF aq isnw ao!iou ayi 'sil�oryl nd fo luawliedap ayi y6noiy3 io Aq 1oe11uoo alai$ e!w f!le� a fo aseo ayi u! 'papieme sem loe�luoo Ile�ano ay1 woym Aq hpoq ay; yi!m �o 'loaf -old ayi uo sluawAed anew of s! 1! Amp asoym 1ao! ; ;o 6uivnq -sip aggnd Aue .{o '�ol!pne 'sa0oliuoo ayi y1!m pal!; aq pinoys 1! 'qof o!ignd a uo s! aogou doss ay1 ;I �al!d o; awyA!l w!elo ao! ;ou dou ay1 h }sges of Aauow 3ua!oyfns ployyi!m isnw iaploy punt �o iaumo ayi :ao! ;oN do3S ►0 1daN3 vo!laidwoa fo ao!lou ayi 6u!piooai 1a3fe sAep 0£ u!y1!m pal!;' al!; aq isnw ao!1ou dots ayi 'asea ieyl ul 'uo!laldwoo ;o aO!lou a sp�ooai iaumo ayi ssalun'lURWanoidW! f0 Mom a1!lua ayi ;o uo!laldwOO ayi ial ;e sAep 06 u!yl!m pal!; aq isnw ao!iou tlols ay1 ley; sueaw s!y1 'sua0 so!u¢yoaw 6u!piooal .o; pouad ay; se awes ayi s! sao!lou doss 6wig Hof pouad ay1 :eui0j ioF ew!1 • i t ddwoo a4l jal;e Aep 41081 ' pall; aq ���{{{w i!ns 'papiooal sem uo!;al .ial;ealayl ARP 41OLI Pue 410E ay1 u pm 'paplooa; sem uo! ;eldwoo }o aogou 'jalfeaiayi sAep 06 uegl ajow lou 'poll to uol;emdxa a4; WOjaq pail; aq lou Ae sl lms ssalurh-sagdxa ap!;ou dois V :pa ,�'pajmWj s! puoq ou'Apo ay1 uo path§ s! ayiou aq1 ua4M 'spunf loiluoo lu!o! io mojosa jo lapual uopon aogou doss ayi uaym pannbal s! puoq V io paiais!6aj Aq paA{as aq pinoys ao!;ou CITAF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 i T0: I:INANCE DIRECTOR FROM: CITY CLERK DATE: July 31, 1992 SUBJECT: Contract No. C -2908 Description of Contract Installation of Traffic Signal and Safety Lighting at Pacific View Drive and San Miguel Drive Effective date of Contract July 30, 1992 Authorized by Minute Action, approved on July 13, 1992 Contract with Superior Signal Service Corporation Address 7224 Scout Ave. Bell Gardens. CA 90201 Amount of Contract $67,950.00 "x�6e , Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach CITY CLERK CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTHENT /TRAFFIC ENGINEERING NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, City Hall, 3300 Newport Boulevard, P. O. Box 1768, Newport Beach, CA 92659 -1768, until 11:00 AN on June 18, 1992, at which time such bids shall be opened and read for: IINSTALLATION OF TRAFFIC SIGNAL AND SAFETY LIGHTING AT PACIFIC VIEW DRIVE AND SAN MIGUEL DRIVE CONTRACT NO. 2908 $78.000.00 Engineer's Estimate /o� �"F.WPO\ ELI R Approved by City Council on May 26, 1992 Raggio, Ofty ZFlerk When returning your bid, please mark envelope: BID: SIGNAL INSTALLATION DUE: 11:00 AN June 18, 1992 For further information, call JIM BRAHLER, Project Engineer, at 714 - 644 -3344. r't • 0 PR 1.1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT /TRAFFIC CONTRACT PROPOSAL CONTRACT NO. 2908 To The Honorable City Council City of Newport Beach 3300 Newport B1 P O Box 1768 Newport Beach, CA 92659 -1768 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all the work required to complete this Contract No. 2908 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 TOTAL NO. & UNIT UNIT PRICE IN WORDS PRICE 1. Lump Sum Furnish and install traffic signal and safety lighting at Pacific View Drive and San Miguel Drive (City- furnished controller and cabinet). SIXTY SEVEN THOUSAND Dollars NINE HUNDRED FIFTY DOLLARS and NO Cents $67,950.00 • 0 PR 1.2 TOTAL PRICE WRITTEN IN WORDS SIXTY SEVEN THOUSAND NINE HUNDRED FIFTY --- - - - - -- Dollars NO TOTAL PRICE WRITTEN IN FIGURES: $67,950.00 283204 C -10 Contractor's License # /Classification SUPERIOR SIGNAL SERVICE CORPORATION Bidder (310) 927 -4488 Bidder's Telephone Number 7224 SCOUT AVE. BELL GARDENS, CA. 90201 Bidder's Address & Cents JUNE 5, 1992 Date Authors a Signature PRESIDENT Tile ATTEST TO OPENING OF BIDS: City Clerk Date —lop, 4Z Wit s Date 0 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 108 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. 5/91 I: • . 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 coi authorized by the corporation. shall be of a general partner. shall be of the owner. 283204 C -10 signatures and titles of persons the bidder. For corporations, the .porate officer or an individual For partnerships, the signatures For sole ownership, the signature Contractor's License No. & Classification SUPERIOR SIGNAL SERVICE CORPORATION Bidder 6/5/92 Date 5/91 OPRESIDENT Page 3 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Subcontract Work 1. STRIPING 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Subcontractor ORANGE COUNTY 183 N SUPERIOR SIGNAL SERVICE CORP. Bidder 5/91 rr —IMR M PIXLEY ORANGE, CA. 92668 0 * Dnwwlelg KNOW ALL MEN BY THESE PRESENTS, 0 BOND NO: 132173 BIDS TO OWNER: Page 6 June 18, 1992 That we, SUPERIOR SIGNAL SERVICE CORPORATION as bidder, and IN N E MPANY OF THE WEST , as Surety, are held and f rmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT (107) OF THE TOTAL AMOUNT BID IN - - -- Dollars ($ --------- - - - - -- ),lawful money of the United States for a payment of wh ch sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of E (Title of Project and Contract No.) n the C ty of ltewpor 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 8th day of June , 19 92, SUPERIOR SIGNAL SERVICE CORPORATION Bidder (Attach Acknowledgment Of Attorney -In -Fact) Notary-Public Commission Expires: sro1 INSURANCE COMPANY OF THE SURETY /' /L Attorney- in -Fac ., I n it a • •* - s ACKNOWLEDGEMENT BY CORPORATE SURETY State of California County of Orange j OFFICIAL SEAL JUDITH U CUNNINGHAM! ALIFO y, NOiARY PUBLIC • CALIFORMA! PRINCIPAL OFFICE IN ORANGE COUNTY MY COMMISSICN EXPIRES SEP. 30. 1992 on June 8, 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. ARY PUBLIC CORPORATE ACKNOWLEDGMENT Stateof CALIFORNIA SS. County of LOS ANGELES OFFICIAL SEAL PEA'Ri 3OVETEt2E #:TLA LIC - CAtF00.NtA NGELES x. eYpl a SEP 3, 199Q NO. 202 On this the 8TH day of JUNE 1992 , before me, PEARL LOVETERE the undersigned Notary Public, personally appeared H. CHET GALLAND -------------- - - - - -- XJ personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) who executed the within instrument as PRESIDENT or on behalf of the corporation therein named, and acknowledged to me that the corporation executed it. WITNESS] my hand and officj#se4l. V20122 NATIONAL NOTARY ASSOCIATION • 29012 Yemen SW • V.O. B0. 4025 • woua" Ma, CA 81954 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 duty 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 seat 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, J+`t�our.,xr ! INSU ICE COMPANY OF THE WEST � \M�o "rox +rre ' V��Cx I,r� 1 STATE OF CALIFORNIA COUNTY OF SAN DIEGO SS. crxa " "" ohn L. Hennum, Senior Vice President On this 27th day Of March., .19.92, before the subscriber, a Notaly 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 Corporato 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. - - - - - - — — - NORMA PORT= I COMM. 695266A 7y Notary PuSlic.Calilomla S i SAN DIEGO COW —1 ■ ■■■■■ STATE OF CALIFORNIA '•':� :mm_' COUNTY OF SAN DIEGO SS: --"� at the City of San Diego, the day and year Notary Public - 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 8th day of June 19 92 - �xMrAxyorlR INSURANCE COMPANY OF THE WEST jt ° "ixox.�� • E. Harned Davis Vice President ICW CAL 37 • • Page 5 State of California ) ss. County of LOS ) ANGELES H. CHET GALLAND ---- - - - - -- being first duly sworn, deposes and says that he or she is ofSUPERIOR SIGNAL SERVICE CORP. the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, south by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury that the forego in s true and correct. SUPERIOR SIGNAL SERVICE CORP. ESIDENT Bidder u orize ignature /T tle Subscribed and sworn to before me this 5TH day of JUNE , 19 [SEAT,] Notary Public GG OFFICIAL SEAL My Commission Expires: 7-/- q� PEPI LOVE ERE m ` NOTARY PUBLIC - CALIFORNIA LOS ANGELES dwlm My aomm. espims SEP 1, 1992 5/91 Page 6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year For Whom Person Telephone Completed Performed (Detaill To Contact Number I 11/90 CAL TRANS DICK ALTHOUSP (714) 422 -0604 11/90 CITY OF SANTA ANA NEAL TROUT (714) 565 -4046 1/90 CITY OF WESTMINISTER NEIL THOMPSON (714) 898 -3311 SUPERIOR SIGNAL SERVICE CORP. Bidder 5/91 Page 7 The following contract documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of mailing Notice of Award to the successful bidder: PAYMENT BOND (Page 8) FAITHFUL PERFORMANCE BOND.(Page 9) CERTIFICATE OF INSURANCE (Page 10) GENERAL LIABILITY INSURANCE ENDORSEMENT (Page 11) AUTOMOBILE LIABILITY WORKERS' COMPENSATION CONTRACT (Page 14) NDORSEMENT (Page 12) CERTIFICATION (Page 13) 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 EXECUTED IN FOUR (4) COUNTERPARTS •K :• KNOW ALL MEN BY THESE PRESENTS, that 0 Page 8 BOND NO: 1220978 'lire Promlum rhsrjz*d fur thfa Hurd Is InrluAed N that fro�w U (hQ P.urformanu: Bond:' WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted 5 -26 -92 has awarded to SUPERIOR SIGNAL SERVICE CORPORATION hereinafter designated as the "Principal", a contract for INSTALLATION OF TRAFI SI(3�LfAyl T LIGHTING AT PACIFIC VISW/SAN MIGUEL (Contract NO. 2908 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. 2908 and the terms thereof require the furnishing of a bond, gr�oviding 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 Insur as Surety, are held firm the sum of Sixty-Seven T Dollars ($67,950.00 estimated amount payabl terms of the contract; bind ourselves, our successors, or assigns presents. Superior Signal Service Corporation ance company o e West ly bound unto the City of Newport Beach, in housand Nine Hundred Fifty Dollars ), said sum being equal to loot of the e 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 BOND NO: 1220978 -Lo Page SA The bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right 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 instrument has been duly executed by the above named Principal and Surety, on the 9th day of July , 19 92. SUPERIOR SIGNAL SERVICE CORPORATION Name of Contractor (Principal) INSURANCE COMPANY OF THE WEST Name of Surety 1111 E Katella Av #250 Franc Orange, CA 92667 Address of Surety NOTARY 5191 714 - 633 -9640 Telephone OF CONTRACTOR AND SURETY MUST BE ATTACHED ACKNOWLEDGEMENT BY CORPORATE SURETY State of California County of Orange c OFFICIAL SEAL f JUDITH K. CUNNINGHAM 'I iJDFhRY PUULIC CALIFORNIA PRINCIPAL OFFICE IN ORANGE COUNTY Foy COMWSSIGN EXPIRES SEP. 30. 1992 j On July 9, 1992 , before me, the undersigned, t s+- 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. - ..AIOTARY 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 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 e 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. GpY,Ay,.e INSU CE COMPANY OF THE WEST a+,,t fy i �GOyrG.Ur,o y 3 �"CN I.rm , STATE OF CALIFORNIA • COUNTY OF SAN DIEGO SS' 4rsG " "`" ohn L. Hennum, Senior Vice President On this 27th day of March, 19.92, before the subscriber, a Nota6 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 sailh, 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 sold 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. NORMAPORr C.O OR 19526" Nobly %u,dioCalilomia `-' SAN DIEGO C01 ' ^/ STATE OF CALIFORNIA ,y M Mmm.G ^„'r7- A14 COUNTY OF SAN DIEGO SS' ^ 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 Idles and offset, and has not been revoked. IN WITNESS WHEREOF, I have hereunto subscribed my name as Vice President. and affixed the Corpgrate Seal of the Corporation, this 9th day of July 19 92 ' +GCGG,,,,"o INSURANCE COMPANY OF THE WEST a ecoyrcar,Y 7 �KYt.%0 M r "r/GyY' E. Harned Davis Vice President ICW CAL 37 • SND NO: 1220978 %a cis g EXECUTED IN FOUR (4) COUNTERPARTS lr'.Nat pmwAum cherpd vYa LW M FAITHFUL PERFORMANCE BOND $639.00 XM6dto KNOW ALL MEN BY THESE PRESENTS, That appiicaCie rate of fhlai omtrad prks. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted 5 -26 -92 has awarded to hereinafter desianated as the "Principal ", a contract for INSTALLATION OF 1RAMC SIGNAL /SAFEIY LIUTIYM AT PACIFIC VIEV /SAN KGJEL in the City of Newport Beach, in strict conformity with the Contract, Drawings and Specifications and other contract documents in the office of the City Clerk of the City of Newport Beach, all of which are incorporated herein by this reference; WHEREAS, Principal has executed or is about to execute Contract No. 2908 and the terms thereof require the furnishing of a bond for the faithful performance of the Contract; NOW, THEREFORE, we, SUPERIOR SIGNAL as Principal, and Insurance Company of as Surety, are held firmly bound unto thi the sum of Sixty -Seven Thousand Nine Hun Dollars ($b /,NSU.UU ) , said sum being equal to 1001 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 5/91 II BOND NO: 1220978 -FP 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 9th day of July , 19 92. SUPERIOR SIGNAL SERVICE CORPORATION Name of Contractor (Principal) INSURANCE COMPANY OF THE WEST B _ Name of Surety Authorized Agent gnature 1111 E Katella Av #250 Francis G. Jarvis, Jr., Attorney -in -Fact Orange, CA 92667 714 -633 -9640 Address of Surety Telephone NOTARY ACKNORLEDGKENTS OF CONTRACTOR AND SURETY NUST BE ATTACHED 5/91 ACKNOWLEDGEMENT BY CORPORATE SURETY State of California ) On July 9, 1992 , before me, the undersigned, t County of Orange ss. a Notary Public of said county and state, personally appeared 1 Francis G. Jarvis, Jr. personally known to me to be the Attorney -in -Fact of �.� OFFICIAL SEAL JUDITH K. CUNNINGHAMI NOTARY PUBLIC - CALIF'ORNiA PRINCIPAL OFFICE IN ORANGE COUNTY MY CONM(SSION EXPIRES SEP, 30, 1992 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. I , I LI.L `l L't� �\ i✓.( l L. li. _i'�'\'Ci.. L '. -NOTARY PUBLIC S. C I EGA TE N"S w "' y^ + .i rv.., „r L PRODUCER COMPANIES FFORDING COVERAGE ICU /Derby Insurance Associates, Inc. P. 0. Box 549 COMPANY LETTER A Golden Eagle Insurance Company Glendora, California 91740 COMPANY B LETTER ' INSURED Superior Signal Service Corporation COMPANY C 7224 Scout Avenue Bell Gardens, California 90201 LETTER r,OV INWATED NOiNTnWAND NO ANY REQUIREMENT TERM OR CONDITION OF ANY CONRNCf OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERnRQATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREON IS SUBJECT TO ALL THE TERMS. EXCLUSION$ AND CONDITIONS OF S" POLICIES AND 4 NOr AHETDD6 EXTENDED OR ALTERED BY THIS CERTIFICATE 00 LTF TYPE OF SIWW40E POLICY NUMBER EFFECICIWE O ATTIO N ILLL. UNITS N THOUSANDS A Gl CCP 166330 0 -29 -91 10 -29 -92 GENERAL AGGREGATE s 2,000 Pi1000CT8/CONPIETEO . S 1,000 001YIEIICCAL X1 COMPREHENSIVE OPERI1710N8 AGGREGATE , i 1,DC0 OOMRAC UAL FOR SPECIFIC PERSONAL INJURY EACH OCCURANCE S 1,000 CONTRACT © FIIOD M/COMPL OPER © 7fCU KQARDe © BROAD FORM PROP. DAMAGE C3 SEVERABUTY OF INTEREST JA DAMAGE i 50 CLISJBE IMNT ONE FIRE) © PERSONAL WINTRY WITH ' EMPICNEE OLCLUSION MEDICAL EXPENSES S 5 REMOVED MARINE (ANN ONE PERSON) AUTOMOBILE LIABILITY I $1,000 A COAIPAEHEl161VE CCP 166330 10-29-91 1G-29-92 MR x oYYNED L PERSON t BODLYBNANN S ISFKD � AOCDEHn NONOWNED i . OA E ENORSB LIABILITY EACN AGOPASATE FORM 'OTHER OCCURRENCE A EXC 165331 29 -91 10 -29 -92 $2,000 � •2,000 TP rrtY181 TILAH UM BREW FORM STATUTORY A WOWERW COMPENSATION 94C 180606 -00 2 -6-92 2 -6-93 EACH ACCIDENT $ 1,000 $ 1, OW-46. POLICY LIMIT AN EMPLOYERS? LJABIJTY t I, au OIBEAW•EACH EMPLOYEE LONGSHOREMEH•S ANDHARBO STAn fORV WORKBAG• COMPENSATION OF. "VAN OF OPEAATIONBADCATONSNB *CUW iESTRICTIO $WECIAL ITEMS: ALL OPERATIONS PERFORMED FOR THE CRY OF NEWPORT BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION V M THE FOLLOWING CONTRACT: This Certificate replaces the certificate typed on 7 -14-92 - See the reverse side for additional Lording INSTALLATION OF TRAFFIC SIGNAL /SAFETY LIGHTING AT PACIFIC VIEW /SAN . PROJECT TILE AM CONTRACT NUMBER MIGUEL (C -2908) 6i FI L NCELATIO ' rty Ly AH ? 't ^ 'lI�'�::.�•'+4 a'7. .� '4$.i ":h:'i.', ai ...�..� SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE WON-RENEWED. CRY OF NEWPORT BEACH CANCEUED OR COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE P.O, BOX 1768 COMPANY AFFORDING COVERAGE MALL PROVIDE OO DAYS MIN. ADVANCE 3300 NEWPORT BLVD. THE CITY BEACH REGISTERED MAIL NEWPORT BEACH. CA. 92659 -1768 A ISSUE T ian63W ueS /fQTA ot}Toed W 5u?qLftTl - aEZ3# 70 3 : muam3aN @qlM3Tl= SlLf4 3o apes asranai u0 - uo?gaiq 10 3o uo?7d=see ,,,,u TamA ;o 7umed -uou m3 uocq2Uaoueo 3o ao?4nu ABP OT, I I ISSUE DATE (MM /DD /YY) 1 h CERTIFICATE OF INSURANCE I -- I I 11 1 07/14/92 1 I PRODUCER (THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS I I ING RISKS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,I I ISU /DERBY INSURANCE ASSOCIATES (EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW I 1 211 S. GLENDORA AVE SUITE A 1--------------------------------------- -- - - -I I P. 0. BOX 549 1 COMPANIES AFFORDING COVERAGE I I Glendora CA 91740 I----------------------------- ------------- - - - - -I 1 (818) %3 -8581 ICOMPANY Golden Eagle Insurance Company I ----- - - - - -- ---------- ILETTER A I I INSURED 1 —'— -- -- —1 I ILETTER B I I 0411 'or Signal Service Corporation lmww I 1 cout Avenue (LETTER C I I Bell Gardens, California 90201 ICbAPW - - - -- -- I I (LETTER D I I I4 - -- — -- -I I ILETTER E 1 1= COVERAGES I THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISM TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD I I INDICATED NOTWITHSTANDING ANY REOIIREMENT TERM OR CONDITION OF ANY CONTACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS I I CERTIFIFA�E MAY BE ISSUED OR MAY i EXCLUSIONS AM CONDITIONS OF SUCH POLICI�S. LIMNITS SHOWN PAY HAVE BEEN NREDUCEDSBYEPAID CCLLAIIMMSREIN IS SUBJECT TO ALL THE TERMS. I------------ --- — ----- ----------------------------- --- ---- ------------- - ----- - - -- I Ica I I I POLICY I POLICY I I ILTRI TYPE OF INSURANCE I POLICY NUMBER (EFFECTIVE IEXPIRATIONI LIMITS I I I I I DATE I DATE I I I---+-----------------+-------------------+--------+--------+-- ---------------- --- ---- - - - - -- I I I GENERAL LIABILITY I I I I GENERAL AGGREGATE If 2 000 000 1 I A I I CCP 16 63 30 1 10/29/91 1 10/29/92 I i—��I I IGX1 COMMERCIAL GENERAL LIABILITY I I I _ PEROW-f-WATISIRSINJURY Imo— lobo 'wl I I G I CLAIMS MADE [XI OCCUR. I I I I_ �I I I[XI OWNER'S 8 CONTRACTOR'S PROT.I I I I 1 S iA �XXPEIiSEn ore fib T bob I I I[ ] I I I I RE6IC�ipny one person) Is 5 1 I AUTOMOBILE LIABILITY I I I I[ I ANY AUTO I A 11 1 ALL NO AUTOS I I[XI SCHEDULED AUTOS I IEXI HIRED AUTOS I I[XI NO-OWNED AUTOS 1 11 I GARfEE LIABILITY I I[ ] I I I I R I EXCESS LIABILITY I I[ IUlmbrella Form I 1[XIOther Than Umbrella Form IM#ol- T-1IRJ I EXC 16 63 31 1 I A I WORKER'S COMPENSATION I NWC 180606-00 M 1 AND I I I EMPLOYERS' LIABILITY I I I I I I OTHER I I I I I I COMBINED SINE I I I LIMIT If 1 000,000 1 I--- ----- - - - - -+ ------- - - - - -1 10/29/92 1 BODILY INJURY I I I leer person) IS 1 1 10/29/91 1 10/29/92 1 I I I 1 02106/92 1 02/06/93 I I I BODILY INJURY (Per accident) I PROPERTY DAMAGE I I 1 Ib 1 + -- ----- ------ - +----- - - - --- I I EACH WCURENCE If 2 000 000 1 I I STATUTORY LIMITS I I I- vuFACCfOEAT— Ti— i�b -WI I - L __ I 1-6 - —Ts 1 Uou,ow I I DESCRIPTION OF OFERATI[INS /LGCATIOINS /VEHICLES /SPECIAL ITEMS I I Reference: Contract #02908 - Lighting At Pacific View /San Miguel I I Please see the attached General Liability End't #11 111A• I I Automobile Endorsement #12 8 12A1 Workers' Compensation Endlt #13 I 1 I 1 * *10 Day Notice of Cancellation for Non- Payment of Premium** i 1= CERTIFICATE HOLDER =___ == =___ =— - - --__ _ CANCELLATIl1N I I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE I I City of Newport Beach I EXPIRATION DATE THEREOF )� THE ISSUING COMPANY WILL INKMRXXII I I P. 0. Box 1768 I MAIL 30 DAYS WRITTEN kTICE TO THE CERTIFICATE HOLDER NASD TO THE I 1 3300 New rt Boulevard I LEFT WIXRRI# IRIXIIXMHIIXXMXXIQIRIXSNA MIIMIIEXIMXIICIBNINIMXIR I I Newport Beach, California 92659 -1768 I IIWIIT I Superior Signal Services Corporation • page 11 Policy #CCP 16 63 30 It is agreed that: 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. 5. The limits of liability under this endorsement for the additional insured(s) named in Paragraph 1 of this endorsement shall be the limits indicated below written on an "Occurrence" basis: ax) Commercial Xx) Comprehensive General Liability $ 1,000,000.00 each occurrence $ 2,000,000.00 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). 5/91 JUL Uv __ _ Superior Signal Service Corporation Policy #CCP 16 63 30 Page 11A s The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to General Liability Insurance. 6. Should the policy be non - renewed, 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. 7. Designated Contract: INSTALLATION OF TRAFFIC SIGNAL /SAFETY Project Title and contract No. LIGHTING AT PACIFIC VIEW /SAN MIGUEL C -2908 This endorsement is effective 7 -13 -92 at 12:01 a.m. and forms a part of Policy No. ccp 1b 63 30 Of Golden Eagle Tnanranra rn (Company Affording Coverage). Insured: Superior Signal Service Corporation Endorsement No.: 3 ISSUING COMPANY Golden Eagle Insurance Company Author�zed�presentat�vaT (Beverly A. Wilcox) S/91 !Superior Signal Service,rporation Policy # CCP 16 63 30 Page 12 AUTOMQ It is agreed that: 1. With respect to such insurance as is afforded by the policy for Automobile Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of liability of the company affording coverage." 3. The limits of liability under this endorsement for the additional insureds named in Paragraph 1. of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit: 5/91 ( ) Multiple limits Bodily injury Liability Bodily Injury Liability $ Property Damage Liability (x) Combined single Limit Bodily Injury Liability 6 Property Damage Liability $_1,000,000.00 per person per accident 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. iuL Page 12A 4. Should the policy be non - renewed, canceled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 90 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 5. Designated Contract INSTALLATION OF TRAFFIC SIGNAL AND SAFETY Project Title an Contract No. LIGHTING AT PACIFIC VIEW /SAN MIGUEL C -2908 This endorsement is effective 7 -13 -92 at 12:01 a.m. and forms a part of Policy No. CC Of Golden Eagle Insurance rn (Company Affording Coverage). Insured: Superior Signal Service Corp. ISSUING COMPANY Golden Eagle Insurance Company B : Au hoc sed epresen at ve (Beverly A. Wilcox) 6/91 Endorsement No.: 4 • Page 13 "I an 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." 7- /S -92- ae C -2906 Con rac N r SUPERIOR SIGNAL SERVICE CORPORATION Name of Contrac or Pr pa RESIDENT -Authorized Signature and Title INSTALLATION OF TRAFFIC SIGNAL /SAFETY LIGHTING AT PACIFIC VIEW /SAN MIGUEL Title of Project !/91 Page 14 CONTRACT THIS AGREEMENT, entered into this day of , 194/ by and between the CITY OF NEWPORT BEACH, herei to C ity ," and SUPERIOR SIGNAL SERVICE CORPORATION , h inafter "Contractor." is made with reference to the follow nq f T s: A. City has heretofore advertised for bids for the following described public work: INSTALLATION OF TRAFFIC SIGNAL/ SAFETY LIGHTING AT PACIFIC VIEW/ C -2908 Title of Project Contract No. SAN MIGUEL 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: INSTALLATION OF TRAFFIC SIGNAL/ SAFETY LIGHTING AT PACIFIC VIEW/ C -2908 Title of Project Contract No. SAN MIGUEL 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. 5/91 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of Sixty Seven Thousand Nine Hundred ,Fifty Dollars ($ 67,950.uu 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. 0 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 Endorsements) (f? Plans and Special Provisions for INSTALLATION OF TRAFFIC SIGNAL /SAFETY LIGHTING AT PACIFIC VIE C -2908 Title of Project SAN MIGUEL 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. 1 6 7'A ATTEST: CITY OF NEWPORT BEACH A Municipal Corporation SUPERIOR SIGNAL SERVICE CORP Name of Contractor r P SID= = Kuthorize'& Signature gnd, _ tle 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT /TRAFFIC INSTALLATION OF TRAFFIC SIGNAL AND SAFETY LIGHTING AT PACIFIC VIEW DRIVE AND SAN NIGUEL DRIVE CONTRACT NO. 2908 SUBJECT PAGE I. SCOPE OF WORK ............. ............................... 1 II. COMPLETION OF WORK ........ ............................... 2 III. CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK ............ 2 IV. PAYMENT ................... ............................... 2 V. INSURANCE ................. ............................... 3 VI. LICENSES .................. ............................... 3 VII. PROTECTION OF EXISTING UTILITIES ......................... 3 VIII. WATER ..................... ............................... 3 IX. FLOW AND ACCEPTANCE OF WATER ............................ 4 X. AS -BUILT PRINTS ........... ............................... 4 XI. GUARANTEE ................. ............................... 4 XII. TRAFFIC SIGNAL AND SAFETY LIGHTING FACILITIES ............ 5 A. General ............... ............................... 5 B. Reference Specifications and Standard Plans .......... 5 1. Standard Specifications ........................ 5 2. Standard Plans ................................. 5 3. Codes, Ordinances and Regulations .............. 5 SUBJECT 0 PAGE # C. Description .......... ............................... 6 D. Equipment List and Drawings ......................... 6 1 E. Scheduling of Work ... ............................... 7 F. Foundations .......... ............................... 7 G. Standards, Steel Pedestals and Posts ................ 7 H. Conduit .............. ............................... 7 I. Pull Boxes ........... ............................... 8 J. Conductors and Wiring ............................... 8 K. Bonding and Grounding ............................... 8 L. Service .............. ............................... 9 M. Testing .............. ............................... 9 N. Painting ............. ............................... 10 O. Type 90 Controller Assemblies ....................... 10 P. Vehicle Signal Faces and Signal Heads .............. 12 Q. Pedestrian Signals ... ............................... 12 R. Detectors ............ ............................... 12 S. Pedestrian Pushbuttons .............................. 13 T. Luminaires ........... ............................... 13 U. Photoelectric Controls .............................. 13 V. Ballasts ............. ............................... 14 W. OPTICOM Priority Control System ..................... 16 XIII. REMOVE TRAFFIC STRIPES AND PAVEMENT MARKINGS ............. 16 A. Traffic Stripes, Pavement Markings, and Raised Pavement Markers ..... ............................... 16 SUBJECT $AGE # XIV. REMOVE ROADSIDE SIGNS ..... ............................... 18 A. Relocate Roadside Signs ............................. 19 B. Roadside Signs ....... ............................... 19 XV. MAINTAINING EXISTING AND TEMPORARY ELECTRICAL SYSTEMS .... 19 XVI. TELEMETRY ................. ............................... 20 XVII. ELECTRICAL SERVICE ........ ............................... 20 XVIII. REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQUIPMENT................. ............................... 20 XIX. TRAFFIC CONTROL ........... ............................... 20 XX. "NO PARKING, TOW- AWAY" SIGNS ............................. 21 SP 1 OF 21 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT /TRAFFIC ENGINEERING SPECIAL PROVISIONS INSTALLATION OF TRAFFIC SIGNAL AND SAFETY LIGHTING AT PACIFIC VIEW DRIVE AND SAN MIGUEL DRIVE 'Ke Iv4C�*I 1• �q AUG jg:fs7:7.1 The work to be done under this contract consists of the installation of traffic signals and safety lighting at the intersection of Pacific View Drive and San Miguel Drive in the City of Newport Beach. The contract requires completion of all work in accordance with these special provisions: the City's Standard Special Provisions, the Plan (Drawing No. T- 5516 -S), the City's Standard 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 the methods of measurement of payment between the City's Standard Specifications and the California Standard Specifications, the City's Standard Specifications shall take precedence. II. COMPLETION OF WORK 0 SP 2 of 21 The Contractor shall complete all work within 130 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. 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. IV. PAYMENT 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. 0 0 SP 3 of 21 The unit of lump -sum bid for each item of work shown on the proposal shall be considered as full compensation for all labor, materials, equipment and all other things necessary to complete the work in place, and no additional allowance will be made therefore. V. 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. 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 Ratina 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. VI. 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. 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. SP 4 of 21 IX. FLAW AND ACCEPTANCE OF WATER It is anticipated that surface and ground or other waters will be encountered at various times and locations during the work herein contemplated. The Contractor, by submitting a bid, acknowledges that he has investigated risks arising from water and has prepared his bid accordingly. The Contractor shall conduct his operations in such a manner that storm or other waters may proceed uninterrupted along their existing street and drainage courses. 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. 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. • F- r-I u SP 5 of 21 The Contractor shall guarantee for a period of at least one year, after acceptance of the work by the City Council, all materials and workmanship against any defects whatsoever. Any such defects shall be repaired at the Contractor's expense. XII. 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 1. Standard Specifications - Except as modified herein, materials and installation shall conform to the California Standard Specifications, January 1988. All references in this section to "Standard Specifications" shall be understood to be referenced to the California Standard Specifications. Standard Plans - Except as modified herein, all references in this section to "Standard Plans" shall be understood to be referenced to the California Standard Plans, January 1988. 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. SP 6 of 21 C. Description Furnishing and installing traffic signals and highway lighting systems and payment therefor shall conform to the provisions in Section 86, "Signals and Lighting ", of the Standard Specifications and the Standard Plans of the State of California, Department of Transportation, dated January 1988, and these special provisions. Traffic signal work is to be performed at the following location: Pacific View Drive and San Miguel Drive D. EEguinment 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 manuals or combined maintenance and operation manuals shall be submitted at the time the controllers are delivered for testing or, if ordered by the Engineer, previous to purchase. The maintenance manuals shall include, but need not be limited to, the following items: (a) (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 Furnish one reproducible, in addition to the required five sets, of the cabinet schematic wiring diagram (cronoflex or sepia mylar). 6 E. Scheduling of Work i SP 7 of 21 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. Above- ground signal work shall not commence until such time that the Contractor notifies the Engineer, in writing, of the date that all electrical materials and equipment are received, and said work shall start within 15 days after said date. Existing street lighting shall remain in operation until new lighting is operational. 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 and /or opening of street to public travel. F. Foundations Portland cement concrete shall conform to Section 90 -10, "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. G. 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. H. Conduit Non - metallic type conduit shall not be used. Insulated bonding bushings will be required on metal conduit. 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 8 of 21 I. 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. J. 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 ". Subparagraph 5, of the first paragraph of Section 862.09D, "Splicing ", of the Standard Specifications is deleted. 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, and be connected to a terminal block in each controller cabinet. K. Bonding and Grounding Grounding jumper shall be attached by a 3/16 inch, or larger, brass bolt in the signal standard or controller pedestal and shall be run to the conduit, ground rod or bonding wire in adjacent pull box. Grounding jumper shall be visible after cap has been poured on foundation. SP 9 of 21 L. Service If service equipment cabinet design deviates in any way from the details shown on the plans, details of such deviation shall be submitted to the Engineer for review before fabrication of the contract cabinet. If deemed necessary by the Engineer, one complete prototype cabinet shall be delivered to the Engineer for review at least 30 days before fabrication of the contract fixtures. The prototype cabinet will be returned to the Contractor and, if permitted by the Engineer, the cabinet may be installed in the work. M. 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: 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. SP 10 of 21 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. Turn -on shall be scheduled for the hours between 9 a.m. and 12 noon. 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. N. 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. The controller cabinet shall be painted white with baked -on enamel, per Multisonics Corp. application. Type II electrical service cabinets shall match the exterior finish of the controller cabinet. O. Type 90 Controller Assembly Type 90 controller assembly shall be an 8 -phase Multisonics 820A Controller, complete with integral time base coordination capability, in a Type "P" cabinet. Type 90 controller assembly and Type P cabinet shall be furnished by the City and installed by the Contractor. The convenience receptacle shall have ground -fault circuit interruption as defined by the Code. Circuit interruption shall occur on 6 milliamperes of ground -fault current and shall not occur on less than 4 milliamperes of ground -fault current. P SP 11 of 21 The conflict monitor shall be a "Plus" monitor manufactured by Solid State Devices, 127 West Geneva Drive, Tempe, Arizona 85282, or approved equal. A special external bicycle timing logic package shall be provided in the traffic signal controller cabinet. For each phase on which bicycle pushbuttons are used, the bicycle timing logic package shall have a separate solid state circuit with a solid state timer capable of an adjustable timing period from o to 16 seconds and a display lamp. The lamp shall indicate when a bicycle pushbutton call has been registered and shall remain on until the "bicycle timing" described below has been completed. Actuation of a particular bicycle pushbutton will activate its respective bicycle timing circuit which shall place and hold a vehicle call on the associated vehicle phase as specified below: For actuations received during the yellow or red interval of the phase, the bicycle timing circuit shall place and hold the vehicle call until the start of the next green interval for the phase. At the start of the next green interval, the vehicle call will continue to be held until the present time on the adjustable time has "timed out ". For actuations received during the green interval of the phase, the bicycle timing shall begin immediately and the bicycle timing circuit shall place and hold the vehicle call during the bicycle timing provided that bicycle timing has previously occurred during that same green interval. Actuations received during the green interval while the bicycle timing is in effect, or after the bicycle timing has been completed, will not be remembered or carried over to the next cycle. The bicycle timing shall be totally independent of the controller timing and the removal of the bicycle timing logic package shall not affect the normal operation of the controller. If vehicles or pedestrians are also placing calls on the phase that has received a call from the bicycle timing circuit, then either the vehicle time, pedestrian time, or the bicycle time, whichever is longest, shall be in effect during the time the affected phase is being serviced. The bicycle timing logic package shall be provided in a separate shelf- mounted housing, and the individual timing circuits for each of the individual phases shall be in the same housing and shall be connected by a NEMA- approved connector and harness. SP 12 of 21 ' Cabinets shall be constructed of sheet aluminum alloy 5052, with a minimum thickness of 0.125 inch. The cabinet surface shall have a smooth natural aluminum finish. All exposed edges shall be free of burrs and pit marks. All weld shall be neatly formed and free of cracks, blow holes, and other irregularities. All welds shall be made by the Heliarc welding method. The cabinet shall have rigid inside angle arms for anchoring it to a base. Angle arms shall be aluminum alloy 5052 minimum of 0.125 inch thickness and minimum width of 2.5 inches by 2.5 inches. P. 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. Q. 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. Pedestrian signals shall be Indicator Controls Corporation P/N 4096B, or approved equal, with Clamshell -type mountings. R. 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. 1 SP 13 of 21 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. The number of sensor units and lead -in cables required to achieve the specified detection shall be installed. S. Pedestrian Pushbuttons Pedestrian pushbutton signs, for pushbutton assemblies to be installed on pedestrian pushbutton posts, shall be 5" x 7 -1/211. All other pedestrian pushbutton signs shall be 9" x 12" and shall not extend beyond the mounting framework. Installation of pushbutton assemblies for bicycle use shall be in accordance with City Standard Plan STD -913 -L and shall be 5 inches by 7 -1/2 inches. T. Luminaires Glare shields are not required on semi - cutoff or full- cutoff luminaires. Luminaires shall be the full- cutoff type. Each luminaire shall be die -cast aluminum, with integral regulator ballast and Type IV photoelectric control (Section 86- 6.07A) for use in a multiple 120V circuit. The optical assembly shall provide true 90- degree cutoff and shielding (without external glare shield) and shall consist of: a glass or glass- coated gasketed reflector; a heat and impact - resistant flat glass lens; and a porcelain - enclosed mogul multiple screw shell socket with lamp grips. The optical assembly shall contain an activated charcoal filter which prevents particulate and gaseous contamination. The reflector shall be specifically designed to produce an ANSI /IES medium, cutoff, Type III light distribution when used with the metal halide lamps. All luminaires shall be General Electric M -400AZ Series 250 W HPS with light distribution M -C -111 or approved equal. U. Photoelectric Controls Type IV photoelectric controls shall be provided on each luminaire and on each internally illuminated street name sign. SP 14 of 21 V. Ballasts The twelfth paragraph in Section 86 -6.10, "High-Intensity- Discharge Lamp Ballasts ", of the Standard Specifications is amended to read: Ballasts for luminaires to be mounted on mastarms, brackets, or lowering assemblies shall be the regulator type and shall be located within the luminaire housing. The ballast for each horizontally- mounted luminaire shall consist of components mounted on a down- opening door. The door shall be hinged and secured to the luminaire housing separately from the refractor or flat - lens frame. The door shall be easily removable and replaceable. The door shall be secured to the housing in a manner to prevent its accidental opening when the refractor or flat -lens frame is opened. Section 86- 6.10A. "Regulator Type Ballasts ", of the Standard Specifications is amended to read: Regulator -type ballasts shall be lag -type or lead -type and shall conform to the following: 86 -6.10A (1) LAG -TYPE REGULATOR BALLASTS- - Each lag -type regulator ballast shall have the primary and secondary windings electrically isolated and, when operated with the appropriate lamp, shall have the following characteristics and shall maintain the following lamp operation: 1. The power factor shall be not less than 90 percent throughout the life of the lamp at nominal line voltage with a nominally rated reference lamp. 2. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 18 percent for ± 10 percent input voltage variation. 3. For nominal input voltage and lamp voltage, the ballasts design center shall not vary more than 7 -1/2 percent from rated lamp watts. 0 SP 15 of 21 4. The ballasts shall be designed so that a capacitance variance of ± 6 percent will not cause more than a ± 8 percent variation in lamp wattage regulation throughout rated lamp life for nominal input voltage. 5. The lamp current crest factor shall not exceed 1.8 for input voltage variation of ± 10 percent at any lamp voltage from initial through life. 86- 6.10(2) LEAD -TYPE REGULATOR BALLASTS- - Each lead -type regulator ballast (CWA- constant wattage autoregulator) shall, when operated with the appropriate lamp, have the following characteristics and shall maintain the following lamp operation: 1. The power factor shall be not less than 90 percent when the ballast is operated at nominal line voltage with a nominally- rated reference lamp. 2. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 30 percent for ± 10 percent input voltage variation. 3. For nominal input voltage and lamp voltage, the ballast design center shall not vary by more than 7 -1/2 percent from rated lamp watts. 4. The ballast shall be designed so that a capacitance variation of ± 6 percent will not cause more than a ± 8 percent variation in lamp wattage regulation throughout rated lamp life for nominal input voltage. SP 16 of 21 5. The lamp current crest factor shall not exceed 1.8 for input voltage variation of ± 10 percent at any lamp voltage from initial through life. W. OPTICOM Priority Control System Model 262, phase selector units and Model M -360 rack, as manufactured by 3M Company, shall be furnished and installed in new controller cabinet by Traconex - Multisonics. Model 205 Optical Detector units, as manufactured by 3M Company, shall be furnished by the Contractor and installed at locations indicated on the plans. Model 138 Optical Detector Cable as manufactured by 3M Company, shall be furnished and installed by the Contractor. XIII. REMOVE TRAFFIC STRIPES AND PAMERNT NARRINGS Remove traffic stripes and pavement markings as shown on the plans and designated by the Engineer. Where blast cleaning is used for the removal of painted traffic stripes and pavement markings or for removal of objectionable material, and such removal operation is being performed within 10 feet of a lane occupied by public traffic, the residue including dust shall be removed immediately after contact between the sand and the surface being treated. Such removal shall be by a vacuum attachment operating concurrently with the blast - cleaning operation. Nothing in these Special Provisions shall relieve the Contractor from his responsibilities as provided in Section 7 -1.09, "Public Safety ", of the Standard Specifications. A. Traffic Stripes, Pavement Markings. and Raised Pavement Markers The Contractor shall furnish and apply traffic stripes and pavement markings shown on the plans or where directed by the Engineer. Placement of striping and markings shall conform to the requirements of Sections 84 and 85 of the State Standard Specifications, dated January 1988, and these Special Provisions. Two applications of paint shall be made for all striping and markings. The second coat shall be applied two weeks after the first coat. n 0 SP 17 of 21 The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 50 feet from the alignment shown in the plans. The Contractor shall mark, or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal of the existing striping and markings. No street shall be without the proper striping over a weekend. Flashing arrow signs are required on all lane closures. Painting shall conform to the last two paragraphs of Section 59 -1.03 "Application" and Section 59 -1.04, "Thinning Paint" of the State Standard Specifications. Paint for traffic striping and pavement markings shall be: JE Bauer low volatile organic compound (VOC) unbeaded paint No. 2466A9 or equal white and, JE Bauer low VOC unbeaded paint No. 2467A9 or equal yellow and, JE No. 2468A9 or equal black and, VOC unbeaded paint No. 2468A9 or equal black and, JE Bauer low VOC unbeaded premix paint No. 2475A9 or equal yellow and, JE Bauer waterbase, premix paint No. 2485A9 or equal white and, JE Bauer waterbase, premix paint No. 2486A9 or equal yellow for all legends and striping. Thermoplastic striping and markings shall not be permitted. Paragraphs 1 and 2 of Subsection 84 -1.01, "Description" of the State Standard Specifications are amended to read: This work shall consist of applying painted traffic striped (traffic lines) and pavement markings at the locations and in accordance with the details shown on the plans or designated by the Engineer, and as specified in these Specifications and the Special Provisions. The kind of material or paint to be applied will be as designated in the State Standard Specifications, specified in the Special Provisions, or shown on the plans. Paragraph 1 of Subsection 84 -1.02, "Control of Alignment and Layout" of the State Standard Specifications is amended to read: The Contractor shall perform all layout, alignment and spotting, which will consist of existing stripes or control points spaced at 200 feet on tangents and 50 feet on curves. SP 18 of 21 Paragraph 4 of Subsection 84 -1.03, "Tolerances and Appearance" of the State Standard Specifications is amended to read: Drips, overspray, improper markings and paint material tracked by traffic shall be immediately removed from the pavement surface by methods approved by the Engineer. All such removal work shall be at the Contractor's expense. Paragraph 2 of Subsection 84 -1.04, "Protection from Damage" of the State Standard Specifications is amended to read: Newly- placed traffic stripes and pavement markings shall be protected from damage by public traffic or other causes until the paint is thoroughly dry. Paragraph 1 of Subsection 84 -3.02, "Materials" of the State Standard Specifications is amended to read: Paint and glass beads for traffic stripes and pavement markings will be furnished by the Contractor, including paint for cat tracks and dribble lines. Paint will be either solvent borne or water borne, depending on the time of year and the local air pollution regulations. Paragraph 2 of Subsection 84 -3.03, "Mixing" of the State Standard Specifications is amended to read: If more than 120 days have elapsed from the date of manufacture of solvent -borne paint furnished, the paint shall be mixed in containers other than the spray equipment containers until a smooth, uniform product of property consistency is obtained. Such mixing and all other necessary mixing shall be at the Contractor's expense. Installation of raised pavement markers shall consist of supplying and placing raised pavement markers at the locations shown on the plans, or where designated by the Engineer, and in conformance with these special provisions. Raised pavement markers shall not be installed until 14 days after placement of final or surface course of asphalt concrete. XIV. REISOVE ROADSIDE SIGNS Existing roadside signs, at locations shown on the plans to be removed, shall be removed and disposed of outside the public right -of -way. SP 19 of 21 Existing roadside signs shall not be removed until replacement signs have been installed or until the existing signs are no longer required for the direction of public traffic, unless otherwise directed by the Engineer. A. Relocate Roadside Signs Existing roadside signs shall be removed and installed at new locations shown on the plans. Each roadside sign shall be installed at the new location on the same day said sign is removed from its original location. B. Roadside Signs Roadside signs shall be installed at the locations shown on the plans or where directed by the Engineer, and shall conform to the details shown on the plans and the provisions in Section 56 -2, "Roadside Signs ", of the Standard Specifications. XV. NAINTAINING EXISTING AND TEKPORARY ELECTRICAL SYSTENS 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. SP 20 of 21 Existing luminaries, that are to be removed, shall remain in operation until the replacement luminaire is installed and operating. 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. XVI. 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 3/411 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. XVII. ELECTRICAL 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. XVIII. REMOVING. REINSTALLING OR SALVAGING ELECTRICAL EOUIPMENT 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. XIX. 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. t SP 21 of 21 XX. "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 (2 ") 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 0 evr,.. rr 3 jo J3? 0 July 13, 1992 CITY COUNCIL AGENDA ITEM NO. 12 TO: MAYOR AND MEMBERS OF CITY COUNCIL FROM: Public Works Department /Traffic Engineering SUBJECT: TRAFFIC SIGNAL INSTALLATION AT PACIFIC VIEW DRIVE AND SAN MIGUEL DRIVE (C -2908) • KL�(,'V!1llY.NllA71VN Award Contract 2908, in the amount of $67,950.00, to Superior Signal Service Corporation, Bell Gardens, California. This project provides for the installation of traffic signals and safety lighting at Pacific View Drive and San Miguel Drive. One of the conditions placed on the developers of properties adjacent to the intersection of Pacific View Drive and San Miguel Drive was that they pay for a traffic signal if it were warranted within five years of the completion of the development. Both the Irvine Company and the Douglas Allred Company have deposited with the City sufficient funds to cover the design, construction, and construction engineering costs of the traffic signal. Ten bids were received and opened in the office of the City Clerk isat 11:00 a.m. on June 18, 1992. The bids are listed below. 1. $67,950 Superior Signal Service Bell Gardens 2. $69,000 DBX, Inc. Temecula 3. $69,208 F. J. Johnson Anaheim 4. $69,990 Mompos Construction Colton r TRAFFIC SIGNAL INSTALLATION AT PACIFIC VIEW DRIVE /SAN MIGUEL DRIVE (C -2908) • 5. $75,148 Paul Gardner Corp. Ontario 6. $75,280 Baxter - Griffin Co. Stanton 7. $76,000 D & V Electric Pomona S. $76,898 Sierra Pacific Electrical Riverside 9. $84,280 Steiny & Co. Fullerton 10. $89,500 Moore Electrical Contracting Corona Funds for these improvements are budgeted in the current fiscal year. The anticipated completion date for this project is November 1992. Richard M. Edmonston Traffic Engineer • RME:JEB:bb WP:C2908.CC NEW SIGNAL 1A74?N%0Cd7 e 42V^'L'/ 'r �t 7 '7TeP � /Y v' R. rw C r� m m i � • • THE CITY CU:, OF NEW?Or!T E:.' MAY 2 6 1992 TO: CITY COUNCIL 0 May 26, 1992 CITY COUNCIL AGENDA ITEM NO. F -16 FROM: Public Works Department /Traffic Engineering SUBJECT: TRAFFIC SIGNAL INSTALLATION AT PACIFIC VIEW DRIVE AND SAN MIGUEL DRIVE (C -2908) RECOMMIMATIONS 1. Approve plans and specifications. 2. Affirm Categorical Exemption. 3. Authorize City Clerk to admertise -- for - - bids , to be opened at 31 OA a -.m. on June 18, 1992. This project provides for the installation of traffic signals and safety lighting at Pacific View Drive and San Miguel Drive. The estimated cost of the contract work only on this portion of the project is $78,000.00. One of the conditions placed on the developers of properties adjacent to the intersection of Pacific View Drive and San Miguel • Drive was that they pay for a traffic signal if it was warranted within five years of the completion of the development. Both the Irvine Company and the Douglas Allred Company have deposited with the City $55,000.00 each to cover the design, construction, and construction engineering costs of the traffic signal. • • Plans, specifications and construction estimates were prepared by 1 • Basmaciyan Darnell, Inc., of Irvine, California. The project is scheduled for completion in November, 1992. Richard M. Edmonton Traffic Engineer RME:JEB:bb WP:PACVIEW.CC • r X71 7j oa yy� COP 4V :' v�sr �N __ _ :S-� mac. •� � NEW SIGNAL 1hMrA&&A &r. i l R� c��r< T r. • • Authorized to Publish Advertisements of all kinds in�CJin9 public nolices by 08cee of ft Suprior e court of Change 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. l am a principal clerk of the NEWPORT BEACH —COSTA MESA 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: PUBLIC NOTICE May 29, 1992 CITY OF June 5, 1992 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 June 18, 1992, at which time such bids shall be opened and read for: INSTALLATION OF TRAFFIC SIGNAL AND SAFETY - LIGHTING AT PACIFIC VIEW DRIVE AND SAN MIGUEL DRIVE CONTRACT NO. 2908 $78,000.00 I declare under penalty of perjury, that the roved byg Estimate Council Ap -, b CI Council on' , , foregoing is true and correct. proved May 26, 1992 Wanda E. Ra99lo, City Clerk When returning your bid, Executed on June S z , 1 99 please mark envelope: BID: SIGNAL INSTALL ATIO N at Costae California, DUE: ,1:00 AM June ,8,,s9z �� Info For further Information, call JIM BRer Project Engineer, at 714. 614-3344. Published Newport Beach -Costa Mesa Daily Signature Pilot May 29, June 6, 1992. f347 J� 5 PROOF OF PUBLICATION