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