Loading...
HomeMy WebLinkAboutC-3336 - Traffic Signal Installations and UpgradesMarch 13, 2002 C1' OF NEWPORAEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 Ms. Debra A. McCarthy Macadee Electrical Construction 14771 Cherry Circle Chino Hills, CA 91709 -1917 Subject: Traffic Signal Installations and Upgrades (C -3336) To Whom It May Concern: On March 13, 2001, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code and to release the Faithful Performance Bond one year after Council acceptance. The Labor & Materials Bond was released on April 18, 2001. The Surety for the contract is Great American Insurance Company, and the bond number is 0278887. Enclosed is the Faithful Performance Bond. Sincerely, yy� / 0 � ! , Alar&'Y LaVonne M. Harkless, CMC /AAE City Clerk LH:cf cc: Public Works Department Lois Thompson, Administrative Manager enclosure 3300 Newport Boulevard, Newport Beach EXECUTED IN FIVE COUNTERPARTS • • PAGE 16 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL INSTALLATIONS AND UPGRADES CONTRACT NO. 3336 e• � FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $7.20 IST $500,000 $6.00 REMINDER being at the rate of $ 4,549.00 thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Macadee Electrical Construction, hereinafter designated as the "Principal ", a contract for construction of TRAFFIC SIGNAL INSTALLATIONS AND UPGRADES, Contract No. 3336 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. 3336 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and MEAT MIERICAN INSURANCE CTPANY ' 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 six hundred fifty -eight thousand, two hundred thirty -four and no /100 Dollars ($ 658,234.00), 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 • PAGE 17 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 one year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 19TH day of JUNE 7072000. MACADEE ELECTRICAL CONSTRUCTION Name of Contractor (Principal) GREAT MERICAN INSLRANCE CCNPANY Name of Surety 750 THE CITY CRIME SOUTH #300 ORANGE, CA 92868 Address of Surety 714/740 -2400 Telephone ,o%F— _`Z C it c ✓— _ SigVILe/Titl�nK�< j .. re KELLY A. SAITMAN ATTORNEY -IN -FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED f:%users\pbw\shared\contracts \masters\TRAFFIC SIGNAL INSTALLATIONS AND UPGRADES.doc 1199 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of ORANGE On JUNE 21st 2000 0 before me, ANNETTE V. JOHNSON,NOTARY PUBLIC Dale Name and Title Of OB¢er (e.g.. 'Jame DGe. Notary PYOIC I personally appeared DEBRA A. MCCARTHY 1 personally known to me – OR – ❑ p ••••••••• «•eANN e ETTE V. JOHNSON; 2 S COMM.1108460 aeeee.eeweeee u � . R NOTARY PUBLIC • P I ORANGE UNTY «:C imi. Ew NAL415, i000 i roved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/am ubscribed to the within instrument and acknowledged to me that 4e /she /t4e+} executed the same in4is /her /9+eif authorized capacity(ies), and that by ;ris{herithe r signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. OPTIONAL Signature of N ry PvV.c Though the lnformanon 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(s) Signer's Name: DEBRA A. MCCARTHY ❑ Individual 7f Corporate Officer Tltle(S):VICE PRESIDENT, SECRETARY ❑ Partner —❑ Limited ❑ General ❑ Attorney-in-Fact ❑ Trustee ❑ Guardian or Conservator Other: Signer Is Representing: 14ACADEE ELECTRICAL CONSTRUCTION RIGMTHUMaPRINr OF SIGNER Signer's Name: ■ Is Number of Pages: Individual Corporate Officer Title(s): Partner — ❑ Limited Attorney -in -Fact Trustee ❑ General Guardian or Conservator Other: Signer Is Representing: Too of thumo here C t r, r' T O 1995 National Notary Aa jauon • 8206 Remmet Ave., P.O. Box 7191 • Canoga Park. OA 91309.7194 Prod. No. 5907 Reorder. Call Toll- Free 1600 - 8766627 0 0 CALIFORNIA ALL PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA ) s.s. COUNTY F SAN BERNARDINO ) On � Olub before me, S. M. VanMossevelde, Notary Public personally appeared Kelly A. Saitman, x personally known to me; or proved to me on the basis of satisfactory evidence to be the perscnj.4< whose name;e) is /fie subscribed to the within instrument and acknowledged to me that (.he/she/t;,_ ) executed the same in 4j.a /her /t1te_1 r authorized capacity (ie-s) , and that the entity upon behalf of which the person(zl' acted, executed the instrument. WITNESS my hand and official seal. (SEAL) S. M. VANMOSSEVEtDE Commission # 1257461 ! Notary Public - Callfamia Son 9emand1no County WC.cmm. - es>br 19,?D64 Signature of Notary Public CAPACITY CLAIMED BY SIGNER: Thcuah statute does not require the notary to fill in the data below, doing so may prove 'invaluable to persons relying on the document. —Individual (s) Corporate Officer(s) Titles: Partner(s) x Attcrney -in -Fact Trustee(s) _Guardian/Conservator Other: Signer is represent and Limited General ATTENTION NOTARY: Although the information rea_uested below is optional, it could prevent fraudulent attachment of this certificate to unauthorized document. Title of type of document: Number of pages: Date of document: Signer(s) other than named above: THIS CERTIFICATE MUST BE ATTACHED KAS/169677 TO THE DOCUMENT DESCRIBED ABOVE. • 9 GZEMANERICAN INSURANCE COMPANY9 580 WALNUT STREET . CINCINNATI, OHIO 45202 . 513- 369 -5000 • FAX 513- 723 -2740 The number of persons authorized by this power of attorney is not more than No. C 13849 FOUR POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named belo,, its true and lawful attorney -in -fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and all bonds. undertakings and contracts of suretyship, or other written obligations in the nature thereof: provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power JAY P. FREEMAN ALL OF ALL KELLY A. SAITMAN ONTARIO, UNLIMITED DONALD R. DES COMBES CALIFORNIA FRANCES LEFLER This Power of Attorney revokes all previous powers issued in behalf of the auorney'ls) -in -fact named above. IN WITNESS W H EREOF the GREATAMERICAN INSURANCE COSI PANY has caused these presents to besigned and arrested by its appropriate officers and its corporate seal hereunto affixed this Ind d2 . 'Of February 1999 Attest GREAT AMERICAN INSURANCE COMPANY STATE OF OHIO, COUNTY OF HAMILTON— ss: On this 9nd day of February, 1999 , before me personally appeared DOUGLAS R. BOW'EN, to me known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio. that he is the Vice President of the Bond Division of Great Amer.can Insurance Company, the Company described in and which executed the aho%e nstrumcnr, chat he knows the seal: that it was so affixed by authonb: of his office under the By -Laws of said Company, and that he signed iii name therero by like authority This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated March I, 1993. RESOLVED: That the Division President, theseveral Division Vice Presidents and Assistant Vice Presidents, orany one of them, be and herebv is authorized, from time to time, to appoint one or more Attorneys -In -Fact to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature rhereol` to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and anv Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attornev or certificate of either given for the execution of anv bond, undertaking, contract orsuretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby, adopted by the Companv as the original signature ofsuch 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. CERTIFICATION 1, RONALD C. HAYES, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of March 1, :993 have not been revoked and are now in full force and effect. Signed and seated this S 10295 (11197) 19TH day of JUNE 2000 April 18, 2001 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 Ms. Debra A. McCarthy Macadee Electrical Construction 14771 Cherry Circle Chino Hills, CA 91709 -1917 Subject: Traffic Signal Installations and Upgrades (C -3336) To Whom It May Concern: On March 13, 2001, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on March 14, 2001, Reference No. 20010147803. The Surety for the contract is Great American Insurance Company, and the bond number is 0278887. Enclosed is the Labor & Materials Payment Bond. Sincerely, LaV onne M. Harkless, CMC% AAE City Clerk LH:cf cc: Public Works Department R. Gunther, P.E., Construction Engineer encls. 3300 Newport Boulevard, Newport Beach EXECUTED IN FIVE COUNTERPARTS 0 PAGE 14 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL INSTALLATIONS AND UPGRADES CONTRACT NO. 3336 BOND NO. 0278887 W04ILM INCLUDED IN PERFORMANCE 30ND LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to Macadee Electrical Construction, hereinafter designated as the "Principal," a contract for construction of TRAFFIC SIGNAL INSTALLATIONS AND UPGRADES, Contract No. 3336 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. 3336 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, GREAT AMERICAN INSURANCE COMPANY 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 six hundred fifty -eight thousand, two hundred thirty -four and no /100 Dollars ($658,234.00), 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 PAGE 15 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 19TH day of JUNE , 2000. M4CADEE ELECTRICAL CONSTRUCTION Name of Contractor (Principal) GREAT AK RICAN INSURANCE CUIPANY Name of Surety 750 THE CITY DRIVE SOUTH #300 CRANGE, CA 92868 Address of Surety 714/740 -2400 Telephone KELLY A. SAITMAN ATTORNEY -IN -FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT • State of CALIFORNIA County of ORANGE On JUNE 21st 2000 before me, ANNETTE V. JOHNSON,NOTARY PUBLIC bate Name and The of 06¢er (e.g., 'Jane Doe. Notary Paoe< " -) personally appeared DEBRA A. MCCARTHY Name($) of Slgner(e) j( personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose names) is/aie - subscribed to the within Instrument and acknowledged to me that tae /she /tl;Q-y executed the same in-laie(her /4ie4 authorized capacity(ies), and that by 4+e,1her /theif signature(s) on the instrument the person(s), ••••••• ••••••.••••.••........•..•..... or the entity upon behalf of which the person(s) acted, Z _ ANNETTEV.JOHNSONZ executed the instrument. 5 comm. 1108460 P ^ NOTARY PUBLIC •CALIFCRNIAf ) ORAWACOUNrY t WITNESS my hand and official seal. Aug. 1S,20DD $.gn.Wre V NOW, Pub,C OPTIONAL Though the Information below is not required by law, 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(s) DEBRA A. MCCARTHY Signer's Name: C Individual Corporate Officer XX Title(S):VICE PRESIDENT, SECRETARY C Partner — ❑ Limited 0 General Attorney -in -Fact C Trustee C Guardian or Conservator Vxl: 11w; ;- Well � 1 Othee Top of Dumb here Signer Is Representing: MACADEE ELECTRICAL CONSTRUCTION Signer's Name: ■ tl I Number of Pages: Individual Corporate Officer Title(s): Partner —0 Limited O General Attorney -in -Fact Trustee Guardian or Conservator Other: Signer Is Representing: a• Top of thumb here C 1995 National Notary Association • 6276 Ramma Ave., P.O. Boa 7164 • Canoga Park. CA 91309 -7154 Prod. No. 5907 Reorder. Call Toll-Free 1.600. 676.6627 CALIFORNIA ALL PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA S.S. COLNTY 0 /SPIV BERNARDINO ) On b `1 (�b before me, S. M- VanMossevelde, Notary Public personally appeared Kelly A. Saitman, x personally known to me; or proved to me on the basis of satisfactory evidence to be personje, whose nameje) is /4,i—e subscribed to the within instrument acknowledged to me that (.azJshe /ti?ey) executed the same rya /her /tv?ir authorized capacity(ies), and that the entity behalf of which the person(.z< acted, executed the instrument. WITNESS my hand and official seal. (SEAL) 5. M. VAtJMOSSEVELDE Commission # 1257451 s y Notary Public - California i San Bemondno County Signature of Notary Public CAPACITY CLAIMED BY SIGNER: the and in upon Thcua:n statute does no-- require the notary to fill in the data below, doing so may prove _nvaluable to persons relying on the document. _Individual(s) Coro_ora *_e Officer(s) Titles: —Partner(s) x Azz ornev- in- Fact — _Trustee(s) _Guardian /Conservator _Other: Signer is representing: and Limited General ATTENTION NOTARY: Although the information requested below is optional, it could prevent fraudulent attachment of this certificate to unauthorized document. Title of type of document: Number of pages: Date of document: Signer(s) other than named above: THIS CERTIFICATE MUST BE ATTACHED TO THE DOCUMENT DESCRIBED ABOVE. KA& 89637 • RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 0 Recorded in Official Records, County of Orange Gary Granville, Clerk- Recorder IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIINO FEE 20010147803 03:41 pm 03i`14 0i i 114 11 N12 1 0.00 0.00 0.00 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 Macadee Electrical Construction of Chino Hills, California, as Contractor, entered into a Contract on June 13, 2000. Said Contract set forth certain improvements, as follows: Traffic Signal Installations and Upgrades, C -3336 Work on said Contract was completed on February 16, 2001, and was found to be acceptable on March 13, 2001, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Great American Insurance 11c_ I Ln 0 00 _Ja BY( /'� is Works Director City of Newport Beach N o' UJ z 3 U o? VERIFICATION UJ W o WI certiiq, und&�penalty of perjury, that the foregoing is true and correct to the best of my knowledge. o" Executed on , �/ , < <' / at Newport Beach, California. BYli� City Clerk o�N� C � 333 March 13, 2001 CITY COUNCIL AGENDA ITEM NO. 5 TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: TRAFFIC SIGNAL INSTALLATIONS AND UPGRADES, CONTRACT NO 3336 - COMPLETION AND ACCEPTANCE APPROVED RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 4. Release the Faithful Performance Bond 1 year after Council acceptance. DISCUSSION: On June 13, 2000, the City Council authorized the award of the Traffic Signal Installations and Upgrades contract to Macadee Electrical Construction of Chino Hills, California. The contract provided for the installation of traffic signals at: • San Miguel Drive and Port Ramsey Place • San Miguel Drive and Port Sutton -Yacht Coquette • Avocado Avenue and Farallon Drive The contract also provided for the upgrading of existing traffic signals at: • San Joaquin Hills Road and Santa Cruz Drive -Big Canyon • San Joaquin Hills Drive and Santa Rosa Drive -Big Canyon. Also included in the contract was the retrofitting of red LED signal indications at twenty - seven intersections and installation of emergency vehicle preemption equipment at three intersections. SUBJECT: Traffic Signal Installatiand Upgrades, Completion and Acceptance - Contoo. 3336 March 13, 2001 Page 2 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: $658,234.00 Actual amount of bid items constructed: 659,411.00 Total amount of change orders: 24,887.35 Final contract cost: $684,298.35 The increase in the amount of actual bid items constructed over the original bid amount resulted from the need for additional LED indicators. One change order was issued for the project which was for trenching conduit crossings due to underground conditions and additional removal and replacement of concrete islands and sidewalks as directed by the City. The final overall construction cost including the change order was 3.96 percent over the original bid amount. Funds for the project were expended in the following accounts: Description Account Amount Traffic Signal Installation and Upgrades 7181- C5200068 $297,326.86 LED Traffic Signal Indications 7181- C5200406 50,000.00 Traffic Signal Preemption System 7181- C5200408 15,000.00 Contribution from Broadmoor Seaview HOA 7251- C5200068 34,467.00 Transportation and Circulation Fund 7261- C5200068 287,504.49 Total $684,298.35 The original scheduled completion date for this project was December 31, 2000. Due to the additional change order work required of the contractor, the completion date was extended to February 16, 2001. All work was completed by the revised completion date. Respectfully submi 'd PUBLIC WORKS DEPARTMENT Don Webb, Director By: R. Gunther, P.E. Construction Engineer 1 1, CITY OF NEWPORT BEACH NOTICE INVITING BIDS CITY CLERK f:= « 0'3i.,;, PLANS, SPECIFICATIONS AND CONTRACT DOCUMENTS 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 11:00 a.m. on the 30th day of May, 2000, at which time such bids shall be opened and read for TRAFFIC SIGNAL INSTALLATIONS AND UPGRADES Title of Project Contract No. 3336 $570,000 Engineer's Estimate Approve 0, 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 Jim Brahler, Proiect Manager at(949)644-3311. 0 0 l' CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL INSTALLATIONS AND UPGRADES CONTRACT NO. 3336 TABLE OF CONTENTS NOTICE INVITING BIDS .......................................................... ............................... Cover INSTRUCTIONS TO BIDDERS ........................................................ ..............................1 BIDDER'S BOND ............................................................................... ..............................3 DESIGNATION OF SUBCONTRACTOR( S) ...................................... ..............................4 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................5 NON - COLLUSION AFFIDAVIT .......................................................... ..............................6 NOTICE TO SUCCESSFUL BIDDER ............................................... ..............................7 CONTRACT...................................................................................... ..............................8 LABOR AND MATERIALS BOND .................................................... .............................14 FAITHFUL PERFORMANCE BOND ................................................ .............................16 PROPOSAL................................................................................ ............................... PR -1 SPECIAL PROVISIONS ................................................................. ...........................SP -1 1' 0 Macadee Electrical • Construction 14771 Cherry Circle CHINO HILLS, CA 91709 -1917 PAGE 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL INSTALLATIONS AND UPGRADES CONTRACT NO. 3336 INSTRUCTIONS TO BIDDERS 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. I ' •acadee Electrical Construction 14771 Cherry Circle CHINO HILLS, CA 91709 -1917 PAGE 2 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. # 583125 C -10 Contractor's License No. & Classification MACADEE ELECTRICAL CONSTRUCTION May 26,2000 Date CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 0 TRAFFIC SIGNAL INSTALLATIONS AND UPGRADES CONTRACT NO. 3336 BIDDER'S BOND PAGE 3 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 PF.RnF.NT nF AW)UNT RTn Dollars ($ 10$ OF BID* ), 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 INSTALLATIONS AND UPGRADES, Contract No. 3336 in the City of Newport Beach, is accopted 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 (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. If the undersigned Principal executing this Bond Is executing this Sond as an 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 26TH day of MAY , 2000. l MACADEE ELECTRICAL CONSTRUCTION Name of Contractor (Principal) thojd d /S /���s� GREAT AMERICAN INSURANCE COMPANYr Name of Surety Authorized nt Signature 750 THE CITY DRIVE S. #300 ORANGE, CA 92863 KELLY A. SAITMAN, ATTORNEY -IN -FACT Address of Surety Print Name and Title (714) 740 -2400 Telephone (Notary acknowledgment of Principal & Surety must be attached) i CALIFORNIA ALL PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA ) s.s. COUNTY OF SAN BERNARDINO ) On MAY 26, 2000 before me, Janet L. Miller, Notary Public personally appeared Kelly A. Saitman personally known to me; X or proved to me on the basis of satisfactory evidence to be the person jp,�- whose name(•e-)- is /ate subscribed to the within instrument and acknowledged to me that (jze-/she /tkey) executed the same in b.i ' /her /tlie-±7x' authorized capacity(Xeigt, and that the entity upon behalf of which the person(.E acted, executed the instrument. WITNESS my hand and official seal. w (SEAL) -------------- JANET L. MILLER COMM. #1147631 < NOTARY PUBLIC • CALIFORNIA R SAN Comm. Expi July COUNTY My m. E%plrtt July ZO, 2001 PW SigpAture of Notary ublic CAPACITY CLAIMED BY SIGNER: Though statute does not require the notary to fill in the data below, doing so may prove invaluable to persons relying on the document. _Individual(s) Corporate Officer(s) Titles Partner(s) X Attorney -in -Fact —Trustee(s) _Guardian /Conservator Other: and _ Limited General Signer is representing: ATTENTION NOTARY: Although the information requested optional, it could prevent fraudulent attachment of this to unauthorized document. Title of type of document: Number of pages: Date of document: Signer(s) other than named above: THIS CERTIFICATE MUST BE ATTACHED TO KAS1189637 below is certificate THE DOCUMENT DESCRIBED ABOVE. GUM AWRICAN INSURMCE COMPAW 580 WALNUT STREET • CINCINNATI, OHIO 45202 • 513 - 369.5000 • FAX 513 - 723.2740 The number of persons authorized by this power of attorney is not more than No. 0 13849 FOUR POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below its true and lawful attorney -in -fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power JAY P. FREEMAN ALL OF ALL KELLY A. SAITMAN ONTARIO, UNLIMITED DONALD R. DES COMBES CALIFORNIA FRANCES LEFLER This Power of Attorney revokes all previous powers issued in behalf of the attorney(s) -in -fact named above. IN WITNESS WHEREOF the GREAT AMERICAiNINSURA .NCECONI PANY has caused these presents tobesigned and attested by its appropriate officers and its corporate seal hereunto affixed this 2nd day 01 February • 1999 Attest GREAT AMERICAN INSURANCE COMPANY STATE OF OHIO, COUNTY OF HAMILTON — ss: On this 9nd day of February, 1999 1 before me personally appeared DOUGLAS R. BOWEN, to me known, being duly sworn, deposes and says that he resided in Cincinnati. Ohio, that he is the Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal; that it wassoaffixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated starch I, 1993. RESOLVED: That the Division President, the several Division Vice Presidents and Assistant Vice Presidents, oranyone orthem. be and hereby is authorized, from time to time, to appoint one or more Attorneys -In -Fact to execute on behalf of the Company, as surety. any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof. to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of anv of the aforesaid officers and any Secretary or Assistant Secretary of the Company maybe affixed by facsimile to any power of attorney or 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 herebvadopted 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. rLRTIFICATION 1, RONALD C. HAYES, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Dimctors of March 1, 1993 lave not been revoked and are now in full force and effect. Signed and sealed this 26TH day of MAY 510295 (11/97) 2000 CALIFORNIA ALL-PURPOSE CKNOWLEDGMENT ?S .s %s 'S h State of CALIFORNIA County of ORANGE On MAY 26,2000 Date personally appeared before me, ANNETTE V. JOHNSON, NOTARY PUBLIC Name a,,6 L11a of Officer {e 9 'Jana Doe Noary Plot¢') DEBRA A. MCCARTHY Namals) of Signegs) ,x personally known to me –OR –❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) ishare subscribed to the within instrument and acknowledged to me that 4e /she /14Qy executed the same in44s /her /t4e4 authorized capacity(ies), and that by lais/herAliielf signature(s) on the instrument the person(s), ea «NeeeeANNE7TE�V JOHN or the entity upon behalf of which the person(s) acted, s COMM. 1105M g executed the instrument. P ; NOTARY PUBUC- CALIFORNIAP t °R�CO� 1 WITNESS my hand and official seal. rn, Comm. Eaµ Aug. +s, zbgb ieeeaeeNNae�eaaa�eeaaeNa�Neeeetee�ee a>7m am. llx m S�gnalare of Nm Pwl.c OPTIONAL Though line information below is not required by law, 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(s) DEBRA A. MCCARTHY Signer's Name: ❑ Individual =Corporate Officer Title(s):VICE PRESIDENT, SECRETARY ❑ Partner — ❑ Limited ❑ General Attorney -in -Fact ❑ Trustee Guardian or Conservator ❑ Other: Signer Is Representing: MACADEE ELECTRICAL CONSTRUCTION RIGHr7HUMBPNINT GFSIGNER LN Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer Title(s): ❑ Partner — ❑ Limited ❑ ❑ General Attorney -in -Fact Trustee Guardian or Conservator Other: Signer Is Representing: Top Of thumb here r r r C. r c r C 1995 National Notary Assoaauon • 8236 Remmw Ave.. P.O. Boa 7184 • Canoga Park, CA 91009.7184 Prof. No. 5907 ReoldeC Call TOfl File 1800- 8766827 • Jpadee Electrical Construction 14771 Cherry Circle CHINO HILLS, CA 91709 -1917 PAGE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL INSTALLATIONS AND UPGRADES CONTRACT NO. 3336 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 a3 �j �' "YLe e Cri 0 2. 3. 4. 5. 6. 7. 8. 9. 10. MACADEE ELECTRICAL CONSTRUCTION Bidder VICE PRESIDENT C cadee Electrical onstruction 14771 Cherry Circle CHINO HILLS, CA 91709 -1917 PAGE 5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL INSTALLATIONS AND UPGRADES CONTRACT NO. 3336 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he /she has performed and successfully completed. Year Project Person Telephone Completed Name /Agency To Contact Number 2000 TRAFFIC SIGNALS MARK CRETEKOS 909 591 -9828 $498,180.00 CITY OF CHINO 2000 TRAFFIC SIGNALS DAVID NELSON 909 620 -2286 $ 389,569.00 CITY OF POMONA 2000 TRAFFIC SIGNALS DAVID LIU 909 860 -2489 $ 219,977.00 CITY OF DIAMOND BAR 2000 TRAFFIC SIGNALS WARREN SIECKE 714 993 -8100 $ 153,698.00 CITY OF BREA 1999 TRAFFIC SIGNALS WARREN SIECKE 714 993 -8100 $ 40,550.00 CITY OF PLACENTIA 1999 SIGNAL HEAD REPLACEMENT STEVEN WRIGHT 626 744 -4695 $ 332,852.00 CITY OF PASADENA MACAD$E ELECTRICAL CONSTRUCTION Bidder VICE PRES . �acadee Electrical Construction 14771 Cherry Circle CHINO HILLS, CA 91709.1917 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL INSTALLATIONS AND UPGRADES CONTRACT NO. 3336 NON - COLLUSION AFFIDAVIT State of California ) SAN )Ss. County of BERNARDiND PAGE Debra A. McCarthy being first duly swom, deposes and says that he or she is vice President ofMacadee Electrical Constructiplb 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 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, sought 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. 1 declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct. MACADEE ELECIRCAL ODNSTRUCPION Bidder Authorized i4ig&natt re/Title VICE PASIDENT 26th Subscribed and swom to before me this _ day of Notary Public May 00 20.= ... ............................... Z V. JOHNSONi S @ANNETTE COMM.1108460 S I SEALt J mORAWA CO NrY My Comm. Ew. wa 15.2000 , N...ONHY.... 8/15/00 My Commission Expires: 0 0 PAGE 7 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL INSTALLATIONS AND UPGRADES CONTRACT NO. 3336 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 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. Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract Documents and delivered to the Engineer within ten days (not including Saturday, Sunday, and Federal Holidays) after the date of receipt of the Notice of Award to the successful bidder. 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. 0 PAGE 8 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL INSTALLATIONS AND UPGRADES CONTRACT NO. 3336 CONTRACT THIS AGREEMENT, entered into this 13th day of June, 2000, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Macadee Electrical Construction, hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: TRAFFIC SIGNAL INSTALLATIONS AND UPGRADES Project Description 3336 Contract No. 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: A. 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 Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 3336, Standard Specifications for Public Works Construction (current adopted 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. B. 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: 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. 9 PAGE 9 C. COMPENSATION 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 six hundred fifty -eight thousand, two hundred and thirty -four and no /100, Dollars ($658,234.00). This compensation includes: (1) Any loss or damage arising from the nature of the work, (2) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (3) 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. D. 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. E. 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: Jim Brahler (949) 644 -3346 Macadee Electrical Construction 14771 Cherry Circle Chino Hills, CA 91709 -1917 Attention: Debra A. McCarthy 909 -597 -8348 F. 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." G. INSURANCE 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. 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 0 PAGE 10 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. 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. 1. Minimum Scope of Insurance Coverage shall be at least as broad as: a) 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. b) 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. c) Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. 2. Minimum Limits of Insurance Coverage limits shall be no less than: a) 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. b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily injury and property damage. c) Workers' Compensation and Employers Liability: Workers' compensation limits as required by the Labor Code of the State of California and Employers Liability. 3. 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. 0 4. Other Insurance Provisions PAGE 11 The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages 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. ii. 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. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, officials, employees and volunteers. iv. 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. v. 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. b) 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. c) All Coverages 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. 5. 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. 0 0 PAGE 12 6. 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. H. RESPONSIBILITY FOR DAMAGES OR INJURY 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. 2. 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. 3. 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. 4. 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. 5. 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 H.3, above. 6. The rights and obligations set forth in this Article shall survive the termination of this Contract. I. 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. Page 13 J. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. K. 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 parties hereto have caused this contract to be executed the day and year first written above. ATTEST: CITY CLERK APP � AS TO FORM: CITY OF NEWPORT BEACH A Municipal Co_rQ6rafion By. _ MA MACADEE ELECTRICAL CONSTRUCTION By: Aulhorized Signature and Title 4,11 �& -e f: \users\pbw\shared \contracts \fy 99 -00 \traffic signal upgrades c- 3336 \contract c- 3336.doc 06/05/00 ACORD.M CERTIFICAID OF LIABILITY INSURANCE 07 /05 /00 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION 'Averbeck Company ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 3270 Inland Empire Blvd #100 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Ontario, CA 91764 1909 941 -6699 INSURERS AFFORDING COVERAGE INSURED ;INSURERA Pennsylvania General Insurance Co Macadee Electrical Construction - - -- - INSURERB:General Accident Insurance /SSI 14771 Cherry Circle INSURERc: Fairmont Insurance Company LEC _ Chino Hills, CA 91709 1 INSuRERo: Legion Insurance CSC INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED 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 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 AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR; TYPE OF INSURANCE POLICY NUMBER LTR 1 POLICY EFFECTIVE POLICY EXPIRATION : LIMITS GATE MMlDD/YY DATE MM/DD/YY A GENERAL UABIUTY iCPP121976200 !02/01/00 02 /O1 /OI I EACH OCCURRENCE $1,000_,0.00 ^X COMMERCIAL GENERAL LIABILITY % FIRE DAMAGE (Any one lira) $50,00____.___ CLAIMS MADE X OCCUR: MED EXP_An; one p pica) $5,000 XIPD Ded:1,000 I PERSONAL& ADV INJURY $1,000,000 _ xOCP GENERAL AGGREGATE ;s2, 000, 000 : GEN'L AGGREGATE LIM IT APPLIES PER I PRODUCTS - COMPIOP AGO . S 1 , O O O ,- O O O POLICY: PRO - I —1 LOC JECT B AUTOMOBILE LIABILITY !A032100100 02/01/00 1020101 (COMBINED SINGLE LIMIT X; ANY AUTO (Ea accident) ;$1, 000, 000 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Parperson) X : HIREDAUTOS ... BODILY INJURY ! $ X' NON -OWNED AUTOS (Per accident) 1 .a....... - - - -- ..—.. - PROPERTY DAMAGE 1$ (Per accitlent) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT IS �- ANY AUTO -- OTHER THAN EA ACC S AUTO ONLY: AGG $ C EXCESS LIABILITY XLL38043584 .02/01/00 !02 /01 /01 EACH OCCURRENCE -{$1 X000, 000 .. XOCCUR CLAIMS MADE .AGGREGATE ISl,OOO�000 g DEDUCTIBLE $ X; RETENTION $10000 D WORKERS COMPENSATION AND WC41215269 08/15/99 08/15/00 OC STATITS IOER' T R EMPLOYERS' LIABILITY IE.L. EACH ACCIDENT $1, 000, 000 !E.L.DISEASE- EAEMPLOYEEl$l, 000, 00_0_ E.L. DISEASE - POLICY LIMIT ISl 000 000 OTHER I i i DESCRIPTION OF OPERATIONS /LGCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS RE: Traffic Signal Installations and Upgrades - Contract No. 3336 Certificate holder, officials, employees and volunteers are additional insureds per forms attached. Primary wording is included per form attached as respects general liability. Primary wording applies as respects (See Attached Descriptions) City of Newport Beach Public Works Department 3300 Newport Blvd. Newport Beach, CA 92658 SHOULD ANYOFTHE ABOVE DESCRIBED POLICIESBE CANCELLED BEFORETHE EXPIRATION DATE THEREOF, THE ISSUING INSURER WIL AIL?'30 DAYSWRITTEN NOTICETOTHE CERTIFICATE HOLDERNAMED TOTHE LEFT, AGORV25- 5(797)1 of 3 #63439 DXM © ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD25- S(7197)2 of 3 #63439 DESODIPTIONS (Continued from Poe 1) auto coverage. Waiver of subrogation applies as respects workers' compensation coverage. The cancellation clause has been amended to delete "endeavor to" and "but failure to..." wording. *Except 10 days for non - payment of premium. AMS 25.3(07197) 3 of 3 #63439 POLICY NUMBER: BA032100100 COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provi- sion of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indi- cated below. Endorsement Effective: Countersigned By: Authorized Representative) Named Insured: cadee Electrical Construction SCHEDULE Name of Person(s) or Organization (s): City of Newport Beach, officials, employees, and volunteers, (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1 ❑ 9 CG 20 10 0 POLICY NUMBER: CPP121976200 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: City of Newport Beach Public Works Department, its officials, employees, and volunteers 3300 Newport Blvd. P.O. Box 1768 Newport Beach, CA 92658 -8915 Project or Location: Traffic Signal Installations and Upgrades Contract No. 3336 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. "It is agreed that such insurance as is afforded by this policy for the benefit of the additional insured shown shall be primary insurance, and any other insurance maintained by the additional insured(s) shall be excess and non - contributory, but only as respects any claim, loss or liability arising out of the operations of the named insured and only if such claim, loss or liability is determined to be solely the negligence or responsibility of the named insured. CG 20 10 (11/85) Copyright, Insurance Services Office, Inc., 1984 OXW398574 RJEPBECK COMMfRDMIN Fax:909 -483 -5123 Jul 6 2000 15:34 P•02 Client 60 -- _, AcOga CERTIFICATE70F LIABILITY INSURA E 07/006/00 kIverbeck Company ONLY AND CONFERS NO RIGHTS UPON THE CERTIFIQ 3270 Inland Empire Blvd #100 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND ALTER THE COVERAGE AFFORDED BY THE POLICIES BEL Ontario, CA 91764 909 941 -6699 INSURERS AFFORDING COVERAGE INSURED i INSURER A: Penns lvania General Insurance Macadee Electrical Construction INsuRERa:General Accident Insurance SSI 14771 Cherry Circle WSUAERC•Fairmont Insurance Company LEC Chino Hills, CA 91709 IMsUAERD. Legion Insurance CSC THE POLICIES OF INSURANCE LISTED BELOW HAVE SEEN 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 MAY BE ISSUED OR POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLIOES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. _, POITGT EFFECTIVE POL�LY %P MT ON F WSURAMCE -- POLICY NUMBER TE �f� ILRY CPP121976200 02/01/00 02/01/01 EACH OCCURRENCE Sl 000 000 IALGENERALLLABILTTY FIREOAMAGEVny"fim) $50 000SMAD£ a]OCCUR MED EXP f(Any We W%M) d:1,000 MF7 PERSONAL&AMINJURY $1 OOO 000 - GENERAL AGGREGATE s2 O0O 000 ATELIMfTAPPLIESPER: PAODUCTS•COMPIOPAGG S1,000, 000 PRD• LOG B AUTOMOBILE LIABILITY BA032100100 02/01/00 02/01/01 COMBINED SINGLE LIMIT 11,000,000 X ANY AUTO -- ALL ONNEOAUTO$ BODILY INJURY S (Pel perecn! SCNEDULFD AUTOS X HIRED AUTOS BODILY INJURY $ X NON -OWNED AUTOS (Per accimN) PROPERTY DAMAGE $ IPm FLY LIABILITY AUTO ONLY• EA ACCIDENT S lt4AN ANY AUTO AUTO ONLY: C EECESSMASILMY XLL38043584 02/01/00 02/01/01 EACH' OCCURRENC00,.00.0 AGGREGATE 00 ODO- X OCCUR ❑OWMSMADE -- LI DWUCRBIE X RETENTION $10 0 0 0 WC41215269 08/15/99 08/15/00 X *"TATV' D wDRNERBceMPENSraNAND EMPLOYERS. LIABILT' E.L. EACH ACCIDENT 0 0 0 0 0 E.L. DISEASE -EA E000 000 L. OMEASE- POL000 000 OTHER DESCWPnON OF OPERATION SAACATIONS /VEMCLEs/FXCLUSIONS AOOED EV ENDORSEMENT'SPECIAL PROASION5 RE: Traffic Signal Installations and Upgrades - Contract No. 3336 Certificate holder, officials, employees, officers, agents and volunteers are additional insureds per form attached. Primary wording is included per form attached. Waiver of subrogation applies as respects (See Attached Descriptions) C±ey of Newport Beach Public Works Department 3300 Newport Blvd - Newport Beach, CA 92658 of 3 #63451 IMMM11V 11V11 SHOULD MYOFT"E ABOVE DESCRIBED POLICIESBE CANCELLED BEFORE THE EMRATION DATE THEREOF, THE ISSUING WSUA�EERW ILL=NMEMPMAIL DAYS W MTTEn wm+caTO�HE CCINIFlDATE �DETIIIr +EO TOTHELEFT,� DXM o ACORD CORPORATION 1 JUL -06 -2000 THU 10 15 AM FAX N0. F. 02 CERTIFICATE OF INSURANCE CHECKLIST CITY OF NEWPORT BEACH TIii5 CHL-CKLIST IS COMPRISED OF REQUIREMENTS AS OUTLINED ABY THE CITY OF NEWPORT BEACH. DATERF.CEIVED: ±_%"0Q _ DEPARTMF ..NTICONTACT RECEIVED FROM:--5E6i Un0 DATE COMPLETED: } ' % O SENT TO: S b U u n a BY: ✓ l .( l ja I COMPANY/PERSON RLQUTRF.D TO HAVE CERTIFICATE:_M a-C 0.,Ijfc�—E t G l -d C PnIt GENERAL. LIABILITY: A. INSURANCF, COMPANY:pt - n n y I U a n 0. & e_ n e ra B. AM BEST RATING (A VII or grealer):-:­�� KV C. ADMITTED COMPANY: ( Must be California Admitted) Is company admilled in California? Yes_ No_ D. LIMITS: (Must be $1,000,000 or greater) What. is limit provided? L 0 D. O m F. PRODUCTS AND COMPLETED OPERATIONS: (Must Include) Is tt included? Ycs-X No--- F. ADDITIONAL 1NSIJRDED WORDING TO INCLUDE: ( The City its officers, agents. OM631s, employees and volunteer. Is it included? Yes_ No_i� G. PRIMARY AND NON CONfRMUTORY WORDING: (Must be included) Is it included? Ycs-'r— NO H. CAUTIONI ( Confirm that loss or liability of the Nanted insured is not limited solely by their negligence.) Does endorsement include "solely by negligence" wording? Yes_ ./. No__ I, NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley the City will accept the endeavor wording. 1I. AUTOMOBILE LIABILITY: A. INSURANCF,COMPANY: t ✓t2 o- A- t de- n i B. AM BEST RATING (A VII or greater): �1 C. ADMITTED COMPANY: ( MUST BE CALIFORNIA ADMITTED) Is company admitted? Yes -No_ D. LIMITS: ( Must be $1,000,000 minimum BE & PD and $500,000 UM) What is limits provided?_. E. ADDITION INSURED WORDING TO INCLUDE: (The City its officers ,agents, tcials, e=1_oyCEs and vot rs). Is it included? Yes _ No F. PRIMARY AND NON CONTRIBUTORY WORDING: (Must be included). Is it included? Yes No G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by cenified mail; per Lauren Farley the City will accept the endeavor wording. III. WORKERS COMPENSATION: A. INSURANCE COMPANY: P6.1 �l 1 B. AM BEST RATING (A VII or greats C. LIMITS: Statutory D. WAVIER OF SUBROGATION: (To include). 2n Is it included? Yes, No HAVE ALL ABOVE REQUIREMENTS BEEN MET? Yes IF NO, WHICH ITEMS NEED TO BE COMPLETED? $ No X1^ • • Macadee Electrical Construction 14771 Cherry Circle CHINO HILLS, CA 91709 -1917 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL TRAFFIC SIGNAL INSTALLATIONS AND UPGRADES CONTRACT NO. 3336 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. 3336 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 NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Traffic Signal Installation at San Miguel Drive and Port Ramsey Place ki Iw7 T 'j stx TWot�Sind sk. "L "CA.ed 17.eZ y Dollars and Cents Per Lump Sum 2. Lump Sum Traffic Signal Installation at San Miguel Drive and Port Sutton Drive — Yacht Coquette E.S i.k Nw-.clrecl Se.>�nTy Dollars and a Cents Per Lump Sum $ $ l3787n,o0 Macadee Electrical • • Construction 14771 Cherry Circle CHINO HILLS, CA 91709 -1917 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL NO. AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. Lump Sum Traffic Signal Installation at Avocado Avenue and Farallon Drive O. e H"CA' e d E 1 S L.!' T Hcw'1 a+�rt sr_oe � %4—dr ecl � Ty Two Dollars and 4R�- Cents $ 1087a2 °o Per Lump Sum 4. Lump Sum Traffic Signal Upgrades at San Joaquin Hills Road and Santa Cruz Drive – Big Canyon (OUC 1H kr-�d r eLA T*A 1r T� Y�J�. `f"HC:tiS�)�j FGIr+ 14 YG(:l F "UrTe e(l .. and a– Cents $ Per Lump Sum 5. Lump Sum Traffic Signal Upgrades at San Joaquin Hills Road and Santa Rosa Drive – Big Canyon 11,,CN+e� P,(•T¢e, rt -1-M ttis rar�C, S.� H�. Afoot SeQz..Ty r- --. Dollars and Cents Per Lump Sum 6. 250 Each Furnish and Install (Caltrans approved) 12" round Red LED signal indications at locations listed on Exhibit "A" owE Twbollars U and -AE)_ Cents $ 13-2 '° $ 33 000 ° Each • Macadee Electrical Construction 14771 Cherry Circle CHINO HILLS, CA 91709-1917 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL NO, AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 7. 51 Each Furnish and Install (Caltrans approved) 12" Red arrow signal indications at locations shown on Exhibit "A" OBE H .Jci+ec) 0e Dollars and a Cents $ lot "° $ 51 S I .°�j Each 8. 25 Each Furnish and Install (Caltrans approved) 8" round Red LED signal indications at locations shown on Exhibit "A" Dollars and Cents $ 1 o-7. °O $ 2G 7S Each 9. Lump Sum Furnish and Install Opticom Emergency Vehicle Preempt Equipment at Jamboree Road And Bayside Drive — Marine Avenue EicJl r °kscaNd Dollars and Cents $o Per Lump Sum 10. Lump Sum Furnish and Install Opticom Emergency Vehicle Preempt Equipment at San Joaquin Hills Road and Spyglass Hill Road sc T o Aso" -NCA Dollars and a— Cents $ 70Op.°`' Per Lump Sum • • Macadee Electrical Construction 14771 Cherry Circle CHINO HILLS, CA 91709 -1917 ITEM QUANTITY NO. AND UNIT ITEM DESCRIPTION AND UNIT UNIT TOTAL PRICE WRITTEN IN WORDS PRICE PRICE 11. Lump Sum Furnish and Install Opticom Emergency Vehicle Preempt Equipment at San Joaquin Hills Road and Marguerite Avenue Dollars and Cents Per Lump Sum TOTAL BID PRICE IN WRITTEN WORDS i wo N d re c4 -T++ 1 ✓ -r ,ji (o Dollars and !-- Cents $ GOO• °p Total Bid Price in Figures MACADEE ELECTRICAL CONSTRUCTION Bidder's Name Bidder's Address 14771 CHERRY CIRCLE CHINO HILLS, CA. 91709 -1917 909 597- 8348 FAX 909 393 -8475 Bidder's Telephone Number # 583125 C -10 Contractor's License No. & Classification 5/30/00 r Date A orized Signature & Title VICE PR DENT F: \Users\PBW\Shared \Contracts \FY 99- =Traffic Signal Upgrades C- 3336 \PROPOSAL C- 3336.doc • ` Macadee Electrical Construction CITY OF NEWPORT BEACH 14771 Cherry Circle PUBLIC WORKS DEPARTMENT CHINO HILLS, CA 91709 -1917 TRAFFIC SIGNAL INSTALLATIONS AND UPGRADES Contract N ADDENDUM NO. 1 Bidders shall propose to complete Contract No. 3336 in accordance with previously issued Contract Documents, as modified by this Addendum: 1. Special Provisions: Add: SECTION 6 -7 TIME OF COMPLETION 6 -7.1 Add to this section, "The Contractor shall complete all work under the Contract within 140 consecutive calendar days after the date of award of contract by the City of Newport Beach 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 know 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" 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." 2. Liquidated Damages: Add: 6 -9 LIQUIDATED DAMAGES For each consecutive calendar day in excess of the time specified for completion of Work, as adjusted in accordance with 6-6, the Contractor shall pay to the Agency, or have withheld from monies due it, the sum of $250, unless otherwise provided in the Specifications. ......... ........ ........ ............................................. .............i.. Please execute and date this Addendum No. 1 and attach it to your proposal. Failure to do so may result in disqualification of your bid. 4 is, 2 COD i Date rahler Project Manager I have carefully examined this Addendum No. 1 and include full payment therefor in my Proposal. Date MACADEE ELECTRICAL CONSTRUCTION Data: 05/26/00 TI-a: 11:40 A TO: 19093939405 Paga: CO2 -002 1 • • Traffic Signal Installations and Upgrades - Addencum No.2 Page 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL INSTALLATIONS AND UPGRADES Contract No. 3336 ADDENDUM NO.2 Bidders shall propose to complete Contract No. 3336 in accordance with previously issued Contract Documents, as modified by this Addendum: 1. Special Provisions: Modify: SECTION 7 -15 LICENSES 7.15 This section is revised to read as follows: "At the time of award and until completion of the work, the Contractor shall possess a General Engineering Contractor Class A license or a Specialty Electrical (general) Contractor Class C -10 license.' ............................................... ............................... Please execute and date this Addendum No. 2 and attach it to your proposal. Failure to do so may result in disqualification of your bid. Date (Signature on File) Rich Edmonston Traffic Engineer I have carefully examined this Addendum No. 2 and include full payment therefor in my Proposal. MACADEE ELECTRICAL CONSTRUCTION 01 Lr-oD Date PART 2--- GENERAL PROVISIONS SECTION 84 TRAFFIC STRIPES AND PAVEMENT MARKINGS 84 -2 THERMOPLASTIC TRAFFIC STRIPES AND PAVEMENT MARKINGS SP -1 SP -1 SP -1 SP -2 SP -2 SP -2 SP -2 SP -2 SP -2 SP -2 SP -2 SP -3 SP -3 SP -3 SP -3 SP -5 PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS TRAFFIC SIGNAL INSTALLATIONS AND UPGRADES CONTRACT NO. 3336 INTRODUCTION PART 1--- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK SECTION 5 UTILITIES 5 -2 PROTECTION OF EXISTING UTILITIES SECTION 6 PROSECUTION, PROGRESS, AND ACCEPTANCE OF WORK 6 -8 COMPLETION AND ACCEPTANCE SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 7 -8 PROJECT SITE MAINTENANCE 7 -8.5 TEMPORARY LIGHT, POWER, AND WATER 7 -8.6 WATER POLLUTION CONTROL 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 -10.1 TRAFFIC AND ACCESS 7 -10.3 STREET CLOSURES, DETOURS, AND BARRICADES 7 -15 CONTRACTOR LICENSES 7 -16 AS BUILT PRINTS PART 2--- GENERAL PROVISIONS SECTION 84 TRAFFIC STRIPES AND PAVEMENT MARKINGS 84 -2 THERMOPLASTIC TRAFFIC STRIPES AND PAVEMENT MARKINGS SP -1 SP -1 SP -1 SP -2 SP -2 SP -2 SP -2 SP -2 SP -2 SP -2 SP -2 SP -3 SP -3 SP -3 SP -3 SP -5 • • SECTION 86 SIGNALS, LIGHTING, AND ELECTRICAL SYSTEMS SP -5 86 -1 GENERAL SP -5 86 -1.03 EQUIPMENT LIST AND DRAWINGS SP -6 86 -1.05 MAINTAINING EXISTING AND TEMPORARY SP -7 ELECTRICAL SYSTEMS 86 -1.06 SCHEDULING OF WORK SP -7 86 -2. MATERIALS AND INSTALLATION SP -8 86 -2.03 FOUNDATIONS SP -8 86 -2.04 STANDARDS, STEEL PEDESTALS AND POSTS SP -8 86 -2.05 CONDUIT SP -8 86 -2.06 PULL BOXES SP -8 86 -2.08 CONDUCTORS AND WIRING SP -9 86 -2.08E INTERCONNECT SP -9 86 -2.10 BONDING AND GROUNDING SP -9 86 -2.11 SERVICE SP -9 86 -2.14 TESTING SP -10 86 -2.16 PAINTING SP -10 86 -3 CONTROLLER ASSEMBLIES SP -11 86 -3.06 TYPE 90 CONTROLLER ASSEBLY SP -11 /BIKE TIMING LOGIC ASSEMBLY 86 -3.07 CONTROLLER CABINET SP -12 864 TRAFFIC SIGNAL FACES AND FITTINGS SP -12 86 -4.01 VEHICLE SIGNAL FACES SP -12 86 -4.05 PEDESTRIAN SIGNAL FACES SP -12 86 -5 DETECTORS SP -13 86 -5.01 DETECTORS/VIDEO DETECTION SP -13 86 -5.02 PEDESTRIAN PUSH BUTTONS SP -19 86 -6.0 LIGHTING SP -20 86- 6.01.A BALLASTS SP -20 86 -6.065 INTERNALLY ILLUMINATED SIGNS SP -21 86 -6.07 PHOTOELECTRIC CONTROLS SP -25 86 -7 REMOVING REINSTALLING, OR SP -25 SALVAGING ELECTRICAL EQUIPTMENT OPTICOM PRIORTIY CONTROL SYSTEM SP -25 CURB RAMP DETAILS SP -26 EXHIBIT A (LED LIST) SP -27 EXHIBIT B ( OPTICOM LOCATIONS) SP -28 EXHIBIT B SP -29 i • SPECIAL PROVISIONS INSTALLATION OF TRAFFIC SIGNAL AND SAFETY LIGHTING AT VARIOUS LOCATIONS CONTRACT NO. 3336 SECTION 2 SCOPE AND CONTROL OF WORK The work to be done under this contract consists of the installation or modifications of traffic signals and safety lighting at the following intersections in the City of Newport Beach: 1. San Miguel Drive at Port Ramsey Place 2. San Miguel Drive at Port Sutton Drive - Yacht Coquette 3. Avocado Avenue At Farallon Drive (Newport Center) 4. San Joaquin Hills Road At Santa Cruz - Big Canyon Drive (Newport Center) 5. San Joaquin Hills Road At Santa Rosa Drive - Big Canyon Drive (Newport Center) 6. LED Signal indications at various locations 7. Opticom Emergency Vehicle Preempt equipment at several locations The contract requires completion of all work in accordance with these (1) Special Provisions (2) the Plans (Drawing Nos. T- 5813 -S, T- 5814 -S, T- 5815 -S, T- 5816 -S and T- 5817 -S, Exhibit "A" and Exhibit `B "), (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, latest edition; and, where applicable, (4) the Standard Specifications; and the Standard Plans of the State of California, Department of Transportation, dated July 1992. (5) The City's Standard Specifications and the Standard Specifications for Public Works Construction, 1997 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 City Public Works Department at a cost of $10. (6) The Work Area Traffic Control Handbook, 1996 Edition, can be purchased from City Traffic Engineering Section for $6.00. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction, and the Standard Specifications, and the Standard Plans of the State of California Department of Transtiortation as referenced and stated hereinafter: SECTION 5 UTILITIES 5 -2 Protection of Existing Utilities Known utilities are indicated on the plans. Prior to performing construction work, the Contractor shall notify Underground Service Alert and shall request each utility company to locate their facilities. The Contractor shall protect in place and be responsible for, at his own expense, any damages to the utilities encountered during construction of the items shown on the plans. There shall be no additional compensation for identification, location, or protection of utilities shown on the plans, marked in the field, or evident from conditions in the field. SP -1 9 SECTION 6 PROSECUTION PROGRESS, AND ACCEPTANCE OF WORK 6 -8 Completion and Acceptance 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 guarantee for a period of at least one year, after acceptance of the work by the City, all materials and workmanship against any defects whatsoever. Any such defects shall be repaired at the Contractor's expense. The Contractor shall make all repairs and replacements promptly upon receipt of written orders from the Engineer. SECTION 7 RESPONSIBILITIES OF CONTRACTOR 7 -8 PROJECT SITE MAINTENANCE 7 -8.5 Temporary Light, Power and 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 949 - 644 -3011. 7 -8.6 Water Pollution Control It is anticipated that surface and ground of 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 or private properties are not damaged or, in the opinion of the Engineer, are not subject to the probability of damage. Surface water containing mud or silt from the project area shall be treated by filtrating or retention in a settling pond or ponds adequate to prevent muddy water from entering storm drains or the bay. The Contractor shall submit a plan for implementing siltation control prior to commencing construction. Upon approval of the plan, the Contractor shall be responsible for the implementation and maintenance of the control facilities. 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 -10.1 Traffic Access During installation, proper traffic control and safety shall be observed at all times. The Work Area Traffic Control Handbook (WATCH), 1996 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. Contractor may close one lane adjacent to the curb, when necessary for work adjacent to the lane. Flashing arrow signs are required on all lane closures, in addition to other requirements of the WATCH Manual. SP -2 Ll 7 -10.3 Street Closures, Detours, Barricades 0 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 shall be posted at least forty (40) hours in advance of the need for enforcement. In addition, it shall be the Contractors responsibility to notify the City's Police Department, Traffic Division, at 714 - 644 -3717, for verification of posting at least forty (40) hours in advance of the need of enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12 inches (12 ") wide and 18 inches (18 ") high; (3) be similar in design and color to Sign No. R -38 of the CALTRANS Uniform Sign Chart. The Contractor shall print the hours, days and date of closure in 2 -inch (2 ") high letters and numbers. A sample of the completed sign shall be approved by the Engineer prior to posting. The Contractor shall only post signs on 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. 7 -15 LICENSES At the time of award, the Contractor shall process a General Engineering Contractor A license. At the start of work, and until completion, the Contractor shall possess a business license issued by the City of Newport Beach. 7 -16 AS -BUILT PRINTS The Contractor is required to submit to the Project Manager "As- Built" improvement prints for the intersection and cabinet 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. PART II 84 TRAFFIC STRIPES AND PAVEMENT MARKINGS Remove traffic stripes and pavement markings as shown on the plans and designated by the Engineer. Removal shall be by sandblasting or other approved method which shall remove the markings completely but not cause damage to the pavement surface. Where blast cleaning is used for the removal of painted traffic stripes and pavement markings or for removal of objectionable material, and such removal operation is being performed within 10 feet of a lane occupied by public traffic the residue including dust shall be removed immediately after contact between the sand and the surface being treated. Such removal shall be by a vacuum attachment operating concurrently with the blast - cleaning operation. SP -3 0 0 Pavement for removals shall be included in the lump sum price for signalization. There shall be no additional compensation for striping or marking removal for work shown on the plans for removal of markings in the project vicinity which are in conflict with the markings shown on the plans. Nothing in these Special Provisions shall relieve the Contractor from his responsibilities as provided in Section 7 -1.09, Public Safety, of the Standard Specifications. Traffic Stripes, Pavement Markings, and Raised Pavement Markers The Contractor shall furnish and apply traffic stripes and pavement markings at locations shown on the plans or where directed by the Engineer. Placement of striping and markings shall conform to the requirements of Section 84 and 85 of the State Standard Specifications, dated July 1992, and these Special Provisions. Two applications of paint shall be made for all striping and markings. The second coat shall be applied after the first coat has dried. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 2 inch in 50 feet from the alignment shown in the plans. The Contractor shall mark, or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal of the existing striping and markings. No street shall be without the proper striping over a weekend. Painting shall conform to the last two paragraphs of Section 59 -1.03 Application and Section 59- 1.04, Thinning Paint of the State Standard Specifications. Paint for traffic striping and pavement markings shall be: Paragraphs 1 and 2 of Subsection 84 -1.01, Description of the State Standard Specifications are amended to read: This work shall consist of applving painted traffic stripes (traffic lines) crud pavement markings at the locations and in accordance with the details shown on the plans or designated by tire Engineer, and as specified in these Specifications and the Special Provisions. The kind of material or paint to be applied will be as designated in the State Standard Specifications, specified in the Special Provisions, or shown on the plans. Paragraph 1 of Subsection 84 -1.02, Control of Alignment and Layout of the State Standard Specifications is amended to read: The Contractor shall perform all lavout, alignment and spotting, which will consist of existing stripes or control points spaced at 200 feet on tangents and 50 feet on cUrVes. Paragraph 4 of Subsection 84 -1.03, Tolerances and Appearance of the State Standard Specifications is amended to read: Drips, overspread, improper markings and paint material tracked by traffic shall be immediately removed from the pavement surface by methods approved by the Engineer. All such removal work shall be at the Contractor's expense. SP -4 Paragraph 2 of Subsection 84 -1.04, Protection from Damage of the State Standard Specifications is amended to read: Newly placed traffic stripes and pavement markings shall be protected from damage by public traffic or other causes until the paint is thoroughly dry. 84 -2 Themoplastic Traffic Stripes and Pavement Markings All crosswalks, (12" lines) pavement legends, and arrows shall be thermoplastic. Thermoplastic traffic striping and pavement markings shall be Alkyd type and be installed per Plan by the Contractor in accordance with Section 84 -2 Thermoplastic Traffic Stripes and Pavement Markings of the Caltrans Standard. Thermoplastic shall be warranted by the Contractor against blistering, bleeding, excessive cracking, staining, discoloring, chipping, and poor adhesion for one year from the date of project acceptance. Paragraph 1 of Subsection 84 -3.02 Materials of the State Standard Specifications is amended to read: Paint and glass beads for traffic stripes and pavement markings will be finnished by the Contractor, including paint for cat tracks and dribble lines. Paint will be either solvent borne or water borne, depending on the time of year and the local air pollution regulations. Paragraph 2 of Subsection 84 -3.03 Mixing of the State Standard Specifications is amended to read: If more than 120 days have elapsed from the date of manufacture of solvent -borne paint furnished, the paint shall be mixed in containers other than the sprav equipment containers until a smooth, uniform product of property consistency is obtained. Such mixing and all other necessary mixing shall be at the Contractors expense. Installation of raised pavement markers shall consist of supplying and placing raised pavement markers at the locations shown on the plans, or where designated by the Engineer, and in conformance with these Special Provisions. Raised pavement markers shall not be installed until 14 days after placement of final or surface course of asphalt concrete. All new reflective pavement markers shall have glass- covered reflective faces, or be 3M Series 290. All new non - reflective pavement marker types A and AY shall be ceramic. SECTION 86 SIGNALS, LIGHTING, AND ELECTRICAL SYSTEMS 86 -1 General The Contractor shall fumish all tools, equipment, except that furnished by the City, 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. SP -5 0 9 Reference Specifications and Standard Plans (1) Standard Specifications - Except as modified herein, materials and installation shall conform to the California Standard Specifications, July 1992. 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- All electrical materials and equipment furnished and installed under this section shall conform to the referenced regulations and codes specified in Section 86 -1.02 of the Standard Specifications, and to all other ordinances and regulations of the authorities having jurisdiction. (4) When reference is made to the Code, Safety Orders, General Orders, or Standards, reference shall be construed to mean the Code, Order or Standard in effect on the date set for receipt of bids. Description Furnishing and installing traffic signals and highway lighting systems and payment therefor shall conform to the provisions in Section 86, Signals and Lighting, of the Standard Specifications and the Standard Plan of the State of California, Department of Transportation, dated July 1992, and these Special Provisions. 86 -1.03 Equipment List and Drawings The controller cabinet schematic wiring diagram and intersection sketch, to be mounted on the cabinet door (24" x 36 "), shall be combined into one drawing so that, when the cabinet door is open, the drawing is oriented with the intersection. The Contractor shall furnish two maintenance manuals for all -new controller units, auxiliary equipment, and vehicle detector sensor units, control units and amplifiers, furnished by the Contractor. The maintenance manuals and operation manuals may be combined into one manual. The maintenance manuals or combined maintenance and operation manuals for controllers shall be submitted at the time the controllers are delivered for testing or, if ordered by the Engineer, previous to purchase. The maintenance manuals shall include but need not be limited to, the following items: (1) Specifications (2) Design characteristics (3) General operation theory (4) Function of all controls (5) Trouble- shooting procedure (diagnostic routine) (6) Block circuit diagram (7) Geographical layout of components (8) Schematic diagrams (9) List of replaceable component parts with stock numbers C' . 0 9 Furnish one reproducible, in addition to the required five sets, of the cabinet schematic wiring diagram (cronoflex or sepia mylar). 86 -1.05 Maintaining Existing and Temporary Electrical Systems Traffic signal system shutdowns shall be limited to periods between the hours of 9:00 AM and 3:30 PM. The Contractor shall place Programmable Message Boards (PMB) and STOP signs to direct vehicle and pedestrian traffic through the intersection during traffic signal system shutdown. Temporary PMB's and STOP signs shall be either covered or removed when the system is turned on. PMB's and STOP signs shall be furnished by the Contractor and shall conform to the provisions in Section 12 -3.06 Construction Area Signs, of the Standard Specifications, except that the base material for the signs shall not be plywood. One PMB and STOP sign shall be placed for each direction of traffic. Location of the signs shall be as directed by the Engineer. Full compensation for furnishing, installing, maintaining and removing temporary PMB's 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 that are to be removed shall remain in operation until the replacement luminaires are 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. 86 -1.06 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. Above - ground signal work shall be scheduled such that the signal turn -on shall occur within 15 days of the pole installation. The contractor is required to complete the traffic signal improvements at the intersection of San Miguel Drive and Port Sutton Drive - Yacht Coquette as a priority over the other project locations. The various phases of traffic signal construction shall begin at this intersection. The first intersection to be energized shall be this intersection followed by the remaining four locations. SP -7 Existing street lighting shall remain in operation until new lighting is operational. No materials or equipment shall be stored at the job sites until receipt of said notification by the Engineer. The job sites shall be maintained in neat and orderly condition at all times. All striping, pavement markings, and signing shall be in place prior to signal tum -on and/or opening of street to public travel. Prior to installation of signal detector loops, the location of proposed striping and crosswalks shall be marked in the field for approval by the Engineer. 86 -2 MATERIALS AND INSTALLATION 86 -2.03 Foundations Portland cement concrete shall conform to Section 90 -10, Minor Concrete, of the Standard Specifications and shall contain not less than 470 pounds of cement per cubic yard, except concrete for reinforced pile foundations shall contain not less than 564 pounds of cement per cubic yard. 86 -2.04 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 maybe substituted. New poles to be installed within the Newport Center area shall be galvanized steel having a white powder coat added to the surface. (See Painting section of these specifications.) For pole types, refer to the plans for the following intersections: (1) San Joaquin Hills Road at Santa Cruz - Big Canyon (2) San Joaquin Hills Road at Santa Rosa - Big Canyon (3) Avocado Avenue at Farallon Drive 86 -2.05 Conduit Non - metallic type conduit shall not be required. Insulated bonding bushings will be required on metal conduit. After conductors have been installed, the ends of conduits terminating in pull boxes and controller cabinets shall be sealed with an approved type of sealing compound. Rigid metal conduit, to be used as a drilling or jacking rod, shall be fitted with suitable drill bits for size hole required. 86 -2.06 Pull Boxes Grout in bottom of pull boxes will not be required. Where the sump of an existing pull box is disturbed by the Contractor's operations, the sump shall be reconstructed and, if the sump was grouted, the old grout shall be removed and new grout placed. Pull boxes, pull box covers, and pull box extensions shall be concrete. Standard Plan Drawing ES -8, Pull Box Details, Note 4 -a.5 and b.10, shall not apply to this project. a 86 -2.08 Conductors and Wiring Conductors shall be spliced by the use of C- shaped compression connectors, as shown on the plans. Splices shall be insulated by Method B. Subparagraph 5, of the first paragraph of Section 862.09D, Splicing, of the Standard Specifications is deleted. Interconnect cable (SIC) shall be twelve (12) pair No. 19 twisted- shielded cable, conforming to REA PE -39 specifications. Interconnect cable shall not be spliced, except at designated cable termination points. All pairs of the cable shall be properly connected to a terminal block mounted to each controller cabinet. 86 -2.08E Signal Interconnect Cable Contractor shall install interconnect wiring as shown on the plan. Colored pairs must match those required for communication to the City's Vehicle Management System (VMS). Connection shall be made at MacArthur Boulevard/Bison Avenue and MacArthur Boulevard and Bonita Canyon Drive /Ford Road. 86 -2.10 BONDING AND GROUNDING Grounding jumper shall be attached by a 3/16 inch, or larger brass bolt in the signal standard or controller pedestal and shall be run to the conduit, ground rod or bonding wire in adjacent pull box. Grounding jumper shall be visible after cap has been poured on foundation. 86 -2.11 SERVICE Electrical service shall be modified Type II, unless otherwise shown on the plans, and furnished by the Contractor. It shall be equipped with five (5) circuit breakers (50 amp main, 15 amp isns (illuminated street name sign), 30 amp lighting, 15 amp spare, and 50 amp signal) and test blocks inside cabinet. Refer to State Standard Plans ES -2C and ES -21) and City Standard 910 -L for further details. 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. The Contractor shall contact Edison and Telephone Company three days after award of contract. Contractor to determine and verify the exact location of electrical service and telephone service feed points. This will prevent slow progression of this project. SP -9 E 86 -2.14 TESTING 9 The City will not require that the traffic signal control equipment or cabinet be tested at the California Transportation Laboratory or other independent test facility. However, the City will require a Certificate of Compliance be forwarded to the City along with a written certification from the supplier stating that the controller units, auxiliary equipment, and cabinet, fully wired, meet the requirements of the Standard Specifications and these Special Provisions. The functional test for each lighting system shall consist of not less than fourteen (14) days. If unsatisfactory performance of the system develops, the conditions shall be corrected and the test shall be repeated until the 14 days of continuous, satisfactory operation is obtained. The sixth paragraph in Section 86 -2.14, Functional Testing, of the Standard Specifications, is amended to read: During the test period, the City or its representative will maintain the system or systems. The cost of anv 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 shall be prior to 12 noon 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 only for the hours between 9 AM and 12 noon. If the scheduled tum -on cannot be completed before noon, it shall be rescheduled subject to the limitation of this section. All signal heads and pedestrian heads shall remain covered prior to signal turn-on. A knowledgeable representative for the manufacturer or distributor of the traffic signal control equipment shall be present for the activation, 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. 86 -2.16 PAINTING All new traffic signal equipment to be installed in the Newport Center area, including controller cabinet and service, poles, mast arms, vehicle heads (except insides of visors and faces of backplates), pedestrian heads (except screens), push button assemblies, and signal mounting assemblies, etc., shall be painted white in accordance with the following requirements: SP -10 0 0 The signal poles and mast arms shall be galvanized in accordance with the Standard Specifications and then painted as follows: prior to painting, all detrimental weld flux slag deposits shall be removed by mechanical means. Cleaned assemblies shall be protected from moisture and other foreign materials prior to painting. Poles and mast arms shall be brushblasted and preheated prior to powder coating and shall be painted Valmont Frost White, No. 652 or equal. All items to be painted white shall be properly pretreated with 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. 86.3.1 CONTROLLER ASSEMBLIES 86 -3.06 Type 90 Controller Assembly /Bike Timing Logic Assembly Type 90 controller assembly shall be an 8 -phase Multisonics 820A Controller compatible with the City's VMS System, complete with integral time base coordination capability, in a Type P cabinet. The controller and cabinet shall include, but not be limited to, the following: (This list may vary depending on location.) 1 ea. Model 820A Controller 1 ea. P44 Cabinet 1 ea. 820A D Panel 1 ea. LCD -12P Conflict Monitor 1 ea. Detector Rack w /12 Model 262FC -1 Detectors 12 ea. Loadswitches 1 ea. Flasher Unit 4 ea. Flash Transfer Relay 1 ea. 12 Pair Interconnect Block 1 ea. Bike Logic w/P26 Cable 1 ea. TLS Panel w /Harness 2 ea. Model 754 Opticom Phase Selector The convenience receptacle shall have ground -fault interruption as defined by the Code. Circuit interruption shall occur on 6 milliamperes of ground -fault current and shall not occur less than 4 milliamperes of ground -fault current. Bicycle Timing Logic Package A special external bicycle timing logic package shall be provided in the traffic signal controller cabinet. For each phase on which bicycle push buttons are used, the bicycle timing logic package shall have a separate solid state circuit with a solid state timer capable of an adjustable timing period from 0 to 16 seconds and a display lamp. The lamp shall indicate when a bicycle push button call has been registered and shall 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 shall place and hold a vehicle call on the associated vehicle phase as specified below. SP -11 0 For actuations received during the yellow or red interval of the phase, the bicycle timing circuit shall place and hold the vehicle call until the start of the next green interval for the phase. At the start of the next green interval, the vehicle call will continue to be held until the present time on the adjustable time has timed out. For actuations received during the green interval of phase, the bicycle timing shall begin immediately and the bicycle timing circuit shall place and hold the vehicle call during the bicycle timing provided that bicycle timing has previously occurred during that same green interval. Actuations received during the green interval while the bicycle timing is in effect, or after the bicycle timing has been completed, will not be remembered or carried over to the next cycle. The bicycle timing shall be totally independent of the controller timing and the removal of the bicycle timing logic package shall not affect the normal operation of the controller. If vehicles or pedestrians are also placing calls on the phase that has received a call from the bicycle timing circuit, then either the vehicle time, pedestrian time, or the bicycle time, whichever is longest, shall be in effect during the time the affected phase is being serviced. The bicycle timing logic package shall be provided in a separate shelf - mounted housing, and the individual timing circuits for each of the individual phases shall be in the same housing and shall be connected by a NEMA- approved connector and harness. 86 -3.07 Controller Cabinet Cabinets shall be constructed of sheet aluminum alloy 5051 with a minimum thickness of 0.125 - inch. All exposed edges shall be free of burrs and pit marks. All welds shall be neatly formed and free of cracks, blowholes, and other irregularities. All welds shall be made by the Heliarc welding method. The cabinet shall have rigid inside angle arms for anchoring it to a base. Angle arms shall be aluminum alloy 5052 minimum of 0.125 -inch thickness and minimum width of 2.5 inches by 2.5 inches. At the two locations on San Miguel Drive: Port Sutton and Port Ramsey, the contractor shall provide and install a 10" x 12" x 3" waterproof junction box to the outside of the controller cabinet. A 6" x 8" wood backboard shall also be installed injunction box for telephone communication equipment. Install 1 -1/2" conduit and pull rope from telephone feed point to terminal box. 86 -3 TRAFFIC SIGNAL AND FACES FITTINGS 86 -4.01 Vehicle Signal Faces All red indications, except in P.V. heads, shall be LED units and shall meet the current State of California Department of Transportation (CALTRANS) Specifications. SP -12 Signal section housings shall be metal type. The three project locations in the Newport Center area shall have white powder coated housings, mounting hardware, and terminal compartments. The inside of the visors and the front side of backplates shall be painted flat black per the State Standard Specifications. Refer to Section N - Painting of these special provisions. The Contractor shall famish and install 12" red LED ball and arrow lenses assemblies. New heads shall be furnished with the red LED units installed. Kits shall be furnished and installed where retrofitting existing signal heads is noted on the plans. See attached Exhibit A. All non - programmed lenses shall be glass with aluminum reflectors except LED heads. All lamps for traffic signal units (including programmed visibility type) shall be furnished by the Contractor. 86 -4.05 Pedestrian Signals Pedestrian signals shall be Type C with the Z -crate type screen. The three project locations in the Newport Center area shall have white powder- coated housings, mounting hardware, and terminal compartments. The screen shall be painted flat black per the State Standard Specifications. Refer to Section N of these special provisions. 86 -5 DETECTORS 86 -5.01 DetectorslVideo Detection Loop detector sensor units will be Type B (2 or 4 channel). Loop wire shall be Type 1. Lead -in wire cable shall be Type B. The Contractor shall test the detectors with 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. Detector rack and cabinet wiring to be modified by a representative of U. S. Traffic Corporation Intersection Development. SP -13 0 0 Video Detection (Iteris Vantage Plus) A video vehicle detection system shall be furnished and installed at the San Miguel Dr. & Port Sutton / Yacht Coquette intersection, including the control unit, four detection cameras, associated cable, software for the control unit and manuals. The video detection system shall provide the detection for the intended operations as shown on the plans. All work, materials, and equipment required for installation and operation of the machine vision detection system shall comply with the requirements of Section 86 of the State of California, Standard Plans and Standard Specifications. In addition, the system shall comply with these special specifications. The Contractor shall be responsible to provide all work, materials, and equipment required to install and program a fully functional video vehicle detection system. This shall include but not be limited to a control unit, cameras, camera mountings, and power cables and video cables. This specification sets forth the minimum requirements for a system that monitors vehicles on a roadway via processing of video images and provides detector outputs to a traffic controller or similar device. System Hardware The system provided shall consist of four image sensors or other video sources with mounting hardware, an automatic control unit (ACU) to process the video input and output detector data to a traffic controller, wiring harnesses to connect the ACU to a signal controller for detector inputs, phase outputs and power and software for the ACU. System Software The system shall be able to detect either approaching or receding vehicles in multiple traffic lanes. A minimum of 48 detection zones shall be user - definable through interactive graphics by placing lines and /or boxes in an image on a video monitor. The user shall be able to redefine previously defined detection zones. The software shall provide traffic parameter inputs to the controller. Functional Capabilities Real -Time Detection The ACU shall be capable of simultaneously processing information from up to four (4) video sources. The video sources may be, but are not required to be, synchronized or line locked. The video shall be digitized and analyzed at a rate of 30 times per second. The system shall be able to detect the presence of vehicles in a minimum of 48 detection zones within the combined field of view of the image sensors. Different detector types shall be selectable via software. Detector types shall include presence detectors and directional presence detectors. SP -14 For applicable units with Supervisor Computers, NEMA red/green inputs for up to 16 phases shall be available as inputs to provide controller state information for detection and Extend/Delay timing functions. A 37 -pin "D" subminiature connector on the front of the ACU shall be used for these inputs. A cable assembly to make these connections shall be provided with each system. Vehicle Detection A. Detection Zone Placement The video detection system shall provide flexible detection zone placement anywhere and at any orientation within the combined field of view of the image sensors. Preferred presence detector configurations shall be lines, zones, or regions, placed across lanes of traffic or lines placed in -line with lanes of traffic. A single detector line, zone, or region, shall be able to replace one or more conventional detector loops connected in series. Detection zones shall be able to be overlapped. In addition, detection zones shall have the capability of implementing OR functions together to provide a call for service on a phase. B. Detection Zone Programming Placement of detection zones shall be done by means of a pointing device, to draw detection lines, zones, or regions on the video image of the intersection. The detection zones shall be capable of being sized, shaped and overlapped to provide optimal road coverage and detection. It shall be possible to save the detector configurations on disk, to download detector configurations to the ACU, and to retrieve the detector configuration that is currently running on the ACU. C. Optimal Detection The video detection system shall reliably detect vehicle presence when the image sensor is mounted 30 feet (10 m) or higher above the roadway, when the image sensor is adjacent to the desired coverage area, and when the length of the detection area or field of view (FOV) is not greater than ten (10) times the mounting height of the image sensor. The image sensor shall not be required to be mounted directly over the roadway. D. Detection Performance Overall performance of the video detection system shall be comparable to inductive loops. Using standard image sensor optics and in the absence of occlusion, the system shall be able to detect vehicles presence with +4% accuracy under normal conditions (day & night) and +6% accuracy under adverse conditions (fog, rain, snow), when the conditions of the Section 307 - 18.1.5.3 have been met. The system shall have a method to reduce detections from vehicles in an adjacent lane caused by shadows and from motion of the camera due to wind. These systems shall be at least 95% effective. ACU Hardware A. ACU Mounting SP -15 0 9 The ACU shall fit within a Type P controller cabinet. Nominal outside dimensions excluding connectors shall be a maximum of H254 mm x W292 mm x D229 mm (H 10" x W 11.5" x D 9 "). B. ACU Environmental The ACU shall be designed to operate reliably in the adverse environment found in the typical roadside traffic cabinet. It shall meet the environmental requirements set forth by the NEMA (National Electrical Manufacturers Association) TS and TS2 standards as well as the environmental requirements for NEMA Caltrans Type 90 controller. Operating temperature shall be from -35 to +74 oC at 0% to 95% relative humidity, non - condensing. C. ACU Electrical The ACU shall be modular in design and provide processing capability adequate for accurate detection of vehicles. The bus connections used to interconnect the modules of the ACU shall be gold - plated DIN connectors. Serial communications to the connected computer shall be through a RS -232 or RS -422 serial port This port shall be able to download detector patterns stored in non - volatile memory as well as the real -time detection information needed to show detector actuations. A 9 -pin "D" subminiature connector on the front of the ACU shall be used for serial communications. The ACU shall be equipped with a NEMA TS 1 detector interface for 16 detector outputs. Output levels shall be compatible with the NEMA TS1, NEMA TS2 Type 2, NEMA Caltrans Type 90 standard. A multi -pin "D" subminiature connector on the front of the ACU shall be used for interfacing to these outputs. A cable assembly to make these connections shall be provided with each system. The ACU shall be equipped with four RS -170 (B &W)/NTSC (color) composite video inputs, so that signals from four image sensors or other synchronous or non - synchronous video sources can be processed in real -time. BNC connectors on the front of the ACU shall be used for all video input. The ACU shall be equipped with a single RS- 170/NTSC composite video output. This output shall be capable of being switched to correspond to one of the four video inputs, as selected remotely via the RS -232 (or RS -422) port or front panel switch. Multiple video outputs requiring external cable connections to create a combined single video output shall not be acceptable. A BNC connector on the front of the ACU shall be used for video output. Image Sensor (Camera) The video detection system shall use four medium resolution, black and white image sensors as the video source for real -time vehicle detection. These image sensors shall be provided lenses compatible with the operation of the intersection as shown on plans. As a minimum, each image sensor shall provide the following capabilities: a. Black and white Images shall be produced with a CCD sensing element with horizontal resolution of at least 500 lines and vertical resolution of at least 350 lines. Images shall be output as a video signal conforming to RS 170 or RS170A specifications for installations in North America, or as an option specified at time of order. SP -16 • • b. Useable video and resolvable features in the video image shall be produced when those features have luminance levels as low as 0.1 lux at night. c. Useable video and resolvable features in the video image shall be produced when those features have luminance levels as high as 10,000 lux during the day. d. Useable video and resolvable features in the video image shall be produced when the ratio of the luminances of the resolved features in any single video frame is 300:1. e. Automatic gain, automatic iris, and absolute black reference controls shall be furnished 1) Automatic iris shall operate in a damped manner with a time constant of 0.25 seconds or longer. 2) Automatic gain shall operate in a damped manner with a time constant of one second, and automatic gain shall not be applied to the video signal until the lens aperture is fully opened by the automatic iris control. 3) Automatic gain, automatic iris, and sensitivity shall be factory adjusted and/or modified as required for proper performance with the video detection system. 4) The black level shall be adjusted to 0 IRE units. 5) The iris video level shall be adjusted so that a no- contrast image has 50 IRE units of video. 6) The lens ALC shall be adjusted to average. f An optical filter and appropriate electronic circuitry shall be included in the image sensor to suppress "blooming" effects at night. g. It is preferred that the image sensor video signal be crystal synchronized. Line lock synchronization, however, is acceptable. h. Gamma for the image sensor shall be preset at the factory to a value of 1.0. The image sensor shall be equipped with an auto -iris lens with fixed focal length to suit the site. The minimum aperture of the lens shall not be larger than BOO and the maximum aperture shall not be less than fl.8. The image sensor lens shall be pre- focused at the factory to suite the installation site as indicated on the plans. The image sensor and lens assembly shall be housed in an environmental enclosure that provides the following capabilities: a. The enclosure shall be moisture proof and gas- tight. b. The enclosure shall allow the image sensor to operate satisfactorily over an ambient temperature range from -340C to +600C while exposed to precipitation as well as direct sunlight. SP -17 0 • c. The enclosure shall allow the image sensor horizon to be rotated in the field during installation. d. The enclosure shall include a provision at the rear of the enclosure for connection of power and video signal cables fabricated at the factory. Input power to the environmental enclosure shall be 115 VAC 60 Hertz, with 240 VAC 50 Hertz as an option. Separate power and video connections are recommended for maintainability. e. A heater shall be at the front of the enclosure to prevent the formation of ice and condensation in cold weather, as well as to assure proper operation of the lens iris mechanism. The heater shall not interfere with the operation of the image sensor electronics, and it shall not cause interference with the video signal. f. The enclosure shall include a sun shield to minimize solar heating. The front edge of the sunshield shall protrude beyond the front edge of the environmental enclosure and shall include provision to divert water flow to the sides of the sunshield. The amount of overhang of the sun shield shall be adjustable to prevent direct sunlight from entering the lens. g. The total weight of the image sensor in the environmental enclosure with sunshield shall be less than 12 pounds. h. When operating in the environmental enclosure with power and video signal cables connected, the image sensor shall meet FCC class B requirements for electromagnetic interference emissions. The video output of the image sensor shall be isolated from earth ground. All video connections from the image sensor to the video interface panel shall also be isolated from earth ground. Connections for video and power shall be made to the image sensor via either combined or separate cables. The cables shall use pin connections and shall be available in lengths of 5, 10, 30, and 60 feet to accommodate various installations. All wiring and cable shall be routed into and through the poles and arms, and shall not be banded. Power and coaxial cables are to run directly to cabinet. The image sensor shall be connected to the ACU such that the video signal originating from the image sensor is not attenuated more than 3 dB when measured at the ACU. When the connection between the image sensor and the ACU is coaxial cable, the coaxial cable used shall be a low loss 75 ohm precision video cable suited for outdoor installation, such as Belden 8281, West Penn P806, or approved equal. Installation and Trainine The supplier of the video detection system shall supervise the installation and testing of the video and computer equipment. A factory certified representative from the supplier shall be on -site during installation. The training shall cover, as a minimum, installation, maintenance and programming of the video detection system and use of the master software. 0 Warranty, Maintenance and Support The supplier shall warranty the video detection system against all hardware and software failures for a period of two years. Repair or replacement including shipping shall be at supplier's expense during the warranty period. The supplier shall provide on -site technical support at the request of the City for one year after the last purchase made under this contract, or extension thereof. Ongoing software support by the supplier shall include updates of the ACU, and for those units applicable, including the supervisor software. These updates shall be provided free of charge during the warranty period. The supplier shall maintain a program for technical support and software updates following expiration of the warranty period. This program shall be made available as an option to the City in the form of a separate agreement of continuing support. The supplier shall provide for adjustments in video detection zone programming at the site due to false calls or missed detections as requested by the City within 10 days following such request. Manuals All bids at closing shall be accompanied by a complete set of specifications and one set of manuals. The supplier shall provide manuals at the request of the City at the rate of one for each video detection system purchased. Measurement and Payment Measurement and Payment for the construction of a video based detection system will be made at the contract lump sum bid price for the traffic signal. The above contract lump sum price shall include all labor, transportation, tools, materials, equipment, warranties, and incidentals required to construct a functional and operable detection system meeting these specifications. It shall be the responsibility of the contractor to ensure that all labor, transportation, tools, material, equipment, warranties and incidentals are included in the lump sum bid for this item of work. 86 -5.02 Pedestrian Push Buttons Pedestrian push button signs, for push button assemblies to be installed on pedestrian push button posts shall be 5" x 7 -1/2 ". All other pedestri an push button signs shall be 9" x 12" 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 push button assemblies shall be 5" x 7 -1/2 ". Pedestrian push button assemblies shall comply with ADA requirements (Federal Register /Vol. 59, No. 117, Section 14.2.5). SP -19 0 86 -6 Lighting Luminaires shall be the full - cutoff type. Glare shields are not required on semi - cutoff or full- cutoff luminaires. Each luminaire shall be die -cast aluminum, (86- 6.07A) with integral regulator ballast and Type IV photoelectric control for use in multiple 120V circuit. The optical assembly shall provide true 90- degree cutoff and shielding (without external glare shield) and shall consist of a glass or glass- coated gasket reflector; a heat and impact resistant flat glass lens; and porcelain - enclosed mogul multiple screw shell socket with lamp grips. The optical assembly shall contain activated charcoal filter, which prevents particulate and gaseous contamination. The reflector shall be specifically designed to produce and ANSUIES medium, cutoff, Type III light distribution when used with the 310W HPS lamps. All luminaires shall be General Electric M -400A2 series 250W HPS with light distribution M -C- 111, approved equal, or as shown on the approved plans. 86 -6.01A Ballasts The twelfth paragraph in Section 86- 6.0 1A, High - Intensity - Discharge Lamp Ballasts, of the Standard Specifications is amended to read: Ballasts for luminaires to be mounted on mast arms, brackets, or lowering assemblies shall be the regulator type and shall be located within the luminaire housing. The ballast for each horizontally mounted luminaire shall consist of components mounted on a down - opening door. The door shall be hinged and secured to the luminaire housing separately from the refractor orJlat lens f •ame. The door shall be easily removable and replaceable. The door shall be secured to the housing in a manner to prevent its accidental opening when the refractor or fat -lens frame is opened. Section 86- 6.OIA. Regulator Type Ballasts, of the Standard Specification is amended to read: Regulator -type ballasts shall be lag -type or lead -type and shall conform to the following: 86.601A(1) a LAG -TYPE REGULATOR BALLASTS - -Each lag -type regulator ballasts shall have the primary and secondary windings electrically isolated and, when operated with the appropriate lamp shall have the following characteristics and shall maintain the following lamp operations: The power factor shall be not less than 90 percent throughout the life of the lamp at nominal line voltage with the nominally rated reference lamp. SP -20 0 0 2. Lamp wattage regulation spread at ary lamp voltage from nominal through life shall not vans by more than 18 percent, 10 percent input voltage variation. 3. For nominal input voltage and lamp voltage, the ballasts design center shall not vary more than 7 -112 percent from rated lamp watts. 4. The ballasts shall be designed so that a capacitance variance of 6 percent will not cause more than a 8 percent variation in lamp wattage regulation throughout rated lamp life for nominal input voltage. 5. The lamp current crest factor shall not exceed 1.8 for input voltage variation of 10 percent at any lamp voltage from initial thorough life. 86.6.OIA(I)b LEAD -TYPE REGULATOR BALLASTS - -Each lead type regulator ballast (CWA- constant wattage autoregulator) shall, when operated with the appropriate lamp, have the following characteristics and shall maintain the following lamp operation: 1. The power factor shall be not less than 90 percent when the ballast is operated at nominal line voltage with a nominally -rated reference lamp. 2. Lamp wattage regulation spread at anv lamp voltage.front nominal through life shall not vary by more than 30 percent for 10 percent input voltage variation. 3. For nominal input voltage and lamp voltage, the ballast design center shall not vary by more than 7 -112 percent from rated lamp watts. 4. The ballast shall be designed so that a capacitance variation of 6 percent will not cause more than a 8 percent variation in lamp wattage regulation throughout rated lamp life for nominal input voltage. 5. The lamp current crest factor shall not exceed 1.8 for input voltage variation of 10 percent at any lamp voltage fh-om initial through life. 86 -6.065 Internally Illuminated Signs Internally illuminated street name signs shall conform to Section 86 -6.065 of the State Standard Specifications. Type A signs with Type IV photo electric controls shall be installed where shown on the plans. The contractor shall provide shop drawings of all of the required sign legends for review by the Engineer. Reflectorized Signs These specifications define requirements for overhead reflectorized street name signs. 1. General a. Workmanship: SP -21 All items shall be new; the materials and workmanship shall be of the best quality for the purpose. b. Drawings: All sign layouts shall be the Contractor's responsibility and shall be in accordance to the State of California, Sign: Specifications Chart Guidelines. C. Warranty: The Contractor at no cost to the City shall replace any sign delivered under this contract which does not conform to these specifications. 2. Detailed Requirements a. Base Metal: (1) Description: The base metal substrate shall be new aluminum alloy 3003 -H14 or 5052 -H32. The thickness of the aluminum shall be 0.05 ". The material shall be subject to inspection prior to degreasing and chromate conversion coating operations. Alloy and temper designations shall be verified by mill test certifications. (2) Shearing: All sign panel edges shall be shear - trimmed or roll -slit to produce neat edges and square corners. Sign panel edges shall be straight within 1/32" from the straight plane. Edge delamination or incomplete coverage of the base metal substrate up to and coincident with the cut edge of the sign panel shall be sufficient basis for rejection of the entire sign panel. (3) Pretreatment: All treatment tanks and/or spray applied systems must be performed on the Contractor's premises to ensure proper adhesion of reflective sheeting materials. All treatment tanks or spray applied systems shall be charged with fresh chemicals at least once a year. If pretreatment is performed by immersion methods, the tanks must be sufficient size to accommodate the complete panel. Titration equipment shall be available for the Inspectors to check the solution strengths. The cleaned and coated base metal shall be handled only by a mechanical device or by operators wearing clean cotton or rubber gloves. After cleaning and coating operations, the panels shall be protected at all times from contact or exposure to grease, oils, dust, or other contaminates. SP -22 The front and back surfaces of the aluminum base metal shall be cleaned, deoxidized, and coated with a light, tightly adherent, chromate conversion coating free of any powdery residue. The base metal pretreatment process shall be in conformance with Section 5, Recommended Processing Methods, of ASTM Designation B -449. The coating weight shall be (30 -100 mg/sq.ft.), A class 1 coating. b. Sign Message and Reflectorized Material: (1) Sign panels with identical legends shall be displayed on both sides of the sign frame, unless otherwise indicated. Letter size, style, spacing, arrows, and figures shall conform to the current standards established by the State of California, Department of Transportation. a) The legends or street names shall be 8" uppercase and 6" lowercase. Series D or E shall be used. b) Message layout shall be per State of California, Sign Specifications, Code G7 -1. Side margins and spacing may be compressed, when necessary, to stay within sign length. C) 1" border. (2) 3M VIP Diamond Grade Reflective Sheeting VIP3990 (wide -angle prismatic lens reflective sheeting), or equal, shall be on both fore and background. The standard color shall be white legends, letters, borders, etc. on a screened green background. No cut -out legends, letters, or borders shall be used. C. Sign Frame and Panel Construction: The size of the sign will be 18" X 72 ", unless otherwise identified as 18" X 96 ". (1) Frames: The frame shall be aluminum channel extrusion, 1.25" X 1.25' X .125' wall thickness. Alloy 6063 -T5. All joints of the aluminum channel shall be miter cut to form a 45 degree angle at each corner. The frame shall be welded with an inert gas shield -arc welding process using 4043 electrode filler wire in accordance with good shop practice. The width of the filler wire shall be equal to the wall thickness of the channel being welded. SP -23 The top of the frame will have two 2" X 2" X .250" wall thickness channel members welded and fastened to the frame with stainless steel bolt, washer, nylon nuts, and cotter pins. The adjustable swing assembly will be attached to these members. (2) Assembly: A sign panel shall be fastened to both sides of the channel frame to make a double -faced unit. Each sign panel must be a continuous sheet, no vertical or horizontal splices to make up one panel. The sign panels shall be affixed to the frame with 3116" diameter blind pop rivets, alloy 5052, or a type approved by the Engineer. They must be aluminum approved. The exposed face of the rivet shall be of similar shade and compatible with the face color of the finished sign. The rivets shall be placed through the face of the sign with the wall of the channel placed against the back of the sign panel. Rivets shall be placed no closer than 2" from the edge of the sign panel and a maximum of 8" apart from one another. All rivets must penetrate the web of the channel frame for proper grip strength between sign panel and frame. The swing hinge is attached to the 2" X 2" channel member with a 3" stainless steel bolt and bronze bushing; then secured with a ny -lock nut. d. Mounting Assemblies: The top of the sign frame shall have two free swinging mounting brackets. They shall be of all aluminum, bronze, and stainless steel parts. The 5" long stainless steel bolt for fine adjustments shall have nuts and lock washers, or self locking nuts and cotter key. The bracket assembly shall permit the sign to swing perpendicular to the support hardware. The mounting brackets shall be aluminum, connected to the mast arm by band straps. The mounting bracket location shall be 18" from the outside edge for the 18" X 72" sign and 24" for the 18" X 96" sign. When installation of the sign to the mast arm is complete, the sign should swing freely 70 - 90 degrees, or approved equal, in both directions when moved by the installer. e. Finish: The finished sign shall be flat within a ratio of 0.40" per linear foot when measured across the plane of each panel from opposite comers or at any SP -24 0 0 location on the panel. All finished signs shall have a smooth flat surface without defects or objectionable marks of any kind on either the front or the back faces. All letters and designs shall be clearly cut and sharply defined. The appearance of the sign face shall be uniform throughout and shall be free of wrinkles, gel, hard spots, streaks, extrusion marks, air bubbles, or blemishes that may impair the serviceability, or detract of the sign when viewed from a distance of twenty -five (25) feet. The finished sign shall be clean and free from all buns, sharp edges, loose rivets, and aluminum marks. Signs with any defects or damage that affect their appearance and serviceability will not be acceptable. All metal parts shall be fabricated in a uniform and quality workmanlike manner and all sign surfaces and edges free of defects. No repairs shall be made to the face sheet without the approval of the Engineer. 86 -6.07 Photoelectric Controls Type IV photoelectric controls shall be provided on each luminaire. 86 -7 REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQUIPTMENT Hauling and stockpiling of salvaged material off the right -of -way, as directed by the Engineer, shall be included in the lump -sum price for signal construction. OPTICOM PRIORITY CONTROL SYSTEM This subsection shall apply only where Emergency Vehicle Pre -empt systems are to be furnished and installed by the Contractor. Model 754, phase selector units and Model 760 rack, as manufactured by 3M Company, shall be fumished and installed in the new controller cabinet to be manufactured by IDC- Multisonics. Model 722 Optical Detector units, as manufactured by 3M Company, shall be furnished by the Contractor and installed at locations indicated on the plans. Model 138 Optical Detector Cable, as manufactured by 3M Company, shall be fumished and installed by the Contractor. If non -3M Company Equipment shall be proposed, the equipment shall be capable of logging up to 100 events, including user classification, vehicle identification number from among up to 20,000 vehicles, time of priority, elapsed time in priority phase, direction of priority phase, and total duration of priority. The equipment shall be fully compatible and interchangeable with 3M hardware indicated above. The event log shall be retrievable using PC software and hardware intended for use with 3M Model 522 Optical detector units. Equipment shall be tested by a representative of the manufacturer at date of turn on. SP -25 • APPROVED TO: Mayor and Members of the City Council FROM: Public Works Department • June 13, 2000 CITY COUNCIL AGENDA ITEM NO. 12 SUBJECT: AWARD OF CONTRACT NO. 3336 FOR THE INSTALLATION OF NEW TRAFFIC SIGNALS AT SAN MIGUEL DRIVE/PORT RAMSEY PLACE, SAN MIGUEL DRIVE /PORT SUTTON DRIVE -YACHT COQUETTE, AND AVOCADO AVENUE /FARALLON DRIVE ALONG WITH MISCELLANEOUS IMPROVEMENTS AT VARIOUS LOCATIONS. RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Award Contract No. 3336 to Macadee Electrical Construction for the Total Bid Price of $658,234.00, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $65,800.00 to cover the cost of unforeseen work. 4. Accept the contribution of $34,467.00 from the Broadmoor Seaview Homeowners Association. 5. Establish an amount of $9,000.00 to cover the cost of Edison installing transformers for electrical service. 6. Approve a budget amendment for $336,240.14 from the Transportation and Circulation Fund balance to Account No. 7261- C5200068. DISCUSSION: At 11:00 A.M on May 30, 2000, the City Clerk opened and read the following bids for this project: TOTAL BID AMOUNT $658,234.00 $673,038.00 $689,976.00 $696,200.00 $699,605.00 $709,897.23 $716,457.00 $792,675.00 $794,573.00 BIDDER Low Macadee Electrical Construction 2 Baxter - Griffin Company 3 L.A. Signal 4 Maverick Electric 5 Steiny & Company 6 C.T.& F. 7 Peek Traffic 8 Pro Tech Engineering 9 Dynalectric * Corrected bid amount TOTAL BID AMOUNT $658,234.00 $673,038.00 $689,976.00 $696,200.00 $699,605.00 $709,897.23 $716,457.00 $792,675.00 $794,573.00 0 9 Subject: Traffic Signal Installations and Upgrades — Award of Contract No. 3336 June 13, 2000 Page: 2 The low total bid amount is 15 percent above the Engineer's Estimate of $570,000.00, which staff believes is due primarily to the strong economy and the resultant amount of traffic signal construction currently taking place. Macadee Electrical Construction of Chino Hills, California, the low bidder, has satisfactorily performed similar contract work for other cities. A check with the State Contractor's License Board indicates that Macadee Electrical Construction has no pending actions detrimental to their contractor's license. The work included in this contract consists of installation of traffic signals at: • San Miguel Drive and Port Ramsey Place • San Miguel Drive and Port Sutton -Yacht Coquette • Avocado Avenue and Farallon Drive The contract also provides for the upgrading of existing traffic signals at: • San Joaquin Hills Road and Santa Cruz Drive -Big Canyon • San Joaquin Hills Drive and Santa Rosa Drive -Big Canyon. Also included in the contract is retrofitting red LED signal indications at twenty -seven intersections and installing emergency vehicle preemption equipment at three intersections. The Broadmoor Seaview Homeowner's Association has contributed $34,467.00, which is twenty -five percent of the total cost of the signal installation at San Miguel Drive and Port Sutton -Yacht Coquette. The City of Newport Beach is responsible for Edison's estimated cost of $9,000.00 to install transformers to provide electrical service for the new traffic signals at San Miguel Drive and Port Ramsey Place and at San Miguel Drive and Port Sutton Drive — Yacht Coquette. A Notice of Exemption has been filed with the County Clerk, County of Orange, indicating this project is a Class 2, Section 15302 Categorically Exempt project and will not require an environmental document. At the Study Session on August 9, 1999, the City Council reviewed a Traffic Signal Priority Program report that included several options on the number and location of signals the City would design and construct. The City Council approved the option which provided for the three new signals and the two major upgrades included in this project. It was recognized at that time that the existing budget amount would likely not be adequate for all this work and supplemental funding would be required. These supplemental funds are available in the unappropriated Transportation and Circulation Fund balance. 0 0 Subject: Traffic Signal Installations and Upgrades — Award of Contract No. 3336 June 13, 2000 Page: 3 Funds available in the following accounts for the project: Description Account Amount Traffic Signal Installation and Upgrades 7181- C5200068 $297,326.86 LED Traffic Signal Indications 7181- C5200406 50,000.00 Traffic Signal Preemption System 7181- C5200408 15,000.00 Contribution from Broadmoor Seaview HOA 7251- C5200068 34,467.00 Transportation and Circulation Fund 7261- C5200068 366,240.14 Total $733,034.00 Respectfully subrp1tod, PUBLIC WORKS DEPARTMENT Don Webb, Director By: !ZC/ 6 Ames E. Brahler, P.E. Associate Civil Engineer Attachments: Project Location Map Bid Summary F cl, t ............... r"y O..- .....- ... " ivi �.Y 0 O ND bA bA -4i 3 U w m 0 a W Z LL 0 u z Z W Q a W 0 Y 3 u m CL A 0 0 N f7 N O f Q LU O 0 .r A 111 2 E r U t m G Co E O y Y U � � U m U Z H O Q O � U C m m C O J O 0 O M in H M VF m V H W U W Z O w LL z Lij ,n a (90 Z w m a N M fr'++ u E K O E m i a N C 0 v L d i 0 0 0 0 0 0 qp 0 O o F O O p z M O O O O O O O O C O O vt N P vl O O O O O O O �p O O Vim' C Q co ko Q o 0 0 J O O O O N N 0 Z ti ti C-1 � M oo O p O O O O O O pp V O N O N O O O M O P •� �O O+ C O C Obi 7 O R N N n LO C7 w o o °o ID O m Z Z N 0 0 0 0 0 0 o O o o O 0 0 0 0 0 0 0 0 0 0 o p Vl 10 h N O� ti h O O h O O O O m }]�!J O O lfl N dD h W N O� M Mai M w 4 �+ v t0 a 0 0 0 o O o 0 0 o O o O o 0 0 0 0 0 0 0 0 o O o 0 p o o iri o 0 o vi o 0 0 0 O OND M ILn oc IL n Ill O p O O O O ti D T M % Ln wa 00 C0 00 J DI J J W W W J J J 0 z Q N N T N O a c O O CO J v d > ? > > > v� in - C O O u t B L B c ;O O L a Q �>>.. N C J J p O J J ,O W 0 W C O c 2 C S O` 0 Z C % C d O O n T O n >' a N C n iJ O v v� in J a c c E v E o E o te. N ,. w.8 CL m is Ug a rn� u c v E c E c�p CO CO L C N m i0 fG i C 12 O n 4 OV to OU VI N Y O O o 0. c Lu _ rn O c m —_ N= v > f °E N Ev E E Q n= n c y X a a te_ aw m cw fO a v cw J o�°� rno rnp o,m rn�a caw a c c c �n Q U Vl E (A j N C to C VI C K CO L �� N L O A d L D. 6= a A u� uN u o uin u !^a 3n ��a E� !^ Emn !2 EE mtf m �a my E ;�'E o ti m a N M fr'++ u E K O E m i a N C 0 v L d i Z = W Q E m Q uj a 00 wch Y Z Ix O U. O u u J V m IL 0. 0 0 0 N fh O ¢ F O Q m w w U �c @ w M E O VI L] Y O w `w Y U f W C = U M U OLU U C7 co mm O ce O J O ± 09 O O m n Ln N n F- Cf w w w z_ D! w Q Z F b Gi v o+ CL CL 0 0 0 0 0 0 0 0 00 0 0 0 0 o 0 0 0 0 0 O o p p M l0 W O N 0 M co N m ^ O az C6 M Q N OD I- OD U O .^i T N i2 ¢ h ^ Y pp 1 O p O M T � Z '• O o 0 0 o O M o 0 0 0 F O O m O O O O N O O O O 1"1 Z OJ N 9 � .+ M O .+ N M V' �+ N M N M N O v ^ pi ^ N ^ � kp ^ Ni N N O c0 O� w u: 0 O .-1 INiI M Q O ^ F O OOi n c0 Z0 F= � lD 0 0 0 O o 0 o a o 0 0 0 0 0 0 0 0 0 c 0 0 o p I� ^ llf W M O M M to .ti m p c 1p lD M N N M Itl M O �O O O ttl � ^ a C N Itl M P T Ill O O N Q Vl N O CO O E V V ko U ¢ i ti ti ti rn C25 F oo ^n w m , 00 0° p O O O O O O O O O O 0 N O O O O O y 0 c0 00 co O 00 O O v O m O N wQ O .. M .. N .. N .. O .. 111 .ti .y rn D u O o ¢ N N o o C O @ @ K 2' N K 0 JO C w N w N i > w J - c o - 3 0 V :E U t o U t o 0 0 x x o m L > m > > N N ¢ C C � 0 — C C = 01 m w 'o° Q,c O A O C w O w K w C w C £ i% V 0 0 0 O 0 O O O in In Q¢ c c c c m° ° m�;qq 9 �°o — E w E E ,. c� `A l`� ;� �, ,� w$ C w 0 WO S U� c C C L C T m N m @ c O O > U Vl 0 In u .0 V N (p N vl w ryry ffpp U N C w n@ w n m J LULI) w� N y a w a>�� a V A c: v 0 n V@ a O 0 O Yn u o+p` rn0 m �Y f > > m w a 9� aC E io E< E< .c. ea C C m Yif n' n aw+ c cc c' c c a xo am U._vo -wa Qv m '�' in E m o U) rn p in o+ @ ,.. in a, is in c v w @ w c c- @ rn a c 'F @ Q a w c c w J @ o+ c w J @ o+ @ J c c �p c' L a c L O - L @ a w L n N L d@ m Ln LA °w o 'E ma c A r 0 Ar �a �v E E f w> E va E $a F a 0 h a @ H w c F- @ c F- @ J 0 t', IL = J t w@ u'� J x w K w J N IL a` M J c LL a @ J c IL C@ N M V' u'1 �D i� W 0\ O •� Gi v o+ CL CL v a W m IL IL W Z LL O T F Z W f a W O Y 3 u m CL CL 0 0 0 N Lli M O f a o p A w xf � d u m m M E O Y O w q U V f w o = O d U O ° 00 m C O J O Q 1D O m HI N rl F- Q OW Z N LJ LLJ Z Z (, fi O u uj W C7 Q Z Q E G uj K o. 0 0 u^ CJ m N a N X b M V f O LL f D O m T O i v L 3 9 N N w 0 0 0 0 0 0 0 0 o O o O O O O O O O O O O O p 0 0 0 o ni o 0 0 0 0 0 p O O O O P O M O O O O I� n N 0\ v1 O O Ill N l0 M V O n Q l0 M Oti IA lOO nOl'1 .•+i .ter d Q ° o S o Z00 V O M O N H r1 r{ CA 0 0 0 0 0 0 0 0 0 0 0 0 0 o O o 0 o O o O o C M N O O O O Vl ll) O O O O N+ rn W n M O C O N IOn O+ OD .i ui Ol N Ol W .-i O �+ �D - C Q Ol w l� r NZI CY a v a a c C Ceo V > IY p C C 0 a o Fvc E p N ao N > > a v ¢ c c _ O f O O O O O` O 0 Yyp R- s E J A C W Oj M C M C N a C a Y d o p O N O O" O In vl o- ¢ c 1p c A o m '3 O m— E o w E y O V VI '3 Vl O N 10 V1 10 1 m is u is rn In m e c E _ C C L C N m C O O N V Ic n � O O O Q _ ry y LLJ _ = j v c v v m v j O a O O C ° ti'l V Tn v 'F ppl O p al ° m Q v m e _E R C R ¢ 7: j o c w n c °c c m C M m a= c n v - C - C 0 C d C C C C U C a J x 21 a Ol 'vl O m - a Q N a Q d O �^ m O Of Q Ol Ol C a W C C C C vl C W T c W 0 cc O n n V V V O V N V m N O N u N W ±' �. H h Q N N m m Y my �v E c v C o f C�L' c v E va O O lea ry- C C J O Yq J X `m .car J J C �- m 1- m w = LL w w G w LL K IL LL n A LL a A •-i N M P Vl b l� 00 m •'�y u^ CJ m N a N X b M V f O LL f D O m T O i v L 3 9 N N w jity of Newport Beach BUDGET AMENDMENT 1999 -00 EFFECT ON BUDGETARY FUND BALANCE: Increase Future Year Revenue Estimates X Increase Expenditure Appropriations AND Transfer Budget Appropriations SOURCE: from ex sting budget appropriations from additional estimated revenues fx1 from designated reserves EXPLANATION: TNs budget amendment is requested to provide for the following: To appropriate funds for Traffic Signal Installations and Upgrades, Contract #3336. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account Description 260 3605 Fund Balance Control REVENUE ESTIMATES (3601) Fund/Division Account EXPENDITURE APPROPRIATIONS (3603) Division Number Account Number Division Number Account Number Division Number Account Number Division Number Account Number Signed: Signed: Description Description 7261 Transportation & Circulation C5200068 Traffic Signal Installation & Upgrade Financial Approval: Administrative Services Director Admin —` istrative Appr I: City Manager NO. BA- 067 AMOUNT: 5336,x40.14 P XIncrease in Budgetary Fund Balance Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance Amount Debit Credit $336,240.14 $336,240.14 G -� - oel Date G o• Date Signed: City Council Approval: City Clerk Date (Oy of Newport Beach le BUDGET AMENDMENT 1999 -00 EFFECT ON BUDGETARY FUND BALANCE: Increase Future Year Revenue Estimates X Increase Expenditure Appropriations AND Transfer Budget Appropriations SOURCE: from existing budget appropriations from additional estimated revenues Px from designated reserves EXPLANATION: This budget amendment is requested to provide for the following: To aoprooriate funds for Traffic Signal Installations and UDCrades. Contract #3336. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account Description 260 3605 Fund Balance Control REVENUE ESTIMATES (360 1) Fund/Division Account Description EXPENDITURE APPROPRIATIONS (3603) Signed: Signed: Signed: Financial Approval: Administrative Services Director Administrative 4!? royal: City Manager City Council Approval: City Clerk NO. BA- 067 AMOUNT: 5338,240.74 Increase in Budgetary Fund Balance Decrease in Budgetary Fund Balance X No ef7act'on Budgetary Fund Balance -` C H Jai 1 3- Amount Debit Credit $336,240.14 $336,240.14 T Date ate to %j�o 0 Date Description Division Number 7261 Transportation & Circulation Account Number C5200068 Traffic Signal Installation & Upgrade Division Number Account Number Division Number Account Number Division Number Account Number Signed: Signed: Signed: Financial Approval: Administrative Services Director Administrative 4!? royal: City Manager City Council Approval: City Clerk NO. BA- 067 AMOUNT: 5338,240.74 Increase in Budgetary Fund Balance Decrease in Budgetary Fund Balance X No ef7act'on Budgetary Fund Balance -` C H Jai 1 3- Amount Debit Credit $336,240.14 $336,240.14 T Date ate to %j�o 0 Date 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 July 12, 2000 Baxter - Griffin Co., Inc. 8210 Monroe Stanton, CA 90680 Gentlemen: Thank you for your courtesy in submitting a bid for the Traffic Signal Installations and Upgrades Project (Contract No. 3336) 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 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 July 12, 2000 L.A. Signal 15100 E. Nelson Avenue City of Industry, CA 91744 Gentlemen: Thank you for your courtesy in submitting a bid for the Traffic Signal Installations and Upgrades Project (Contract No. 3336) 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 9 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 July 12, 2000 Maverick Electric Inc. 11435 Downey Avenue Downey, CA 90241 Gentlemen: Thank you for your courtesy in submitting a bid for the Traffic Signal Installations and Upgrades Project (Contract No. 3336) 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 • • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 July 12, 2000 Steiny and Company, Inc. 12907 East Garvey Avenue Baldwin Park, CA 91706 Gentlemen: Thank you for your courtesy in submitting a bid for the Traffic Signal Installations and Upgrades Project (Contract No. 3336) 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 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 July 12, 2000 C. T. & F., Inc. 7228 Scout Avenue Bell Gardens, CA 90201 Gentlemen: Thank you for your courtesy in submitting a bid for the Traffic Signal Installations and Upgrades Project (Contract No. 3336) 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 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 6443005 July 12, 2000 Signal Maintenance, Inc. 2283 Via Burton Street Anaheim, CA 92806 Gentlemen: Thank you for your courtesy in submitting a bid for the Traffic Signal Installations and Upgrades Project (Contract No. 3336) 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, r LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 July 12, 2000 Pro Tech Engineering Corp. 3855 E. La Palma Avenue, No. 127 Anaheim, CA 92807 Gentlemen: Thank you for your courtesy in submitting a bid for the Traffic Signal Installations and Upgrades Project (Contract No. 3336) 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 a • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 July 12, 2000 Dynalectric 4462 Corporate Center Drive Los Alamitos, CA 90720 Gentlemen: Thank you for your courtesy in submitting a bid for the Traffic Signal Installations and Upgrades Project (Contract No. 3336) 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, M, X�,�'�'ti.�, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach