Loading...
HomeMy WebLinkAboutC-3008 - Traffic Signal Modifications at Various Locations41 CITY OF NEWPORT BEACH November 7, 1995 P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Hillside Contractors, Inc. 10732 Chestnut Ave. Stanton, CA 90680 Subject: Surety: Titan Indemnity Company Bond No.: 113826 Contract No.: C -3008 Project: Traffic Signal Modifications and Interconnect at Various Locations The City Council of Newport Beach on October 9, 1995 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 October 17, 1995, Reference No. 19950459667. Sincerely, Wanda E. Raggio City Clerk WER:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk, � !r City of New in Beach 3300 Newport Boulevard Newport Beach, CA 92663 Recorded in the County of Orange, California IIIIIIIIIIIIIIIINIIIIII! llllilllllNIIIII IIIIIIIIIIIlllllllilCljerk /R10 Fee r 1995045961691 2; 00pm 10/11/95 005 053148 15 22 MB9 N12 1 7.00 0.00 0.00 0.00 0.00 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 Hillside Contractors, Inc., 10732 Chestnut Ave., Stanton, CA 90680 as Contractor, entered into a Contract on September 20, 1994 Said Contract set forth certain improvements, as follows: Traffic Signal Modifications and Interconnect at Various Locations (C -3008) - located in the City of Newport Beach, County of Orange Work on said Contract was completed on April 28, 1995 and was found to be acceptable on October 9, 1995 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Titan Indemnity Company, 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 611G- ii :Iro< Newport Beach, California. BY City Clerk ; 1 r , ,� -wit y at. r 1 ��D 1' 14 L J • 0 11 October 9, 1995 CITY COUNCIL AGENDA ITEM NO. 13 TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT BY THE CITY COUNCIL CITY OF NEWPORT BEACH nr'T Q SUBJECT: TRAFFIC SIGNAL MODIFICATIONS AND INTERCONNECT AT VARIOUS LOCATIONS - CONTRACT NO. 3008 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. 4. Assess Liquidated Damages in the amount of $6,250.00. DISCUSSION: The contract providing for the replacement of traffic signal controllers at ten (10) intersections and the installation of hardwire to interconnect traffic signals at various locations has been completed to the satisfaction of the Public Works Department. The bid price was $580,770.00 Amount of unit price items constructed 580,770.38 Amount of change orders 16,736.53 Liquidated Damages (6,250.00) Total contract cost $591,256.91 Two change orders were issued to complete the project. Both change orders provided for the modification of the interconnect runs due to unknown utilities. The contract, awarded on August 8, 1994, required completion of all work within 140 calendar days or February 21, 1995. Due to extra work and inclement weather, the revised completion date was March 24, 1995. The work was not completed until April 28, 1995, twenty five (25) days after the revised completion date. The specifications under which the contract was performed provide for the assessment of liquidated SUBJECT: TRAFFIC SIGNAL MODIFICATIONS AND INTERCONNECT AT VARIOUS LOCATIONS CONTRACT NO. 3008 October 9, 1995 Page 2 damages at the rate of $250 per day. The Contractor was periodically warned that he was running behind the contract schedule and was aware that liquidated damages would be assessed. The contractor has acknowledged $6,250.00 in liquidated damages and has signed a change order to that effect. The contractor was Hillside Contractors Inc., City of Stanton. Funds for the project were budgeted in the City Wide Signal Project, using 80% OTCA Measure M funds and 20 % Gas Tax funds. Respectfully submitted, PUBLIC WORKS DEPARTMENT Don Webb, Director By- A4��/ Horst Hlawaty Acting Field Engineer HH:so • • 41 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 M, , i TO: FINANCE DIRECTOR 9 - Z FROM: CITY CLERK DATE: September 20, 1994 SUBJECT: Contract No Description of Contract Traffic Signal Modifications and Interconnect at Various Locations Effective date of Contract September 20 1994 Authorized by Minute Action, approved on August 8 1994 Contract with Hillside Contractors, Inc. Address 10732 Chestnut Ave. Stanton CA 90680 Amount of Contract $580,770.00 &4a6's Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach August 8, 1994 ,11 Y' rfNF': JI CITY COUNCIL AGENDA AUG R i °':% ITEM NO. 17 i .....,..APPROVED.._..._.._. TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department/Traffic Engineering SUBJECT: TRAFFIC SIGNAL MODIFICATIONS AND INTERCONNECT AT VARIOUS LOCATIONS (C -3008) Award Contract 3008 in the amount of $580,770 to Hillside Contractors, Inc., Stanton, California. DISCUSSION This project provides for replacing traffic signal controllers at ten intersections, as well as the installation of conduit and cables for interconnecting signals at various locations throughout the City. •This project is the construction phase of a two -year program to expand and upgrade the City's Traffic Signal Coordination System. The plans, specifications and estimates were prepared by two consulting firms and City staff. Five bids (listed below) were received and opened in the office of the City Clerk at 10:00 a.m. on July 12, 1994. 1. $580,770 Hillside Contractors, Inc. Stanton 2. $657,213 Superior Signal Service Bell Gardens 3. $664,637 DBX, Inc. Temecula 4. $695,450 Moore Electrical Contracting, Inc. Corona 5. $710,564 Steiny and Company, Inc. Fullerton Hillside Contractors, Inc. has performed similar work for several public agencies and their references were very positive. Their bid is approximately 12% lower than the second bidder. They have reviewed their bid and are confident that they can complete the work to the City's satisfaction for the bid price. Funding for this project is 20% from currently budgeted Gas Tax Funds, with the remaining 80% funded by OCTA under their Signal Improvement Program. • This project is scheduled for completion in December, 1994. Richard M. Edmonston Traffic Engineer RME:bb WP5I :CONTRACT \C- 3008.AWD July 25, 1994 CITY COUNCIL AGENDA ITEM NO. 18 TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department /Traffic Engineering SUBJECT: TRAFFIC SIGNAL MODIFICATIONS (C -3008) CITY OF NEV.! Mi. 2 5 % Staff wishes to delay award of the subject contract until August 8, 1994. There are several questions concerning contractors' insurance which need to be answered before proceeding with this project. 6chard M. Edmonston Traffic Engineer (3� F_ -I L J • TO: FROM: SUBJECT: RECOMMENDATION MAYOR AND MEMBERS OF THE CITY COUNCIL Public Works Department/Traffic Engineering July 25, 1994 CITY COUNCIL AGENDA ITEM NO. 18 TRAFFIC SIGNAL MODIFICATIONS AND INTERCONNECT AT VARIOUS LOCATIONS (C -3008) Award Contract 3008 in the amount of $580,770 to Hillside Contractors, Inc., Stanton, California. DISCUSSION This project provides for replacing traffic signal controllers at ten intersections, as well as the installation of conduit and cables for interconnecting signals at various locations throughout the City. This project is the construction phase of a two -year program to expand and upgrade the City's Traffic Signal Coordination System. The plans, specifications and estimates were prepared by two consulting firms and City staff. Five bids (listed below) were received and opened in the office of the City Clerk at 10:00 a.m. on July 12, 1994. 1. $580,770 Hillside Contractors, Inc. Stanton 2. $657,213 Superior Signal Service Bell Gardens 3. $664,637 DBX, Inc. Temecula 4. $695,450 Moore Electrical Contracting, Inc. Corona 5. $710,564 Steiny and Company, Inc. Fullerton Hillside Contractors, Inc. has performed similar work for several public agencies and their references were very positive. Their bid is approximately 12% lower than the second bidder. They have reviewed their bid and are confident that they can complete the work to the City's satisfaction for the bid price. Funding for this project is 20% from currently budgeted Gas Tax Funds, with the remaining 80% funded by OCTA under their Signal Improvement Program. This project is scheduled for completion in December, 1994. �G \iL[GL /!�- �ivl�dt✓J Jam. Richard M. Edmonston Traffic Engineer RME:bb WP5I :CONTRACT \C- 3008.AWD Pe) • i June 27, 1994 CITY COUNCIL AGENDA 4)NoITEM NO. 32 APPRQy,n.__I TO: Mayor and Members.of the City Council FROM: Public Works Department /Traffic Engineering SUBJECT: TRAFFIC SIGNAL MODIFICATIONS AND INTERCONNECT AT VARIOUS LOCATIONS (C -3008) RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Affirm Categorical Exemption. 3. Authorize the City Clerk to advertise for bids to opened at 10:00 A.M. on July 12, 1994 DISCUSSION: This project provides for new traffic signal controllers and interconnect which will be compatible with the City's master signal computer. Ten locations will be upgraded because of high maintenance costs or non - compatibility with the master computer. The signal interconnect will provide communication City wide between most signalized intersections and the master computer in traffic engineering. This interconnect will connect with the City's T -1 network to improve communications reliability and reduce ongoing operating costs associated with individual telephone services. The plans, specifications and construction estimates were prepared by Willdan & Associates of Industry, California, Meyer, Mohaddes Associates, Inc. of Newport Beach, California and City staff. The estimated cost of the contract work $705,000. Approximately $564,000 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 December 1994. 42 4�'_ Richard M. Edmonston Traffic Engineer RME:JEB:bb Authorized to Publish Advertisements of all kindslouding public notices by Decree of the Superior court of orange County, California. Number A•6214, September 29, 1961, and A•24831 tune 11, 1963. PROOF OF PUBLICATION STATE OF CALIFORNIA) SS. County of Orange ) 1 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: June 30, 1994 July 5, 1994 I declare, under penalty of perjury, that the foregoing is true and correct. Executed on July 5 , 199 L-, at Costa Mesa. California. Signature • C- 3 add, CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT/ TRAFFIC ENGINEERING NOTICE on ENU a9o9 Estimate, Approved by C(ry Council on June 27, 1994. Wanda E. Regglo, CRY Clerk When retumlng your bid, please mark erwelope: BID SIGNAL MODIFI• CATIONS DUE: 10 a.m., July 12, 1994 For further Information, 'Cell JIM BRANLER, Project EnBineor; at (T14) 1144 9049. hod J6 _ CITY OF NEWPORT BEACH CITY CLERK ' 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 July 12, 1994, at which time such bids shall be opened and read for: TRAFFIC SIGNAL MODIFICATIONS AT: BISON AVENUE AT AERONUTRONIC FORD ACCESS / FORD ROAD AT AERONUTRONIC FORD ACCESS JAMBOREE ROAD AT FORD ROAD JAMBOREE ROAD AT SANTA BARBARA DRIVE SANTA BARBARA DRIVE AT SAN CLEMENTE DRIVE JAMBOREE ROAD AT SAN JOAQUIN HILLS ROAD BALBOA BOULEVARD AT 15TH STREET NEWPORT BOULEVARD AT 28TH STREET NEWPORT BOULEVARD AT 30TH STREET NEWPORT BOULEVARD AT 32ND STREET .AND TRAFFIC SIGNAL INTERCONNNECT AT VARIOUS LOCATIONS C U Contract No. 3008 Engineer's Estimate $ 705,000. Approved by City Council on June 27, 1994 When returning your bid, please mark envelope: BID: SIGNAL MODIFICATIONS DUE: 10 a.m., July 12, 1994 For further information, call JIM BRAHLER, Project Engineer, at (714) 644 -3344. i 0 PR 1.1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT /TRAFFIC ENGINEERING CONTRACT PROPOSAL (C -3008) TRAFFIC SIGNAL MODIFICATIONS AT: BISON AVENUE AT AERONUTRONIC FORD ACCESS FORD ROAD AT AERONUTRONIC FORD ACCESS JAMBOREE ROAD AT FORD ROAD JAMBOREE ROAD AT SANTA BARBARA DRIVE SANTA BARBARA DRIVE AT SAN CLEMENTE DRIVE JAMBOREE ROAD AT SAN JOAQUIN HILLS ROAD BALBOA BOULEVARD AT 15TH STREET NEWPORT BOULEVARD AT 28TH STREET NEWPORT BOULEVARD AT 30TH STREET NEWPORT BOULEVARD AT 32ND STREET AND TRAFFIC SIGNAL INTERCONNNECT AT VARIOUS LOCATIONS 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 s �3 PR 1.2 Contract No. 3008 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 Bison Avenue at Aeronutronic Ford Access. (City- furnished controller and cabinet.) TOTAL PRICE `�cn) 7HOvS,9nlj�) Dollars Z-e - Cents $10,000 2. Lump Sum Traffic signal modifications at Ford Road at Aeronutronic Ford Access. (City- furnished controller and cabinet.) 111,�e 7ho✓sc4r) 0 Dollars Z_- F-1 o and Cents $ 9 oov 3. Lump Sum Traffic signal modifications at Jamboree Road at Ford Road. (City- furnished controller and cabinet.) kt"x -r' Tho uSg ncl Dollars and Z-4F- ro Cents $ i 1 000 PR 1.3 ITEM QUANTITY ITEM DESCRIPTION TOTAL NO. & UNIT UNIT PRICE IN WORDS PRICE 4. Lump Sum Traffic signal modifications at Jamboree Road at Santa Barbara Drive. (City- furnished controller and cabinet.) 6TLj -� _ikons a ,1d Dollars 'Z-e_A o and Cents 5. Lump Sum Traffic signal modifications at Santa Barbara Drive at San Clemente Drive. (City- furnished controller and cabinet.) �(i� rho.SGnoY Dollars and zoo Cents $ 6. Lump Sum Traffic signal modifications at Jamboree Road at San Joaquin Hills Road. (City- furnished controller and cabinet.) p N ��/ �hvvsgneY Dollars and x Cents $ 90,000 7. Lump Sum Traffic signal modifications at Balboa Boulevard at 15th Street. (City- furnished controller and cabinet.) n CxP -P-4 --(" q t ey Dollars and 7_e_,k ' Cents $ /Lo-a-0 j T V r� 0 0 PR 1.4 ITEM QUANTITY ITEM DESCRIPTION TOTAL NO. & UNIT UNIT PRICE IN WORDS PRICE 8. Lump Sum Traffic signal modifications at Newport Boulevard at 28th Street. Shall include furnishing cabinet and controller. te�.� 7housa��1' Dollars and 9 e4 Cents $ 15,c or) 9. Lump Sum Traffic signal modifications at Newport Boulevard at 30th Street. Shall include furnishing cabinet and controller. `f" CR�.ti YAQ"C P ol Dollars and o Cents $ /S000 10. Lump Sum Traffic signal modifications at Newport Boulevard at 32nd Street. Shall include furnishing cabinet and controller. iu ��ct lot Dollars and Cents $ /5000 11. Lump Sum Install traffic signal interconnect Location A, Placentia Avenue -- Hospital Road to Superior Avenue. Dollars and Cents $ / ��� 11 0 PR 1.5 ITEM QUANTITY ITEM DESCRIPTION TOTAL NO. & UNIT UNIT PRICE IN WORDS PRICE 12. Lump Sum Install traffic signal interconnect Location B, Superior Avenue -- Placentia Avenue to T -1 Hub at General Services Yard, 592 Superior Avenue. -� Dollars 1� and );'Pc° Cents $ Q8%00 13. Lump Sum Install signal interconnect Location C, 32nd Street -- Balboa Boulevard to Newport Boulevard. P'olxj' Ika��C1rviO n Dollars and Cents 14. Lump Sum Install traffic signal interconnect Location D, Newport Boulevard /32nd Street to T -1 Hub at City Hall, 3300 Newport Boulevard. 1 n a c� on�nV Dollars and `emu Cents $ l i, J-(O O 15. Lump Sum Install traffic signal interconnect Location E, Superior Avenue -- Placentia Avenue to T -1 Hub at General Services Yar d, 592 / Superior Avenue. ark �i D ollars lt and Cents $ I � 11 0 PR 1.5 ITEM QUANTITY ITEM DESCRIPTION TOTAL NO. & UNIT UNIT PRICE IN WORDS PRICE 12. Lump Sum Install traffic signal interconnect Location B, Superior Avenue -- Placentia Avenue to T -1 Hub at General Services Yard, 592 Superior Avenue. -� Dollars 1� and );'Pc° Cents $ Q8%00 13. Lump Sum Install signal interconnect Location C, 32nd Street -- Balboa Boulevard to Newport Boulevard. P'olxj' Ika��C1rviO n Dollars and Cents 14. Lump Sum Install traffic signal interconnect Location D, Newport Boulevard /32nd Street to T -1 Hub at City Hall, 3300 Newport Boulevard. 1 n a c� on�nV Dollars and `emu Cents $ l i, J-(O O 15. Lump Sum Install traffic signal interconnect Location E, Superior Avenue -- Placentia Avenue to T -1 Hub at General Services Yar d, 592 / Superior Avenue. ark �i D ollars lt and Cents $ ITEM QUANTITY NO. & UNIT 0 PR 1.6 ITEM DESCRIPTION UNIT PRICE IN WORDS 16. Lump Sum Install traffic signal interconnect location F, Dover Drive - -16th Street to Westcliff Drive. TOTAL PRICE .� b. Cents $ s acD 17. Lump Sum Install traffic signal interconnect location G, Wee/stcliff Drive-- Dover Drive to 17th Street. p and �e c� Cents $ -a7 /% � 18. Lump Sum Install traffic signal interconnect location H, Jamboree Road - -Santa Barbara to T -1 Hub at Police Department, 870 Santa / Barbara. 6 !%�wa �a.Y Dollars and �len� Cents $__L__6 00 19. Lump Sum Install traffic signal interconnect location I, Ford Road -- Canyon Island Drive to Jamboree Road. Dollars p, ( y� - `�t�i n-4�c�n.Y 1 ee and 'e Cents $ 3W 7/o I ITEM QUANTITY NO. & UNIT 0 PR 1.6 ITEM DESCRIPTION UNIT PRICE IN WORDS 16. Lump Sum Install traffic signal interconnect location F, Dover Drive - -16th Street to Westcliff Drive. TOTAL PRICE .� b. Cents $ s acD 17. Lump Sum Install traffic signal interconnect location G, Wee/stcliff Drive-- Dover Drive to 17th Street. p and �e c� Cents $ -a7 /% � 18. Lump Sum Install traffic signal interconnect location H, Jamboree Road - -Santa Barbara to T -1 Hub at Police Department, 870 Santa / Barbara. 6 !%�wa �a.Y Dollars and �len� Cents $__L__6 00 19. Lump Sum Install traffic signal interconnect location I, Ford Road -- Canyon Island Drive to Jamboree Road. Dollars p, ( y� - `�t�i n-4�c�n.Y 1 ee and 'e Cents $ 3W 7/o i 0 0 PR 1.7 ITEM QUANTITY NO. & UNIT ITEM DESCRIPTION UNIT PRICE IN WORDS TOTAL PRICE 20. Lump Sum Install traffic signal interconnect location J, Bison � Avenue-- Camellback to Loral Aeeroneutronics. CX1� u -e� Ykc L.---%A�X� Dollars .t'L24^P_ and Cents $ 14, 7 o 0 21. Lump Sum Install traffic signal interconnect location K, Bison Avenue - -Loral Aeroneutronics to Jamboree Road. Dollars and o Cents $ 11{©0 0 22. Lump Sum Install traffic signal interconnect location L, University Drive - -La Vida to Jamboree Road. Dollars ,l A e , and t v Cents $ /� 7 23. Lump Sum Install traffic signal interconnect location P, Santa Barbara--San Clemente to Jamboree Road. Dollars and uw ` Cents $ /� 70-0 ITEM QUANTITY NO. & UNIT ITEM DESCRIPTION UNIT PRICE IN WORDS TOTAL PRICE 24. Lump Sum Install traffic signal interconnect location Q, Newport Center Drive West - -Santa Barbara Drive to Santa Cruz Drive. ¢.e lvLm_� Dollars 7lu,� and 25. Lump Sum Install traffic signal interconnect location R, Newport Center Drive West -- Center Drive to Santa Cruz Drive. Cents 00 Dollars and Cents 26. Lump Sum Install traffic signal interconnect location S, Santa Cruz Drive -- Newport Center Drive west to San Clemente Drive. i• RN 009 WFIKA Cents 27. Lump Sum Install traffic signal interconnect location U, Santa Rosa Drive -- Newport Center Drive east to San Joaquin Hills Road. t�4� Doll and i .Y ?oo Cen $ /a'7 oy ITEM QUANTITY NO. & UNIT 0 is ITEM DESCRIPTION TOTAL UNIT PRICE IN WORDS PRICE DELETE:) Sum Install traffir c�� iterconnect location V, , San Jr­ �j rioad- -Santa Rosa Drive to M_ ulevard. Dollars and Cents DELETE Sum Install traffic , nterconnect location W, San .I- Ov jad -- MacArthur Boulevard Sa. ��jti, eve. to Dollars and Cents 30. Lump Sum Install traffic signal interconnect location X, San Miguel Drive -- Pacific View Drive to San Joaquin Hills Road. &AQ-w YiLQU� // Dollars Z`1-o Uc� a& al and -o Cents 31. Lump Sum Install traffic signal interconnect location Z, Newport Center Drive -- Newport Center Drive east and west to Newport Center Drive east at San Miguel Drive. ^�/ /�u//e//��, —" �p�, ; l�lfzv-u�ti ollars and ?R Cents PR 1.9 A- 00 a3, 1 00 ITEM QUANTITY NO. & UNIT 11 ITEM DESCRIPTION UNIT PRICE IN WORDS 0 TOTAL PRICE 32. Lump Sum Install traffic signal interconnect location AA, San Miguel Drive -- Newport Center Drive east and west to Newport Center Drive east at San Miguel Drive. iv l/� Dollars AJ,f and " Cents 33. Lump Sum Install traffic signal interconnect location BB, Avocado Avenue - -San Miguel Drive to T -1 Hub at Central Library, 1000 Avocado Avenue. LZ Dollars �l (�tio�20I and Cents 34. Lump Sum Install traffic signal interconnect location CC, Irvine Avenue /Dover Drive to T -1 Hub at Fire Station, 1348 Irvine Avenue.. I6oU 4a� c /�/ Dollars ((J a&-,a p u � nY 1 A_e� and Cents 35. Lump Sum Install traffic signal interconnect location DD, in existing conduit from Jamboree Road at Bayview Place to Jamboree Road at Santa Barbara. YL�Z& LOIi Dollars and Cents TOTAL PRICE WRITTEN IN WORDS PR 1.10 $ 7 00 $ d/ 3oc7 $a /6o $ / -3 Dezo Dollars &Z7eT1ts` 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT/TRAFFIC ENGINEERING DIVISION TRAFFIC SIGNAL MODIFICATIONS CONTRACT NO. 3008 ADDENDUM NO. 1 Bidders shall propose to complete Contract No. 3008 in accordance with the Plans, Special Provisions, Proposal, and Contract Documents, as modified by this Addendum: 1. PROPOSAL PR 1.5: Item No. 15 should read as follows: 15. Lump Sum Install traffic signal interconnect Location E, Newgort Boulevard -- 23rd Street to 28th Street. 2. PROPOSAL: Add bid item: 36. Lump Sum Install traffic signal interconnect Location M, Birch Street -- MacArthur Boulevard to Von Karmcaann /Avenue. /J Q� (fLoccoc:a�91� Dollars and Cents THIS AMOUNT MUST BE INCLUDED IN THE TOTAL ON PAGE PR 1.10. 3. PROPOSAL PR 1.10 Item No. 35 is clarified as follows: Interconnect Location DO is made up of approximately 9000' of 18 pr #22 and approximately 3000' of 12 pr #19. 4. PEDESTRIAN SIGNALS Where required, new Pedestrian Signals shall be Type C. ** OVER ** � t Please execute and date this Addendum and attach it to your PROPOSAL. Failure to do so may result in disqualification of your bid. l 7 994 Date Richard M. Edmonston Traffic Engineer I have carefully examined this Addendum and included full payment therefore in my PROPOSAL. 7 -11 -94 Date WP51:ADDENDUM Hillside Contractors, Inc. Bidder's Name Authorized Signature 686325 A & B 7 -11 -94 Contractor's License No. /Classification Hillside Contractors, Inc. Bidder 714 - 827 -2879 Bidder's Telephone Number 10732 Chestnut AVe. Stanton. CA 90680 Bidder's Address ATTEST TO OPENING OF BIDS: o, � /� lOi�7` City Clerk j;�� �� 9-� i ess PR 1.11 J i horized Signature Secret Title A, Date S- /6 - q`f Date .1 , 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 signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. shall be of the owner. 686325 A & B For sole ownership, the signature Contractor's License No. & Classification Hillside Contractors, Inc. 7 -11 -94 Date 5/91 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. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Hillside Contractors, Inc. Bidder 5/91 j i BIDDER'S BOND *112234 KNOWN: ALL MEN BY THESE PRESENTS, rl+h . wee Hillside Contractors, Inc. as bidder, And Titan Indemnity Company as Surety, Are held and firmly bound unto the C ty q New wport Beach, Californj41 , in the sum of ei ht -five thousand Dollars ($ 85,0017:00 well money of the unite 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, Thatt� if the proposal of the above bounden bidder for the construction of traffic signal modification, Contract #:3008 (Title of;Project and Contract No.) in the City of Newport Beach, is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and shall execute and deliver to said City the "Payment: and "Faithful Performance" contract bonds described in the Specifications within ten (10) days (not including Saturday, Sunday, Arid 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 41ts event that any bidder above named executed this bond as an indivi*al, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligation under this bond. IN WVNESS WHEREOF, we hereunto set our hands and seals this 12th day" jDf July , 1994. Hillside Contractors, Inc. Bidder (Attach Acknowledgment of Attorney-In -Fact) Notary Pu. c Commissio* Expires: srot or zed Sign tore /Titl Titan Indemnity Company SURETY SI `.' : w Blake A. Pf ster Attorney -in -fact 7 0.. T H ro O 2 N v H H O E N N b H 7 O ai N' E N G y E a u . � v N U N � U � G � m N � G 3 i ` 0 � U N �O. d 3 m L wW. a O ^ L a m o d u a ,G, V d d K L 1� O L d a d y d E d 3 E y d a . m p G o V U atl o � � c m 3 E ,m p c s a m c I c h W o C � U J• i_ T ?vim ) d , ffiff-I m N ie U O c a L E W Z F G - a> d � x 7 ti I � co W c �0 I r V. ro 6 wO o � „ m v c U rn U O o. N G y E a u . � v N U N � U � G � m N � G 3 i ` 0 � U N �O. d 3 m L wW. a O ^ L a m o d u a ,G, V d d K L 1� O L d a d y d E d 3 E y d a . m p G o V U atl o � � c m 3 E ,m p c s a m c I c h W o C � U J• i_ T ?vim ) d , ffiff-I m N ie U O c a L E W Z F G - ' *Titan Indemnity Company 112234 San Antonio, Texas GENERAL POWER OF ATTORNEY CONTRACT AMT: N/A BOND AMT: $85,000.00 BOND No.: 112234 Know all men by these Presents, that TITAN INDEMNITY COMPANY has made, constituted and appointed, and by these presents does make, . constitute and appoint Blake A. Pfister its true and lawful Attorney -In -Fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, bonds, undertakings, contracts of suretyship, and other documents of a similar character issued in the course of its business, and to bind the Company thereby, provided that no bond or undertaking or contract of suretyship executed under their authority shall exceed in the amount the sum of Five Hundred Thousand and 00/100 Dollars ($500,000) This Power of Attorney is granted and is signed and sealed by the authority of the following Resolution adopted by the Board of Directors of TITAN INDEMNITY COMPANY on the 15th day of January, 1993. Resolved: That Mark E. Watson. Jr., President, Mark E. Watson, Ill, Secretary, Michael J. Bodayle, Treasurer, Bob L. Sibley, Executive Vice President, and Gene Holt, Vice President of Surety Operations, or any of them, shall have the power to appoint Afforneys -In -Fact as the business of the Corporation may require or to authorize any persons to execute on behalf of the Corporation any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds and release and assignment of judgments, decrees, mortgages and instruments in the nature of mortgages and also all other instruments and documents which the business of the Corporation may require and to affix the seal of the Corporation thereto. Resolved Further: That the Company seal and the signature of any of the aforesaid officers may be affixed by facsimile to any power of attorney certificate of either given for the execution of any bond, undertaking, contract or suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. In Witness Whereof, TITAN INDEMNITY COMPANY has caused its official seal to be hereunto affixed, and these presents to be signed by one of its Vice Presidents and attested by its Secretary this 15th day of January, 1993. Attest: Mark E. Watson, III, Secretary The State of Texas County of Bexar TITAN INDEMNITY COMPANY By: Bob L. Sibley, Executive Vice President On this 28th day of May, 1993 before me personally came Bob L. Sibley, to me known, who being by me duly sworn, did depose and say that he is the Executive Vice President of TITAN INDEMNITY COMPANY, the corporation described in and which executed the above instrument: that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. Jill Bumgardner, Notary Public Certificate I, the undersigned, the Treasurer of TITAN INDEMNITY COMPANY, a Texas Corporation, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore that the Resolution of the Board of Directors, set forth in the said Power of Attorney, is now in force. Signed and sealed in the City of San Antonio, in the State of Texas. Dated the 8th day of July .1994 Michael J. Bodayle, Treasurer (TIC-GPOA 052493) NON - COLLUSION AFFIDAVIT State of California ) ss. County of ) 0 Page 5 Jean Chew Slayyeh , being first duly sworn, deposes and says that he or she is Secretary of N;tic;da 011 "- r- -f, Inc. the party making the foregoing bid; that the bid is not ade 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 foregoing is true and correct. Hillside Contractors, Inc. Secretar Bidder ,uthorized Signature /Title 7 Subspribed and sworn to before me this %/ day of 19]x: [SEAL] Notary Public My Commission Expires: 5/91 *Titan Indemnity Company • 112234 San Antonio, Texas GENERAL POWER OF ATTORNEY CONTRACT AMT: N/A BOND AMT: $85, 000.00 BOND No.: 112234 Know all men by these Presents, that TITAN INDEMNITY COMPANY has made, constituted and appointed, and by these presents does make,. constitute and appoint Blake A. Pfister its true and lawful Attorney -In -Fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, bonds, undertakings, contracts of suretyship, and other documents of a similar character issued in the course of its business, and to bind the Company thereby, provided that no bond or undertaking or contract of suretyship executed under their authority shall exceed in the amount the sum of Five Hundred Thousand and 001100 Dollars ($500,000) This Power of Attorney is granted and is signed and sealed by the authority of the following Resolution adopted by the Board of Directors of TITAN INDEMNITY COMPANY on the 15th day of January, 1993. Resolved: That Mark E. Watson, Jr., President, Mark E. Watson, III, Secretary, Michael J. Bodayle, Treasurer, Bob L. Sibley, Executive Vice President, and Gene Holt, Vice President of Surety Operations, or any of them, shall have the power to appoint Attorneys -In -Fact as the business of the Corporation may require or to authorize any persons to execute on behalf of the Corporation any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds and release and assignment of judgments, decrees, mortgages and instruments in the nature of mortgages and also all other instruments and documents which the business of the Corporation may require and to affix the seal of the Corporation thereto. Resolved Further: That the Company seal and the signature of any of the aforesaid officers may be affixed by facsimile to any power of attorney certificate of either given for the execution of any bond, undertaking, contract or suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. In Witness Whereof, TITAN INDEMNITY COMPANY has caused its official seal to be hereunto affixed, and these presents to be signed by one of its Vice Presidents and attested by its Secretary this 15th day of January, 1993. Attest: Mark E. Watson, III, Secretary The State of Texas County of Bexar TITAN INDEMNITY COMPANY By: Bob L. Sibley, Executive Vice President On this 28th day of May, 1993 before me personally came Bob L. Sibley, to me known, who being by me duly sworn, did depose and say that he is the Executive Vice President of TITAN INDEMNITY COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. Jill Bumgardner, Notary Public Certificate I, the undersigned, the Treasurer of TITAN INDEMNITY COMPANY, a Texas Corporation, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked: and furthermore that the Resolution of the Board of Directors, set forth in the said Power of Attorney, is now in force. Signed and sealed in the City of San Antonio, in the State of Texas. Dated the 8th day of JUIp ,1994 Michael J. Bodayle, Treasurer (TIC -GPOA 052493) NON - COLLUSION AFFIDAVIT State of California ss. County of Jean Chew Slayyeh 0 Page 5 being first duly sworn, deposes and says that he or she is Secretary of H;llc 1: co„ +r6q -t ,Inc. 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 foregoing is true and correct. Hillside Contractors, Inc. Secretary Bidder uthorized Signature /Title 7 -11- g/f Subscribed and sworn to before me this �� day of 19 . [SEAL) Notary Public My Commission Expires: 5/91 I § {!, � -2| a �°!# R & { ■! ( �■ | \{ ( § § a.`£ – ��:, ! ! [ 50; e 8 |}� \ \/ ez ) § 4<, ) >I £ z U, ( /\\ / OOOO ) �f�k \k ƒkt ,i2 > k))kf }|§ s� = e ! ~kf2\ t,S \2 {32 §t] ) .202 —E {� ��k�'jk {/\ K 0 ] � , �k�f2cq) 0)E c -0Zc a\ a _ boft � � ! \ E �m2ly (B)0) 2�7W. ) . ± _ cu \ \ \ \ } ro 0 0 O 9 __ B \ ui B cm ca ( \ e § LA e Lu y {\ mr LU \ \\ \ \ �\ /) )k r§ /! i • 0 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 1993 Caltrans - Traffic Signal, Channelization Earl Fukumoto 310 - 516 -4140 1993 1994 CAltrans-TRaffic signal Fin Zabinsky 213 - 897 -1586 City of Stanton- TRAffic Signal Fred Wickman 714 - 379 -9222 1994 Los Angeles County Dept. of Public Works Traffic Signal Robert Gysel 818 - 458 -3122 Hillside Contractors, Inc. Bidder 5/91 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 0 FAITHFUL PERFORMANCE BOND #113826 KNOW ALL 1jF4N BY THESE PRESENTS, That WHER$A.S, the City Council of the City of Newport Beach, State of California, by motion adopted August 8, 1994 has awarded to Hillside Contractors Inc. hereinafter designate s the "Principa Pt, a contract for Traffic Sim1a1 Modificatic & Interoonnect t various Location ( ContractNo. C� -3008) in the City o� Newport Beach, n strict conformity with the Contract, Drawings #ad Specifications and other contract documents in the office of :the City Clerk of the City of Newport Beach, all of which are incorpgrated herein by this reference; WHEREAS, Principal has executed or is about to execute Contract q0- C -3008 and the terms thereof require the furnishing :of a bond for the faithful performance of the Contract; i NOW, THEREFORE, we, Hillside Contractors, Inc. asPrincip�tX,and Titan Indemnity Com an as Suretyt are he firmly bound unto the City of Newport Beach, in the sum of'* Dollars ($ 580,770.0Q, said sum ;being equal to 100% of the estimated amount of the contract,:, to be paid to the City or its certain attorney, its successorsi and assigns; for which payment well and truly made, we bind oursielves, our heirs, executors and administrators, successorsI or assigns, jointly and severally, firmly by these presents. * fivehundEedeightythousandsevenhundredseventydollaKs. 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 tho: manner therein specified, and in all respects according to its txµe 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 apart of the obligation secured hereby, and in addition to the fact 4mount 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 obligati" 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 specifioations accompanying the same shall in any wise affect its 5/91 0 0 obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the contract pt 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 City2. In tiie event that the principal executed this bond as an individual; it is agreed that the death of any such principal shall not exona;Ate the Surety from its obligations under this bond.. IN WITNESS WHEREOF, this instrument has been duly executed by the Prin *pal and surety above named, on the x , Z day -of Augux 1994, HillsideContractors, Inc. Name of Contractor (Principal) Titan Ind9 mnity Company Name of Surety P.O. Box;$0007,San Antonio,TX. Address o� Surety 78209 NOTARY 7,03MOWLEDOXENTB OF CONTRACTOR 5/91 J Authc i ed ignature /Title Hassan /Ahymad Slayyeh,. P _gg l/ Author z di 4� Ayeat�Si a�ua Blake A. Pfister, torney -in -fact 713 - 961 -5888 Telephone Agent'sPhone:114 -642 -9221 AND SURETY XUST BE ATTACHED / \ ] \ k / \� \% j\ \% \t/ §} §/\ k ;« §Ei «�! $`& \ §\ 2f) A)\ §A / \\ i] \; �)\ \2§ \k� \12 \ \ \\\ 5 >�r6 33(`} � m«& \ 0 0 PAYMENT BOND #113826 KNOW ALL MEN BY THESE PRESENTS, that WHERUS, the City Council of the City of Newport Beach, State of California, by motion adopted August 8, 1994 has awarded to Hill&3de Contractors Inc. hereinafter designate :has the "Pr ncipa ", a contract for Tra£f c Mqnal Modifi- zations & ,�Yiterconnect at various Iecations (Contract No. 3 08 ) in the city pf Newport Beach, in strict conformity with the ar wings and Specirtcations and other contract documents in the office of the City Olerk 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 $6, 300 and the terms thereof require the furnishing of a bonary prove ing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind,the Surety on this bond will pay the same to the extent hereinafter set forth: NOW,),THEREFORE,we, Hillside Contractors, Inc. asPrincipal,and Titan indemnity Company as Surety4;are held firmly 1cgd un o then., ff of Newport Beach, in the sum of-; fivehundredeight�il�g�t�8 0ysevetl6iiRrs ($ 580,770.00 ), 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'.�nd administrators, successors, or assigns,'jointly and severally: firmly by these presents. THE 4ONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his /her subcontractors, fail to pay for any material,,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 ari)r; amounts required to be deducted, withheld and paid over to the . ployment 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;;'Ls brought upon the bond, a reasonable attorney's fee, to be fixed '6y the court as required by the provisions of section 3250 of the Civil Code of the State of California. 5/91 0 0 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 acGOrdance with the provisions of Sections 3247 et. seq. of the civilrCode of the State of California. And said Surety, for value received, hereby stipulates and agrees th *t, no change, extension of time, alterations or additions to the terms of the contract or to the work to be performed thereunder cr 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 In t#e event that any principal above named executed this bond as an indigidual, 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 22nd day.. of August , 1994. ,r HillsideContractors, Inc. Name of Cbntrac or (Principal) Z Autho2liked ' Signature/Title Hassan Ahmad Slayyeh, Preside t Titan Indemnity company Name of Surety Author z Agent Signature Blake A. Pfister, Attorney -in- fact, P.O. BOx'60007,SanAntonio,TX78209 713- 961 -5888 Address cK Surety Telephone Agent'sPhone:714- 642 -9221 NOTARY AC3NOWLEDGXM9 of CONTRACTOR AND SURETY NUST 88 ATTACHED $ro+ ri d b eo 'd 3 0 O V ai U v � o0 G ctl � O C U O O F U v U A 7 P4 T H ro 0 z v H H O F N d b H 7 O a E C v Lm m a O c n, d c. E' N td l� y VA V { m � c N L a y 3 ❑ a D � U 6 A d � 3 _ o v C � O � L a ro a m � u r � y d� o F p, � D y m E d D E m� m' m 3 o c c o x d 1 � E � m o � � 3 c c v m s .y. T C ctl ' c c (n z m � p ^ 6o F H � LJ q Wj w G rf C 4 a K S z h � C 0 ra F 3 v m _ *Titan Indemnity Company • 113826 San Antonio, Texas GENERAL POWER OF ATTORNEY CONTRACT AMT: 4580 770 00 BOND AMT:$580 770.00 BOND No.: g g 1126 Know all men by these Presents, that TITAN INDEMNITY COMPANY has made, constituted and appointed, and by these presents does make, constitute and appoint Blake A. Pfister its true and lawful Attorney -In -Fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, bonds, undertakings, contracts of suretyship, and other documents of a similar character issued in the course of its business, and to bind the Company thereby, provided that no bond or undertaking or contract of suretyship executed under their authority shall exceed In the amount the sum of Five Hundred Thousand and 00 /100 Dollars ($500,000) This Power of Attorney is granted and is signed and sealed by the authority of the following Resolution adopted by the Board of Directors of TITAN INDEMNITY COMPANY on the 15th day of January, 1993. Resolved: That Mark E. Watson, Jr., President, Mark E. Watson, III, Secretary, Michael J. Bodayle, Treasurer, Bob L. Sibley, Executive Vice President, and Gene Hot, Vice President of surety Operations, or any of them, shall have the power to appoint Attorneysln -Fact as the business of the Corporation may require or to authorize any persons to execute on behalf of the Corporation any bonds, undertakings, recognizances, stipulations, policies, contracts, agreements, deeds and release and assignment of judgments, decrees, mortgages and instruments in the nature of mortgages and also all other instruments and documents which the business of the Corporation may require and to affix the seal of the Corporation thereto. Resolved Further: That the Company seal and the signature of any of the aforesaid officers may be affixed by facsimile to any power of attorney certificate of either given for the execution of any bond, undertaking, contract or suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. In Witness Whereof, TITAN INDEMNITY COMPANY has caused its official seal to be hereunto affixed, and these presents to be signed by one of its Vice Presidents and attested by its Secretary this 15th day of January, 1993. Attest: Mark E. Watson, III, Secretary The State of Texas TITAN INDEMNITY COMPANY By: Bob L. Sibley, Executive Vice President ` `SID •.......... .C'Ik '2: GapP0RA; •t �' Qt �•� ;a SEAL ,x'4rs•• •1984 '•.w ° `0 County of aexar On this 28th day of May, 1993 before me personally came Bob L. Sibley, to me known, who being by me duly sworn, did depose and say that he is the Executive Vice President of TITAN INDEMNITY COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; thatthe seal affixed to the said instrument is such corporate seal; that it was so affixed by orderof the Board of Directors of said corporation and that he signed his name thereto by like order. Jill Bumgardner, Notary Public Certificate 1, the undersigned, the Treasurer of TITAN INDEMNITY COMPANY, a Texas Corporation, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore that the Resolution of the Board of Directors, set forth in the said Power of Attorney, is now in force. Signed and sealed in the City of San Antonio, in the State of Texas. Dated the22nd day of August ,1994 Michael J. Bodayie, Treasurer fTIC.GPOA 0]1294) (Affix Seal Here) PRODUCER Sommer Associates 151 N. Kraemer Blvd., Suite 230 Placentia, Ca 92670 Hillside Contractors 10732 Chestnut Avenue Stanton, Ca. 90680 D­ in COMPANIES AFFORDING COVERAGE COMPANY A LETTER CNA Insurance Companies COMPANY B LETTER COMPANY C LETTER INDICATED. NOTWITHSTANDING ANY REQUIREMENT, 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 Sr•. uu:n EXCESS LIABILITY I.Agi s OCCURRENCE AOGfl GATE UMBRELLA FORM y ,4.,r. § OTHER THAN UMBRELLA FORM „W °' :MSTAMORY j nn WORKERS' COMPENSATION § EACH ACCIDENT AND § DISEASE- POLICY LIMIT EMPLOYERS' LIABILITY § DISEASE •EACH EMPLOYEE LONGSHOREMEN'S AND HARBOR x� h� o WORKERS' COMPENSATION STATUTORY „*A yF €y ':96zo DESCRIPTION OF OPERATIONS/LOCATIONSy IC ES/RESTRICTIONS/SPECBLL 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 and Interconnect.at Various Locations C -3008 PROJECT TITLE AND CONTRACT NUMBER CITY OF NEWPORT BEACH P.O. BOX 1768 3300 NEWPORT BLVD. NEWPORT BEACH, CA. 92659 -1768 'CANCELLATION': SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON - RENEWED, CANCELLED OR COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE COMPANY AFFORDING COVERAGE SHALL PROVIDE 30 DAY MIN. ADVANCE NQACE TO THE CRY OF bEWPOR7 BEACH BY RgQ!gTEqD MAIL TYPE OF INSURANCE pOUCy NUMBER EFFECTIVE EXPIRATION ALL LIMITS IN THOUSANDS L DATE DATE GENERAL LIABILITY GENERAL AGGREGATE § 1,000,000 (OCCURANCE BASIS ONLY) �WpBODUCTS/COMPLETED OPERATIONS AGGREGATE § 1,000,000 A g COMMERCIAL 30949622 8 -21 -9 8 -21 COMPREHENSIVE OWNERS & CONTRACTORS LJ PROTECTIVE PERSONAL INJURY § 1 ® CONTRACTUAL FOR SPECIFIC ' CONTRACT ® PRODUCTS /COMPL OPER EACH OCCURANCE S 1,000,000 ® XCU HAZARDS ❑X BROAD FORM PROP. DAMAGE ® SEVERABILRY OF INTEREST F� ONE AGE § 50,000 CLAUSE PERSONAL INJURY WITH EMPLOYEE EXCLUSION MEDICAL EXPENSES § REMOVED (ANY ONE PERSON) 5,000 MARINE AUTOMOBILE LIABILITY COMBINED IT § V. COMPREHENSIVE BODIL INJURY § OWNED (PER PY ERSON) BODILY INJURY § y:£IIAa�r x,, r; e HIRED (PER ACCIDENT) 4dk I PROPERTY flunu_nwucn § 11 : NN Sr•. uu:n EXCESS LIABILITY I.Agi s OCCURRENCE AOGfl GATE UMBRELLA FORM y ,4.,r. § OTHER THAN UMBRELLA FORM „W °' :MSTAMORY j nn WORKERS' COMPENSATION § EACH ACCIDENT AND § DISEASE- POLICY LIMIT EMPLOYERS' LIABILITY § DISEASE •EACH EMPLOYEE LONGSHOREMEN'S AND HARBOR x� h� o WORKERS' COMPENSATION STATUTORY „*A yF €y ':96zo DESCRIPTION OF OPERATIONS/LOCATIONSy IC ES/RESTRICTIONS/SPECBLL 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 and Interconnect.at Various Locations C -3008 PROJECT TITLE AND CONTRACT NUMBER CITY OF NEWPORT BEACH P.O. BOX 1768 3300 NEWPORT BLVD. NEWPORT BEACH, CA. 92659 -1768 'CANCELLATION': SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE NON - RENEWED, CANCELLED OR COVERAGE REDUCED BEFORE THE EXPIRATION DATE THE COMPANY AFFORDING COVERAGE SHALL PROVIDE 30 DAY MIN. ADVANCE NQACE TO THE CRY OF bEWPOR7 BEACH BY RgQ!gTEqD MAIL 0 i Page 11 GENERAL LIABILITY INSURANCE ENDORSEMENT It is agreed that: 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 insureds) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: "The insurance afforded by the policy applies separately to each insured against whom claim is made or suit is brought, except with respect to the limits of liability of the company affording coverage. 3. The insurance afforded by the policy for Contractual Liability Insurance (subject to the terms, conditions and exclusions applicable to such insurance) includes liability assumed by the named insured under the indemnification or hold harmless provision contained in the written contract designated below, between the named insured and the City of Newport Beach. 4. with respect to such insurance as is afforded by this policy, the exclusions, if any, pertaining to the explosion hazard, collapse hazard and underground property hazard (commonly referred to as "XCU" hazards) are deleted. 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: (g) Commercial (X) Comprehensive General Liability $ 1,000,000 each occurrence $ 1.000.000 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 The limits o not increase coverage for in excess of applicable to Page 11A f liability as stated in this endorsement shall the total liability of the company affording all damages as the result of any one occurrence the limits of liability stated in the policy as 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. Designated Contract: Traffic Signal Modifications & Interconnect at Project Title and Contract No. Various Locations C -3008 This endorsement is effective 8 -21 -94 at 12:01 a.m. and forms a part of Policy No. 1309496ZZ of ranscontinental Insurance (Company Affording Coverage). —UNK-rn—surance Companies Insured: Hillside Contractors Endorsement No.: lA ISSUING COMPANY By: dC/ 9 thorized Represen ive 5/91 Is 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: 5/91 "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." 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: ( ) Multiple limits Bodily Injury Liability S per person Bodily Injury Liability $ per accident Property Damage Liability $ ( ) Combined Single Limit Bodily Injury Liability & Property Damage Liability $ 1 o 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 aeach by registered mail, Attention: Public Works Department. 5. Designated Contract: This endorsement is effective and forms a part of Policy No. (Company Affording Coverage). 7 -25 -94 at 12:01 a.m. 050 249290 of ALLSTATE INSURANCE COMPANY Insured: Hillside Contractors Inc ISSUING COMPANY S PAUL WASKOWSK uthorszed resentative 5/91 Endorsement No.: I b0 'd SEOTESE 01 S801DUdiN00 3GIS-1IIH W06A 9Z:7T 766T- TO -d3S 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." Hillside Contractors, Inc -. Date Name of Contractor (Principal) C -3008 PA"x Contract Number or' d Signature and Title Traffic Signal Modifications & Interconnect at Various Locations Title of Project 5/91 0 Page 14 CONTRACT oo��_,�� 19yHIS AGREEMENT, entered into this �Gday of , by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Hillside Contractors, Inc. , 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 & Interconnect at Various Locations C -3008 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 & Interconnect at Various Locations C -3008 Title of Project Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of Five Hundred Eighty Thousand Seven Hundred Seventy Dollars ($ 580,770. ). 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 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 therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and (f) Plans and Special Provisions & Interconnect at various Locations Title of Project (g) This Contract documents referenced Endorsement(s) for Traffic Signal Modifications C -3008 Contract No. (h) Standard Specifications of Public Works Construction (current Edition) and all supplements 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. IfEgTillmrgrg TY CLERK 5/91 CITY OF NEWPORT BEACH A Muni3•pal Corporation Hillside Contractors, Inc. Name of Contractor Adthor�4ed Signature dnd Title CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT /TRAFFIC ENGINEERING INDEX TRAFFIC SIGNAL MODIFICATIONS AT: BISON AVENUE AT AERONUTRONIC FORD ACCESS FORD ROAD AT AERONUTRONIC FORD ACCESS JAMBOREE ROAD AT FORD ROAD JAMBOREE ROAD AT SANTA BARBARA DRIVE SANTA BARBARA DRIVE AT SAN CLEMENTE DRIVE JAMBOREE ROAD AT SAN JOAQUIN HILLS ROAD BALBOA BOULEVARD AT 15TH STREET NEWPORT BOULEVARD AT 28TH STREET NEWPORT BOULEVARD AT 30TH STREET NEWPORT BOULEVARD AT 32ND STREET AND TRAFFIC SIGNAL INTERCONNNECT AT VARIOUS LOCATIONS SUBJECT PAGE NO. I. SCOPE OF WORK .............................. 1 II, COMPLETION OF WORK ......................... 2 III. CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK ...................... 2 IV. PAYMENT ..... ............................... 2 V. INSURANCE .... ............................... 2 Vt. LICENSES ..... ............................... 3 VII. PROTECTION OF EXISTING UTILITIES ............... 3 VIII. WATER ....... ............................... 3 IX. FLOW AND ACCEPTANCE OF WATER ............... 3 X. AS -BUILT PRINTS ............................... 4 XI. GUARANTEE ... ............................... 4 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 . ............................... 6 H. Pull Boxes .............................. 7 i. Conductors and Wiring ..................... 7 J. Service .. ............................... 7 K. Testing .. ............................... 8 L. Painting . ............................... 9 M. Type 90 Controller Assemblies ................ 9 N. Telemetry ............................... 11 O. Vehicle Signal Faces and Signal Heads .......... 11 P. Detectors ............................... 11 O. Pedestrian Push Buttons .................... 12 R. OPTICOM Priority Control System ............. 12 S. Vehicle Counting System (VCS) ............... 12 SUBJECT PAGE NO. XIII. MAINTAINING EXISTING AND TEMPORARY ELECTRICAL SYSTEMS......... 13 XIV. REMOVING, REINSTALLING, OR SALVAGING ELECTRICAL EQUIPMENT........ 13 XV. TRAFFIC CONTROL ... ............................... 13 XVI. "NO PARKING, TOW- AWAY" SIGNS........... 14 XVII. TYPICAL TRAFFIC SIGNAL INTERCONNECT INSTALLATION DETAIL.......... 15 XVIII. CITY -WIDE INTERCONNECT COLOR CODE WIRE INDEX ........................ 16-18 WP51:C- 3008.NDX 0 SP 1 OF 14 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT /TRAFFIC ENGINEERING SPECIAL PROVISIONS TRAFFIC SIGNAL MODIFICATIONS AT: BISON AVENUE AT AERONUTRONIC FORD ACCESS FORD ROAD AT AERONUTRONIC FORD ACCESS JAMBOREE ROAD AT FORD ROAD JAMBOREE ROAD AT SANTA BARBARA DRIVE SANTA BARBARA DRIVE AT SAN CLEMENTE DRIVE JAMBOREE ROAD AT SAN JOAQUIN HILLS ROAD BALBOA BOULEVARD AT 15TH STREET NEWPORT BOULEVARD AT 28TH STREET NEWPORT BOULEVARD AT 30TH STREET NEWPORT BOULEVARD AT 32ND STREET AND TRAFFIC SIGNAL INTERCONNNECT AT VARIOUS LOCATIONS 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 BISON AVENUE / AERONUTRONIC FORD PLANT; FORD ROAD / AERONUTRONIC FORD PLANT; FORD ROAD /JAMBOREE ROAD; JAMBOREE ROAD /SANTA BARBARA DRIVE; SANTA BARBARA DRIVE /SAN CLEMENTE DRIVE; JAMBOREE ROAD /SAN JOAQUIN HILLS ROAD 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 $7. • • SP2OF14 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 The Contractor shall complete all work within 140 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. Ill. 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. 0 SP3OF14 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: Propertv- Casualty. No work shall be performed until fully executed insurance documents have been submitted to and approved by the City of Newport Beach. VI. LICENSES At the time of award, the Contractor shall possess a 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 SP 4 OF 14 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. E 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: BISON AVENUE AT AERONUTRONIC FORD ACCESS FORD ROAD AT AERONUTRONIC FORD ACCESS JAMBOREE ROAD AT FORD ROAD JAMBOREE ROAD AT SANTA BARBARA DRIVE SANTA BARBARA DRIVE AT SAN CLEMENTE DRIVE JAMBOREE ROAD AT SAN JOAQUIN HILLS ROAD 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, 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 ,r • 0 SP6OF14 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 required hole size. 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 Wirina 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 and test blocks inside cabinet. Refer to State Standard Plans ES -2A and ES -213 and City Standard 911 -L for further details. .r • • SP 8 OF 14 K. Testing 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 eighth paragraph in Section 86 -2.14, "Functional Testing," of the Standard Specifications, is amended to read: A shutdown of the electrical system resulting from damage caused by public traffic or from interruption shall not constitute discontinuity of the functional test. Turn -on of the new traffic signal 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. r. . ` • 0 SP9OF14 L. Paintin 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 gloss #P009WH14. M. woe 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. Existing controllers and bicycle timing logic will be reused at locations shown on the plans. 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 push buttons 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 push button call has been registered, and will remain on until the "bicycle timing" described below has been completed. Actuation of a particular bicycle push button will activate its respective bicycle timing circuit, which will place and hold a vehicle call on the associated vehicle phase as specified below: r 0 SP 10 OF 14 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 for each Type 90 controller assembly will be Type M or Type P as shown on the plans, 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 with a minimum thickness of 0.125 - inch and minimum width of 2.5 inches by 2.5 inches. N. Type 170E Controller Assemblies Furnish and install 8 -phase Type 170E System Controllers wired as shown on the plans. Each controller assembly will include a chassis, a CPU circuit board, an input board, an output board, an operator interface board, a motherboard, and a power supply board. E SP 11 OF 14 The controller must meet all requirements of the latest Caltrans TSCES for the 170E controller. Functional and environmental testing of the Type 170E Controller Assemblies shall be performed by Superior Signal Service Corporation of Bell Gardens, California OR Signal Maintenance, Inc., of Anaheim, California. All testing shall be included in the lump -sum price bid. The cabinet for each Type 170 Controller Assembly will be Caltrans Type 332, conforming to California Standard Specifications. O. Telemetry An 8 "x10 "x4" Type 313 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 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. P. Vehicle Signal Faces and Signal Heads Signal section housings shall be metal type. All non - programmed lenses shall be glass with aluminum reflectors. Plastic housings, visors, and backplates will not be permitted. All lamps for traffic signal units (including programmed visibility types) shall be furnished by the Contractor. Q. Detectors Loop detector sensor units shall 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. 0 SP 12 OF 14 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. 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. R. Pedestrian Push Buttons Pedestrian push button signs, for push button assemblies to be installed on pedestrian push button posts, shall be 5'W'/2'. All other pedestrian push button signs shall be 9 "x12" and shall not extend beyond the mounting framework. Installation of push button assemblies for bicycle use shall be in accordance with City Standard Plan STD -913 -L and shall be 5 inches by 71/2 inches. S. OPTICOM Priority Control System The Type P Cabinet shall be wired for Opticom emergency vehicle equipment. The existing dirtit)i shall be reused. Detectors shall be Opticom Model M522. 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. T. Vehicle Counting System (VCS) The Contractor shall install a Vehicle Counting System (VCS) complete with interface cables in the controller cabinet. The VCS hardware shall consist of a microcomputer unit to collect, time stamp, and store data in an unattended manner. The VCS shall be able 0 SP 13 OF 14 to upload stored data to personal computer via an RS -232 cable, dial -up modem, loop modem. The unit shall be able to download and upload directly through a serial cable without having to use an external interface box. The unit shall have 28 inputs that interface directly with NEMA logic levels. Input interface connection shall be made through a male 37 -pin D subminiature connector, which shall mate with a female, 37 -pin D subminiature connector on the cable side. Serial interface connection shall be made through a female 15 -d subminiature connector and mate with a male 15 -pin D subminiature connector on the cable side. The unit shall be shall be supplied with a 9VAC and requires 16 ma. rms to 300 ma. rms. Attention is directed to Section F -15.20 DETECTORS. Detectors supplied as shown on the plans. Twenty percent of all detection for VCS installed shall be tested after turn on. System shall count at 95 percent accuracy tested by a manual count of selected detection by City Traffic Engineer. Contractor shall provide personnel to perform manual counts for verification of supplied VCS system. Cost of test by Contractor shall be included in lump sum signal bid price. 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 o.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. All existing signal indications, pedestrian push buttons, detectors, and control equipment shall be maintained in operation, except during shutdown hours as specified above. Existing luminaires 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. ' �r ' r • • SP 14 OF 14 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 for 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. R38 of the CALTRANS Uniform Sign Chart. The Contractor shall print the hours, days, and date of closure in 2 -inch (2 ") high letters and numbers. A sample of the completed sign shall be approved by the Engineer prior to posting. The Contractor shall only post streets with the time and dates that disrupt parking and access. Errors in posting "NO PARKING, TOW- AWAY" signs, false starts, acts of God, strikes, or other alterations of the schedule will require that the Contractor re -post the "NO PARKING, TOW- AWAY" signs. 09574/0222/066 w1dn \spec \spec295 EXISTING CONTROLLER CABINET — • SP 15 OF 18 CONSTRUCTION NOTES O INSTALL NEW CONDUIT TO EXISTING PULL BOX. O INSTALL NEW 6 PR #19,12PR #19 OR 18PR #22 INTERCONNECT INTO EXISTING CONDUIT AND CONTROLLER CABINET. O O INSTALL 12, 19, OR 25 PAIR PUNCH DOWN BLOCK IF NOT PROVIDED. USE COLOR CODED WIRE INDEX FOR INSTALLING EX. P.B. INTERCONNECT. TYPICAL TRAFFIC SIGNAL INTERCONNECT INSTALLATION DETAIL CONDUIT EX. P. B. PROPOSED 1 1/2" CONDUIT NOTE. All colored pairs from each signal shall be the same matched pair at each terminal strip (punch down block). See color code wire index. The colored pairs shall terminate at the T1 Hub locations ( Police Department, Fire Station, Library City Hall or General Services Yard.) Those locations that splice into optional colored pairs shall remain that colored pair to the T1 Hub terminus. CITY -WIDE INTERCONNECT COLOR CODE WIRE INDEX GROUP ICU LOCATION 1 1 JAMBOREE /BACK BAY 2 JAMBOREE /ISLAND LAGOON 2 3 JAMBOREE /SANTA BARBARA 4 JAMBOREE /SAN JOAQUIN HILLS RD 3 5 JAMBOREE /FORD 6 JAMBOREE /LORAL AERO 7 JAMBOREE /BISON FORD /LORAL AERO BISON /CAMELBACK BISON /LORAL ACCESS WIRE PAIR RED /SLATE RED /SLATE RED /SLATE RED /SLATE RED /GREEN RED /GREEN RED /GREEN BLUE/WHITE TO BLUE/WHITE TO BLUE/WHITE TO SP 16 OF 18 WIRE SPLICE INTO T -1 HUB SAME RED /BROWN RED /BROWN RED /BROWN 4 8 JAMBOREE /UNIVERSITY RED /ORANGE 9 JAMBOREE /BAYVIEW RED /ORANGE BAYVIEW PL /BAYVIEW CIRCLE BLUE/WHITE TO FED /ORANGE UNIVERSITY /LA VIDA BLUE/WHITE TO RED /BROWN 12 13 SUPERIOR/TICONDEROGA BLUE/WHITE 14 SUPERIOR /HOSPITAL BLUE/WHITE 15 SUPERIOR /PLACENTIA BLUE/WHITE 16 PLACENTIA /15TH BLUE/WHITE HOSPITAL /PLACENTIA ORANGE/WHITE 18 19 CAMPUS /QUAIL BLUE/WHITE 20 CAMPUS /DOVE BLUE/WHITE 10 BIRCH /QUAIL BLUE/WHITE 11 BIRCH /DOVE BLUE/WHITE 1 OF 3 e r CITY -WIDE INTERCONNECT COLOR CODE WIRE INDEX GROUP ICU LOCATION WIRE PAIR 21 21 IRVINE/WESTCLIFF -17TH BLUE/WHITE 22 22 IRVINE /DOVER -19TH BLUE/WHITE GREEN/WHITE 23 IRVINE /HIGHLAND -20TH BLUE/WHITE SAN JOAQUIN HILLS RD /SAN MIGUEL 24 IRVINE /SANTIAGO BLUE/WHITE 25 25 IRVINE /UNIVERSITY PHONE DROP BLACK /BROWN 26 IRVINE /MESA PHONE DROP 27 27 IRVINE /ORCHARD PHONE DROP DOVER /16TH DOVER/WESTCLIFF CAMPUS /AIRPORT ENTRANCE MACARTHUR /BIRCH VON KARMAN /BIRCH MACARTHUR/VON KARMAN JAMBOREE /MACARTHUR NEWPORT /32ND NEWPORT/30TH NEWPORT /28TH BALBOA /21 ST BALBOA /23RD BALBOA /32ND ORANGE/WHITE ORANGE/WHITE ORANGEIWHITE ORANGE/WHITE ORANGE/WHITE GREEN/WHITE GREENIWHITE BLUE/WHITE BLUE/WHITE BLUE/WHITE ORANGE/WHITE ORANGE/WHITE ORANGE/WHITE SP 17 OF 18 WIRE SPLICE INTO T -1 HUB 31 32 SAN JOAQUIN HILLS RD /SPYGLASS GREEN/WHITE TO BLACK /GREEN 31 SAN JOAQUIN HILLS RD /MARGUERITE GREEN/WHITE TO BLACK /GREEN 29 30 SAN JOAQUIN HILLS RD /CROWN GREEN/WHITE TO BLACK /GREEN 29 SAN JOAQUIN HILLS RD /SAN MIGUEL GREEN/WHITE TO BLACK /GREEN 28 28 SAN MIGUEL /PACIFIC VIEW BROWN/WHITE TO BLACK /BROWN 2OF3 • • CITY -WIDE INTERCONNECT COLOR CODE WIRE INDEX SP 18 OF 18 GROUP ICU LOCATION WIRE PAIR WIRE SPLICE INTO T -1 HUB NEWPORT CTR DR /FARALLON- GRANVILLE BLUE/WHITE NEWPORT CTR DR /NEWPORT CTR DR E &W BLUE/WHITE NEWPORT CENTER DR /SAN MIGUEL BLUE/WHITE AVOCADO /SAN MIGUEL BLUE/WHITE SANTA BARBARA /SAN CLEMENTE BLUE/WHITE TO BLACK /BLUE SANTA BARBARA /NEWPORT CTR DR W BLUEIWHITE TO BLACK /BLUE NEWPORT CENTER DR W /SANTA CRUZ BLUE/WHITE TO BLACK /BLUE SAN CLEMENTE /SANTA CRUZ BLUE/WHITE TO BLACK /BLUE NEWPORT CENTER DR E /SANTA ROSA ORANGE/WHITE TO BLACK /ORANGE SAN JOAQUIN HILLS RD /SANTA ROSA ORANGE/WHITE TO BLACK /ORANGE NEWPORT CENTER DR E/CENTER DR ORANGE/WHITE TO BLACK /ORANGE SAN JOAQUIN HILLS RD /SANTA CRUZ ORANGE/WHITE TO BLACK /ORANGE 33 33 BALBOA /MAIN 34 BALBOA /PALM PHONE DROP PHONE DROP 35 35 BALBOA /15TH PHONE DROP TELEPHONE SERVICE BLUE /RED RG:bb WP51 :WIRENDEX.I -C 6 -1 -94 3OF3 TYPICAL ALL LOCATIONS