HomeMy WebLinkAboutC-3210 - Traffic Signal ImprovementsApril 1-0, 1999
• •
CITY OF NEVTORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
Signal Maintenance, Inc.
2283 Via Burton Street
Anaheim, CA 92806
Subject: Traffic Signal Improvements, C -3210
To Whom It May Concern:
On February 22, 1999, the City Council of Newport Beach accepted the work of
the 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 had been
recorded in accordance with applicable portions of the Civil Code.
The Notice of Completion was recorded by the Orange County Recorder on
March 11, 1999, Reference No. 1990179299. The Surety for the contract is Federal
Insurance Company, and the bond number is 81547517. Enclosed are the bidders
bond, the labor & materials payment bond and the faithful performance bond.
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
LH:cf
cc: Public Works Department
Horst Hlawaty, Construction Engineer
encl.
3300 Newport Boulevard, Newport Beach
PAGE
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
TRAFFIC SIGNAL IMPROVEMENTS
CONTRACT NO. 3210
BIDDER'S BOND
We, the undersigned Principal and Surety, our successors and assigns, executors, heirs
and administrators, agree to be jointly and severally held and firmly bound to the City of
Newport Beach, a charter city, in the principal sum of Ten Percent (107) of the* dollars
($_11X XXXXX , to be paid and forfeited to the City of Newport Beach if the bid proposal of the
undersigned Principal for the construction of TRAFFIC SIGNAL IMPROVEMENTS, Contract No.
3210 in the City of Newport Beach, is accepted by the City Council of the City of Newport
Beach and the proposed contract is awarded to the Principal, and the Principal fails to duly
enter into and execute the Contract Documents for the construction of the project in the form
required within ten days (10) (not including Saturday, Sunday, and federal holidays) after the
date of the mailing of Notice of Award; otherwise this obligation shall become null and void.
*Value of the Attached Bid
If the undersigned Principal executing this Bond is executing this Bond as arl Individual.
it is agreed that the death of any such Principal shall not exonerate the Surety from its
obligations under this Bond.
Witness our hands this 8 day of June
Signal Maintenance, Inc.
Name of Contractor (Principal)
Federal Insurance Company
Name of Surety
700 Route 202 -206 North,
Bridgewater, NJ 08807
Address of Surety
(908) 218 -5273
Telephone
EM
Auth ized nature/Title
Jame R. Th mpson, Secretary
Autho d Agent Signah4e
Vi r!) i m a ui TL�p(� el-
Print 142me and Title r—
(Notary acknowledgment of Principal & Surety must be attached)
�1
0
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
State of California 1
} ss.
County of _ _grange 1
T
On June 10 1998 before me, Margarita C. Ottosson Notary Public
Date Name and Ttle of Goiter (e.g. "Jane Doe, Notary Putllo') `1
* * # * *R** **#*# R#****# * * * *# #*k *** * * * * * * * * ** * # * * ** *# *# T
personally appeared `* James R. Thompson ,
Name(s) of Signers) �
j( personally known to me
proved to me on the basis of satisfactory
evidence
c
to be the person*) whose name(* is /am
subscribed to the within instrument and
acknowledged to me that heAolooM "executed
MAM'ARfiAC.OTTCS�fV
COMM. f 7tS�Cq
Nc'.c. / R;_4 c — Cc9£CmfO
..- ...
ME COUNTY �+
N`� Cam M. Eipire. Z: p 30, 1998
i
Place Notary Seal Atove
the same in his /lo W r authorized
capacity(i"), and that by his /io�r
signature*) on the Instrument the person(91, or
the entity upon behalf of which the person(w)
acted, executed the instrument.
WITNESS m hand a(1\ ffcl sa
I
Signature of Notary Public
OPTIONAL
Though the information below is not required bylaw. it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signer's Name:
Individual
Corporate Officer -
* Partner — Limited
Attorney in Fact
Trustee
Title(s): _
General
❑ Guardian or Conservator
C Other:
Signer Is Representing:
Number of Pages:
RIGHrT UMBPRINr
OF SIGNER
xccr- �. rz�t> cccc,' �r- �; r-. �ICCr.. �, cti��. cc, ��SCec�ec. �c >ci;cti�r_.vcc.�:�eticcccrr,� C.�`cc,cc,cccc;'�.ccr_�,� C�.�ccr_.c= rx;oas.
®1997 National Notary Aasocialmn • 9389 De Soto Ave.. P.O. Box 2,92 • Chatewonh, CA 9131 &2602 Prod. No. 5907 Reortler: Colt Tat -Free 1.809 -V &- 27
0 0
ACKNOWLEDGMENT OF SURETY
State of Massachusetts
County of Suffolk
On this 8 day of
19 98 before me personally came Virginia
to me known, who, being by me duly sworn, did
depose and say that s/he is the Attorney -in -Fact of the
Federal Insurance
the surety company described in and which executed the foregoing instrument; that
s/he knows the seal of the corporation; that the seal affixed to the said instrument
is such seal; that it was so affixed by the Attorney -in -Fact; and that s/he signed
her/his name thereto by like order.
Notary PubGtc)
h4y Commission Expires October 29, 2004
. POWER OF ATTORNEY
FEDERAL INSURANCE COMPANY
ATfN: SURETY DEPARTMENT
15 Mountain View Road, Warren, NJ 07059
Telephone: (908) 903 -2000
Fax No.: (908) 903 -3656
Know all Men by these Presents. That FEDERAL INSURANCE COMPANY, an Indiana Corporation, has constituted and appointed, and does hereby
constitute and appoint Virginia M. Tighe, Stephen W. Grant, Richard A. Saul, Jr. , Diane M.
Kelly and Michael A. Rosenberger of Boston, Massachusetts------------------- - - - - --
each its true and lawful Attorney -in -Fact to execute under such designation in its name and to affix its corporate seal to and deliver for and on its behalf as surety
thereon or otherwise, bonds or obligations (other than Bail Bonds) given or executed in the course of its business, and any instruments amending or altering the same,
and consents to the modification or alteration of any instruments referred to in said bonds or obligations.
In Witness Whereof, rho said FEDERAL INSURANCE COMPANY has, pursuant to its By-Laws, caused these presents to be signed by its Vice President and Assistant Secretary and ns comorale seal to be
heroic affixed this 18th day of November 19 97
GCrpd'd19 Seat =�, '�, -
iI
te�nes^ C Wendel �
Assistant Secretary
STATE OF NEW JERSEY
County of Somerset as,
FEDERAL INSURANCE COMPANY
By
/Frei E. Robertson
_ Vice resident
o - -s 18th bay or November 19 97. before me personally came Kenneth- Wendel to me known and by me known to be Assistant Secretary of FEDERAL INSURANCE
COMPANY. he corporation descrced:n are which executed the foregoing Power of Attc. -ey, and the said Kenneth C. Wendel being by me duty swum, did depose and say that he is Ass.sta ^.t Secretary of FEDERAL
INSURANCE COMPANY and knows me corporate seal thereof. Thai the seal affixed to the'.oregoing Power of Anomey is Stich corporate sea! and was therem affixed by autntinly of me By -Laws of said Company, and tha:
ra s grec said Powe, of Attamey asAsas:ant Secretary of said Company by like authority: and that he is acquainted with Frank E. Robertson and knows him to be the Vice President i f safe Company, and that the signature
cl sa:c Fan,, E Rooenson suoscrmed to said Power of Anomey is in the genuine handwming of said Frank E. Robertson and was Metals suoscdbed by simony of said Bylaws and in documents presence.
Notanai Seal
A pwledged and Swom to at
on the the m above wn
f
y tn. r„ �h Notary Public
CERTIFICATION
STATE OF NEW JERSEY SS
County of Somerset ::DDI �•. "£pyr: .'.;;i: �, ylnii 1£, 1
1, me undersigned, Assistant Secretary of FEDERAL INSURANCE COMPANY, do hereoy certify that the following is awe excerpt from the Bylaws of the said Company as adopted by ns Board of Diredors and 1nal
This By Law is in full tome and effect.
'ARTICLE XVIII
Section 2. All bonds, undertakings, contracts and other instruments other than as above for and on behalf of the Company which it is aWhonaed by law or its charter m execute, may and shell be executed
in the name and on behalf of the Company either by the Chairman or me Vice Chairman or the President or a Vice President, jointly with the Secretary or an Assistant Secretary, under their respective
designations, except that any one or more officers or Momeys -in -tact designated in any resolution of the Board of Directors or the Executive Commirtea, Orin any power of attorney executed as provided for
in Section 3 below, may execute any such bond, undenalking Or other obligation as Provided in such resolution or power of attomey
Section 3. All powers of attomey for and on behalf of the Company may and shall be execmed in the name and on behml of me Company, either by ills Chairman or the Vice Chairman or ere President or a
Vice President or an Assistant Vice President, jointly with the Secretary or anAssistam Secretary, under their respective designations. The signature of such officers may De ongraved, printed or lithographed.
The signature of each of the following officers : Chairman, Vice Chairman, President. any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and tie seal of the Company
may be affixed Dy facsimbe to any power of attomey or to any cartmcate mating thereto appointing Assistant Sediments or Attprrmys- in-Fad lot purposes only of executing and etteskng bonds end
undertakings and other writings obligatory in the nature thereof, and any such Power m attorney or cenificate bearing Well fB lmile signature or facsimile seal shall be valid and binding upon pie Company
and any such Power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with resp ri to any bond or and rmaking to which l is anachetl.'
I further certify that said FEDERAL INSURANCE COMPANY is duly licensed to transact fidelity and surety business in each of the States of the United States of Amen ". District of Columbia, Puerto Rico, and each of
to Provinces of Canada with the exception of Prince Edward Imand; and is also duly licensed to become sole surety on bands, undertakings, etc., permitted or required by law.
I, me undersigned Assistant Secretary of FEDERAL INSURANCE COMPANY, do hereby partly that the foregoing Power of Attorney is in full tome and alad.
Given ono and the seal of said Company at Warren, N.J., this 8 day pl June 19 98
\yA +OiAti� Assistant Sepretary
IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF
ANY OTHER MATTER, PLEASE WRITE TO US AT THE ADDRESS LISTED ABOVE.
Form 15- 10 -DISS (Ed. S -95) CONSENT
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
TRAFFIC SIGNAL IMPROVEMENTS
CONTRACT NO, 3210
BOND N0. $t547517
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City Council of the City of Newport Beach, State of California, by motion
adopted, has awarded to Signal Maintenance, Inc. hereinafter designated as the "Principal," a
contract for construction of TRAFFIC SIGNAL IMPROVEMENTS, Contract No. 3210 in the City
of Newport Beach, in strict conformity with the plans, drawings, specifications and other Contract
Documents in the office of the Public Works Department of the City of Newport Beach, all of which
are incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute Contract No. 3210 and the
terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's
subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon,
for, or about 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 the undersigned Principal, and,
duly authorized to transact business under the laws of the State of California, as Surety, (referred
to herein as "Surety ") are held firmly bound unto the City of Newport Beach, in the sum of one
hundred three thousand one hundred ninety five and no/100 Dollars ($103,195.00) lawful money
of the United States of America, 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 to
be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns,
jointly and severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's
subcontractors, fail to pay for any materials, provisions, or other supplies, implements or
machinery used in, upon, for, or about the performance of the work contracted to be done, or for
any other work or labor thereon of any kind, or for amounts due under the Unemployment
Insurance Code with respect to such work or labor, or for any amounts required to be deducted,
withheld and paid over to the Employment Development Department from the wages of
employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment
Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an
amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce
the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by
the provisions of Section 3250 of the Civil Code of the State of California.
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 of action
to them or their assigns in any suit brought upon this Bond, as required by and in accordance with
the provisions of Sections 3247 et. seq. of the Civil Code of the State of California.
And Surety, for value received, hereby stipulates and agrees that no change, extension of
time, alterations or additions to the terms of the Contract or to the work to be performed
thereunder or the specifications accompanying the same shall in any wise affect its obligations on
this Bond, and it does hereby waive notice of any such change, extension of time, alterations or
additions to the terms of the Contract or to the work or to the specifications.
In the event that any principal above named executed this Bond as an individual. it is
agreed that the death of any such principal shall not exonerate the Surety from its obligations
under this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the above named
Principal and Surety, on the 1 day of July , 198
SIGNAL MAINTENANCE INC.
Name of Contractor (Principal)
Federal Insurance Company
Name of Surety
700 Rte. 202 -206 North,
Bridgewater, NJ 08807
Address of Surety
(908) 218 -5273
Telephone
jAoiz na tle Ogg, Jr., President
Aut orized Agent Signature
Michael A. Rosenberger, Attorney -in -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
0 0
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
State of California
County of
} ss.
On July 6 1998 before me, Margarita C. Ottosson Notary Public
Date Name and The of Officer (e.g . "Jane Doe. Notary Public')
personally appeared * * * * ** Leroy J. Ogg Jr.
Name(s) of Signer(sl
X personally known to me
proved to me on the basis of satisfactory
evidence
to be the person(*) whose name(sj is /&*
subscribed to the within instrument and
acknowledged to me that heiswsAW" executed
the same in his /lae* oeif authorized
capacity0"), and that by his /im�r
signature(*) on the instrument the person(s±, or
the entity upon behalf of which the pe:scr.-,n)
acted, executed the instrument.
WITNESS m� and official seai.
t
Place Notary Seal Above Stgnawre of Notary Pnhric
OPTIONAL r
Though the information below is not required bylaw, it may prove valuable to persons relying on the document
and coula prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: Number of Pages
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signer's Name:
Individual
Top of thumb here
•7 Corporate Officer— Title(s):
Partner —!1 Limited ❑ General
Attorney in Fact
Trustee
Guardian or Conservator
:J Other:
Signer Is Representing
0 1997 National Notary Association • 9350 De Soto Ave., PO. Box 2402 • Chatsworth, CA 9 f 313 -2402 Prod. No 5907 Reorder: Call Toll -Free 1- 800 -876 -6827
0
ACKNOWLEDGMENT OF SURETY
,State of Massachusetts
County of Suffolk
On this
1
day of
0
19 98 . before me personally came Michael A. Rosenberger
to me known, who, being by me duly sworn, did
depose and say that s/he is the Attorney -in -Fact of the
Federal Insurance
the surety company described in and which executed the foregoing instrument; that
s/he knows the seal of the corporation; that the seal affixed to the said instrument
is such seal; that it was so affixed by the Attorney -in -Fact; and that s/he signed
her/his name thereto by like order.
1 "_ .'
Y-1110 vary Pu.buc)
My Commission Expires October 29, 2004
• •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
TRAFFIC SIGNAL IMPROVEMENTS
CONTRACT NO. 3210
BOND NO. 51547517
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ Four Hundred Sixty Four ard00 /100 *being at
the rate of $ 4.50 per thousand of the Contract price. *Dollars ($464.00)
WHEREAS, the City Council of the City of Newport Beach, State of California, by motion
adopted, awarded to Signal Maintenance, Inc. hereinafter designated as the "Principal ", a contract
for construction of TRAFFIC SIGNAL IMPROVEMENTS, Contract No. 3210 in the City of
Newport Beach, in strict conformity with the plans, drawings. specifications, and other Contract
Documents maintained in the Public Works Department of the City of Newport Beach, all of which
are incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute Contract No. 3210 and the
terms thereof require the furnishing of a Bond for the faithful performance of the Contract,
NOW, THEREFORE, we, the Principal, and Federal Insurance Company
, duly authorized to transact business under the laws of the State
of California as Surety (hereinafter "Surety "), are held and firmly bound unto the City of Newport
Beach, in the sum of one hundred three thousand one hundred ninety five and no /100 Dollars
($103,195.00), lawful money of the United States of America, said sum being equal to 100% of
the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors,
and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors
and administrators, successors, or assigns, jointly and severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's
heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep
and perform any or all the work, covenants, conditions, and agreements in the Contract
Documents and any alteration thereof made as therein provided on its part, to be kept and
performed at the time and in the manner therein specified, and in all respects according to its true
intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach,
its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the
same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall
become null and void.
0 0
As a part of the obligation secured hereby, and in addition to the face amount specified in
this Performance Bond, there shall be included costs and reasonable expenses and fees,
including reasonable attorneys fees, incurred by the City, only in the event the City is required to
bring an action in law or equity against Surety to enforce the obligations of this Bond.
Surety, for value received, stipulates and agrees that no change, extension of time,
alterations or additions to the terms of the Contract or to the work to be performed thereunder or
to the specifications accompanying the same shall in any way affect its obligations on this Bond,
and it does hereby waive notice of any such change, extension of time, alterations or additions of
the Contract or to the work or to the specifications.
This Faithful Performance Bond shall be extended and maintained by the Principal in full
force and effect for six (6) months following the date of formal acceptance of the Project by the
City.
In the event that f'ie Principal executed this bond as an indiv,dual, 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 P;incipa! and
Surety above named, on the 1 day of July , 19 98
SIGNAL MAINTENANCE INC.
Name of Contractor (Principal)
Federal Insurance Company
Name of Surety
700 Rte. 202 -206 North,
Bridgewater, NJ 08807
Address of Surety
(908) 218 -5273
Telephone
YA � i ign /Title
eroy J. Ogg, Jr., President
Authorized Agent Signature
Michael A. Rosenberger, Attorney -in -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
0 0
CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT
acknowledged to me that heielrwiNrrr executed
the same in his,'�rriirl authorized
capacity0w), and that by his /6*6 iwr
signature*) on the instrument the pi or
the entity upon behalf of which the person4r)
acted, executed the instrument.
WITNESS m h nd annd fficial seal.
__.
Pace Notary Seai Above S +gnata2 of Nctary Pcc�ic
OPTIONAL
Though the information below is not recuired by law. it may prove valuable to persons relying on the document
and could prevent iraudulem : emoval and eattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: Number of Pages
Signers) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signer's Name:
• Individual
Top of thumC Here
• Corporate Officer — Title(s):
• Partner— �_ Limited '] General i
• Attorney in Fact
• Trustee
• Guardian or Conservator
• Other:
Signer Is Representing:
0 1997 National Notary Association • 9350 De Soto Ave.. P.D. Box 2402 • Chats,vonh. CA 91313.2402 Prod. No. 5907 Reor0er. Can Toll-Free 1.800896 -6827
}
State of California
ss.
County of grange
'
On July 6. 1998
before me, Margarita C. Ottosson Notary Public
Date
Name and Title of Officer (e.g., 'Jane One. Notary Public')
r
personally appeared
4 vtR4fff ff11ff111ff11#Yffiif
' Leroy J Ogg, Jr.
Narne(s) of Signers) -
h
personally known to me
= proved to me on the basis of satisfactory
evidence
to be the person*) whose names# isima
subscribed to the within instrument and
acknowledged to me that heielrwiNrrr executed
the same in his,'�rriirl authorized
capacity0w), and that by his /6*6 iwr
signature*) on the instrument the pi or
the entity upon behalf of which the person4r)
acted, executed the instrument.
WITNESS m h nd annd fficial seal.
__.
Pace Notary Seai Above S +gnata2 of Nctary Pcc�ic
OPTIONAL
Though the information below is not recuired by law. it may prove valuable to persons relying on the document
and could prevent iraudulem : emoval and eattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Document Date: Number of Pages
Signers) Other Than Named Above:
Capacity(ies) Claimed by Signer
Signer's Name:
• Individual
Top of thumC Here
• Corporate Officer — Title(s):
• Partner— �_ Limited '] General i
• Attorney in Fact
• Trustee
• Guardian or Conservator
• Other:
Signer Is Representing:
0 1997 National Notary Association • 9350 De Soto Ave.. P.D. Box 2402 • Chats,vonh. CA 91313.2402 Prod. No. 5907 Reor0er. Can Toll-Free 1.800896 -6827
• •
ACKNOWLEDGMENT OF SURETY
State Of Massachusetts
County of Suffolk
On this
I
day of
19 98 . before me personally came Michael A. Rosenberger
to me known, who, being by me duly sworn, did
depose and say that s/he is the Attorney -in -Fact of the
Federal I
the surety company described in and which executed the foregoing instrument; that
s/he knows the seal of the corporation; that the seal affixed to the said instrument
is such seal; that it was so affixed by the Attorney -in -Fact; and that s/he signed
her/his name thereto by like order.
JJ(Nolar u6lic)
My Commission Expires October 29, 2004
• POWER OF ATTORNEY •
FEDERAL INSURANCE COMPANY
ATTN: SURETY DEPARTMENT
15 Mountain View Road, Warren, NJ 07059
Telephone: (908) 903 -2000
Fax No.: (908) 903 -3656
Know all Men by these Presents, That FEDERAL INSURANCE COMPANY, an Indiana Corporation, has constituted and appointed. and does hereby
constitute and appoint Virginia M. Tighe, Stephen W. Grant, Richard A. Saul, Jr. , Diane M.
Kelly and Michael A. Rosenberger of Boston, Massachusetts------------------- - - - - --
each Its true and lawful Attorney -in -Fact to execute under such designation In Its name and to affix Its corporate seal to and deliver for and on its behalf as surety
thereon or othervyi5e. bonds or obligations (other than Bail Bonds) given or executed in the course of its business, and any instruments amending or altering the same,
and consents to the modification or alteration of any instruments referred to in said bonds or obligations.
In Witness Whereat, the said FEDERAL INSURANCE COMPANY has, pursuant to its By Laws, caused these presents to be signed cy is vice President and Assistant Secretary and its comorate seal to be
torero affixed this 18th day of November ig 97
Coro :ale'Seal.. �_'$ v
�1
Kerre'^ C. ',retool
Assistant Secretary
STATE OF NEW JERSEY
County of Somerset ss.
FEDERAL INSURANCE COMPANY
By
/r
/ Fran E. Rooenspn/ IL
Vice resident
Dn :,ns 18th bay Of November 19 9 7 , before me personally came Kenneth C. Wentlel tome know,. and oy me known a be Assistant Secretary of FEDERAL INSURANCE
COMPANY.:r.e :3=rauon oescmad in and wron exec too me foregoing Power of Anomey, and the said Kenneth C. Wentlel being by me duly swum, old eepcse arc say that he is Assistant Secretary of FEDERAL
INSURANCE COMPANY and knows the cpmorate seal thereof. hotline seal aRixed ro the foregoing Power cf Anomey e; such, corporate seat and was :hereto affixed! by 3umomy of the By Laws of said Company, and that
ne s:g-.ed said Power of Attomey asAsseeam Secretary of said Company by like authority: and!hat rte is acquainted with Prank E. Robertson and knows him to be the Vice Presidenl of said Company, one that the signature
cf said a.arx E. aocesdn suesoribed to said Power of Anomey ism the genuine handwriting of said Frank E. Roberson and was hereto subscabed oy authority of said By -Laws and :n aeponerfa presence.
Ni deal
�A now edged an Swore to datyyy''��9 me
on the to aD've wnh�/
l2!_ <p�,• : =:D vu1.�Ij Nototary Public
CERTIFICATION (ETA
STATE OF NEW JERSEY -' -^
SS.
County of Somerset } (om�.:; :9, : :'r _.. :..c' :i 18. is:::
I, the uraenigned. Assistant Secretary of FEDERAL INSURANCE COMPANY, do hereby comfy that the following is a:.'ue exceml from me By -Laws of the said Company as adopted by its Board of Directors and that
this By -iyw is in full tome and effect.
'ARTICLE %VIII
Section 2. All bonds, undertakings, contracts and other instruments other than as above for and on behalf of the Company which it is authorized by law or his thane, to execute, may and shall be executed
in the name and on behalf of the Company either by the Chaimlan or the Vice Chairman or the President or a Vice President. jointly with the Secretary or an Assistant Secretary, under their respective
designations, except that any one or mom officers or attomoys- in.fact designated in any resolution of the Board of Directors or the Executive Committed, or in any power of attorney executed as provided for
In Section 3 below, may execute arry such bona, undertaking or other obligation as provided In such resolution or power of attomey
Section 3. All powers of attorney for and on behalf of the Company may and snail be executed in the name and on behalf of the Company, either by the Chairman or the Vice Chairman or Me President or a
Vice President or an Assistant Vice President, jointly with the Secretary or anAsse ant Secretary, under their roMe ftwe designations. The signature of such officers may be engraved, printed or lithographed.
The signature of soon of Me following officers : Chairman. Vice Chairmen, President, any Vice President, any Assistant Vice President. any Secretary, any Assistant Secretary and the seal of the Company
may be elfix¢d by masimea to any power of attorney or to any certificate relating thereto appointing Aselstam Secretaries or Abomeys- in-Fam for pumoses only 0 exalting and anesting bonds and
undertakings and other writings obligatory In the nature thereof, and any such power of attomey or certificate bearing such facsimile signature or facsmile seat shall be valid and binding upon the Company
and any such power so executed and conified by such facsimile signature and facsimile seal small be valid and binding upon the Company with respect to any bond or undertaking to which it is et foolm :
I further ced'riy, that said FEDERAL INSURANCE COMPANY is duly licensed to transact fidelity and surety business In seen of the States of he United States ofAmerica. District of Columbia. Puerto Rico. and each of
to Provinces of Canada whin he excitation of Prince Edward Island: and is also duly licensed to become sole surety on bonds, undanalungs, etc., permmed of required by law.
I, the undersigned Assistant Sanitary of FEDERAL INSURANCE COMPANY, do hereby cardly that the foregoing Power of Attorney is in full to= and effect.
O'rren end and the seat of said Company at Wanen. N.J.. this J day of 'July 19 98
Assistant secretary
IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF
ANY OTHER MATTER, PLEASE WRITE TO US AT THE ADDRESS LISTED ABOVE.
Form 15.10.0185 (Ed. 8.95) CONSENT
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
'99
City Clerk
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
Reccoorded in the county of orange, California
:E I Clerk/Recorder
Fee
"IR 30 A9 �1969a 20999 @179299 2:12pm @3/11/99
N12 1 6.00 0.00 0.00 0.00 0.00 0.00
OFFli %. THE CITY rl FRK
CIT'
NOTICE OF COMPLETION
6103"
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard,
Newport Beach, California, 92663, as Owner, and Signal Maintenance, Inc. of Anaheim,
California, as Contractor, entered into a Contract on June 22, 1998. Said Contract set
forth certain improvements, as follows:
Traffic Signal Improvements, C -3210
Work on said Contract was completed on January 27, 1999, and was found to be
acceptable on January 27, 1999, by the City Council. Title to said property is vested in
the Owner, ay(d the Surety for said Contract is Federal Insurance
BY
Ptiblic Works Director
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge.
Executed on r- 41-al (/ y 1q9! at Newport Beach, California.
BY
City Clerk �s
February 22, 1999
CITY COUNCIL AGENDA
ITEM NO, 6
TO: MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: PUBLIC WORKS DEPARTMENT
SUBJECT: TRAFFIC SIGNAL IMPROVEMENTS, CONTRACT NO. 3210
COMPLETION AND ACCEPTANCE -
c
RECOMMENDATIONS: LEB 2 2
i
1. Accept the work. AYE( RCVED
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days after the Notice of
Completion has been recorded in accordance with applicable portions of the Civil
Code.
DISCUSSION:
• On June 22, 1998, the City Council authorized the award of the Traffic Signal
Improvements contract to Signal Maintenance, Inc. of Anaheim, California. The
contract provided for the installation of traffic signal heads, mast arms, Light Emitting
Diodes (LED) signal indications and Opticom emergency vehicle preemption equipment
at various locations within the City. The contract has now been completed to the
satisfaction of the Public Works Department. A summary of the contract cost is as
follows:
Original bid amount: $103,195.00
Actual amount of bid items constructed: 104,445.00
Total amount of change orders: 0.00
Final contract cost: $104,445.00
An increase in the number of LED lenses installed over the original bid numbers
resulted in an increase over the original bid amount. There were no change orders
issued on this contract. The final overall construction cost was 1.2% over the original
bid amount.
•
Subject: Traffic Signal Imp•ments, Contract No. 3210 - Completion acceptance
February 22, 1999
Page 2
Funds for the project were budgeted in the State Gas Tax Fund as follows: 0
Description
Account Number
Amount
Traffic Signal Improvements
7181- C5100425
49,789.00
LED Traffic Signal Indications
7181- C5100406
48,300.00
Traffic Signal Preemption System
7181- C5100408
15,425.00
TOTAL
$113,514.00
All work was completed on January 27, 1999, the scheduled completion date.
Respectfully submitted
W
PU LB IC WORKS DEPARTMENT
Don Webb, Director
By: //m 0 zL
Horst Hlawaty, P.E.
Construction Engineer
F. \Users\PBW\Sbared\ COUNCIL \FV9e -99 \Feb -22 \Traffic Signal C- 3210.bw
1]
0
• CITY CLERK
PAGE1
CITY OF NEWPORT BEACH
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, P.O. Box 1768
Newport Beach, CA 92658 -8915
until 10:00 a.m. on the 11th day of June. 1998,
at which time such bids shall be opened and read for
TRAFFIC SIGNAL IMPROVEMENTS
Title of Project
Contract No. 3210
$135,000.00
Engineer's Estimate
Approve
Don Webb
Public Works Director
Prospective bidders may obtain one set of bid documents at no cost
at the office of the Public Works Department, 3300 Newport
Boulevard, P. O. Box 1768, Newport Beach, CA 92658 -8915.
For further information, call James Brahler. Proiect Manager at (949) 644 -3311.
PAGE
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
TRAFFIC SIGNAL IMPROVEMENTS
CONTRACT NO. 3210
INSTRUCTIONS TO BIDDERS
1. The following documents shall be completed, executed and received by the City Clerk in
accordance with NOTICE INVITING BIDS:
INSTRUCTIONS TO BIDDERS
BIDDER'S BOND
DESIGNATION OF SUBCONTRACTORS
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
NON - COLLUSION AFFIDAVIT
PROPOSAL
2. Cash, certified check or cashier's check (sum not less than 10% of the total bid price) may be
received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid"
shall be clearly marked on the outside of the envelope containing the documents.
3. The City of Newport Beach will not permit a substitute format for the Contract Documents
listed above. Bidders are advised to review their content with bonding and legal agents prior
to submission of bid.
4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently
authorized by the Insurance Commissioner to transact business of insurance in the State of
California, and (2) listed as an acceptable surety in the latest revision of the Federal Register
Circular 570.
5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to
allow the comparison of total bid prices.
6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied
by unit price submitted by the bidder. In the event of discrepancy between wording and
figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of
estimated quantity by unit price, the correct multiplication will be computed and the bids will be
compared with correctly multiplied totals. The City shall not be held responsible for bidder
errors and omissions in the PROPOSAL.
The City of Newport Beach reserves the right to reject any or all bids and to waive any minor
irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the
request and expense of the Contractor, securities shall be permitted in substitution of money
withheld by the City to ensure performance under the contract.
PAGE 3
The securities shall be deposited in a state or federal chartered bank in California, as the
escrow agent.
8. 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).
9. 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 ".
10. 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.
For sole ownership, the signature shall be of the owner.
The signature below represents that the above has been reviewed.
679111, C -10, A
Contractor's License No. & Classification
Signal Maintenance Inc.
Bidder
Thompson.
Auk" Signature/Title Secretary
June 10, 1998
Date
PAGE 5
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
TRAFFIC SIGNAL IMPROVEMENTS
CONTRACT NO. 3210
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 represents that he /she is fully qualified to and 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.
Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted
for any monies to be withheld to ensure performance under the Contract.
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.
Signal Maintenance. Inc.
Bidder Auth d ed Si ature/Title
James .Th mpson, Secretary
PAGE 8
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
TRAFFIC SIGNAL IMPROVEMENTS
CONTRACT NO. 3210
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 receipt
Notice of Award to the successful bidder:
• CONTRACT
• LABOR AND MATERIALS PAYMENT BOND
• FAITHFUL PERFORMANCE BOND
• CERTIFICATE(S) OF INSURANCE
• GENERAL LIABILITY INSURANCE ENDORSEMENT
• AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT
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.
The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by
an insurance organization or surety (1) currently authorized by the Insurance Commissioner to
transact business of insurance in the State of California, and (2) listed as an acceptable surety in
the latest revision of the Federal Register Circular 570.
Pursuant to Public Contract Code Section 22300, appropriate securities may be
substituted for any monies to be withheld to ensure performance under the Contract
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 VII (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. Certificates of Insurance and additional insured
endorsements shall be on the insurance company's forms, fully executed and delivered with the
Contract. The Notice to Proceed will not be issued until all contract documents have been
received and approved by the City.
PAGE 9
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
TRAFFIC SIGNAL IMPROVEMENTS
CONTRACT NO. 3210
CONTRACT
THIS AGREEMENT, entered into this 22nd day of June, 1998, by and between the CITY OF
NEWPORT BEACH, hereinafter "City," and Signal Maintenance, Inc., hereinafter "Contractor," is
made with reference to the following facts:
A. WHEREAS, City has advertised for bids for the following described public work:
TRAFFIC SIGNAL IMPROVEMENTS
Project Description
3210
Contract No.
B. WHEREAS, Contractor has been determined by City to be the lowest responsible bidder
and Contractor's bid, and the compensation set forth in this Contract, is based upon
Contractor's careful examination of all Contract documents, plans and specifications.
NOW, THEREFORE, City and Contractor agree as follows:
1. CONTRACT DOCUMENTS The complete Contract for the Project includes all of
the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal,
Bidder's Bond, Non - Collusion Affidavit, Faithful Performance Bond, Labor and
Materials Payment Bond, Permits, General Conditions, Standard Plans and Standard
Special Provisions, Plans and Special Provisions for Contract No. 3210, Standard
Specifications for Public Works Construction (current edition) and all supplements and
this Agreement, and all modifications and amendments thereto (collectively the
"Contract Documents "). The Contract Documents comprise the sole agreement
between the parties as to the subject matter therein. Any representations or
agreements not specifically contained in the Contract Documents are null and void.
Any amendments must be made in writing, and signed by both parties in the manner
specified in the Contract Documents.
2. SCOPE OF WORK Contractor shall perform everything required to be
performed, and shall provide and furnish all the labor, materials, necessary tools,
expendable equipment and all utility and transportation services required for the
Project:
•
PAGE 10
All of the work to be performed and materials to be furnished shall be in strict
accordance with the provisions of the Contract Documents. Contractor is required to
perform all activities, at no extra cost to City which are reasonably inferable from the
Contract Documents as being necessary to produce the intended results.
3. As full compensation for the performance and completion of the Project as required by
the Contract Documents, City shall pay to Contractor and Contractor accepts as full
payment the sum of one hundred three thousand one hundred ninety five and no /100
Dollars ($103,195.00).
This compensation includes:
(a) Any loss or damage arising from the nature of the work,
(b) Any loss or damage arising from any unforeseen difficulties or obstructions in the
performance of the work,
(c) Any expense incurred as a result of any suspension or discontinuance of the work,
but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5
on the Richter Scale and tidal waves, and which loss or expense occurs prior to
acceptance of the work by City.
4. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract,
before making its final request for payment under the Contract Documents, Contractor
shall submit to City, in writing, all claims for compensation under or arising out of this
Contract. Contractor's acceptance of the final payment shall constitute a waiver of all
claims for compensation under or arising out of this Contract except those previously
made in writing and identified by Contractor in writing as unsettled at the time of its
final request for payment.
5. WRITTEN NOTICE Any written notice required to be given under the Contract
Documents shall be performed by depositing the same in the U.S. Mail, postage
prepaid, directed to the address of Contractor and to City, addressed as follows:
CITY
City of Newport Beach
Public Works Department
3300 Newport Boulevard
Newport Beach, CA 92663
Attention: James Brahler
(949) 644 -3311
Signal Maintenance, Inc.
2283 Via Burton Street
Anaheim, CA 92806
(714) 563 -4000
6. LABOR CODE 3700 LIABILITY INSURANCE Contractor, by executing this
Contract, hereby certifies:
"I am aware of the provisions of Section 3700 of the Labor Code which requires every
employer to be insured against liability for Workers' Compensation or undertake self -
insurance in accordance with the provisions of the Code, and I will comply with such
provisions before commencing the performance of the work of this Contract."
0
7. INSURANCE
PAGE 11
(a) Insurance is to be placed with insurers with a Best's rating of no less than A:VII
and insurers must be a California Admitted Insurance Company.
(b) Contractor shall furnish City with certificates of insurance and with original
endorsements effecting coverage required by this Contract. The certificates and
endorsements for each insurance policy are to be signed by a person authorized
by that insurer to bind coverage on its behalf. All certificates and endorsements
are to be received and approved by City before work commences. City reserves
the right to require complete, certified copies of all required insurance policies, at
any time.
(c) Contractor shall procure and maintain for the duration of the contract insurance
against claims for injuries to persons or damages to property which may arise
from or in connection with the performance of the work hereunder by Contractor,
his agents, representatives, employees or subcontractors. The cost of such
insurance shall be included in Contractor's bid.
A. Minimum Scope of Insurance
Coverage shall be at least as broad as:
1. Insurance Services Office Commercial General Liability coverage "occurrence" form
number CG 0001 (Edition 11/85) or Insurance Services Office form number GL 0002
(Edition 1/73) covering Comprehensive General Liability and Insurance Services
Office form number GL 0404 covering Broad Form Comprehensive General Liability.
2. Insurance Services Office Business Auto Coverage form number CA 0001 0187
covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288
Changes in Business Auto and Truckers Coverage forms - Insured Contract.
3. Workers' Compensation insurance as required by the Labor Code of the State of
California and Employers Liability insurance.
B. Minimum Limits of Insurance
Coverage limits shall be no less than:
1. General Liability: $1,000,000.00 combined single limit per occurrence for bodily
injury, personal injury and property damage. If Commercial Liability Insurance or
other form with a general aggregate limit is used, either the general aggregate limit
shall apply separately to this project/location or the general aggregate limit shall be
twice the required occurrence limit.
2. Automobile Liability: $1,000,000.00 combined single limit per accident for bodily
injury and property damage.
0
r�
PAGE 12
3. Workers' Compensation and Employers Liability: Workers' compensation limits as
required by the Labor Code of the State of California and Employers Liability.
C. Deductibles and Self- Insured Retentions
Any deductibles or self- insured retentions must be declared to and approved by City.
At the option of City, either: the insurer shall reduce or eliminate such deductibles or
self- insured retentions as respects City, its officers, officials, employees and
volunteers; or Contractor shall procure a bond guaranteeing payment of losses and
related investigations, claim administration and defense expenses.
D. Other Insurance Provisions
The policies are to contain, or be endorsed to contain, the following provisions:
1. General Liability and Automobile Liability Coverages
(a) City, its officers, officials, employees and volunteers are to be covered as
additional insureds as respects: liability arising out of activities performed by or
on behalf of Contractor, including the insured's general supervision of
Contractor; products and completed operations of Contractor; premises owned,
occupied or used by Contractor; or automobiles owned, leased, hired or
borrowed by Contractor. The coverage shall contain no special limitations on the
scope of protection afforded to City, its officers, officials, employees or
volunteers.
(b) Contractor's insurance coverage shall be primary insurance and /or primary
source of recovery as respects City, its officers, officials, employees and
volunteers. Any insurance or self- insurance maintained by City, its officers,
officials, employees and volunteers shall be excess of the Contractor's insurance
and shall not contribute with it.
(c) Any failure to comply with reporting provisions of the policies shall not affect
coverage provided to City, its officers, officials, employees and volunteers.
(d) Contractor's insurance shall apply separately to each insured against whom
claim is made or suit is brought, except with respect to the limits of the insurer's
liability.
(e) The insurance afforded by the policy for contractual liability shall include liability
assumed by contractor under the indemnification /hold harmless provision
contained in this Contract.
2. Workers' Compensation and Employers Liability Coverage
The insurer shall agree to waive all rights of subrogation against City, its officers,
officials, employees and volunteers for losses arising from work performed by
Contractor for City.
3. All Coverages
PAGE 13
Each insurance policy required by this clause shall be endorsed to state that
coverage shall not be suspended, voided, canceled, rescinded by either party,
reduced in coverage or in limits except after thirty (30) days' prior written notice by
certified mail, return receipt requested, has been given to City.
E. Acts of God
Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for
the repairing and restoring damage to Work, when damage is determined to have
been proximately caused by an Act of God, in excess of 5 percent of the Contract
amount provided that the Work damaged is built in accordance with the plans and
specifications.
F. Right to Stop Work for Non - Compliance
City shall have the right to offer the Contractor to stop Work under this Agreement
and /or withhold any payment(s) which become due to Contractor hereunder until
Contractor demonstrates compliance with the requirements of this article.
8. RESPONSIBILITY FOR DAMAGES OR INJURY
A. City and all officers, employees and representatives thereof shall not be responsible in
any manner: for any loss or damages that may happen to the Work or any part
thereof; for any loss or damage to any of the materials or other things used or
employed in performing the Work, for injury to or death of any person either workers or
the public; or for damage to property from any cause arising from the construction of
the work by Contractor, or its subcontractors, or its workers, or anyone employed by it.
B. Contractor shall be responsible for any liability imposed by law and for injuries to or
death of any person or damage to property resulting from defects, obstructions or from
any cause arising from Contractor's work on the Project, or the work of any
subcontractor or supplier selected by the Contractor.
C. Contractor shall indemnify, hold harmless, and defend City, its officers and employees
from and against (1) any and all loss, damages, liability, claims, allegations of liability,
suits, costs and expenses for damages of any nature whatsoever, including, but not
limited to, bodily injury, death, personal injury, property damages, or any other claims
arising from any and all acts or omissions of Contractor, its employees, agents or
subcontractors in the performance of services or work conducted or performed
pursuant to this Contract; (2) use of improper materials in construction of the Work; or,
(3) any and all claims asserted by Contractor's subcontractors or suppliers on the
project, and shall include reasonable attorneys' fees and all other costs incurred in
defending any such claim. Contractor shall not be required to indemnify City from the
sole or active negligence or willful misconduct of City, its officers or employees_
Li
PAGE 14
D. To the extent authorized by law, as much of the money due Contractor under and by
virtue of the Contract as shall be considered necessary by City may be retained by it
until disposition has been made of such suits or claims for damages as aforesaid.
E. Nothing in this article, nor any other portion of the Contract Documents shall be
construed as authorizing any award of attorneys' fees in any action to enforce the
terms of this Contract, except to the extent provided for in "C" above.
F. The rights and obligations set forth in this Article shall survive the termination of this
Contract.
9. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all
other Contract Documents by Contractor is a representation that Contractor has visited
the Project Site, has become familiar with the local conditions under which the work is
to be performed, and has correlated all relevant observations with the requirements of
the Contract Documents.
10. CONFLICT If there is a conflict between provisions of this Contract and any other
Contract Document, the provisions of this Contract shall prevail.
11. WAIVER A waiver by City or any term, covenant, or condition in the Contract
Documents shall not be deemed to be a waiver of any subsequent breach of the same
or any other term, covenant or condition.
IN WITNESS WHEREOF, the have caused this contract to be executed the day
and year first written above.
ATTEST:
CITY CLERK
LV 61• FORM: '
CITY OF N /� B C
A Municip C p ati
I
By:
Tho d ds, Mayor
CONTRACTOR SIGNAL MAINTENANCE INC.
B.
LMhortzXSig&ere and Title
Leroy J. Ogg, Jr., President
AC-ORD.
DATE (MMJDDNY)
SURA.
" v - � 29-JUN-1998
PRODUCER
Willis Corroon Corporation of Massachusetts
Three Copley Place
76093
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
Suite 300
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Boston MA 02116-6501
(617) 437-6900
Anna Gulajski
COMPANIES AFFORDING COVERAGE
COMPANY Federal Insurance Company
A
INSURED
COMPANY Hartford Fire Insurance Co
B
COMPANYTravelers Indemnity Company
C
Signal Maintenance, Inc.
2283 Via Burton Street
COMPANY
Anaheim CA 95632
..........
REPORTE
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE
USTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE WAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES LErCq!BE-- 11--f-01. !-- UUBJECT -0 ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POUCIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
co
Lm
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE (MMIDD"
POLICY EXPIRATION
DAM (MM/DDIM
LIMITS
A
GENERAL
LIABILITY
35328089
01-JUL-1998
01-JUL-1999
GENERAL AGGREGATE
$ 2,000,000
X1
PRODUCTS-COMP/OP AGG
$ 1.000,000
COMMERCIAL GENERAL LIABILITY
CI-AIMS MADE rx] OCCUR
---]
PERSONAL & ADV INJURY
$ 1,000,000
—
EACH OCCURRENCE
$ 1.000,000
OWNERS& CONTRACTOR'S PROT
X
FIRE DAMAGE An one I,.)
$ 1.000.000
$100,0003IR
I
MED E XP An ... p,,son )
10,000
I
B
AUTOMOBILE
X
LIABILITY
ANY AUTO
08ABJ54000
01-JUL-1998
01,JUL-1999
COMBINED SINGLE LIMIT
$ 1,000,000
BODILYINJURY
(P. F.'..n)
ALL OWNED AUTOS
SCHEDULED AUTOS
X
BODILY INJURY
(P., azPd.e t)
HIRED AUTOS
NON OWNED AUTOS
X
PROPERTY DAMAGE
$
GARAGE
LIABILITY
AUTO ONLY -EA ACCIDENT
$
OTHER THAN AUTO ONLY:
ANY AUTO
I
EACH ACCIDENT
$
AGGREGATE
—
LEXCESSLIABILITY
EACH OCCURRENCE
AU-REGATE
HUMBRELLA FORM
is
OTHER THAN UMBRELLA FORM
C
WORKERS COMPENSATION AND
EMPLOYERS'UABHJTY
THE PROPRIETOR/
PARTNERS /EXECUTIVE INCL
TDRJUB1 87T544-2-98 AS
01_jUL_1998
01_jUL_1999
X IW
TORY ORTH
Y LIMITS I I E
EL EACH ACCIDENT
--
$ 1.000,000
EL DISEASE- POLICY LIMIT
$ 1.000,000
ELDISEASE-EAEMPLOYFF
$ 1.000,000
OFFICERS ARE EXCL
OTHER
DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLESISPECIAL ITEMS
SEE ATTACHED
CEf TIF1CATE HOLDER
CANCELLAT[ON ........ .
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
City of Newport Beach
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
Attn: Ron Garrett
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
3300 Newport Boulevard
OF ANY KIND N THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
AU POR11M. REP ES
NewportSeach CA 92658-8915
WILLIS
CORROON
INSURED
Signal Maintenance, Inc.
2283 Via Burton Street
Anaheim CA 95632
PRODUCER
Willis Corroon Corporation of Massachusetts
Three Copley Place
Suite 300
Boston MA 02116 -6501
(617) 437 -6900
Anna Gulaiski
IE DATE (MM /OO/YY)
29-JUN-1998
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PER101
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. LIMITS MAY HAVE BEEN REDUCED BY PAID CLAIMS.
TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY, EXPIRATION LIMITS I
Named Insured --
2283 Via Burton Street,
Anaheim, CA 92806
DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES /SPECIAL ITEMS
It is agreed that the "Persons Insured" provision under the Commercial General
Liability and Auto Liability policies is amended to include as an Additional
Insured the organization named herein, but only with respect to
liability arising our of operation performed for such Additional Insured by or
on behalf of the Named Insured. It is further agreed that this provision
pertains only to liability caused by or resulting from negligence of the Named
Insured.
City of Newport Beach
Attn: Ron Garrett
3300 Newport Boulevard
Newport Beach CA 92658-8915
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
23 1544 PP W. JN
•
TO 19496443318 P,01
•
FAX TRANSMISSION
WILLIS CORROON
Corporation of Massachusetts
Three Copley Place, Suite 300, Boston, MA 02116 -6501
—DA--I'E----Fj—uly 23,19.98 _
TO Shauna
CO 'ANY: City of Newport Beach
FROM: Anna Gulajski
� rA 949- 644.3318
RE: Additional Insured Endorsement
Number of pages �\
includingcoversheet
Shauna,
Attached is the Additional Insured Endorsement that you have been waiting
for on behalf of Signal Maintenance, Inc. This endorsement automatically
renews each year, but since July 1, 1998 was our renew date it takes a couple
months for us to receive a 7/1/98 - 7/1/99 endorsement. This is an actual
endorsement and the one that you will receive within the next couple of
months will have the same additional insured wording but actually have the
renewal dates on them.
If you still have any questions or concerns please do not hesitate to call.
Cc: Susan Crombie -Willis Corroon
23 15:45 FR 6J.. --v -An c.IN
CLiability Insurance
CMVBB
Endorsement
TO 19496443318 P.02
•
Policy Period
EKecave Dare
Policy Number 3532.80 -89 CAS
Insured THERMO ELECTRON CORPORATION
Name of Company FEDERAL INSURANCE COMPANY
Date Issued
l':a F.:,, .:,ment apples to the followi,y forms
EH LIABILII ti
Who : • Insured
Uesi9, red Person or
- )r;a: : fion
. a: .� surance
'2 -2373 rt:r 4 -94)
Under W ho Is Insured, the following provision is added:
Am raison or .xganlzation designated below is an insured but
ooly with respect to liability arising out of your operations
or pre.ruse s ow ned by or rented to you
De --- i:ated Person .,r Organization:
"Per Ccruftcate on file with company ".
All ctDcr term: and wnditions remain unchanged.
Autror.zad
ADDI %ZONAL INSU.RF0
PU44t;
last page
Page 1
** TOTPL PPGE.02 **
Page PR -1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
TRAFFIC SIGNAL IMPROVEMENTS
CONTRACT NO. 3210
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard, P. O. Box 1768
Newport Beach, California 92663 -8915
Gentlemen:
The undersigned declares that he has carefully examined the location of the work, has read the
Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes
to furnish all materials except that material supplied by the City and shall perform all work required
' to complete Contract No. 3210 in accord with the Plans and Special Provisions, and will take in
full payment therefore the following unit prices for the work, complete in place, to wit:
' ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. Lump Sum Traffic Signal Modifications
at San Miguel Drive /Avocado
Avenue 7.440"l-ANri
TwE6vG T �y
@*NO NO
gNeca 'fw4 'bllars
and
A..v Cents $ 107, !30 $ IQ, 1 30. oc.
Per Lump Sum
2. Lump Sum Traffic Signal Modifications
at Jamboree Road /University
Drive — Eastbluff Drive
5,e,,eM rrlo�a SAN O
@E /GIaT /F4 ti DR&D Dollars
and .
AN A h a r./ kkt GaAs $ l Fyo $ 7. A10. o 0
Per Lump Sum
05/26/98
0 0
Page PR -2
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
3. Lump Sum Traffic Signal Modifications
at Von Karman Avenue at
Birch Street sA�+D,
s-iFrde --A T u
@ W44de N(4m#etro Dollars
and
Ny Cents $ /S, 300 $ I 300.00
Per
4. Lump Sum
Traffic Signal Modifications
at Jamboree Road /Island Lagoon -
Hyatt — Newporter Resort
7&.-O j/do LAAti0
@eNE NuNDReD Dollars
and
o Cents
$ .2,/00
$ a./00.
Per Lump Sum
5. Lump Sum
Traffic Signal Modifications
at Jamboree Road /Backbay Drive
Tom"• 7f e>d4fAMj)
@aNe /IuuD�¢E�7 Dollars
and
n+ a Cents
$ 00
$ 07. /Do. 0 0
Per Lump Sum
6. Lump Sum
Furnish and install Opticom
at Coast Highway /Newport
Center Drive
SB.E�j isfOµsAwiD,
R C4 Dollars
and
,emu Cents
$ 7 oo
$ 7plao.00
Per Lump Sum
7. Lump Sum
Furnish and Install Opticom
at Jamboree Road/ MacArthur
Boulevard
EiF,Nf TNout.n�D,
@Two ,(IV�+ORep Dollars
and
AND T'&yCur7YiFoyE '6946
$ 8 -3s
0
Per Lump Sum POLL^,eS
05/26/98
0 0
Page PR -3
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
8. 171 Each Furnish and Install 12" Red LED
Circular Lenses at Locations Shown
on Exhibit "A"
@ %�y WmouDRZO Dollars
and
T&..c,V7r abl.I.AAS dears $ a2 o $ 37, 4 Qo- oQ
Per Each
I
1
onrE AluA i),eff7 7-mREE Dollars
r"OCA SAND. e,.,e M&4 *+0 /2G•i and
Aw-D ...,NETS -F,VC- DOLLAAA 4111111016 $
Total Price
Bidder's Name Signal Maintenance, Inc.
Bidder's Address 2283 E. Via Burton Street Anaheim CA g ?RnS
Bidder's Telephone Number 714-563-4000 714-563-3178 - FAX
Contractor's License No. &
,Tnno in, 1ggR
Date
05/26/98
James R. Thompson, Secretary
9. 12 Each Furnish and Install 8" Red LED
Circular Lenses at Locations Shown
on Exhibit "A"
AhD
e^+E NedNDRe0
@ N IA1 Cry Dollars
'
and
A, o Cents
$ / 90
$ -- Z F(O, vv
Per Each
'
10. 56 Each Furnish and Install 12" Red LED
Arrow Lenses at Locations Shown
on Exhibit "A"
'
p^,e -444+ oecD
@ AN D. fiFc r Dollars
and
1--30 Cents
$ / Sp , oa
$
Per
TOTAL PRICE IN WRITTEN WORDS
I
1
onrE AluA i),eff7 7-mREE Dollars
r"OCA SAND. e,.,e M&4 *+0 /2G•i and
Aw-D ...,NETS -F,VC- DOLLAAA 4111111016 $
Total Price
Bidder's Name Signal Maintenance, Inc.
Bidder's Address 2283 E. Via Burton Street Anaheim CA g ?RnS
Bidder's Telephone Number 714-563-4000 714-563-3178 - FAX
Contractor's License No. &
,Tnno in, 1ggR
Date
05/26/98
James R. Thompson, Secretary
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
Superior Signal Service Corporation
7224 Scout Avenue
Bell Gardens, California 90201
Gentlemen:
(714) 6443005
July 6, 1998
Thank you for your courtesy in submitting a bid for the Traffic Signal Improvements
(Contract No. 3210) in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Enclosure
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
3300 Newport Boulevard, Newport Beach
E
0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
TDS Engineering
2899 Agoura Road, Suite 171
Westlake Village, California 91361
Gentlemen:
(714) 644 -3005
July 6,1998
Thank you for your courtesy in submitting a bid for the Traffic Signal Improvements
(Contract No. 3210) in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Enclosure
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
3300 Newport Boulevard, Newport Beach
n
U
0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
Computer Service Company Division
4570 E. Eisenhower Circle
Anaheim, California 92807
Gentlemen:
(714) 644 -3005
July 6, 1998
Thank you for your courtesy in submitting a bid for the Traffic Signal Improvements
(Contract No. 3210) in the City of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Enclosure
Sincerely,
LaVonne M. Harkless, CMC/ AAE
City Clerk
3300 Newport Boulevard, Newport Beach
0
C3YIY0
June 22,1998
CITY COUNCIL AGENDA
ITEM NO. 16
TO: MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: PUBLIC WORKS DEPARTMENT
SUBJECT: TRAFFIC SIGNAL IMPROVEMENTS - CONTRACT
RECOMMENDATIONS:
1. Approve the plans and specifications.
JUN 2 2
µ (11 -3�10
mil- L6 A -0"
2. Award Contract No. 3210 to Signal Maintenance, Inc. for the total bid price of
$103,195.00 and authorize the Mayor and the City Clerk to execute the Contract
and establish an amount of $10,319.00 for unforeseen work.
• 3. Authorize a budget amendment to transfer funds in the amount of $51,722.50
from Account No. 7181- C5100068 (Traffic Signal Installation /Upgrade), and
appropriate as follows: a) $49,789.00 to Account No. 7181- C5200425 (Traffic
Signal Improvements); and b) $1,933.50 to Account No. 7181- C5200408 (Traffic
Signal Priority System).
DISCUSSION:
At 10:00 A.M. on June 11, 1998, the City Clerk opened and read the following bids for
this project:
Bidders Amount
Low Signal Maintenance, Inc. $103,195.00
2 Computer Service Company $107,942.50
3 TDS Engineering $109,003.00
4 Superior Signal Service Corporation $122,385.00
The low bidder is 24% less than the Engineer's estimate of $135,000.
I* Signal Maintenance, Inc. of Anaheim, California, the low bidder, has performed
previous contract work satisfactorily for the City.
SUBJECT: TRAFFIC SIGNAL IMPROVEMENTS —AWARD OF CONTRUCTIO9CONTRACT NO. 3210
June 22,1997
Page 2
The proposed improvements at various locations in the City include:
• Installation of protected left turn phasing at Von Karman Avenue at Birch Street;
• Separation of the easttwest phases on San Miguel Drive at Avocado Avenue to
reduce the westbound congestion by providing an additional left turn lane;
• Addition of mast arm signal indications on Jamboree Road at University Drive -
Eastbluff Drive, at Island Lagoon- Hyatt- Newporter and at Backbay Drive; and
• Installation of Emergency Vehicle Preemption (EVP) equipment at Coast Highway
and Newport Center Drive and at Jamboree Road and MacArthur Boulevard.
The improvements also include the retrofitting of 239 energy saving red Light Emitting
Diodes (LED) signal indications at the locations specified on the attached Exhibit "A"
These improvements will increase traffic safety as well as save electrical energy.
Funds for the project are proposed as follows:
ACCOUNT
NUMBER
ACCOUNT
TITLE
AMOUNT
7181- C5200406
LED Traffic Signal Indications
$48,300.00
7181- C5200408
Traffic Signal Priority System
15,425.00
7181- C5200425
Traffic Signal Improvements
49,789.00
TOTAL
$113,514.00
Respectfully submitted,
�i
r
PUBLIC WORKS DEPARTMENT
Don Webb, Director
By: 1
J mes E. Brahler, P.E.
ssociate Engineer
Attachment: Bid Summary
Exhibit "A"
f. NgroupsNpubworks\eouncil U8yune- 22lsignals.doc
I�
0
W
Q
a
T
IE
O
U
• .1_
in0 W
y z ry)
W VK
~ Q W
Kz
W Z I 0
F U W
2
Z
°o
°o
VW
Z
N
J
Q
W
O
U
U
F
IL
W'
LLI
OOmom
LL
PO
3
O
Mco
U
J
H
va
tlii
• .1_
in0 W
y z ry)
W VK
~ Q W
Kz
W Z I 0
F U W
m P O m
2
8g
°o
°o
°o,o
°0g
p
U
8`co��.1IQi.71gp��Oalb
Q5�g
p
C¢
c �
Mco
H
tlii
-
Z
w
c
Z
o0o
°oo
S
�pp
°S
o
o
°o
°o
pW
Z
p
V
O
S
NS
N
S
LI
r
7
N
G�
10
N
O
X0
0
N
d'
Q
K
w
F
O
O
S
O
O
O
O
M
O
N
1(1
Z
N
m
w
C
N
O
YI
N
N
Z
0
O
F
A
fps
A
A
O
(mom
f0
s
Q
w
mw
W
W
N
row
c
H
N
N
O
S
S
S
0
0
0
m
A
N
w
IV
N
Q
O
Z
n
m
01
S
ppa
2
�D
wC
w
wN
N
V
Z
VI
N
wO
O
O
uAi
S
N
0
00p00
0
0
0
N
0
0(0y1000
0
0
0
0
c
ww'Nwwwww
a7
r
N
°o
°o
N
�1
d
o
mm
m
Q
O
r
w
w
l
S
S
O
O
S
S
S
0
°op,
°oo,
QZ
�
Q�
O
S
°
N
0 Nw
p
OI
o
N
O
IA
A
N
A
V)
N
N
1OV
A
O)
�w�wwww
w
N
°o
o
S
S
C
O
M
O
S
S
°0
m
Z
0
g
O
o
'e
0
O
0
S
o
S
g
N
S
VI
g
O
o
N
o
O
E
0A
1e
mwwwv`Oi
°mo
f
ww`►
_
m
a
�
w
ui
r�
wQ
d
O
w
000SSoo���
Q
c
'fir
Z
poogg000riw
8
0
S
N
N
x
�i
S
°
Ij
ID
N
0
r
C1p
ON
Nw
N
tlff
N��
a
W
M
w
w
VI
J
W
J
r7
J
J
J
J
W
UOONfo'
0
N
0
J
J
J
pp
111
IJ1
W
m
}
>
W
c
c
H
W
.9
f0
N
.�
b
.L
O)
C
L
r
E
r
n
N
w
G
U
N
l'1
♦
N
t0
A
O)
W
O
O
v
gg�
L
Q
Q
S
y
ul
N
o
Lm
LP
WW
I
o
$
U
e
t
o
W
W
d'
N
W
3
EE�
to
W
YI
ug
m
tlI
q
m
F
Q
m
F
m�cc`°�i
=:°�9
QI
C
C
C
C
C
U)
CO
CO
N 1)
4J
N
�
c
icklElEk
12
w
,$
f
f
f
F
E
E
E
F9
li
LL
ILL
1l
1-
m P O m
Ei
N
2
0
H
Z
Z
0
Q
H
2
O
F
A
fps
A
A
O
(mom
f0
s
o
w
mw
W
W
N
row
H
y
w
V
Z
VI
N
M
O
O
S
N
10
CO
�
N
N
ED
0
w
w
w
Q
ww'Nwwwww
°o
°o
0
d
d
o
w¢
1'1
w
l
S
S
O
O
S
S
S
Of
ID
O)
cz
88a
W
N
A
tl!
M
wi
w
w
N
QQ
Q
Q
F
f
_
m
a
d
O
Q
m
c
x
L
S
°
J
zz
pg
a
a'
y
J
W
J
r7
W
UOONfo'
0
N
0
W
N
pp
F
K
m
>
W
c
c
W
.9
f0
N
.�
b
.L
O)
C
L
E
E
E
E
E
G
U
N
l'1
♦
N
t0
A
O)
W
O
Ei
N
Install Red light Emitting Diodes (LEDs at the following intersections;
Jamboree Rd at Backbay Dr.
Jamboree Rd at Island Lagoon
Jamboree Rd. at Santa Barbara Dr.
Jamboree Rd. at San Joaquin Hills Rd..
Jamboree Rd. at Bison Ave.
Jamboree Rd. at Eastbluff Dr. - University Dr.
Jamboree Rd. at Bayview Way
Birch St. at Von Karman Ave.
Birch St. at Dove St.
Birch St at Quail St.
Newport Center Dr. at San Miguel Dr.
Newport Center Dr. at Santa Rosa Dr.
Newport Center Dr. at Santa Cruz Dr.
Newport Center Dr, at Santa Barbara Dr.
San Miguel Dr. at Avocado Ave.
Total 8" Red LED
Total 12" Red LED
Total 12" Red Arrow
12 Ea.
171 Ea.
56 Ea.
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
install Light Emitting. Diode ( LED) Red
DRAWN RON DATE-4 / so / 9a
me
APPROVED
TRAFFIC ENGINEER
R.E. NO-
VIA Z2D S'
-H
nnnrur�r.+ ..n C..Li1.Ct• 19
Ci#of Newport Beach NO. BA- 079
BUDGET AMENDMENT
• 1997 -98 AMOUNT' Ss1,72zso
AFFECT ON BUDGETARY FUND BALANCE:
Increase Revenue Estimates Increase in Budgetary Fund Balance
Increase Budget Appropriations AND Decrease in Budgetary Fund Balance
X Transfer Budget Appropriations X No effect on Budgetary Fund Balance
X from existing budget appropriations
from additional estimated revenues
from unappropriated fund balance
EXPLANATION:
This budget amendment is requested to provide for the following:
To improve specified traffic signals increasing traffic safety and save electrical energy.
ACCOUNTING ENTRY:
BUDGETARYFUND BALANCE
• Fund Account Description
010 3605 Fund Balance Control
I
..EVENUEAPPROPRIATIONS (3601)
Fund /Division Account Description
EXPENDITURE APPROPRIA77ONS (3603)
Description
Division Number 7181 Gas Tax
Account Number C5100068 Traffic Signal InstallabonAJpgrade
Division
Account
Division
Account
Division
Account
Signed:
0
fined:
Signed:
Number 7181 Gas Tax
Number C5200425 Traffic Signal Improvements
Number 7181 Gas Tax
Number C5200408 Traffic Signal Priority System
Number
Number
City Council Approval: City Clerk
Amount
Debit Credit
f
$51,722.50
Automafic
$49,789.00
$1,933.50
1a -7
Date
Date
Date
Cip of Newport Beach* NO. BA- 079
BUDGET AMENDMENT A 1�
1997 -98 AMOUNT: 551,722.50
"FFECT ON BUDGETARY FUND BALANCE:
Increase Revenue Estimates Increase in Budgetary Fund Balance
Increase Budget Appropriations A&D Decrease in Budgetary Fund Balance
X Transfer Budget Appropriations X No effect on Budgetary Fund Balance
I BY THE CITY COUNCIL
X from existing budget appropriations CITY OF NEWPORT BE
from additional estimated revenues jo 2 2 1998
from unappropriated fund balance
EXPLANATION: ❑ APRf?1IG1
This budget amendment is requested to provide for the following:
To improve specified traffic signals increasing traffic safety and save electrical energy.
ACCOUNTING ENTRY:
Amount
BUDGETARY FUND BALANCE Debit
Fund Account Description
010 3605 Fund Balance Control
i
.EVENUE APPROPRIATIONS (3601)
Fund /Division Account Description
EXPENDITURE APPROPRIATIONS (3603)
Description
Division Number 7181 Gas Tax
Account Number C5100068 Traffic Signal Installation/Upgrade $51,722.50
Division
Number
7181
Gas Tax
Account
Number
C5200425
Traffic Signal Improvements
Division
Number
7181
Gas Tax
Account
Number
C5200408
Traffic Signal Priority System
Division
Number
Account
Number
Signed:
aned:
Signed:
Director
City Council Approval: City Clerk
Automatic
Credit
$49,789.00
$1,933.50
Date
Date
Date