Loading...
HomeMy WebLinkAboutC-2919 - Traffic Signal Modifications at Dover Drive/16th Street; Jamboree Road/Bayside Drive-Marine Avenue; Newport Center Drive/Farallon Drive-Granville LaneCITY 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. 1237471 Contract No.: C -2919 Project: Traffic Signal Modifications at: Dover Drive /16th Street; Jamboree Road /Bayside Drive - Marine Avenue; Newport Center Drive /Farallon Drive - Granville Lane 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 of Completion 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- 0571486. Sincerely, 1 ff Wanda E. Raggio City Clerk WER:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach I� AND WHEN RECORDING RECEIVED SEP 10 1993 CITY CLERK CITY OF �7 NEWPORTEI M City Clerk /' City fwpNew4 rt Beach Newport Beach, Boulevard DOC # 93- 0571486 25-AUG-V:593 11:56 AM F I lRecords eCGi LWU III Uiiei of Orange County: California Lee A. branch, CoL{nty Recorder Paw i of i fees: t G.SG Tax* £ 0.00 "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 November 25, 1992 Said Contract set forth certain improvements, as follows: Traffic Signal Modificatiorsat: Dover Drive /16th Street; Jamboree Road /Bayside Drive - Marine Avenue; Newport Center Drive /Farallon Drive - Granville Lane (C -2919) - located in the City of Newport Beach, County of Orange Work on said Contract was completed on April 17, 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, 41250, Orange, CA 92667 BY u is - or cs irec or City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. G�c7 Executed on /02 2 1 / 3 at Newport Beach, California. .- ,t �... C` BY ' � city clerK 4 f i p R: I fY OF NONPC .! t,_ '�i R August 9, 1993 AUG 91993 CITY COUNCIL AGENDA ITEM NO. • I HrrKUVtU TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: ACCEPTANCE OF MODIFICATION OF TRAFFIC SIGNALS ON DOVER DRIVE AT 16th STREET, ON JAMBOREE ROAD AT BAYSIDE DRIVE AND ON NEWPORT CENTER DRIVE AT FARALLON DRIVE (C -2919) 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 constx Amount of change orders Total contract cost of the subject project of the Public Works $64,646.00 ucted 64,646.00 5,348.25 $69,994.25 One Change Order was issued. In the amount of $5,348.25, it provided for removal of an abandoned electric service panel, replacement of a damaged street name sign, replacement of 150 sq. ft. of sidewalk and installation of a detector loop, all at 16th and Dover; and relocation of two pull boxes to accommodate the new access ramps at Farallon and Newport Center Drive. Funds for the project were budgeted in the Gas Tax Fund, Account No. 7190 - 98302603. The contractor is Superior Signal Service Corp. of Bell • Gardens. The contract date of completion was April 17, 1993. The work was completed by that date. Acceptance has been delayed pending resolution of the extra work. J"-"" '2 '�4 Benjamin B. Nolan Public Works Director 1 i . LOii F1!"19 .i l iY G(ly I ftii( I YlV O1Li iilr7u �0 1"•. b� FOR 0000 AND YALUABLZ CONSiDERATION,.t COW of WhICMIASCOV49knowledged, Umundersigned; coos nereay reams tram the effect of that certain Stop Notice or Notice to Withhold filed In the Office of the CITY OF NEWPORT BEACH on FEBRUARY 8, 1993 against SUPERIOR SIGNAL as General Contractor. On fob known as TRAFFIC SIGNAL MODIFICATIONS C44TRACT #2919 DOVER DR /16th, JAMBOREE RD /BAYSIDE DR, NEWPORT CTR DR /FARALLON BEACH, CA In the amount o! $ 8863.51 DAT0. MA CH 29, 1993 FIRM McCAIN TRAFFIC SUPPLY BY ^��— CFO BY oc-31131313 MOD 0 0❑ Oo �J CONTRACTORS LICENSE NO. STATE OF CALIFORNIA ) 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 me to be the President, and known to me to be the Secretary of the Corporation that executed the within instrument, known to be the persona who executed the within instrument on beW of the corporation herein named, and acknowledged to me that 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 flrat above written. NOTARY PUBLIC IN AND FOR SAID COUNTY AND STATE Fomr prertdw JW LAW OFPiCES OF JEFF R. WHE/SLEY 5000 E Numvad �., Suite 101. Putbrun. CA 9!W FROM Al AA I ?•7'td3 .. OA -21-71 0 1:18 PM P02 _..... ALL - PURPOSE ACKNOWLEDGMENT No, 5179 State of ca I , Forsliz 1 qCountyof San Diego Ji On 3 -29 -93 before me, Jana Harris, Notary Public DATE NAME, TITLE OF OFFICER - E.G., -JANE DOE. NOTARY PUBLIC personally appeared Rt,RC Ferr , NAME(S) OF SIGNER(S) ® 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 authorized capacity(ies), and that by SEAL his/her /their signature(s) on the instrument RRIS the person(s), or the entity upon behalf of om CALIFORNIA OUNTY which the persons) acted, executed the s Oct 6, 1995 instrument. my hand and official seal. CAPACITY CLAIMED BY SIGNER ® INDIVIDUAL ❑ CORPORATE OFFICER(S) TITLE(S) PARTNER(S) F] 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 Intonation requested below OPTIONAL, it could prevent fraudulent attachment of this certificate to an una ithor¢ed domment. THIS CERTIFICATE TitleorTypeof Document Release of stop notice 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 at-h— sisciers ®1992 NATIONAL NOTARY ASSOCIATION - 8416 Remmet Ave., P.O, Box 7184 - Canoga Park, CA 91304-7164 aliapat IM FORM 107 Waaananalleas STOP NOTICE 9 c - zyiy LEGAL NOTICE TO WITHHOLD CONSTRUCTION FUNDS (Public or Private Work) TO: CITY OF NEWPORT BEACH (Nerhe of owner, "bile body w Construction fund holder) PO BOX 1768 IaWnw. If 41M W to • bank of wmw Pw horn aNn., was poles of branch holding fund) NEWPORT BEACH u H A 92659 -1768 PROJECT: TRAFFIC SIGNAL MODIFICATIONS DOVER DR /16TH' —' D NEWPORT CT ° FARALLON DR NEWPORT BEACH CA ty,mft and CONTRACT A2919 TAKE NOTICE THAT MCCAIN TRAFFIC SUPPLY [Name of me Omen or firm c Wmine IN Nom "Odes. Lkenwd CenmwtOn mu whose address is 2575 PIONEER AVE VISTA CA 92083 (Addrast of person or firm eldlmlna atop notice) has performed labor and furnished materials for work of improvement described as follows: 1 sash Me name Vndw whkh ...smcto /t Ikmr a IW W) E'a n }et `r �`[�. 1' E D: j_'°. '..2,tir (No" and'OCaNpn of red walect "am work or materials woure fumlfhed] C�'E`, ', i3:cr The labor and materials furnished by claimant are of the following general kind: CY G r':': i:. u; r. TRAFFIC_ SIGNALS AND EQUIPMENT Cs "' "`'='f`ErG {t' _ n mtn (General description of work and materiels furnished) l 'i _: a I. v Bit The The labor and materials were furnished to or for the following party: t"hini IName of pW W who ordered the work or materials) 7, r Q The value of the whole amount of labor and materials agreed to be furnished is S 8863.51 l (Total of werythlna claimant spread or ContractW to furnish) The value of the Tabor and materials furnished to date is $ Claimant has been paid (Tote) value of everything actually, furnlNW by claimant) the sum of $ 0 and there is due, owing, and unpaid the sum of $8863.51 together (Total amount whkh has pay. paid to ddmentl (ealrntV due to claimant on Me proloct) with interest at the rate of 18 %per annum from 1 -22 -93 ,19_, (interest as specandi in comnxt. a none, logel rata is 10%) (Deft when unpaid belanff became dud You are required to set aside sufficient funds to satisfy this claim with interest. You are also notified that claimant claims an equitable lien against any construction furnds for this project which are in your hands. FIRM NAME: MC CAIN T FTC SUPPLY yINwM of nev nano cblment - we mnrvmlom dminl By: /.Fee!-- CFO (Owner or apem of slop .011.9 Claimant must Plan hen end verify below) VERIFICATION I, the undersigned, say: I em the CHIEF FTNANCIAL OFFICER the claimant of the foregoing 1 "1ormldant of" "Manager of•' "A partner of", "Owner of," arc.) Stop Notice; I have read said Stop Notice and know the contents thereof; the same is true of my own knowledge. I declare under penalty of perjury that the foregoing is true and correct. Executed on FF.RRITARY R , 19 9� , at VT STA , California. (Deft this document wen slpned) (Nome of city when stop notl.9 paned) tf CFO (Famotbf[ ion oonbna of lrWhquel who is swewfnp qM step .011" m true) tins Fr]Q Crlaapl FTF INQTCIIPTIn&1Q 10 FORM 107 — PUBL(SNEDBY ANttkiW46Ma Lp. 305 OVEWJWD AVENUE, LOS ANGELES,, CALIFORN KP.M— fD$) 2112-TF/501987 A3N8011tl tlDOA 110SN00 3Sifl03�Qild U3d0ild Ol Stl 18H00 ANtl 3AVN DDA dl m m A T z O T. , T O m C� Ma 70 M m 70 r r r T v O c H aldwexa io; anoge aaS 'ainieu5is aqi pue'pau6!s aiaym Ai!3 ayi 'alep a43 u!eluoo isnw uo!7eoe;uaA ayl'p!leA aq of 'iaAamOH -POMelou aq of aney iou swop 1! 'e!wo ;!lei ;o ale1S 841 ul pau &s s! 1! ;I 'Ainliad ;o A1leuod iapun ualeiepap a s! s!yi :uoele0l ;uan '00 DMID319 NOSNHOf OIS aweN W113 (OWEN u^^0) dlHS80131Hd0Hd 310S AS '03'Itl0lIHIJ919 AQ39dS aweN wnj (OWEN lneg37e j) dlHSFl0131Hd0Hd 316S '0:)IVDISID319NOSNHOf OWENwnj dlHSH3N1Htld • Od7/� ASP AS ':)NI `0:)'[tl )MI09"13 NHOF OWEN wnj NDI1VHOd800 :aldwexa 99S'u6es pinoys aaAoldwa 6ue6euew e io ssau!snq aq) ;o iaumo ayi 'aweu snon!13i; a iapun ssou!snq 6wop iou io iayla4m 'd!ysiolaudoid alos a si wie; ay1 ;I 'uB#s pinoys aaAoldwa 6ui6euew io iaulied a 'd!4siawied a si luewlela ayl ;j 'u6es pinoys aaAoldwa 6u!6euew io iao!; ;o ue 'uogeiadioo a si aollou dols ayi to luewlela a41 ;I :ainteuB!S WHOA SIHI JNIAJlU3A ONV JNINJIS UO3 SNOucinU1SNl -pal!; aq lsnw s1!ns o34ou dais pue soopou dols 4o!ym u! -41!M awes 941 lnoge salni 1e31u4a91 leuoll!Ppe leianas ate aiayl 'saouels6nw!3 le!oads iapuh muawaienbay leuo!t!ppv ` iuowaA0idwt ;o sliom 041 ;o uo!loldwo3 ayi 1a1 ;e Aep 41081 pue 4106 ay1 uaamlaq pal!; aq isnw 1!ns 'papio3eu sem uo!laldwoa ;o a3!lou ou p :ia3;ea1a41 Aep 41021 Pug 410£ a41 uaamlaq pal!; aq isnw 1!ns 'papioaai sem uo!laldwoo ;o aollou a p 1041 sueaw s!4i •ia4eaia4l sAep 06 uegl aiow iou 'pouad ua!l s,oeue43aw OW ;o uo!lendxa ag1 aio;aq pal!; aq iou Aew unS •pap; Aliodoid se 1!ns ssalun sandxa a3pou doss V :papj eq isnw al!nS 'pai!nbei si puoq ou 'Apoq o11gnd a uo io iaumo 044 uo panias s! 83110u 041 u04M 'spun; u6e13nimoo 6ueplo4 loiluoa lu!ol io moi3so io iapual uoponiisuoo a uo pales st ao!1ou does ayi ua4m paimbei s! puoq V :puog aOeloN: dots .. -I!ew polpliaa io paials!6ai Aq panias aq pinoys a3eiou doss ayi- :eueNeW 'spun; uo!lonilsuo3 l5wplo4 iapl04 maasa io 'Ioiluo0 lu!ol 'iapual uoelonilsuo3 a41 41!m io 13aloid 844 ;o iaumo 841 gl!Ae ia41!a pal!; aq Aew aapou does a4l '11iom aleA!id ;o asea a41 u1 'laeiluoa 041 Papieme o4M ia3! ; ;o io 'umssewwoo 'pieoq '1uawliedap aieiS ayi ;o peat' ayi yl!M paly aq isnw 11 'i!iom alelslaylo ;o asea ul -silioM 3pgnd ;o iolaanG ayi 41!m pal!; aq isnw aollou ayi 's11ioM o!7gnd ;o ivawiiedap ayi y6noi4i io Aq laeiluoa amS eewo;!Ie0 a ;o asea aq1 ul -papieme sem 13elluaa Ile,!aAO a41 wo4m Aq Apoq ayi 43!m io '3aal -oid a41 uo s3uawAed ailew o1 s! 1! A1np asoym iaa!; ;o 6u!sinq alp aelgnd Aue 10 'iot!pne 'ia0oi3uoo ayi qpm pa!!; aq pinoys 1! 'qol o!lgnd a uo si a3pou dols a4l ;I :al!d of OJe4M 'w!elo a3!1ou dols ayi A;sges of Aauow lua!3e ; ;ns plogy3!m isnw iaploy puny io iaumo ayi :90140N dots ;o 13aµ3 'uo!taldwo3 ;o a3!lou ayi 6u!pimai iaz ;e sAep 0£ u!yl!m pal!; aq isnw aollou dots ayl 'asea 1041 ul 'uo!laldwoa ;o aollou a spio3a3 iaumo ayi ssalun'ivawamidw! ;o liom ai!lua ayi ;O uo!laldwoo ayi iaue sAep 06 ueyl!m pal!; aq isnw a3Rau dols ayi leyl sueaw 5e4i 'sua!l sD!uu400w 6u!pio3ai io; pouad ayi se. awes 041 sl sa3e1ou doss bull!; io; pouad ayi :Buie j io; ow11 S30110N dO1S inO.BV NOUVAI lO INI. i g j e _a1e�k t i 'i li�� �04 IMF �9A iE *I §1 -' ( � Y m e - � m m A T z O T. , T O m C� Ma 70 M m 70 r r r T v O c H aldwexa io; anoge aaS 'ainieu5is aqi pue'pau6!s aiaym Ai!3 ayi 'alep a43 u!eluoo isnw uo!7eoe;uaA ayl'p!leA aq of 'iaAamOH -POMelou aq of aney iou swop 1! 'e!wo ;!lei ;o ale1S 841 ul pau &s s! 1! ;I 'Ainliad ;o A1leuod iapun ualeiepap a s! s!yi :uoele0l ;uan '00 DMID319 NOSNHOf OIS aweN W113 (OWEN u^^0) dlHS80131Hd0Hd 310S AS '03'Itl0lIHIJ919 AQ39dS aweN wnj (OWEN lneg37e j) dlHSFl0131Hd0Hd 316S '0:)IVDISID319NOSNHOf OWENwnj dlHSH3N1Htld • Od7/� ASP AS ':)NI `0:)'[tl )MI09"13 NHOF OWEN wnj NDI1VHOd800 :aldwexa 99S'u6es pinoys aaAoldwa 6ue6euew e io ssau!snq aq) ;o iaumo ayi 'aweu snon!13i; a iapun ssou!snq 6wop iou io iayla4m 'd!ysiolaudoid alos a si wie; ay1 ;I 'uB#s pinoys aaAoldwa 6ui6euew io iaulied a 'd!4siawied a si luewlela ayl ;j 'u6es pinoys aaAoldwa 6u!6euew io iao!; ;o ue 'uogeiadioo a si aollou dols ayi to luewlela a41 ;I :ainteuB!S WHOA SIHI JNIAJlU3A ONV JNINJIS UO3 SNOucinU1SNl -pal!; aq lsnw s1!ns o34ou dais pue soopou dols 4o!ym u! -41!M awes 941 lnoge salni 1e31u4a91 leuoll!Ppe leianas ate aiayl 'saouels6nw!3 le!oads iapuh muawaienbay leuo!t!ppv ` iuowaA0idwt ;o sliom 041 ;o uo!loldwo3 ayi 1a1 ;e Aep 41081 pue 4106 ay1 uaamlaq pal!; aq isnw 1!ns 'papio3eu sem uo!laldwoa ;o a3!lou ou p :ia3;ea1a41 Aep 41021 Pug 410£ a41 uaamlaq pal!; aq isnw 1!ns 'papioaai sem uo!laldwoo ;o aollou a p 1041 sueaw s!4i •ia4eaia4l sAep 06 uegl aiow iou 'pouad ua!l s,oeue43aw OW ;o uo!lendxa ag1 aio;aq pal!; aq iou Aew unS •pap; Aliodoid se 1!ns ssalun sandxa a3pou doss V :papj eq isnw al!nS 'pai!nbei si puoq ou 'Apoq o11gnd a uo io iaumo 044 uo panias s! 83110u 041 u04M 'spun; u6e13nimoo 6ueplo4 loiluoa lu!ol io moi3so io iapual uoponiisuoo a uo pales st ao!1ou does ayi ua4m paimbei s! puoq V :puog aOeloN: dots .. -I!ew polpliaa io paials!6ai Aq panias aq pinoys a3eiou doss ayi- :eueNeW 'spun; uo!lonilsuo3 l5wplo4 iapl04 maasa io 'Ioiluo0 lu!ol 'iapual uoelonilsuo3 a41 41!m io 13aloid 844 ;o iaumo 841 gl!Ae ia41!a pal!; aq Aew aapou does a4l '11iom aleA!id ;o asea a41 u1 'laeiluoa 041 Papieme o4M ia3! ; ;o io 'umssewwoo 'pieoq '1uawliedap aieiS ayi ;o peat' ayi yl!M paly aq isnw 11 'i!iom alelslaylo ;o asea ul -silioM 3pgnd ;o iolaanG ayi 41!m pal!; aq isnw aollou ayi 's11ioM o!7gnd ;o ivawiiedap ayi y6noi4i io Aq laeiluoa amS eewo;!Ie0 a ;o asea aq1 ul -papieme sem 13elluaa Ile,!aAO a41 wo4m Aq Apoq ayi 43!m io '3aal -oid a41 uo s3uawAed ailew o1 s! 1! A1np asoym iaa!; ;o 6u!sinq alp aelgnd Aue 10 'iot!pne 'ia0oi3uoo ayi qpm pa!!; aq pinoys 1! 'qol o!lgnd a uo si a3pou dols a4l ;I :al!d of OJe4M 'w!elo a3!1ou dols ayi A;sges of Aauow lua!3e ; ;ns plogy3!m isnw iaploy puny io iaumo ayi :90140N dots ;o 13aµ3 'uo!taldwo3 ;o a3!lou ayi 6u!pimai iaz ;e sAep 0£ u!yl!m pal!; aq isnw aollou dots ayl 'asea 1041 ul 'uo!laldwoa ;o aollou a spio3a3 iaumo ayi ssalun'ivawamidw! ;o liom ai!lua ayi ;O uo!laldwoo ayi iaue sAep 06 ueyl!m pal!; aq isnw a3Rau dols ayi leyl sueaw 5e4i 'sua!l sD!uu400w 6u!pio3ai io; pouad ayi se. awes 041 sl sa3e1ou doss bull!; io; pouad ayi :Buie j io; ow11 S30110N dO1S inO.BV NOUVAI lO INI. CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: November 30, 1992 SUBJECT: Contract No. C -2919 Description of Contract Traffic Signal Modification at: Dover Drive /16th Street; Jamboree Road /Bayside Drive - Marine Avenue; Newport Center Drive /Farallon Drive - Granville Lane Effective date of Contract November 25, 1992 Authorized by Minute Action, approved on September 14, 1992 Contract with Superior Signal Service Corp. Address 7224 Scout Ave. Bell Gardens, CA 90201 Amount of Contract $64,646.00 "W� 4f letfe Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach _J`L `�• `� CITY CLERK _d CITY OF NEWPORT BERM PUBLIC WOWS DSP] T /T�FFIC 8ItG2NESRING NOTICR IIWITIN�G BIDS.: Sealed bids may be received at the office of the City Clerk, City Hall,!3300 Newport Boulevard, P. 0., BOX 1768, Newport Beach, CA 92659 -1768, until 11:00 AM on August! 266 1992, at which time such: bids shall be opened and read for: TRAFFIC SIGNAL N WIFICWZOKS AT: DOVER DRIVE /16TH STREET JAMBOREE ROAD /BAYSIDE DRIVE MRRINX AVENUE NEWPORT CENTER DRIVE /FARALL0N DRIVE- 9RANVILLE LANE CONTRACT Nil. 2914 7 I Engineer's Estimate Approved by- y Coun . cil August 10, 1992 Wanda E. Ragg o, P. lark When,returning your bid, please mark envelope: BID: SIGNAL MODIFICATIONS DUE: 11:00 AM August 26, 1992 For further information, call JIM SRAHLER, Project Engineer, at 714 - 644 -3344. 4. I i ' I ' s3' �4 .�fL,aTM 1 1 I. I. I _ �f'ffiYS 1 PR 1.1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT /TRAFFIC CONTRACT PROPOSAL TRAFFIC SIGNAL MODIFICATIONS AT: DOVER DRIVE /16TH STREET JAMBOREE ROAD /BAYSIDE DRIVE - MARINE AVENUE NEWPORT CENTER DRIVE /FARALLON DRIVE - GRANVILLE LANE CONTRACT NO. 2919 To The Honorable City Council City of Newport Beach 3300 Newport B1 P O Box 1768 Newport Beach, CA 92659 -1768 Councilmembers: 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. 2919 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION NO. & UNIT UNIT PRICE IN WORDS 1. Lump Sum Traffic signal modifications at Dover Drive /16th Street (City- furnished controller and cabinet). TWENTY NINE THOUSAND Dollars FOUR HUNDRED DOLLARS and NO CENTS TOTAL PRICE Cents $ 29,400.00 PR 1.2 ITEM QUANTITY ITEM DESCRIPTION TOTAL NO. & UNIT UNIT PRICE IN WORDS PRICE 2. Lump Sum Traffic signal modifications at Jamboree Road /Bayside Drive - Marine Avenue (City - furnished controller and cabinet). THIRTEEN THOUSAND Dollars SIX HUNDRED THIRTY DOLLARSand NO CENTS Cents $ 13,630.00 3. Lump Sum Traffic signal modifications at Newport Center Drive/ Farallon Drive - Granville Lane (City- furnished controller and cabinet). TWENTY ONE THOUSAND SIX Dollars HUNDRED SIXTEEN DOT.T.ARS and NO CENTS Cents $ 21,616.01 TOTAL PRICE WRITTEN IN WORDS SIXTY FOUR THOUSAND SIX HUNDRED FORTY SIX NO TOTAL PRICE WRITTEN IN FIGURES: 64,646.00 Dollars & Cents 283204 -C10, A Contractor's License # /Classification 0 8/17/92 Date PR 1.3 SUPERIOR SIGNAL SERVICE CORPORATION Bidder Authorized Signature (310) 927 -4488 PRESIDENT Bidder's Telephone Number Title 7224 SCOUT AVE. Bidder's Address BELL GARDENS, CA. 90201 ATTEST TO OPENING OF BIDS: ,L 1& eg/p , City Clerk aC I 2--' Dat � -24,-q2, 1 ess Date Page 2 � 4cu "�F. —CO 3 -I DIZI-9 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 0 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. signatures and titles of persons the bidder. For corporations, the -porate officer or an individual For partnerships, the signatures For sole ownership, the signature 283204 C- 10, A Contractor's License No. & Classification SUPERIOR SIGNAL SERVICE CORPORATION Bidder 8/17/92 to 5/91 L7 E 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 Subcontractor Address 1. - TrNTNr F STRTPTN(_ TRAFFIC OPERATIONS 216 TOBY WAY POMONA CA. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. SUPERIOR Bidder 5/91 91767 IDENT I Page 4 BOND NO; 132173 BIDDER'S BOND BIDS TO OWNER: AUGUST 26, 1992 KNOW ALL MEN BY THESE PRESENTS, That we, SUPERIOR SIGNAL SERVICE CORPORATION as bidder, and , as Surety, are held and f rmly bound unto the city of Newport Beach, California, in the sum of -- Dollars ($ ______ _______),lawful money of the Un ted States for the payment of which sum we I 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 IC IGWL MODIFICATIONS AT: JAS R04D BAYSIDE IRIVE -KgUM AVENUE OWMACr2919(Title of Project and Contract No.) n the CRY of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver to said City the "Payment" and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) after the date of the mailing Notice of Award to the above bounden bidder by and from said City, then this obligation shall become null and void; otherwise it shall be forfeited to the said City. In the event that any bidder above named executed this bond as an individual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligation under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 18TH day Of AUGUST , 19 92• SUPERIOR SIGNAL SERVICE CORPORATION Bidder (Attach Acknowledgment Of Attorney -In -Fact) S /Judith Cunningham Notary Public Commission Expires: 9-30 -92 * NEWPORT CENTER DRIVE /FARRALLON- GRANVILLE LANE 1 5/91 SURETY URANCE. C�fMP � LOP HE ST By I�iG/ /� atr G. FRANCIS G. JARVIS R., ATTORNEY -IN -FACT STATE OF CALIFORNIA 1*1 COUNTY OF QRANGE _ ° OFFICIAL SEAL JUDITH K. CUNNINGHAM -' NOTA;RV PudUG GALIFURMA '0i PRINCIPAL OFFICE IN -- ORANGE COUNTY I MY COMUISS!1111 EXPIRES SEP. 30, 1992 ICW Cal 31SR(0 4/66) On this I Sth day of A,to, ^o-±A* ._ , in the year 1992 , before me, the undersigned Notary Public, in and for the State of California, personally appeared FTAnni a r- Tarvi c 1r personally known to me (or proven to me on the basis of satisfactory evidence) to be the person who executed the written instrument as Attorney- In-Fact on behalf of the Corporation therein named and acknowledged to me that the Corporation executed it. Given unde.I my hand and the Notary Seal this 18th day of August A.D. 19 yL My Commission expires September 30, 1992 Notary Public • 10 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 Clry 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 steed, 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 seated 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 celled 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 Vtee President or a Senior Vie* Presldsnt of the Company, be, and that each or any of them is, authorized to execute Powers of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company, bonds, undertakings, and all contracts of suretyship; and that a Vice President an Assistant Vice President, a Secretary or an Assistant Secretary be, and that each or any of them hereby Is, authorized to attest the execution of any such Power of Attorney, and to attach thereto the seal of the Company. FURTHER RESOLVED, that the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or conitieate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed and In the future with respect to any bond, undertaking or contract of suretyship to which it Is attached. FURTHER RESOLVED, that the Attorney -in -Fact may be given full power to execute for and in the name of and on behalf of the Company any and all bonds and undertakings as the business of the Company may require, and any such bonds or undertakings executed by any such Attorney-In-Fact shall be as binding upon the Company as if signed by an authorized officer of the Company,' IN WITNESS WHEREOF, INSURANCE COMPANY OF THE WEST has Presents to be signed by its duly authorized officers this 27th day Qt0 +10•.1,t• � a STATE OF CALIFORNIA COUNTY OF SAN DIEGO caused Its official seal to be hereunto affixed and these of March, 1992. COMPANY OF THE WEST L. Hannum, Senior Vice On this 27th day Of March, 19.92, before the subscriber, a Nora Public of the Slate 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 Ie the said officer of the Corporation aforesaid, and the,, the seal affixed to the preceding Instrument is the Corporate Seel of the said Corporation, and that the sold Corporate Seat 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. I NORMAPOR''-i [ COMM. 89525<4 Notary P0U16Calitornla SAN DIEGO CON'S ^/ s STATE OF CALIFORNIA SS. - �' tdrmmn+.a,,::�'.wu u,10G COUNTY OF SAN DIEGO at the City of San Diego, the day and year I, the undersigned, E. Horned Davis, Vice President of INSURANCE COMPANY OF THE WEST, do hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a lull, 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 allixed the Corporate Seal of the Corporation, this 18th day of August 1992 `, (,YI,•, •, INSURANCE COMPANY OF THE WEST •°y.,1. "n � �' t' +•0 ^" E. Horned Davis Vice President ICW CAL 37 • • Page 5 �Zioj • • W.34 4 4INVO State of California ) ) ss. County of T.OS AN .FT.FS) H. CHET GALLAND , being first duly sworn, deposes and says that he or she is PRESIDENT of SUPERIOR SIGNAT. SF.RVI;CE 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 foregoi true and correct. SUPERIOR SIGNAL SERVICE CORP. � `�/f/,�- RFSID NT Bidder Abthnrizea Signature /Title Subscribed and sworn to before me this 17th day of AUcUgT , 1992. Notary Public My Commission Expires: 9/1/92 5/91 [SEAL] riAL SF r PE/4g1'L'OVETERE $M."' 15UOUC - CALMp0-nA LOS iYlMM COUNYY MY COML 190M se 1. 1992 • i 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 (Detail) To Contact Number 11/90 CAT. TRANS TRAFFIC SIGNAL DICK ALTHOUSE (714) 422 -0604 11/90 SANTA ANA it NEAL TROUT. (714) 565 -4046 1/90 WESTMINISTER " of NEIL THOMPSON (714) 898 -3311 SUPERIOR SIGNAL SERVICE CORP. Bidder 5/91 PRESIDENT Aut orized Sig' nature /Title 0 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 INSURANCE ENDORSEMENT (Page 12) WORKERS' COMPENSATION INSURANCE CERTIFICATION (Page 13) CONTRACT (Page 14) The City of Newport Beach will not permit a substitute format for these contract documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Payment and faithful performance bonds shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VIII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. The 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 i p EXECUTED IN FOUR (4) COUNTERPARTS BOND NO: 1237471 Page 8 OThe Premium 63r;rcd for this PAYMENT BOND Bond is in:aa;{rd is that shown ott the Pc c:::; :t :;t c Iioad m KNOW ALL MEN BY THESE PRESENTS, that WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted has awarded to SUPERIOR SIGNAL SERVICE CORPORATION hereinafter designated as the "Principal ", a contract for TRAFFIC SIGNAL MODIFICATIO AT DOVER DRIVE / 16TH STREET JAMBOREE ROAD /BAYSIDE ** (Contract NO. Z91�9 )in the City of Newport Beach, in strict conformity with the ar wings 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. 2919 and the terms thereof require the furnishing of a bond, pro —vldng 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, SUPERIOR SIGNAL SERVICE CORPORATION as Principal, and INSURANCE COMPANY OF THE WEST as Surety, are held firmly bound unto the City of Newport Beach, in the sum ofSIXTY_FOUR THOUSAND_ SIX HUNDRED FORTY 6sNQ�1Q 646 n0______), said sum being equal to 100$ of the estimated amount payable by the City of Newport Beach under the terms of the contract; for which payment well and truly made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his /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. ** DRIVE - MARINE AVENUE NEWPORT CENTER DRIVE /FARALLON DRIVE - GRANVILLE LANE 5/91 0 BOND NO: 1237471 0 Page 8A 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 21ST day of SEPTEMBER , 1992 . /1 = SUPERIOR SIGNAL SERVICE CORPORATION Name of Contractor (Principal) INSURANCE COMPANY OF THE WEST BY: Name of Surety Author Agents gnature 1111 E. KATELLA AVENUE, #250 F. E. LE D, ATTORt.�EY -IN -FACT ORANGE, CA 92667 (714)633 -9640 Address of Surety Telephone NOTARY ACKNOAI.BDOXZWB OF CONTRACTOR AND SURETY XUBT BE ATTACHED 5/91 11 r , ACKNOWLEDGEMENT BY CORPORATE SURETY State of California County of Orange OFFICIAL SEAL JUDITH R. CUNNINGHAM NOTARY PUBLIC • CALIFORNIA PRINCIPAL OFFICE IN ORANGE COUNTY MY COMMISSION EXPIRES SEP. 30, 1992 On SEPTEMBER 21, 1992 , before me, the undersigned, ss. a Notary Public of said county and state, personally appeared F. E. LEGRAND , personally known to me to be the Attorney -in -Fact of TNSiTRANCE 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 EXECUTED IN FOUR (4) COUNTERPARTS BOND NO: 1237471 Page 9 hSW p ew um durged for LYs bond bt FAITHFUL PERFORMANCE BOND $608.00 to KNOW ALL MEN BY THESE PRESENTS, That ;' >`-- `"'2r�, " ` +t7zacnofcontradat a.a d Haw cadrad pr1m WHEREAS., the City Council of the City of Newport Beach, State of California, by motion adopted has awarded to SUPERIOR SIGNAL SERVICE CORPORATION hereinafter designated as the "Principal ", a contract for TRAFFIC SIGNAL MODIFICATION AT DOVER DRW1 6TH STREET JAMBOREE ROAD�BAYSIDE ** (Contract No. 2919 )In the City of Newport Beach, n strict conformity with the Contract, Drawings and Specifications and other contract documents in the office of the City Clerk of the City of Newport Beach, all of which are incorporated herein by this reference; WHEREAS, Principal has executed or is about to execute Contract No. 2919 and the terms thereof require the furnishing of a bond for the faithful performance of the Contract; NOW, THEREFORE, we, SUPERIOR SIGNAL SERVICE CORPORATION as Principal, and INSURANCE COMPANY OF THE WEST as Surety, are held firmly bound unto the City of Newport Beach, in the sum of SIXTY FOUR THOUSAND SIX HUNDRED FORTY Sl$[oDa�Q /64.646.00 -- ) , said sum being equal to 100% of the estimated amount of the contract, to be paid to the City or its certain attorney, its successors, and assigns; for which payment well and truly made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well keep truly and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby, and in addition to the fact amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, in the event it is required by bringing any action in law or equity to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its ** DRIVE - MARINE AVENUE NEWPORT CENTER DRIVE /FARALLON DRIVE - GRANVILLE LANE 5/91 • BOND NO: 1237471 Ll 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 bonds , IN WITNESS WHEREOF, this instrument has been duly executed-by the Principal and Surety above named, on the 21ST day of SEPTEMBER , 19 92 . _ SUPERIOR SIGNAL SERVICE CORPORATION Name of Contractor (Pr nc pal) INSURANCE COMPANY OF THE WEST BY Name of Surety Author z ent S gnature 1111 E. KATELLA AVENUE, #250 F. E. LEG , ATTORNEY -IN -FACT ORANGE, CA 92667 (714)633 -9`40 Address of Surety Telephone ROTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 5/91 9 i ACKNOWLEDGEMENT BY CORPORATE SURETY State of California t On SEPTEMBER 21, 1992 , before me, the undersigned, T County of Orange u• a Notary Public of said county and state, personally appeared )III F. E. LEGRAND personally known to me to be the Attorney -in -Fact of INSURANCE COMPANY OF THE WEST OFFICIAL SEAL the Corporation that executed the within instrument, and known JUDITH K. CUNNINGHAM to me to be the erson who executed the said instrument on behalf NOTARY PUBLIC - CALIFORNIA P PRINCIPAL OFFICE IN of the Corporation therein named, and acknowledged to me that ORANGE COUNTY such Corporation executed the same. MY COMMISSION EXPIRES SEP. 30. 1992 NOTARY PUBLIC INSUR#CE COMPANY OF TOE WEST HOME OFFICE: SAN DIEGO, CALIFORNIA Certified Copy of 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: F.E. LEGRAND 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, recognizonces 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 Sixth day of February, 1973, which said Resolution has not been amended or rescinded and of which the following is a true, full, and complete copy: "RESOLVED: That the President or Secretary may from time to time appoint Attorneys -in- Fact to represent and act for and on behalf of the Company, and either the President or Secretary, the Board of Directors or Executive Committee may at any time remove such Attorneys -in -Fact and revoke the Power of Attorney given him or her; and be it 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 the President and sealed and attested by the Secretary." IN WITNESS WHEREOF, INSURANCE COMPANY OF THE WEST has caused its official seal to be here- unto affixed and these presents to be signed by its duly authorized officers this 27th day of September, 1989. INSURANCE COMPANY OF THE WEST LQMP�NY� t F NCON'Oly,FO �,Z„� y "c"O� ` President STATE OF CALIFORNIA SS. C�[6apMp COUNTY OF SAN DIEGO On this 27th day of September, 1989 before the subscriber, a Notary Public of the State of California, in and­ for the County of San Diego, duly commissioned and qualified, came BERNARD M. FELDMAN, President of INSURANCE COMPANY OF THE WEST, to me personally known to be the individual and officer described in and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposeth and saith, that he is the said officer of the Corporation aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of the said Corporation, and that the said Corporate Seal and his signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN WITNESS WHEREOF, ,L,,hovo,heC..gTQt of San,;Diego; th�-do?— :an...��r_e„pr fir E. THEODORE .. .I iAA D:tGo CCi:ily ;+p i;,Mgran F,p Jnnp d STATE OF CALIFORNIA COUNTY OF SAN DIEGO SS` et my hand and affixed my Official Seal, at the City above written. I, the undersigned, JAMES W. AUSTIN, III, Secretary 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 Corporate Seal WHEREOF, 0 he Corporation, hereunto this sL1S rlday f S m'�EI�sER Secretary, ORd affixed the LpMPINVOe 3��GOppp,y,FO �1�, i f ICW CAL 37(REV. 5/87) *uropx��/ This Certificate replaces arty certificates for the Ask . uy. ., w b ►RODUCBR COMPANIES AFFORDING COVERAGE IW /Derby Instw ice Associabes, Irc. COMPANY A P. 0. Box 549 IaTtaR Golden We 7rsLorm WWy Glendora, Califomia 91740 COMPANY #moue 4 �. LITTER &Peri@ Suinal SF.rviv Cmrporatim o COMPANY C Bell Genders, Califta " 90 1 LETTBR TAI WWATQ NOMMAITETANDPA ANY REQUMNIf, WIN OR OMXMN OP ANY COW W:F OR OTHER DOCWMWf WITH RESPECT TO W4M THa COMP LATE WAY BE ISM OR WY FEWA04 THIMAWX AFW= K TIE POWWS DESMM NEIIEN M W8*CT TO ALL RE TERMS. 19M UMONt, AND CQHMIOW OF OWN POUOIaf AM E ON N MM eDOM OR ALWWO BY IM WITTHCATIL Loo M OF aMURVW Fgky NUMM ALL LSATB N THOWNDS aAtl! OIM.Y► GENERAL AOSRESATE S 2,000 A CUM 18 71 ]D%29/92 10/29/90 ►ppp�/ Lp��p oPEM°TTIaSM AOOIIE011Ta f 1,000 0° pOMPp@MgISryE ® �ooNtluaroat omrw4nmL FOR w om CONTIVIOr PHMONAL IN t 1,000 EACH OoQaTANCa t 1,000 PAOOUCM IOOMPL OPER xCU NATAMIOB WnW FORM MW DAMA W tEVERABl11Y NfEIEBT OWN Fm DAMAOE JAW ONE FaIQ 1 ® PETMOIIhL NABTM MAIN oowm smut" MEOO AL FXPENSES i 5 71 tA11 IE $%W o E PEW A AUTOMOM Wstm vmrow+Emm CEP 20 18 71 10/29/92 10/29/93 g=Euomff f 1,000 f BMW PER ACCIDOM yMT�tE t b�pl AOOR�OATE NWOMEO me UWUR A UMSREUA POW ooafiENra ON61 TIM uumm" FORM EXC 20 18 72 /29/92 10/29/93 12,000 ww'VFm TAe,-CX A WOFWtVW COIPOMTION AND NAC 18 0606 2$92 2-6-93 Pw W L1ABa)M DN m -EACH EMPLOYEE LONDSHDFMUWS women ' COMPOMMHHON RA1UfOM k, DEICAFT ON OF OPEINTIONylAOA MIR ALL CM W1TIM PWORMED FOR THE CRY OF NEWPORT BEACH TAY OR ON BMW OF TM[ IMMED OWAND N OWSOMON WRN IN FOILOTMM D #2919) * **10 Day Notice of CanceUation for Non - Payment of PLerdAm ** AWEhed) Traffic %901 ht--&ficatim [Dover, 16th Street, krd�ee Hd,Bayside Dr.,ftine Ave.. aft Center Dr., Fal.lnn Dr., T'omw Tma ANO ooNTR�wT NUMSM rr� I .; ry � rf .n•i � •�i i{k JrM:•y WIOIAD ANY CP TIE ABOVE DEPWASED POWMS BE NON - RENEWED. CIiY OF NEWPOFtr BEACH CANCH1ED OR OOWWWOE REOIACED BEFORE THE UM MY" DATE THE P.O. BOX 1788 COMPANY AFFOFQW DDAEFUBE WALL PROSE OO DAYS MIN. ADVANCE 3300 NEWPORT BLVD. flE CRY OF BY REGISTERED MAR_ NEWPORT BEACH, CA 92659 -1168 — t_ "SUE DATE . P g .I . : G1 •' .I . V . ►o v MM It is agreed than • Page 11 1. With respect to such insurance as is afforded by the policy for General Liability, the city of Newport Beach, its officers and employees are additional insureds, but only with respect to liability arising out of operations performed by or on behalf of the named insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection with its general supervision of such operations. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provisions rN OThe 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. Wifh 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 i of this endorsement shall be the limits indicated below written on an "occurrence" basiss (x) Fommeroial ( ) 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 shell, be reduced by any amount paid as damages under this endorsement in behalf of the additional insured(*). 5191 6. 7. Page 11A The Ukts 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 exbess of the limits of liability stated in the policy as applicable to General liability Insurance. Should the policy be non - renewed, canceled or coverage reduced before the expiration date thereof, the Issuing company shall provide 70 days# advance notice to the city of Newport Beach by registered mail, �rt ltbA�cs orksZ srtmen�t Road Designated contracts Baysi& Or • 2919 j .. This endorsement is effective October 29, 1992 at 12:01 a.m. and forms a part of policy No. CCP 201871 of rnlFd F rm CQgmq, (Company Affording Coverage). ISSUING COMPANY am , n mndorseas0st no. s n• 0 AiTON01 It is agreed thats Page 12 1. with respect to such insurance as is afforded by the policy for Automobile Liability, the City or 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 arisinq out of automobiles (1) owned by or registered in the now 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 provisions "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. 1`0 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 Limits sirs W (x ) Multiple limits Bodily Injury Liability $ Bodily Injury Liability Property Damage Liability combined single Limit per person $ per accident 8 Bodily Injury Liability i 1 W0,000,00 Property Damage Liability $ • The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one accident or occurrence in excess of the limits of liability stated in the policy as applicable to Automobile Liability Insurance. 0 Page 12A 4. should the policy be non - renewed, canceled or coverage reduced before the expiration date thereof, the issuing company shall provide 30 days# advance notice to the city of Newport Beach by registered mail, Attentions Public _Works department. Traffic Signal Modification Dover, 16th 9t.,Jad Rd. 5. deli , gnated Contract s n—_ . ,Lac anu UVH%-aay.. arv. a0i0 Ave, Newport CataDr,Fallon Dr, Graidvi]le Land This endorsement is effective Oetcbes 29, M at 1201 a.m. and forms a part of Policy No. a z0 18 71 o (Company Affording Coverage). Insureds Sperior Signal Service Corparatim ISSUING COMPANY Golden Easle'b=rmce U"panyy Bys AuthorIzed R presen ve (Beverly A. Wilcox) .. 91" 1 warssment No. Z aFERICiR SIGNAL SERVICE C34WATION POLICY NIU93 CCP166330 Page 13 "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." 10/8/92 g<PEPSOR SIGNAL SERVICE GOFPORATION Date Name of Contractor (Principal) 2919 aao, ," Z PRESIDENT Contract Number Authorized Signature and Title 5/91 E 0 Page 14 THIS AGREEMENT, entered into this 23;Vt day of , 19LL, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Superior Signal Insurance.Corporation I , hereinafter "Contractor," is made with reference to the following facts: A. City has heretofore advertised for bids for the following described public work: Traffic Signal Modifications at Dover Drive /16th Street, etc. 2919 Title of Project Contract No. B. Contractor has determined by City to be the lowest responsible bidder on said public work, and Contractor's bid, and the compensation set forth in this contract, is based upon a careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction of the following described public work: Traffic Signal Modifications at Dover Drive /16th Street, etc. 2919 T tle of Project Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 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 -Four Thousand Six Hundred Forty -Six Dollars ($ 64,646. ). 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 Endorsement(s) (f) Plans and Special Provisions for Traffic Signal Modi- fications of Dover Dr /16th St etc 2919 Title of Project Contract No. (g) This Contract (h) Standard Specifications of Public Works Construction (current Edition) and all supplements 4. Contractor shall assume the defense of, pay all expenses of defense and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, injury and liability of every kind, nature and description by reason of or arising out of the negligent or willful conduct of the Contractor, his /her employees, agents and subcontractors in the performance of the Project, except such loss or damage caused solely by the active negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. CITY CLERK CQV;K,, 5/91 CITY OF NEWPORT BEACH A Municipal Corporation By. �► Mlsyor SUPERIOR SIGNAL SERVICE CORP. Name of Contractor ESiDENT Aut or z Signature and Title 0 0 0 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT /TRAFFIC No TRAFFIC SIGNAL MODIFICATIONS AT: DOVER DRIVE /16TH STREET JAMBOREE ROAD /BAYSIDE DRIVE - MARINE AVENUE NEWPORT CENTER DRIVE /FARALLON DRIVE - GRANVILLE LANE 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 • 0 SUBJECT PAGE I C. Description .......... ............................... 6 D. Equipment List and Drawings ......................... 6 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 PAGE 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 0 0 SP 1 OF 22 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT /TRAFFIC SPECIAL PROVISIONS TRAFFIC SIGNAL MODIFICATIONS AT: DOVER DRIVE /16TH STREET JAMBOREE ROAD /BAYSIDE DRIVE - MARINE AVENUE NEWPORT CENTER DRIVE /FARALLON DRIVE - GRANVILLE LANE CONTRACT NO. 2919 I. SCOPE OF WORK The work to be done under this contract consists of the modification of traffic signals and safety lighting at the intersections of DOVER DRIVE /16TH STREET; JAMBOREE ROAD /BAYSIDE DRIVE - MARINE AVENUE; NEWPORT CENTER DRIVE /FARALLON DRIVE - GRANVILLE LANE 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 Special Provisions and Standard Drawings for Public Works Construction, 1991 Edition; and, where applicable, the California Standard Specifications, January 1988; and the California Standard Plans, January 1988. The City's Standard Specifications are the Standard Specifications for Public Works Construction, 1991 Edition. Copies may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034; telephone 213 - 202 -7775. Copies of the City's Standard Drawings and Standard Special Provisions may be purchased from the Public Works Department at a cost of $10. The Work Area Traffic Control Handbook, 1990 Edition, can be purchased from Traffic Engineering for $5.00. If there is a conflict in 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 SP 2 of 22 The Contractor shall complete all work within 100 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. PAYMIIdT 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. SP 3 of 22 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. 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 Rating Guide: Property - CasualtV. 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 Class C -10 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 22 IX. FLOW AND ACCEPTANCE OF WATER It is anticipated that surface and ground or other waters will be encountered at various times and locations during the work herein contemplated. The Contractor, by submitting a bid, acknowledges that he has investigated risks arising from water and has prepared his bid accordingly. The Contractor shall conduct his operations in such a manner that storm or other waters may proceed uninterrupted along their existing street and drainage 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. SP 5 of 22 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 Standard Specifications - Except as modified herein, materials and installation shall conform to the California Standard Specifications, January 1988. All references in this section to "Standard Specifications" shall be understood to be referenced to the California Standard Specifications. Standard Plans - Except as modified herein, all references in this section to "Standard Plans" shall be understood to be referenced to the California Standard Plans, January 1988. 3. Codes. Ordinances and Regulations - All electrical materials and equipment furnished and installed under this section shall conform to the referenced regulations and codes specified in Section 86 -1.02 of the Standard Specifications, and to all other ordinances and regulations of the authorities having jurisdiction. When reference is made to the Code, Safety Orders, General Order, or Standards, reference shall be construed to mean the Code, Order or Standard in effect on the date set for receipt of bids. 0 0 SP 6 of 22 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 locations: DOVER DRIVE /16TH STREET JAMBOREE ROAD /BAYSIDE DRIVE-MARINE AVENUE NEWPORT CENTER DRIVE /FARALLON DRIVE- GRANVILLE LANE D. Equipment List and Drawings The controller cabinet schematic wiring diagram and intersection sketch, to be mounted on the cabinet door (24" x 36 "), shall be combined into one drawing so that, when the cabinet door is open, the drawing is oriented with the intersection. The Contractor shall furnish two maintenance manuals for all new controller units, auxiliary equipment, and vehicle detector sensor units, control units and amplifiers. The maintenance manuals and operation manuals may be combined into one manual. The maintenance 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). E. Scheduling of Work 0 SP 7 of 22 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 22 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. Detector cable for future EVP installations must be 3M Model 138 and be installed in designated signal head with sufficient length for future detector installation and pulled into cabinet for future connection to rack - mounted phase selector. 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 22 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 22 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 At Newport Center Drive /Farallon Drive - Granville Lane, all new vehicle heads, as well as mounting hardware, luminaires, and controller cabinet, including service enclosure, shall be painted white (except insides of visors and faces of backplates shall be flat black). The white paint shall be Ameron Standard White (WH -1), commonly called Newport Beach white, or an approved equal. This paint coating consists of Amershield high -gloss urethane (high - build, high - gloss) 3 mil min. over Amercoat 385 epoxy, one coat, 3 mil min. over Dimecoat 21.5, 2 -3 mil, max. of 4 mil over near -white blast finish. All existing vehicle and pedestrian heads, as well as mounting hardware to remain, shall be repainted as follows: 1. Areas with no corrosion shall be sanded /wire brushed and repainted with one coat of Amershield High Gloss Urethane, 3 mil min. 2. Areas with corrosion shall be sanded /wire brushed and repainted with Amercoat 385 Epoxy, one coat, 3 mil min., followed by one coat Amershield High Gloss Urethane, 3 mil min. • • SP 11 of 22 3. Areas with corrosion and rust shall be sanded /wire brushed and repainted with Dimecoat 21.5, 2 -3 mil, max of 4 mil, followed by Amercoat 385 Epoxy, one coat, 3 mil min. followed by Amershield High Gloss Urethane, 3 mil min. At Dover Drive /16th Street and Jamboree Road /Bayside Drive, 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 Corporation application. Type II electrical service cabinets shall match the exterior finish of the controller cabinet. O. Type 90 Controller Assemblies Install City- furnished 8 -phase Multisonics 820 System Controllers wired to operate as shown on the plans. Each controller assembly shall include integral coordination telemetry and time -base coordination capability. 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. The conflict monitors shall be a "Plus" monitor manufactured by Solid State Devices, 127 West Geneva Drive, Tempe, Arizona 85282, or an approved equal. A special external bicycle timing logic package shall be provided in each 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 0 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 shall activate its' respective bicycle timing circuit which shall place and hold a vehicle call on the associated vehicle phase as specified below: SP 12 of 22 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 timer 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 not 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. The cabinet supplied for each Type 90 controller assembly shall be a Type P and conform to Section 86 of CALTRANS Standard Specifications and shall be constructed of aluminum alloy conforming to the following special provisions: Cabinets shall be constructed of sheet aluminum alloy 5052, with a minimum thickness of 0.125 inches. The cabinet surface shall have a smooth, natural aluminum fin?_sh. All exposed edges shall be free of burrs and pit marks. All welds shall be neatly formed and free of cracks, blow holes, and other irregularities. All welds shall be made by the Heliarc welding method. SP 13 of 22 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. Telemetry An 8" x 10" x 4" Type 3R telephone service box shall be installed on the controller cabinet at the locations shown on the plans and as shown on the City of Newport Beach Standard 909 -L. No pull boxes shall be installed between the service cabinet and the service point (vault, etc.), unless required by the utility company. A 3/4" thick plywood panel shall be mounted to the inside back of the service facility. Contractor shall provide telephone service lines as shown on plans and coordinate all necessary telephone interconnect hook- ups to the local controller. Each utility service shall be provided with an independent ground rod. Q. 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. R. 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. S. 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. SP 14 of 22 The Contractor shall test the detectors with a motor - driven cycle, as defined in the California Vehicle Code, that is licensed for street use by the Department of Motor Vehicles of the State of California. The unladen weight of the vehicle shall not exceed 220 pounds and the engine displacement shall not exceed 100 cubic centimeters. Special features, components or vehicles designed to activate the detector will not be permitted. The Contractor shall provide an operator who shall drive the motor - driven cycle through the response or detection area of the detector at not less than 3 miles per hour, nor more than 7 miles per hour. The number of sensor units and lead -in cables required to achieve the specified detection shall be installed. T. 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. U. 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. E V. Photoelectric Controls SP 15 of 22 Type IV photoelectric controls shall be provided on each luminaire and on each internally illuminated street -name sign. W. 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: 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. 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. SP 16 of 22 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. 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. SP 17 of 22 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. 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. X. 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 138 Optical Detector Cable as manufactured by 3M Company, shall be furnished and installed by the Contractor. XIII. REMOVE TRAFFIC STRIPES AND PAVEMENT MARKINGS 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. SP 18 of 22 Two applications of paint shall be made for all striping and markings. The second coat shall be applied two weeks after the first coat. 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: L] The Contractor spotting, which control points feet on curves. 0 SP 19 of 22 shall perform all layout, alignment and will consist of existing stripes or spaced at 200 feet on tangents and 50 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. J SP 20 of 22 XIV. REMOVE 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. 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. MAINTAINING EXISTING AND TEMPORARY ELECTRICAL SYSTEMS Traffic signal system shutdowns shall be limited to periods between the hours of 9:00 a.m. and 3:30 pm. The Contractor shall place "STOP AHEAD" and "STOP" signs to direct vehicle and pedestrian traffic through the intersection during traffic signal system shutdown. Temporary "STOP AHEAD" and "STOP" signs shall be either covered or removed when the system is turned on. "STOP AHEAD" and "STOP" signs shall be furnished by the Contractor and shall conform to the provisions in Section 12- 3.06, "Construction Area Signs ", of the Standard Specifications, except that the base material for the signs shall not be plywood. One "STOP AHEAD" sign and one "STOP" sign shall be placed for each direction of traffic. Location of the signs shall be as directed by the Engineer. Full compensation for furnishing, installing, maintaining and removing temporary "STOP AHEAD" and "STOP" signs and for covering signs not in use shall be considered as included in the contract lump sum price paid for the signal item involved and no additional compensation will be allowed therefor. SP 21 of 22 All existing signal indications, pedestrian push buttons, detectors, and control equipment shall be maintained in operation, except during shutdown hours as specified above. Existing luminaries, that are to be removed, shall remain in operation until the replacement luminaire is installed and operating. 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. 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. XVII. REMOVING. REINSTALLING OR SALVAGING ELECTRICAL Hauling and stockpiling of salvaged material off the right -of- way, as directed by the Engineer, shall be included in the lump - sum price for signal construction. XVIII. 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. XIX. "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. SP 22 of 22 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 • • • • 6 60: L' CITY OF LEP1 4 1992 September 14, 1992 CITY COUNCIL AGENDA ITEM NO. 6 TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works /Traffic Engineering SUBJECT: TRAFFIC SIGNAL MODIFICATIONS AT VARIOUS LOCATIONS (C -2919) RECOMMENDATION Award Contract 2919, in the amount of $64,646.00, to Superior Signal Service Corp., Bell Gardens, California. This project provides for new traffic signal controllers and cabinets which will be compatible with the City's master signal computer. Also included are new signal heads and re- painting of signal heads at the following locations: NEWPORT CENTER DRIVE /FARALLON DRIVE- GRANVILLE LANE JAMBOREE ROAD /BAYSIDE DRIVE - MARINE AVENUE DOVER DRIVE /16TH STREET Plans, specifications and construction estimates were prepared by Robert Bein, William Frost & Associates, of Irvine, California. 1 of 2 E TRAFFIC SIGNAL MODIFICATIONS AT VARIOUS LOCATIONS (C -2919) Eights bids were received and opened in the office of the City Clerk at 11:00 a.m. on August 26, 1992. The bids are listed below. 1. $64,646 Superior Signal Service Corp. Bell Gardens 2. $70,422 Signal Maintenance, Inc. Anaheim 3. $74,889 F. J. Johnson Inc. Anaheim 4. $76,450 D & V Electric Pomona 5. $77,996 Steiny & Co. Inc. Fullerton 6. $81,070 B & D Contractors La Habra • 7. $83,300 Baxter - Griffin Stanton 8. $84,706 Skip's Electric, Inc. Fullerton Gas tax funds for these improvements are budgeted in the current fiscal year. This project is scheduled for completion in November 1992. Richard M. Edmonston Traffic Engineer • RME:bb WP:C2919.CC 2 of 2 • • 1 t!/ August 10, 1992 CITY COUNCIL AGENDA ITEM NO. 10 TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works /Traffic Engineering SUBJECT: TRAFFIC SIGNAL MODIFICATIONS AT VARIOUS LOCATIONS (C -2919) RECOMMENDATIONS• 1. Approve plans and specifications. 2. Affirm Categorical Exemption. 3. Authorize City Clerk to advertise for bids, to be opened at 11:00 a.m. on August 26, 1992. DISCUSSION' This project provides for new traffic signal controllers and cabinets which will be compatible with the City's master signal computer. Also included are new signal heads and re- painting of signal heads at the following locations: Newport Center Drive /Farallon Drive - Granville Lane Jamboree Road /Bayside Drive - Marine Avenue Dover Drive /16th Street The estimated cost of the contract work on this project is $75,000. Plans, specifications and construction estimates were prepared by Robert Bein, William Frost & Associates, of Irvine, CA. Gas tax funds for these improvements are budgeted in the current fiscal year. This project is scheduled for completion in November 1992. Richard M. Edmonston Traffic Engineer RME:JEB:bb WP:C- 2919.CC Authorized to Publish Advertisements of all kinds indqjog public notices by Decree of the Superior court of Orange County, Cali Number A-6214, September 29, 1961, and A -24831 June 11, 1963 STATE OF CALIFORNIA County of Orange I am a Citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the below entitled matter. I am a principal clerk of the NEWPORT BEACH —COSTA MESA DAILY PILOT, a newspaper of general circulation, printed and published in the City of Costa Mesa, County of Orange, State of California, and that attached Notice is a true and complete copy as was printed and published on the following dates: August 14, 21, 1992 I declare, under penalty of perjury, that the foregoing is true and correct. Executed on August 21 ,1992 at Costa :Nn V Signature 11 PROOF OF PUBLICATION 31, 60 -�903