Loading...
HomeMy WebLinkAboutC-2937 - Traffic Signal Modifications at Birch Street/Von Karman Avenue; Birch Street/Dove Street; Birch Street/Quail Street; MacArthur Boulevard/Von Karman Avenue to Newport Place Drive0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 August 15, 1994 Superior Signal Service Corp. 7224 Scout Ave. Bell Gardens, CA 90201 (714) 644 -3005 Subject: Surety: insurance Company of the West Bond No.: 1268387 Contract No.: C -2937 Project: Traffic Signal Modifications at: Birch Street /Von Karman Avenue; Birch Street/ Dove Street; Birch Street /Quail Street; MacArthur Boulevard /Von Karman Avenue - Newport Place Drive The City Council of Newport Beach on July 25, 1994, accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice has been recorded in accordance with applicable portions of the Civil Code. The Notice was recorded by the Orange County Recorder on August 4, 1994, Reference No. 94- 0487994. Sincerely, Wanda E. Raggio City Clerk WER:pm cc: Public Works Department i 3300 Newport Boulevard, Newport Beach E RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerkzz 12,1t. City of NewpBr Beach 3300 Newport Boulevard Newport Beach, CA 92663 .I- . ;= Pl.'s. ' ^: l "Exempt from recording fees ppursuant to Government Code Section b103" 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 Corp. 7224 Scout Ave., Bell Gardens, CA 90201 as Contractor, entered into a Contract on July 19, 1993 Said Contract set forth certain improvements, as follows: Traffic Signal Modifications at: Birch Street /Von Karman Avenue; Birch, Street/ Dove Street; Birch Street /Quail Street; MacArthur Boulevard /Von Karman Avenue - Newport Place Drive (C -2937) - located in the City of Newport Beach, County of Orange. Work on said Contract was completed on May 3, 1994 and was found to be acceptable on _July 25, 1994 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Insurance Company of the West, 1111 E. Katella Avenue, #250, Orange, CA 92667 BY = = ��' _ Pud�ic %' Ors Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on Newport Beach, Cal 4o rnia. O BY city clerk , at 4 RECEIVED A119 1G 1994 Cm M me CITY of NWPCRTCEAC4 0 • • July 25, 1994 CITY COUNCIL AGENDA APPROVED ITEM NO.__ 24___ TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT SUBJECT: ACCEPTANCE OF TRAFFIC SIGNAL MODIFICATIONS AT VARIOUS LOCATIONS, C -2937. RECOMMENDATION: 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 modification to traffic signals at Birch Street /Von Karman Avenue, Birch Street /Dove Street, Birch Street /Quail Street and MacArthur Boulevard/Von Karman Avenue - Newport Place Drive have been completed to the satisfaction of the Public Works Department. The bid price was $ 97,607.00 Amount of change orders 3,858.67 Total contract cost $ 101,465.67 A total of two (2) change orders were issued to complete the project. The first change order in the amount of $1,000.00 provided for the installation of four (4) traffic signal loops. The second change order in the amount of $2,858.67 provided for installation of temporary traffic signals, concrete removal, conduit modifications and additional wires. Funds for the project were budgeted in the Gas Tax fund, Account No. 7282 - 98302608. The contractor is Superior Signal Service, City of Bell Gardens. The contract completion date was May 3, 1994. Benja in B. Noeclan Public Works Director • f CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: July 19, 1993 (714) 644 -3005 SUBJECT: Contract No. C -2937 C,c7?j Z74 -7 , ao -y3 Description of Contract Traffic Signal Modifications at: Birch Street /Von Karman Avenue, Birch Street /Dove Street, Birch ve Effective date of Contract Julv 19, 1993 Authorized by Minute Action, approved on June 28, 1993 Contract with Superior Signal Service Corp. Address 7224 Scout Ave. Bell Gardens, CA 90201 Amount of Contract $97,607.00 " s , Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach CITY CLERK • `' CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT/TRAFFIC ENGINEERING NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, City Hall, 3300 Newport Boulevard, P. O. Box 1768, Newport Beach, CA 92659 -1768, until 10 a.m. on June 17, 1993, at which time such bids shall be opened and read for: TRAFFIC SIGNAL MODIFICATIONS AT: BIRCH STREET/VON KARMAN AVENUE BIRCH STREET /DOVE STREET BIRCH STREET /QUAIL STREET MACARTHUR BOULEVARD/VON KARMAN AVENUE - NEWPORT PLACE DRIVE Contract No. 2937 Engineer's Estimate $120,900.00 Approved by City Council on May 24, 1993 i When returning your bid, please mark envelope: BID: SIGNAL MODIFICATIONS DUE: 10 a.m., June 17, 1993 For further information, call JIM BRAHLER, Project Engineer, at (714) 644 -3344. CITY OF NEWPORT BEACH J t` I , • 40 PR 1.1 PUBLIC WORKS DEPARTMENT/TRAFFIC ENGINEERING CONTRACT PROPOSAL TRAFFIC SIGNAL MODIFICATIONS AT BIRCH STREET/VON KARMAN AVENUE BIRCH STREET /DOVE STREET BIRCH STREET /QUAIL STREET MACARTHUR BOULEVARD/VON KARMAN AVENUE - NEWPORT PLACE DRIVE To the Honorable City Council City of Newport Beach 3300 Newport Boulevard 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. 2937 in accordance with the Plans and Special Provisions, and will take in full payment therefor the following unit price for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION TOTAL NO. & UNIT UNIT PRICE IN WORDS PRICE 1. Lump Sum Traffic signal modifications at Birch Street /Von Karman Avenue (City- furnished controller and cabinet). ET_ EVEN THOUSAP D Dollars and Cents $ 11, L L L ITEM QUANTITY NO. & UNIT PR 1.2 ITEM DESCRIPTION TOTAL UNIT PRICE IN WORDS PRICE 2. Lump Sum Traffic signal modifications at Birch Street /Quail Street (City- furnished controller and cabinet). SIX THOUSAND ONE HUNDRED NINETEEN Dollars and Cents $ 6,119.00 3. Lump Sum Traffic signal modifications at Birch Street /Dove Street (City- furnished controller and cabinet). FIVE THOUSAND EIGHT HUNDRED Dollars THIRTY T,-.0 and Cents $__5,_032-00 4. Lump Sum Traffic signal modifications at MacArthur Boulevard /Von Kerman Avenue - Newport Place Drive (City- furnished controller and cabinet). THIFTY FOUR THOUSAND SIB_ Dollars c lrTY Si,,, and Cents $ id 6,r, fir. . , 0 0 PR 1.3 ITEM QUANTITY ITEM DESCRIPTION TOTAL NO. & UNIT UNIT PRICE IN WORDS PRICE 5. Lump Sum Install opticom cable and detectors. TF,TLVE THOUSAND FOUR HUNDRED Dollars TWENTY OF:E and Cents $ 12,421.00 6. Lump Sum Install interconnect. Ti:ENTY SEVEN; THOUSAL -D FIVE Dollars TOTAL PRICE WRITTEN IN WORDS NIPEETY SEVER: THOUSL:P:D SIX HUNDRED is SEVER: TOTAL PRICE WRITTEN IN FIGURES: 97, 607.00 and Cents $ 27 57� o-, Dollars & Cents 0 283204 C -10, A Contractor's License No. /Classification QTTT RDTr)L1 QTPVA QTDN'TrV Bidder (310) 927 -4468 Bidder's Telephone Number 7224 SCOUT AVE. BELL GARDEES, CA. 90201 Bidder's Address 0 PR 1.4 JUNE 16, 1993 Date Authorized Signature PRESIDENT Title 0 0 Page 2 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: PROPOSAL (Page 1) INSTRUCTIONS TO BIDDERS (Page 2) DESIGNATION OF SUBCONTRACTORS (Page 3) BIDDER'S BOND (Page 4) NON - COLLUSION AFFIDAVIT (Page 5) TECHNICAL ABILITY AND EXPERIENCE REFERENCES (Page 6) except that cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. The City of Newport Beach will not permit a substitute format for the documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 5/91 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 co: 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 SUERICR SICNAL ShRVICE CORP. 6/16/93 Date 5/91 PRESIDENT • • Page 3 DESIGNATION OF SUBCONTRACTORS) 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 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. SUiE:.IOF_ SIGY'AL SERVICE CORF. Bidder 5/91 DEI'T Authorized Signature/Title v • BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, 11 Page 4 BOND NO: 132173 BIDS TO OWNER: JUNE 17, 1993 That we, SUPERIOR SIGNAL SERVICE CORPORATION as bidder, and INSURANCE COMPANY OF THE WEST , as Surety, are held and firmly bound unto the City of Newport Beach, California, in the sum of TEN PERCENT (107) OF THE TOTAL BID IN Dollars ($ 107 ) , lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of TRAFFIC SIGNAL MODIFICATION AT BIRCH STREET /VON KARMAN AVENUE, ET AL. (Title of Project and Contract No.) in the City of Newport Beach, NO. 2937 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 11TH day of JUNE , 19 93 . SUPERIOR SIGNAL SERVICE CORPORATION Bidder (Attach Acknowledgment Of Attorney -In -Fact) Margareta Hierl Notary Public Commission Expires: 12 -9 -94 5/91 uthorize igna ure/T tle H, Chat 6a11aitd,/0/'v6ltict INSURANCE COMPANY OF THE WEST SURETY By: K. CUNNING ATTORNEY -IN -FACT Certificate of Acknowledgement STATE OF CALIFORNIA County of Los An u l s i On June 11, 1993 beforeme, Margareta T. Hierl, Notary Public personally appeared _Judith _R. Cunningham personally known to me (or proved to me on the bads of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he: sherthey executed the same in his/her/their authorized capacity(ies), and that by his /hen their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument WITNESS my hand and official seat, , Signature _ (Seal) co A „ ., myCemr i ici pcs Dec. 1994 760772 6 41 �11�IUUIIWiIIIIiwIIIli11411111111WIlinli, AUnLUnwneim, IIJWIW116 ;xAinulnfAeeYdL,bmWm,IIYIIIGWJ� INSUR*CE COMPANY OF TIC 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: JUDITH K. CUNNINGHAM its true and lawful Attorney(s) -in -Fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal, acknowledge and deliver any and all bonds, undertakings, recognizances or other written obligations in the nature thereof. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of INSURANCE COMPANY OF THE WEST at a meeting duly called and held on the 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. LpMPAMY �e y,�owopr "o �, s STATE OF CALIFORNIA 45 CI( /�OpN'� COUNTY OF SAN DIEGO INSURANCE 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, I have hereunto set my hand and affixed my Official Seal, at the City of San Diego, Ahe� day, pnd--.year;rfirst.r`dhove written. (off J,d;iS E. THEODORE } Jru:a.0 ?� n STATE OF CALIFORNIA 55: COUNTY OF SAN DIEGO 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 WITNESS WHEREOF, I have hereunto sut� scribed my name as Secretary, pp❑❑d affixed the Corporate Seal of the Corporation, this 11TH day of JUNE 1g yy pµPAxr _/�L ecretary ICW CAL 37(REV. 5/87) ClUfngM� 0 0 Page 5 NON - COLLUSION AFFIDAVIT State of California ) ss. County of LOS ANGELE H. CHET GALT.AND , being first duly sworn, deposes and says that he emxshe is PRESIDENT ofS1IPRRICR SIM Ar. sFnvTEE 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 t agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury that the foregoing is true and correct. 99 SUPERIOR SIGI -AL SEF.VTCF. Co-,7- if L� �� ESIDEET d Bidder Authorized Signature /Title Subscribed and sworn to before me this 16th day of :UNE 19 93 [SEAL) Pearl Lovetere Notary Public My Commission Expires: 9 -10 -96 5/91 RPOSE ACKNOWLEDGMENT State of CALIFORNIA County of LOS ANGELES On 6/16/93 before me, PEARL LOVETERE, NOTARY PUBLIC GATE NAME, TITLE OF OFFICER - E.G., 'JANE DOE, NOTARY PUBLIC" personally appeared H. CHET GALLAND ----------------- NAME(S) OF SIGNER(S) apersonally 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 ac- - - - - - - - - knowledged to me that he /she /they executed the same in his /her /their authorized PEARL LOVETERE capacity(ies), and that by his /her /their QMV COMM. # 973119 Z n signature(s) on the instrument the person(s), LOS ANGELES COUNTY or the entity upon behalf of which the Comm. ExpiresSEP 10. 1996 person(s) acted, executed the instrument. THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: ,Though the data requested here is not required by law, it could prevent fraudulent reattachment of this form. WITNESS my hand and official seal. SIGNATURE OF NOTARY OPTIONAL SECTION No. 5793 OPTIONAL SECTION CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons retying on the document. E] INDIVIDUAL CORPORATE OFFICER(S) PRESIDENT TITLE(S) E] PARTNER(S) [:] LIMITED 0 GENERAL E] ATTORNEY -IN -FACT TRUSTEE(S) C3 GUARDIAN /CONSERVATOR OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) •• • �• \ •i• i - • \•\ • goi\miealm NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE *1992 NATIONAL NOTARY ASSOCIATION • 8236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 91309 -7184 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 1992 CITY OF BUENA FARK NAilIL HEF:IP: 714- 562 -3500 9/92 CITY OF NE1,:FO,T i;EACH LARK FUCI,ISI 714 - 644-3318 9/92 CITY OF GARDEN GROVE :iIP KOEF.INGS 714- 741 -5064 9/92 CITY OF MCYTEBELLC jOHNF SA1-`C11E7- 213 -uU7 -1471 SUFEFICR SIGNAL SERVICE CORE Bidder 5/91 r IDEKT Authorized Signature/Title 0 0 Page 7 NOTICE TO SUCCESSFUL BIDDER 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 0 EXECUTED IN FOUR (4) COUNTERPARTS PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, that WHEREAS, the City Council of the City of of California, by motion adopted 6 -28 -93 to Superior h Signal Service Corporation designated as te "Principal ", a contract for NO: 1268387 Page a Beach, State has awarded hereinafter cations at various locations (CO tract No. 2937 n the City of Newport Beach, in strict conformi with the D wra ings and Specifications and other contract documen s in the office of the City Clerk of the City of Newport Beach, nd all of which are incorporated herein by this reference; WHEREAS, said Principal has executed or is about to execute Contract No. 2937 and the terms thereof re uire the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about th performance of the work agreed to be done, or for any work or 1 bor done thereon of any kind, the Surety on this bond will pay th same to the extent hereinafter set forth: NOW, THEREFORE, We, Superior Signal Servi a Corporation as Principal, and Insurance Company of the West as Surety,N Nf L�o�dHDthe City of Newport Seach, in the sum of �yEN A D N0/ --------- - - - - -- Dolla s ($ 971607.00 - - - - -- ) , said sum being equal to 100% of the estimated mount payable by the City of Newport Beach under the terms of the contract; for which payment well and truly made, we bind ou selves, our heirs, executors and administrators, successors, or ssigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUC , that if the above bounden Principal or his /her subcontractors, tail to pay for any materials, provisions, or other supplies, us d in, upon, for, or about the performance of the work contracted t ba done, or for any other work or labor thereon of any kind or f r amounts due under the Unemployment Insurance Code with respect t such work or labor, or for any amounts required to be deducted, w thheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractor pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, that the Surety or Sureties will p y for the same, in an amount not exceeding the sum specified in t e bond, and also, in case suit is brought upon the bond, a reasona le 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 5191 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 shall indiidual, it is the gSuety from eits obligations sc principal bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 1st day of July , 19 93. SUPERIOR SIGNAL SERVICE CORPORATION u I or ZeA"gnature7T tle Name of Contractor (Principal) INSURANCE COMPANY OF THE WEST Name of Surety By p. 0 1 d Agent S gnature OHN M. GARRETT, ATTORNEY -IN -FACT 1111 E. KATELLA AVENUE, #250, ORANGE, CA 92667 Tel)633 -9640 Address of Surety NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY )LUST BE ATTACHED 5/91 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT �— No. 5193 State of CALIFORNIA County of LOS ANGELES 0n7/2/93 beforeme, PEARL LOVETERE, NOTARY PUBLIC DATE NAME, TITLE OF OFFICER - E.G., "JANE DOE. NOTARY PUBLIC" personally appeared H. CHET GALLAND ------------------ 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 ac- knowledged to me that he /she /they executed the same in his /her /their authorized SMY PEARL 47= capacity(ies), and that by his /her /their COMM.I973119 i signature(s) on the instrument the person(s), Notory Public— California or the entit u on behalf of which the LOS ANGELES COUNTY Y P COMM. E11pirM SEP 10, 1996 person(s) acted, executed the instrument. THIS CERTIFICATE MUST BE ATTACHED TO ,THE DOCUMENT DESCRIBED AT RIGHT: WITNES my hand and o /ff�ial eal. ���5�J SIGNATURE OF NOTARY OPTIONAL SECTION TITLE OR TYPE OF DOCUMENT OPTIONAL SECTION CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. ❑ INDIVIDUAL ® CORPORATE OFFICER(S) PRE..S TITLE(S) PARTNER(S) []LIMITED ❑ GENERAL ATTORNEYAN -FACT TRUSTEE(S) GUARDIAN /CONSERVATOR OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) NUMBER OF PAGES DATE OF DOCUMENT Though the data requested here is not required by law, it could prevent fraudulent reattachment of this form. SIGNER(S) OTHER THAN NAMED 01992 NATIONAL NOTARY ASSOCIATION - 8236 Remmet Ave., P.O. Box 7184 - Canoga Park, CA 91309 -7184 y State of CALIFORNIA ` County of ORANGE On 7/1/93 before me, J.K. CUNNINGHAM , NOTARY PUBLIC NAME, TITLE OF OFFICER -E.G., 'JANE DOE, NOTARY PUBLIC' personally appeared JOHN M. GARRETT NAMES) OF SIGNER(S) E2 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 his /her1their signature(s) on the Instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. ;,v;.a. � ..... _ a:- •r®-rw BxWATU OTARY THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: r Though the data requested hero Is not required by law, it could prevent fraudulent reattachment of this form. rues OPTIONAL SECTION TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT E a NO: 1268387 *M erg tiAmod or dM iro k $918.00 EXECUTED IN FOUR (4) COUNTERPARTS nlWsuhmQpwynarwnbedi ag often a rgb d red arnb p.ka Page 9 FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted 6 -28 -93 has awarded to Superior Signal Service Corporation hereinafter designated as the .Principal", a contract for traffic signal modifications at various locations (Contract No, 2937 ) in the City of Newport Beach, in strict conformity with the Contract, Drawings and Specifications and other contract documents in the office of the City Clerk of the City of Newport Beach, all of which are incorporated herein by this reference; WHEREAS, Principal has executed or is about to execute Contract No. 2937 and the terms thereof require the furnishing of a bond for the faithful performance of the Contract; NOW, THEREFORE, as Principal, and as Surety, N1 NET 4'gilE the sum of SEVEN AND N said sum being eq1 we, Superior Signal Service Corporation Dollars ($97.60)- 00 - - -) , e estimated amount of the contract, to be paid to the City or its certain attorney, its successors, and assigns; for which payment well and truly made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well keep truly and perform the covenants, conditions, and agreements in the Contract and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, and shall indemnify and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby, and in addition to the fact amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, in the event it is required by bringing any action in law or equity to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any wise affect its 5/91 E 0 Page 9A obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for six (6) months following the date of formal acceptance of the Project by the City. In the event that the principal executed this bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 1st day of July , 1993 . SUPERIOR SIGNAL SERVICE CORPORATION Name of Contractor (Principal) INSURANCE COMPANY OF THE WEST By:Q /%il`% Name of Surety Aut r d Agent Signature 1111 E. KATELLA AVENUE, 0250, ORANGE, CA 92667 I JOHN 3M. GARRETT, ATTORNEY -IN -FACT Address of Surety Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY BUST BE ATTACHED 5/91 State of CALIFORNIA County of ORANGE .' On 7/1/93 before me, J.K. CUNNINGHAM , NOTARY PUBLIC t i NAME. TITLE OF OFFICER -E.G., 'JANE DOE, NOTARY PUBLIC personally appeared JOHN M. GARRETT 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 ..,e.....wi by his /her/their signature(s) on the Instrument the person(s), or the entity upon �j. ; . w behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. o Y Ci THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: i Though the data requested here is not required by law, it could prevent traudulent reattachment of this form. Fn PA OPTIONAL SECTION TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT ALL-PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of LOS ANGELES On 7j before me, PEARL LOVETERE , NOTARY PUBLIC DgTE NAME, TITLE OF OFFICER - E.G., "JANE DOE, NOTARY PUBLIC" personally appeared H CHET GALLAND ---------------- NAME(S) OF SIGNER(S) [34ersonally known to me - OR - 0 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 ac- knowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their PEARL LOVERERE signature(s) on the instrument the person(s), a • - COMM. t 973119 Z `� z 3 �- Notary Pic — California or the entity upon behalf of which the Y P LOS ANGELES COUNTY *Comm. Expires SEP 10, 1996 person(S) acted, executed the instrument. WITNE my hand and official eal. d SIGNATURE OF NOTARY THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED AT RIGHT: Though the data requested here is not required by law, it could prevent fraudulent reattachment of this form. OPTIONAL SECTION TITLE OR TYPE OF DOCUMENT No. 5193 OPTIONAL SECTION CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. 0 INDIVIDUAL ® CORPORATE OFFICER(S) TITLES) PARTNER(S) E] LIMITED 0 GENERAL 0 ATTORNEY -IN -FACT TRUSTEE(S) GUARDIANICONSERVATOR OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY0ES) NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE ©1992 NATIONAL NOTARY ASSOCIATION • 8236 Remmet Ave., P.O. Box 7184 • Canoga Park, CA 91309 -7184 Insuratce Company of theAVest HOME OFFICE: SAN DIEGO, CALIFORNIA POWER OF ATTORNEY KNOW ALL MEN-BY THESE PRESENTS: That INSURANCE COMPANY OF THE WEST, a Corporation duly authorized and existing under the laws of the State of CALIFORNIA and having its principal office In the City of San Diego, California, does hereby nominate, constitute and appoint: John M. Garrett Its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal, acknowledge and deliver any and all bonds, undertakings, recognizances or other written obligations In the nature thereof. This Power of Attorney Is granted and Is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of INSURANCE COMPANY OF THE WEST at a meeting duly called and held on the 16th day of AUGUST, 1991, which said Resolution has not been amended or rescinded and of which the following is a true, full, and complete copy: "RESOLVED, that the Chairman of the Board, the President, an Executive Vice President or a Senior Vice President of the Company, be, and that each or any of them Is, authorized to execute Powers of Attorney qualifying the attorney named In the given Power of Attorney to execute on behalf of the Company, bonds, undertakings, and all contracts of suretyship; and that a Vice President, an Assistant Vice President, a Secretary or an Assistant Secretary be, and that each or any of them hereby Is, authorized to attest the execution of any such Power of Attorney, and to attach thereto the seal of the Company. FURTHER RESOLVED, that the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company when so affixed and In the future with respect to any bond, undertaking or contract of suretyship to which it is attached. FURTHER RESOLVED, that the Attorney -in -Fact may be given full power to execute for and in the name of and on behalf of the Company any and all bonds and undertakings as the business of the Company may require, and any such bonds or undertakings executed by any such Attorney -In -Fact shall be as binding upon the Company as If signed by an authorized officer of the Company.' IN WITNESS WHEREOF, INSURANCE COMPANY OF THE WEST has caused Its official seal to be hereunto affixed and these presents to be signed by its duly authorized officers this 12th day of October, 1992 +``�pY11er0`y INSU NICE t,1PANY OF THE WEST aJ a�0�10Ulr� � / s . wb11. eM1 ' STATE OF CALIFORNIA COUNTY OF SAN DIEGO SS: r+tsenv ohn L Hannum; Senior Vice President On this 12th day of October, 1992 before the subscriber, a Notary-Public of the State of California, In and for the County of San Diego, duly commissioned and qualified, came John L Hannum, Senior Vice President of INSURANCE COMPANY OF THE WEST, to me personally known to be the individual and officer described in and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposelh and saith, that he Is the said officer of the Corporation aforesaid, and that the seal affixed to the preceding Instrument Is the Corporate Seal of the said Corporation, and that the said Corporate Seal and his signature as such officer were duly affixed and subscribed to the said Instrument by the authority and direction of the said Corporation. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the City of San Diego, the day and year first above written. original POWER OF ATTORNEY, of which the foregoing Is a full, true and correct copy, It In full force and effect, and has not been revoked. IN WITNESS WHEREOF, I have hereunto subscribed my name as Vice President, and affixed the Corporate Seal of the Corporation, this 1ST day of JULY 1g 93 rrs,o INSURANCE COMPANY OF THE WEST 4 ,ftw 1, % Q wKll m M r r4soeN E. Horned baVi3 Vice President IOW CAL 37 OFFICIAL SEAL FRANCIS FAFAUL EC11 NOTA RY PUBLIC - CALIFORNIA SAN DIEGO COUNTY STATE OF CALIFORNIA gMY COUNTY OF SAN DIEGO "/ COMMISSION EXPIRES AUGUST 11, 1995 Notary Public I, the undersigned, E. Ha MPANY OF THE WEST, do hereby cenily that the original POWER OF ATTORNEY, of which the foregoing Is a full, true and correct copy, It In full force and effect, and has not been revoked. IN WITNESS WHEREOF, I have hereunto subscribed my name as Vice President, and affixed the Corporate Seal of the Corporation, this 1ST day of JULY 1g 93 rrs,o INSURANCE COMPANY OF THE WEST 4 ,ftw 1, % Q wKll m M r r4soeN E. Horned baVi3 Vice President IOW CAL 37 Page 10 COWIFICATE OF INSURANCW — — — PRODUCER COMPANIES AFFORDING COVERAGE ISU -DERBY INSURANCE ASSOCIATES, INC. P.O. Box 549 COMPANY A LETTER Glendora, CA 91740 GOLDEN EAGLE INSURANCE COMPANY COMPANY B LETTER INSURED SUPERIOR SIGNAL SERVICE CORPORATION 7224 Scout Avenue COMPANY C Bel Gardens, CA 90201 LETTER COVERAGES.:..-. THIS IS TO CERTIFY THAT FOUCIES OF INSURANCE LISTED BELOW- IiAVE�BEEN SSSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWTIHSTANOING ANY REOLIMEMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS. AND CONDITIONS OF SUCH POLICIES AND IS NOT AMENDED. EXTENDED OR ALTERED BY THIS CERTIFICATE CO L TYPE OF INSURANCE POLICY NUMBER EFFECTIVE DATE EXPIRATION DATE ALL LIMITS IN THOUSANDS GENERAL LIABILITY GENERAL AGGREGATE $ 2,000,000 ( OCCURANCE BASIS ONLY) A COMMERCIAL IICCP 201871 10-29-9210-29-92 PRODUCTS/COMPLETED $ 1,000,000 COMPREHENSIVE OPERATIONS AGGREGATE OWNERS 6 CONTRACTORS ® PERSONAL INJURY S 1,000,000 ❑ CONTRACTUAL FOR SPECIFIC CONTRACT EACH OCCJRANCE S 1,000,000 ❑ PRODUCTS /COMPL OPER ❑ XCU HAZARDS ❑ BROAD FORM PROP. DAMAGE ❑ SEVERABglTY OF INTEREST FIRE DAMAGE $ 50,000 CLAUSE (A O FIRE) ❑ PERSONAL INJURY WITFL EMPLOYEE EXCLUSION MEDICAL EXPENSES S 5,000 REMOVED (ANY ONE PERSON) MARINE AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S 1,000,000 e COMPREHENSIVE BODILY INJURY S A X OWNED iICCP 201871 0 -29 -92 0 -29 -93 (PER PERSON) BODILY INJURY = HIRED (PER ACCIDENT) NON-OWNED PROPERTY DAMAGE : EXCESS LIABILITY At EACH AGGREGATE UMBRELLA FORM OCCURRENCE A OTHER THAN UMBRELLA FORM #CCP 2018 1 -2 - s2, 000,000 $2,000,000 STATUTORY WORKERS' COMPENSATION S 1 000 000 EACH ACCIDENT A AND #NWC 18060601 2 -06 -93 2 -06 -9 = 1,000,000 DISEASE -POLICY LIMIT EMPLOYERS' LIABILITY $ 1,000,000 - DISEASE • EACH EMPLOYEE LONGSHOREMEN'S AND HARBOR WORKERT,' COMPENSATION STATUTORY; DESCRIPTION OF OPERATIONSAOCATKIN SVEMCLES/RESTRICTIONS/SPECULL ITEMS: ALL OPERATIONS PERFORMED FOR THE CITY OF NEWPORT BEACH BY OR ON BEHALF OF THE NAMED INSURED IN CONNECTION WITH THE FOLLOWING CONTRACT: TRAFFIC SIGNAL MODIFICATIONS AT: BIRCH STREET /VON KARMAN AVENUE; BIRCH ST /DOVE ST; BIRCH ST /QUAIL ST; MACARTHUR BL /VON KARMAN AV- NEWPORT PL DR (C -2937) PROJECT TNlE AND CONTRACT NUMBER CERTIFICATE HOLDER a "CANCELLATION .° ` SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON-RENEWED. CITY OF NEWPORT BEACH CANCELLED OR COVERAGE RED EFORE THE EXPIRATION DATE THE P.O. BOX 1768 COMPANY AFFORDING COVERAG PROVIDE 30 DAYS MIN, ADVANCE 3300 NEWPORT BLVD. NOTICE TO THE Cm OF N- T B CH OY REGISTERE MAIL NEWPORT BEACH, CA. 92659 -1768 E N 7 -02 -93 AUTHORIZE REPRESENTATIVE ISSUE DATE • • Page 11 GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: With respect to such insurance as is afforded by the policy for General Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability arising out of operations performed by or on behalf of the named insureds in connection with the contract designated below or acts and omissions of the additional insureds in connection with its general supervision of such operations. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of liability of the company affording coverage. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision contained in the written contract designated below, between the named insured and the City of Newport Beach. 4. With respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU" hazards) are deleted. The limits of liability under this endorsement for the additional insured(s) named in Paragraph 1 of this endorsement shall be the limits indicated below written on an "Occurrence" basis: (x) Commercial ( ) Comprehensive General Liability $ 1,000,000 each occurrence $ 2,000,000 aggregate The applicable limit of Contractual Liability for the company affording coverage shall be reduced by any amount paid as damages under this endorsement in behalf of the additional insured(s). 5/91 111M a0 'aa 14:07 SUPERIOR SIGNAL �PfiGE.003 Page 11A The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to General Liability Insurance. 6. Should the policy be non - renewed, canceled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. 7. Designated Contract: TRAFFIC SIGNAL MODIFICATIONS AT VARIOUS Project Title and Contract No. C -2937 This endorsement is effective July 2. 1993 at 12:01 a.m. and forms a part of Policy No. CCP201871 Of (:olden F.agla Tncnrnnre Co- (Company Affording Coverage). Insured: Superior Signal Service Corporation Endorsement No.: ISSUING COMPANY O � r zed Representative 5/91 r-1 U E Page 12 AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Automobile Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (3) operated by an additional insured. The insurance afforded said additional insured(s) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of liability of the company affording coverage." 3. The limits of liability under this endorsement for the additional insureds named in Paragraph 1. of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit: 5/91 ( ) Multiple limits Bodily Injury Liability Bodily Injury Liability Property Damage Liability ( k) Combined single Limit Bodily Injury Liability & Property Damage Liability S $ 11000,000 per person per accident The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one accident or occurrence in excess of the limits of liability stated in the policy as applicable to Automobile Liability Insurance. 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, Attention: Public Works Department. 5. Designated Contract: TRAFFIC SIGNAL MODIFICATIONS AT VARIOUS LOCATION Project Title and Contract No. C -2937 This endorsement is effective July 2, 1993 at 12:01 a.m. and forms a part of Policy No. CCP201871 of Golden Eagle Insurance Co. (Company Affording Coverage). Insured: Superior Signal Service Corp. Endorsement No.: ISSUING COMPANY 5/91 Ll Page 13 WORKERS' COMPENSATION INSURANCE CERTIFICATION "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." 6/30/93 SUPERIOR SIGNAL SERVICE CORPORATION Date Name of Contractor (Principal) C -2937 '�.�- PRESIDENT Contract Number Authorized Signature and Title TRAFFIC SIGNAL MODIFICATIONS AT: BIRCH ST /VON KARMAN AV; BIRCH ST/ DOVE ST; BIRCH ST /QUAIL ST; MACARTHUR BL /VON KARMAN AV- NEWPORT PL DR (C -2937) Title of Project 5191 n LJ n LA Page 14 CONTRACT THIS AGREEMENT, entered into this _&i_/_Aay of f� , 19ff, by and between the CITY OF NEWPORT BEACH, here' of r "City," and SUPERIOR SIGNAL SERVICE CORPORATION ereinafter "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: BIRCH ST /VON KARMAN AV; BIRCH ST/ 2937 DOVE ST; BIRCH ST /QUAIL ST; MACARTHUR BL/ Title of Project Contract No. VON KARMAN AV- NEWPORT PL 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: BIRCH ST /VON KARMAN AV; BIRCH ST/ 2937 DOVE ST; BIRCH ST /QUAIL ST; MACARTHUR BL/ Title of Project Contract No. VON KARMAN AV- NEWPORT PL 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. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of Ninety -seven thousand six hundred seven Dollars ($ 97,607.00 ). This compensation includes: (a) Any loss or damage arising from the nature of the work, (b) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (c) Any expense incurred as a result of any suspension or discontinuance of the work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 5/91 Page 14A 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 at various locations 2937 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. APPROVED AS FORM: -EITIt ATTORNIEY ATTEST: CITY CLERK 5/91 -, rC)K•: CITY OF NEWPORT BEACH A Municipal Corporation B ayor SUPERIOR SIGNAL SERVICE CORP. Name of Contractor 0a 6;E SIDEFT Authorized signature and Title 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT/TRAFFIC ENGINEERING INDEX TRAFFIC SIGNAL MODIFICATIONS AT: BIRCH STREET /DOVE STREET BIRCH STREET /QUAIL STREET BIRCH STREET/VON KARMAN AVENUE MACARTHUR BOULEVARD/VON KARMAN AVENUE - NEWPORT PLACE DRIVE (C -2937) SUBJECT I. SCOPE OF WORK .............................. II. COMPLETION OF WORK ......................... III. CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK ...................... IV. PAYMENT ..... ............................... V. INSURANCE. .................................. VI. LICENSES ..... ............................... VII. PROTECTION OF EXISTING UTILITIES ............... VIII. WATER ....... ............................... IX. FLOW AND ACCEPTANCE OF WATER ............... X. AS -BUILT PRINTS ............................... XI. GUARANTEE ... ............................... PAGE NO 1 2 2 2 3 3 3 3 3 4 4 9 • • SUBJECT PAGE NO. XII. TRAFFIC SIGNAL AND SAFETY LIGHTING FACILITIES .... 4 A. General .. ............................... 4 B. Reference Specifications and Standard Plans ...... 4 1. Standard Specifications ................. 4 2. Standard Plans ....................... 5 3. Codes, Ordinances, and Regulations ....... 5 C. Description .............................. 5 D. Equipment List and Drawings ................. 5 E. Scheduling of Work ........................ 6 F. Standards, Steel Pedestals and Posts ........... 6 G. Conduit . ............................... 7 H. Pull Boxes .............................. 7 I. Conductors and Wiring ..................... 7 J. Service .. ............................... 8 K. Testing .. ............................... 7 L. Painting . ............................... 9 M. Type 90 Controller Assemblies ................ 9 N. Telemetry ............................... 11 O. Vehicle Signal Faces and Signal Heads .......... 11 P. Detectors ............................... 11 Q. Pedestrian Pushbuttons ..................... 12 R. OPTICOM Priority Control System ............. 12 SUBJECT PAGE NO. XIII. MAINTAINING EXISTING AND TEMPORARY ELECTRICAL SYSTEMS .......................... 12 XIV. REMOVING, REINSTALLING, OR SALVAGING ELECTRICAL ...................... 13 XV. TRAFFIC CONTROL ............................. 13 XVI. "NO PARKING, TOW- AWAY' SIGNS .................. 13 0 0 SP 1 OF 14 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT /TRAFFIC ENGINEERING SPECIAL PROVISIONS TRAFFIC SIGNAL MODIFICATIONS AT: BIRCH STREET/VON KARMAN AVENUE BIRCH STREET /DOVE STREET BIRCH STREET /QUAIL STREET MACARTHUR BOULEVARDJVON KARMAN AVENUE - NEWPORT PLACE DRIVE (C -2937) I. SCOPE OF WORK The work to be done under this contract consists of the modification of traffic signals and intersection lighting at the intersections of BIRCH STREET/VON KARMAN AVENUE; BIRCH STREET /DOVE STREET; BIRCH STREET /QUAIL STREET; MACARTHUR BOULEVARD/VON KARMAN AVENUE - NEWPORT PLACE DRIVE in the City of Newport Beach. The contract requires completion of all work in accordance with these special provisions: the City's Standard Special Provisions, the Plan (Drawing No. T- 5617 -S), the City's Standard Special Provisions and Standard Drawings for Public Works Construction, 1991 Edition; and, where applicable, the California Standard Specifications, July 1992; and the California Standard Plans, July 1992. 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. 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. • i SP2OF14 II. COMPLETION OF WORK The Contractor shall complete all work within 120 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 Engineer the documentary proof that he has made every effort to obtain such materials from all known sources, within reasonable reach of the work, in a diligent and timely manner. 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 operation is also required. The term "shortage of materials," as used in this section, shall apply only to materials, articles, parts, or equipment which are standard items and are to be incorporated in the work. The term "shortage of materials" shall not apply to materials, parts, articles, or equipment which are processed, made, constructed, fabricated, or manufactured to meet the specific requirements of the contract. Only the physical shortage of material will be considered under these provisions as a cause for extension of time. Delays in obtaining materials due to priority in filling orders will not constitute a shortage of materials. III. CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK Subject to the provisions in Section 6 -1 of the Standard Specifications for Public Works Construction, the Contractor shall begin work within 15 calendar days after the City executes the contract. Traffic signal standards and signal heads shall not be installed until the signal controller has been delivered to the job site. IV. PAYMENT The 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. 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. V. INSURANCE The Contractor shall execute the attached Certification for Workers Compensation Insurance. Bid and contract bonds will be required and the Contractor shall provide insurance as required in Sections 7 -3 and 7 -4 of the Standard Specifications. 0 • SP3OF14 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- Casual . 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 A or 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. VIII. WATER The Contractor shall make his own provisions for obtaining and applying for water necessary to perform his work. If the Contractor desires to use available City water, it shall be his responsibility to make arrangements for the water by contacting the City's Utility Division at (714) 644 -3011. IX. FLOW AND ACCEPTANCE OF WATER It is anticipated that surface and ground or other waters will be encountered at various times and locations during the work herein contemplated. The Contractor, by submitting a bid, acknowledges that he has investigated risks arising from water and has prepared his bid accordingly. The Contractor shall conduct his operations in such a manner that storm or other waters may proceed uninterrupted along their existing street and drainage 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. 0 SP4OF14 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 any 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 of 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. GUARANTEE The Contractor shall guarantee the entire work constructed by him under this contract and will fully meet all requirements as to quality of workmanship and materials furnished by him. The Contractor shall make, at his own expense, any repairs or replacements made necessary by defects in workmanship or materials furnished by him that become evident within one (1) year after filing of the Notice of Completion of the work and to restore to full compliance with the requirements of these specifications, any part of the work which, during the one (1) year period, is found to be deficient with respect to any provisions of the plans and specifications. The Contractor shall make all repairs and replacements promptly upon receipt of written orders form 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. XII. TRAFFIC SIGNAL AND SAFETY LIGHTING FACILITIES A. General The Contractor shall furnish all tools, equipment, materials, supplies, and manufactured articles and shall perform all operations necessary to modify existing and construct additional traffic signal and street lighting facilities as shown on the drawings and as specified herein. See SCOPE OF WORK. B. Reference Specifications and Standard Plans 1. Standard Specifications - Except as modified herein, materials and installation shall conform to the California Standard Specifications, July 1992. 0 0 SP5OF14 All references in this section to "Standard Specifications" shall be understood to be referenced to the California Standard Specifications. 2. 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, July 1992. 3. Codes. Ordinances. and Regulations - 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. C. Description Modification of 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 July 1992, and these special provisions. Traffic signal modification work is to be performed at the following locations: BIRCH STREET/VON KARMAN AVENUE BIRCH STREET /DOVE STREET BIRCH STREET /QUAIL STREET MACARTHUR BOULEVARD/VON KARMAN AVENUE - NEWPORT PLACE DRIVE D. Equipment List and Drawings The controller cabinet schematic wiring diagram and intersection sketch, to be mounted on the cabinet door (24 "x36 "), shall be combined into one drawing so that, when the cabinet door is open, the drawing is oriented with the intersection. The controller manufacturer 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 shall be submitted at the time the controllers are delivered for testing or, if ordered by the 0 SP 6 OF 14 Engineer, previous to purchase. The maintenance manuals shall include, but need not be limited to, the following items: (a) Specifications (b) Design characteristics (c) General operation theory (d) Function of all controls (e) Trouble- shooting procedure (diagnostic routine) (f) Block circuit diagram (g) Geographical layout of components (h) Schematic diagrams (i) List of replaceable component parts with stock numbers Furnish one reproducible, in addition to the required five sets, of the cabinet schematic wiring diagram and intersection sketch (cronoflex or sepia mylar). E. Scheduling of Work 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. F. Standards, Steel Pedestals. and Posts Where the plans refer to the side tenon detail at the end of the signal mast arm, the applicable tip tenon detail may be substituted. G. Conduit Non - metallic type conduit shall not be used. 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. 0 Ll SP7OF14 H. Pull Boxes Grout in bottom of pull boxes will not be required. 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. I. Conductors and Wirinq 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 86- 2.09D, "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 EVP installations must be 3M Model 138 and be installed where shown on plans and pulled into cabinet and connected to rack - mounted phase selector. Interconnect cable shall be 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. J. 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. 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 -21D and City Standard 910 -L for further details. K. Testina SP8OF14 The functional test for each traffic signal 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 are 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 eight paragraph in Section 86 -2.14, "Functional Testing," of the Standard Specifications, is amended to read: A shutdown of the electrical system resulting form damage caused by public traffic or from interruption shall not constitute discontinuity of the functional test. Turn -on of the new traffic signal controllers 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 only. The Contractor shall make arrangements to have a knowledgeable representative for the manufacturer or distributor of the traffic signal control equipment 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 distributor 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. 9 L. Paintin 0 SP 9 OF 14 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 pretreated 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 cabinets shall be painted white with baked -on enamel, per Multisonics Corporation application. Paint for type II electrical service cabinets shall match the exterior finish of the controller cabinet, which is Cardinal Industries polyurethane full glass #P009WH14. Repainting of existing heads, visors, backplates, and hardware shall be completed per Section 86 -2.16, Painting, of the State Standard Specifications. M. Type 90 Controller Assemblies Install City- furnished 8 -phase Multisonics 820A System Controllers wired to operate as shown on the plans. Each controller assembly will include internal coordination telemetry, system time -base coordination capability, and vehicle counting capability. The convenience receptacle will have ground -fault circuit interruption as defined by the code. Circuit interruption will occur on 6 milliamperes of ground -fault current and will not occur on less than 4 milliamperes of ground -fault current. The conflict monitors will 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 will be provided in each traffic signal controller cabinet. For each phase on which bicycle pushbuttons are used, the bicycle timing logic package will 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 will indicate when a bicycle pushbutton call has been registered, and will remain on until the "bicycle timing" described below has been completed. 9 SP 10 OF 14 Actuation of a particular bicycle pushbutton will activate its respective bicycle timing circuit, which will place and hold a vehicle call on the associated vehicle phase as specified below: For actuations received during the yellow or red interval of the phase, the bicycle timing will 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 will begin immediately and the bicycle timing circuit will 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 will be totally independent of the controller timing and the removal of the bicycle timing logic package will 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, will be in effect during the time the affected phase is being serviced. The bicycle timing logic package will be provided in a separate shelf- mounted housing, and the individual timing circuits for each of the individual phases will be in the same housing and will be connected by a NEMA- approved connector and harness. The cabinet supplied for each Type 90 controller assembly will be a Type P and conform to Section 86 of the California Standard Specifications and will be constructed of aluminum alloy conforming to the following special provisions: Cabinets will be constructed of sheet aluminum alloy 5052, with a minimum thickness of 0.125 inches. The cabinet surface will have a smooth, natural aluminum finish. All exposed edges will be free of burrs and pit marks. All welds will be neatly formed and free of cracks, blow holes, and other irregularities. The cabinet will have rigid inside -angle arms for anchoring it to a base. Angle arms will be aluminum alloy 5052 minimum of 0.125 -inch thickness and minimum width of 2.5 inches by 2.5 inches. • • N. Telemetry SP 11 OF 14 An 8 "x10 "x4" Type 3R telephone service box shall be installed on the controller cabinet at the locations shown on the plans and per the City of Newport Beach Standard 909 -L. No pull boxes shall be installed between the telephone service cabinet and the telephone 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 telephone service facility. Contractor shall provided 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. O. 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. P. Detectors Loop detector sensor units will be Card Rack mounted Type B (two or four channel). Card rack shall be 14 position, fully wired for detectors (capable of system sampling and vehicle counts) and opticom equipment. Loop wire shall be Type USE (cross - linked polyethylene insulated, No. 12, stranded copper wire). Lead -in wire cable shall be Type B. The Contractor shall test the detectors with a motor - driven cycle, as defined in the California Vehicle Code, that is licensed for street use by the Department of Motor Vehicles of the State of California. The unladen weight of the vehicle shall not exceed 220 pounds and the engine displacement shall not exceed 100 cubic centimeters. Special features, components, or vehicles designed to activate the detector will not be permitted. • w SP 12 OF14 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. Q. Pedestrian Pushbuttons Pedestrian pushbutton signs, for pushbutton assemblies to be installed on pedestrian pushbutton posts, shall be 5'WI/2". All other pedestrian pushbutton signs shall be 9 "x12" 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 71/2 inches. R. OPTICOM Priority Control System Model M -360 rack, as manufactured by 3M Company, shall be furnished and installed in new controller cabinet by I.D.C. Tranconex Multisonics. Detectors shall be Opticom Model M521. Model 138 Optical Detector Cable as manufactured by 3M Company, shall be furnished and installed by the Contractor. All cables shall be continuous and unspliced between the detector unit and the controller cabinet. XIII. 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 p.m. 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. 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 13 OF 14 All existing signal indications, pedestrian pushbuttons, detectors, and control equipment shall be maintained in operation, except during shutdown hours as specified above. Existing luminaires, 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. XIV. REMOVING, REINSTALLING, OR SALVAGING ELECTRICAL EQUIPMENT Hauling and stockpiling of salvaged material off the right -of -way, as directed by the Engineer, shall be included in the various lump -sum bid prices for signal modification. Xv. 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. Lane closures to be allowed between the hours of 9 a.m. and 3 p.m. Off street parking is limited. The Contractor is advised to contact and obtain permission from the adjacent property owners to use private parking for his equipment and vehicles. Any costs in obtaining this permission shall be considered as part of the lump -sum price bid for various work items listed. XVI. "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 (12 ") wide, and 18 inches (18 ") high; and (3) be similar in design and color to Sign No. R -38 of the CALTRANS Uniform Sign Chart. The Contractor shall print the hours, days, and date of closure in 2 -inch (2 ") high letters and numbers. A sample of the completed sign shall be approved by the Engineer prior to posting. The Contractor shall only post streets with the time and dates that disrupt parking and access. SP 14 OF 14 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. 08529/0222/066 wldn \spec \spec209 • TO: FROM: SUBJECT: E June 28, 1993 CITY COUNCIL AGENDA ITEM NO. 16 MAYOR AND MEMBERS OF THE CITY COUNCIL Public Works Department /Traffic Engineering TRAFFIC SIGNAL MODIFICATIONS AT VARIOUS LOCATIONS (C -2937) Award Contract 2937 in the amount of $97,607 to Superior Signal Service Corporation, Bell Gardens, California. DISCUSSION This project provides for new traffic signal controllers and interconnect which will be compatible with the City's master signal computer. It also provides for separate left -turn signals on Von Karman and Newport Place at 10 cArthur Boulevard. Work will be done at the following intersections: MacArthur Boulevard and Newport Place /Von Karman Avenue Birch Street and Dove Street Birch Street and Quail Street Birch Street and Von Karman Avenue The plans, specifications and construction estimates were prepared by Willdan Associates in Industry, California. Four bids (listed below) were received and opened in the office of the City Clerk at 10 a.m. on 6- 17 -93. 1. $ 97,607 Superior Signal Service Corporation Bell Gardens 2. $116,300 Steiny and Company Inc. Fullerton 3. $125,446 Signal Maintenance Inc. Anaheim 4. $139,194 Skip's Electric, Inc. Fullerton Approximately $85,000 of the cost will be funded by Measure M funds awarded to Newport Beach through Growth Management Area 8 (GMA 8) for FY 1992 -1993. The remaining $12,000 is for providing emergency vehicle pre -empt for Fire Department equipment. These funds are budgeted in the current fiscal year Gas Tax account. e low bidder has satisfactorily completed similar work for the City. his project is scheduled for completion in November 1993. Richard Edmonston Traffic Engineer RME:bb WP51:C- 2937.AWD 0 0 May 24, 1993 CITY COUNCIL AGENDA ITEM NO. 26 TO: Mayor and Members of the City Council FROM: Public Works Department /Traffic Engineering SUBJECT: TRAFFIC SIGNAL MODIFICATIONS AT VARIOUS LOCATIONS (C -2937) RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Affirm Categorical Exemption. 3. Authorize the City Clerk to advertise for bids to be-opened at 10:00 A.M. on June 17 ,1993. DISCUSSION: is This project provides for new traffic signal controllers and interconnect which will be compatible with the City's master signal computer. It also provides for separate left -turn signals on Von Karman and Newport Place at MacArthur Boulevard. Work will be performed at the following intersections: Birch Street and Von Karman Avenue Birch Street and Dove Street Birch Street and Quail Street MacArthur Boulevard and Newport Place /Von Karman Avenue The plans, specifications and construction estimate were prepared by Willdan & Associates of Industry, California. The estimated cost of the contract work is $102,000. Approximately $95,000 of the cost will be funded by Measure M funds awarded Newport Beach through Growth Management Area 8 (GMA 8) for FY 1992 -93. The remaining costs are budgeted in the current fiscal year Gas Tax account. This project is scheduled for completion in November • 1993. //�� / L (atCC /'7 I Richard M. Edmonston Traffic Engineer RME:so Authorized to Publish Advertisements of all kinuding public notices by I e Decree of the Superior court of Orange County, Ifomia, Number A -6214, September 29, 1961, and A -24831 June 11, 1963 STATE OF CALIFORNIA County of Orange I am a Citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the below entitled matter. I am a principal clerk of the NEWPORT BEACH —COSTA MESA DAILY PILOT, a newspaper of general circulation, printed and published in the City of Costa Mesa, County of Orange, State of California, and that attached Notice is a true and complete copy as was printed and published on the following dates: May 28, 1993 June 4, 1993 I declare, under penalty of perjury, that the foregoing is true and correct. Executed on June 4 ,199 3 at Costa e a, California Signature PROOF OF PUBLICATION PUBLIC NOTICES PUBLIC NOTICE CITY OF NEWPORT BEACH PUBLIC WORKS DkPARTMENT/ TRAFFIC ENGINEERING NOTICE INVITING BIDS Sealed bids may be re- ceived at the office of the City Clerk, City Hall, 3300{ Newport Boulevard, P.O., Box 1768, Newport Beach,! CA 92659 -1768, until 10 a.m. on June 17, 1993, at which time such bids shall be opened and read for. TRAFFIC SIGNAL MODIFICATIONS AT: BIRCH STREET/VON KARMAN AVENUE BIRCH STREETIDOVE STREET BIRCH STREET /DUAIL STREET MACARTHUR BOULEVARD/ VON ]CARMAN AVENUE. NEWPORT PLACE DRIVE Contract No. 2937 Engineer's Estimate $120,900.00 Approved by City Council on May 24, 1993. Wanda E. Reggio, City Clerk When retuming your bid, Please mark envelope: BID: SIGNAL MODIFICA- TIONS DUE: 10 a.m., June 17, 1993 For further information, call JIM BRAHLER, Project Engineer, at (714) 644, 3344. CITY OF NEWPORT BEACH Published Newport Beach -Costa Mesa Daily Pilot May 20, June 4, 1993. F938.