Loading...
HomeMy WebLinkAboutC-3529 - 2002-2003 Traffic Signal UpgradesOFFICE OF THE CITY CLERK LaVonne M. Harkless, CMC August 5, 2004 Liberty Mutual Insurance Company P. O. Box 4025 Beaverton, OR 97076 -4025 Subject: 2002 -2003 Traffic Signal Upgrades (C -3529) To Whom It May Concern: On July 8, 2003, 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 August 27, 2003. Attempts have been made to return the Faithful Performance Bond to F. J. Johnson, Inc. but have been returned to this office as undeliverable. Enclosed is the Faithful Performance Bond. Please contact this office if you have any questions. Sincerely, / r 7 LaVonne M. Harkless, MMC City Clerk cc: Public Works Department enclosure 3300 Newport Boulevard • Post Office Box 1768 - Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 Fax: (949) 644 -3039 • www.city.newport- beach.ca.us }y ` §2y ow \ \ 00 00 O ..... _W - / }� ul /� 0 y. // w ;a « / ° \ g �] $ at, \ \ t . / \/q a . �5 ={ .- R§ °3j /\ /emu � \ \ / \ 6« 2 � a . . . . �ca ]0]8 Message Pave 1 of 2 Fisher, Cathy From: Harkless, LaVonne Sent: Wednesday, August 04, 2004 8:09 AM To: Fisher, Cathy Subject: FW: F. J. Johnson Go ahead and plan to return this bond to the surety company with the explanation as Robin indicated. Be sure to keep copies of returned envelopes, letters, etc. in our file so we have a complete record of it. Also keep this email with it. - - - -- Original Message---- - From: Clauson, Robin Sent: Tuesday, August 03, 2004 11:12 AM To: Harkless, LaVonne Subject: RE: F. J. Johnson Are you trying to return a performance bond? Maybe Steve Badum has encountered this before? If we don't have a good address just keep it in the file with documentation of its having been returned, or maybe mail it to the surety comapnay and let them know you can't find the contractor. - - - -- Original Message---- - From: Harkless, LaVonne Sent: Thursday, July 29, 2004 11:39 AM To: Clauson, Robin Subject: FW: F. J. Johnson What do we do in this situation? - - - -- Original Message---- - From: Fisher, Cathy Sent: Thursday, July 29, 2004 11:31 AM To: Harkless, LaVonne Subject: FW: F. J. Johnson LaVonne - do you know? Or, who I could ask? - - - -- Original Message---- - From: Sinacori, Mike Sent: Thursday, July 29, 2004 11:24 AM To: Oyler, Shauna; Fisher, Cathy Subject: RE: F. J. Johnson Their company was purchased. F.J. Johnson is no longer a company. Do we forward it to the new firm. If yes, I can get that information from Herb Wollerman or Jim McAfee. - - - -- Original Message---- - From: Oyler, Shauna Sent: Thursday, July 29, 2004 11:19 AM To: Fisher, Cathy Cc: Sinacori, Mike 08/04/2004 Message Subject: RE: F. J. Johnson Pa <,2e 2 of 3 Sorry .... I am all out of addresses. Maybe Mike Sinacori has a better address. - - - -- Original Message---- - From: Fisher, Cathy Sent: Thursday, July 29, 2004 9:19 AM To: Oyler, Shauna Subject: F. J. Johnson The Faithful Performance Bond was returned to us again. We used a P. O. Box in Anaheim, and then 3000 E. Coronado. Do you have another address we could try? Thanks for your help. 08/04/2004 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, CMC July 8, 2004 F.J. Johnson, Inc. P.O. Box 6341 Anaheim, CA 92816 Subject: 2002 -2003 Traffic Signal Upgrades (C -3529) To Whom It May Concern: On July 8, 2003, 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 August 27, 2003. The Surety for the contract is Liberty Mutual Insurance Companv, and the bond number is 905 -040- 190. Enclosed is the Faithful Performance Bond. Sincerely, � C4641-1� A�V� LaVonne M. Harkless, CMC City Clerk cc: Public Works Department Brad Sommers, Associate Engineer enclosure 3300 New )nrt Boulevard'- - Post Office Box 1768 - Newport Beach, California 92658 -8915 _- = 949) c4--_ -3005 a _: (2493 644 -3035 v:wtic.ciT:.7— ,,caper- beach.c_._� C7 }��� � \� \�( \f\ n GO Iko t CITY N C CD CD CD co Ul CZ) zs-- > I \f\ n GO Iko t CITY N C CD CD CD co Ul 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2002 -2003 TRAFFIC SIGNAL UPGRADES EXECUTED IN FOUR (4) COUNTERPARTS CONTRACT NO. 3529 BOND NO. 905- 040 -190 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 608.00 being at the rate of $ 2.00 PER thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to F.J. Johnson, Inc., hereinafter designated as the "Principal ", a contract for construction of 2002 -2003 TRAFFIC SIGNAL UPGRADES, Contract No. 3529 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. 3529 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and LIBERTY MUTUAL INSURANCE COMPANY ---------- --- - - -, duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety "), are held and firmly bound unto the City of Newport Beach, in the sum of three hundred three thousand, seven hundred fifty -nine and 001100 Dollars ($303,759.00) 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. 28 0 0 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) 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 Surety above named, on the 21ST day of .TUNE F.J. Johnson, Inc. F.J. Johnson, Inc. (Principal) LIBERTY MUTUAL INSURANCE COMPANY Name of Surety P. O. BOX 4025 BEAVERTON, OR 97076 -4025 Address of Surety 503/671 -7251 Telephone been duly executed by the Principal and ce President k. Au orized Agent Signature �- JUDITH K. CUNNINGHAM, ATTORNEY —IN —FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 29 0 0 State of California NOTARY ACKNOWLEDGEMENT County of Orange On June 2F, 2002 before me, D. Bowes Notary (Date) (Name /Title — Notary Public) personally appeared ® personally known to me — OR - D proved to me on the basis of satisfactory- evidence to be the person(s ) whose name(s) is /are subscribed to the within instrument and acknowledged tome that he /. he•he�-- executed the same in his/her /their authorized capacity(ies), and that by his/her/thei his/her/ 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. (Signature of Notary) CAPACITY CLAIMED BY SIGNER(S) Ej INDIVIDUAL CORPORATE OFFICER (Title) OPTIONAL INFOR UTION PARTNERS(S) LIMITED GENERAL-_ - SIGNER IS REPRESENTING: F. J. Johnson Inc.. _ ATTORNFY-tN-FACT TRUSTEE(S) ❑ GUARD LAN /CONSE.RVATOR OTHER: SIGNER IS REPRESENTING: F. J. Johnson Inc.. _ a • State of California NOTARY ACKNOWLEDGMENT County of Orange On June 21, 2002 before me, Dani A. Rembleski Notary (Date) (Name /Title - Notary Public) personally appeared Judith K. Cunningham ® personally known to me - OR - ❑ iI? F DANI A REMBLESKI o ' COMM. #1325070 i �® NOTARY 7UBLIC -CALIFORNIA o ORANGE COUNTY Iv My Comm. Exp. Oct. 13, 2005 li proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /ai7e subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his/her /their authorized capacity(ies), and that by his/her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Witness my hand and official seal. (Signature of Notary) CAPACITY CLAIMED BY SIGNER(S) IN INDIVIDUAL CORPORATE _ OFFICER(S) (Title) OPTIONAL INFORMATION ❑ PARTNERS(S) LIDQITED GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: 0 9 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, CMC August 27, 2003 F. J. Johnson, Inc. P. O. Box 6341 Anaheim, CA 92816 Subject: 2002 -2003 Traffic Signal Upgrades (C -3529) To Whom It May Concern: On July 8, 2003, 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 July 23, 2003, Reference No. 2003000872480. The Surety for the contract is Liberty Mutual Insurance Company, and the bond number is 905 - 040 -190. Enclosed is the Labor & Materials Payment Bond. Sincerely, LaVonne M. Harkless, CMC City Clerk cc: Public Works Department Brad Sommers, Associate Engineer encl. 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 ' Fax: (949) 644 -3039 • www.city.newport- beach.ca.us • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2002 -2003 TRAFFIC SIGNAL UPGRADES EXECUTED IN FOUR (4) COUNTERPARTS CONTRACT NO. 3529 BOND NO. 905 -040 -190 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to F.J. Johnson, Inc., hereinafter designated as the "Principal," a contract for construction of 2002 -2003 TRAFFIC SIGNAL UPGRADES, Contract No. 3529 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. 3529 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, LIBERTY MUTUAL 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 three hundred three thousand, seven hundred fifty -nine and 00/100 Dollars ($303,759.00) 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. 26 E 0 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 21ST day of JoN 2002 ��A 4k ' - Authorized Signature/Title F.J. Johnson, Inc. F.J. Johnson, Inc. (Principal) LIBERTY MUTUAL INSURANCE COMPANY Name of Surety P. 0. BOX 4025 BEAVERTON, OR 97076 -4025 Address of Surety 503/671 -7251 Telephone Autliorized A gent Signature Vice President JUDITH K. CUNNINGHAM, ATTORNEY —IN —FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 27 E 0 State of California NOTARY ACKNOWLEDGEMENT County of Orange On June 25. 2002 before me, D. Bowes Notary (Date) (Name /Title — Notary Public) personally appeared Daniel H. Smith ® personally known to me — OR - 0 It G proved to me on the basis of satisfactory evidence to be the person(s ) whose name(s) is /are subscribed to the within instrument and acknowledged tome that he/she/they executed the same in his /her/their authorized capacity(ies), and that by his /her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Witness my hand and official seal. (Signature of Notary) CAPACITY CLAIMED BY SIGNER(S) OPTIONAL INFORMATION INDIVIDUAL CORPORATE OFFICER (Title) C PARTNERS(S) LIMITED GENERAL ❑ ATTORNEY -IN -FACT TRUSTEE(S) GUARDIAN /CONSERVATOR OTHER: SIGNER IS REPRESENTING: F J Johnson Inc 0 0 State of California NOTARY ACKNOWLEDGEMENT County of Orange On June 25 2002 before me, D. Bowes ; Notary (Date) (Name /Title — Notary Public) personally appeared ® personally known to me — OR - ❑ CAPACITY CLAIMED BY SIGNER(S) proved to me on the basis of satisfactory eAdence to be the persons ) whose name(s) is /are subscribed to the within instrument and acknowledged tome that he /she/they executed the same in his /heFftheir authorized capacity(ies), and that by his /her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. OPTIONAL INFORVLATION INDR°IDUAL CORPORATE J OFFICER (Tn1c) PARTNERS(S) LIMITED_ GENERAL ❑ ATTORNEY -IN -FACT TRUSTEE(S) E] GUARDI.AN /CONSERV_ATOR OTHER: SIGNER IS REPRESENTING: F. J. Johnson. Inc. Witness my hand and official seal. i (Signature of Notan•) State of California NOTARY ACKNOWLEDGMENT County of Orange On June 21, 2002 before me, Dani A. Rembleski Notary (Date) (Name/Title - Notary Public) personally appeared Judith K. Cunningham ® personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his/herltheir authorized capacity(ies), and that by his/her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Witness my hand and official seal. (Signature of Notary) CAPACITY CLAIMED BY SIGNER(S) i INDIVIDUAL CORPORATE _ OFFICER(S) (Title) OPTIONAL INFORMATION ❑ PARTNERS(S) LIMITED itDANI A. REMBLESKI ® COMM. #1325070 f ❑ NOTARY PUBLIC -CALIFORNIA ❑ ORANGE COUNTY n� ❑ MY Comm. Exp. Oct. 13, 2005 Ii 1I proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his/herltheir authorized capacity(ies), and that by his/her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Witness my hand and official seal. (Signature of Notary) CAPACITY CLAIMED BY SIGNER(S) i INDIVIDUAL CORPORATE _ OFFICER(S) (Title) OPTIONAL INFORMATION ❑ PARTNERS(S) LIMITED GENERAL ® ATTORNEY -IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: O i d m 0 c d THIS POWER OF ATTORNEY IS NOT VALID VNL S IS PRINTED ON RED BACKGROUND. ` 969401 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON, MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS That Liberty Mutual Insurance Company (the 'Company) a Massachusettsmutual insurance company.pursuant to and by authority of the By -law and Authorization hereinafter set forth does hereby raedhb; constltufe and appoint JOHN M. GARRETT, STEVEN C. MOSIER, JUDITH K. CUNNINGHAM; DENISE BENNETT, ERIKA A. NICHOLAS, ALL OF THECITY OF TUSTIN, STATE OF CALIFORNIA.. each individually if there be more than one named, its true and lawful attorney in -idam make;:execute seal; acknowledge` and deliver, for and on its behalf as surely and as its act and deed any and a1! undertakings bonds, recogmzances acid other surety pbhgahons rn the penal sum riot exceeding SEVENTY- Fl VE'MILLION AND -DOLLARS ($.. 75,000,000.00 *" * * - -- .) each, - and -the execution of such undertakings, bonds, recognizances and other surety obhgatwns, to :pursuance of these presents shalt be as binding upon the Company as 8 they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. - - That this power is made and executed pursuant to and by authority of the following By -law and Authorization:- ARTICLE XVI - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer or other official of the company authorized for that purpose in writing by the chairman or the president, and subject to such fimdalions as the chairman or the president -may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -m- faet, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the company by their signature and execution of any such instruments and to attach thereto the -seal of the company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attomeys -in -fact: Pursuant to Article XVI, Section 5 of the By -laws, Timothy C. Molloy, an official of Liberty Mutual Insurance Company, is hereby authorized to appoint such attorneys -in -fact as may be necessary to act in behalf of the company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recogntzances and other surety obligations. All Powers of Attorney: attested to or executed by Timothy C. Molloy in his capacity as an officer or official of Liberty Mutual Insurance Company, whether before, on or after the date of this Authorization, including :without limitation Powers of Attorney attested to or executed as Assistant Secretary of Liberty Mutual insurance Company, are hereby ratiified and approved. That the By -law and the Authorization set forth above are true copies thereof and are now in full force and effect. IN WITNESS WHEREOF, this Power of Attorney has been :subscribed by an authorized officer or official of the Company and the corporate seal of Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this Sth day of Fehruary 2002 - LIBERTY MUTUAL INSURANCE COMPANY By Timno C. Mull - - ssistant Secre ary - COMMONWEALTH OF PENNSYLVANIA ss COUNTY OF MONTGOMERY On this 8th. day of February ' °'r per_ before me, a Notary Public, p acknowledged that he Is an official of Liberty MuWu f Insurance Company that he knows the seabof se Attorney and affixed the corporate seal of Liberty Mutual insurance Company thereto with the authority IN TESTIMONY WHE F„ 151 unto subscribed my name and affixed my notarial seat at PI above written. - O CERTIFICATE - c k.. s . Mullov, to me known, and executed the above Power of corporation. h Meeting Pennsylvania, on the day and year first I, the undersigned, Asststei#.�d�far?bf ny Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy; is-in full force and effect on a of this certificate; and I do further certify that the officer or official who executed the said power of attorney was one of the officers or officials specially authorized by the chairman or the president to appoint attorneys- in- fact .as provided in Article XVI, Section 5 of the By -laws of Liberty Mutual Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at meeting duly called and held on the.t 21h day of March, 1980. - VOTED that the facsimile or mechanically reproduced, signature. otany assistant secretary of the company, wherever appearing upon.a certified copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my naive and affixed the corporate seal of the said company, this 21,ST _ day of - JUNE, - .2002 r_ C O ca a V C !D y O Ev m C4 GO 0 O *- 0m 0 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk .;G 17 City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 0 Recorded in official Records, County of Orange Tom Daly, Clerk- Recorder Ill@ ihllilii111111111111111111i111111111111111111N111111111111111N0 FEE 200300087248011:18am 07123103 214 110 N12 1 0.00 0.00 0.00 1300 000 0.00 0.00 0.00 " recording fees pursuant to Exempt Government om 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 F. J. Johnson, Inc., of Riverside, California, as Contractor, entered into a Contract on June 25. 2002. Said Contract set forth certain improvements, as follows: 2002 -2003 Traffic Signal Upgrades (C -3529) Work on said Contract was completed on June 10. 2003, and was found to be acceptable on July 8, 2003, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Liberty Mutual Insurance Company. ieWg, ks Director of ewoort Beach VERIFICA' I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on BY City Clerk at Newport Beach, California. a _.MII-� • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, CMC July 10, 2003 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion for the 2002 -2003 Traffic Signal Upgrades (C -3529) Please record the enclosed document and return to the City Clerk's Office. Thank you. Sincerely, LaVonne M. Harkless, CMC City Clerk Enclosure 3300 Newport Boulevard - Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us C 3?) . 35al CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 7 July 8, 2003 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Brad Sommers, Associate Engineer 949 - 644 -3311 bsommers@city.newport-beach.ca.us 6Y'rk CITY OF SUBJECT: 2002 -2003 TRAFFIC SIGNAL UPGRADES - COMPLETION AND ACCEPTANCE OF CONTRACT NO. 3529 RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. T 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 25, 2002, the City Council authorized the award of the Traffic Signal Upgrades contract to F.J. Johnson, Inc. of Riverside, California. The contract provided for furnishing and installing light emitting diode (LED) indications, battery backup systems, emergency vehicle premeption, and traffic signal interconnect at various traffic signal controlled intersections. 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: $303,759.00 Actual amount of bid items constructed: $303,759.00 Total amount of change orders: $9,597.86 Final contract cost: $313,356.86 One lump sum change order in the amount of $9,597.86 provided for the repair of traffic signal conduit and conductors, replacement of miscellaneous traffic signal hardware, and the furnishing and installation of additional LED indications. SUBJECT: 2002 -2003 Traffic Sign grades — Completion and Acceptance of Contract 529 July 8, 2003 Page 2 Funds for the project were expended from the following accounts: Description Account No. Amount Traffic Signal Installation and Upgrades 7181- C5200068 $238,222.86 Traffic Signal Installation and Upgrades 7261- C5100068 60,134.00 Traffic Signal Preemption System 7181- C5200408 15,000.00 Total $313,356.86 All work was completed on June 10, 2003, the scheduled completion date Environmental Review: Categorically Exempt under Chapter 3, Article 19, Section 15302, Class 2 of the Title 14 California Code of Regulations. Prepared by: Brad Sommers Associate Engineer Submitted by: �S etShen G. Badum Public Works Director • CITY CLERK CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92658 -8915 until 1:30 p.m. on the 13th day of June 2002, at which time such bids shall be opened and read for 2002 -2003 TRAFFIC SIGNAL UPGRADES Title of Project Contract No. 3529 $ 370,000.00 Engineer's Estimate by Stephen G. Badum �ubllc Works Director 04 J P��p6 6m r��p_rX� Ga Cost ofPlans and Specs $ 15.00 Prospective bidders may obtain one set of bid documents at actual cost at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663 Contractor License Classifrcation(s) required for this project. "A" or 11C -10" For further information, call Jim Brahler. Proiect Manager at (949) 644 -3346 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2002 -2003 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 3529 TABLE OF CONTENTS NOTICE INVITING BIDS .......................................................... ............................... Cover INSTRUCTIONS TO BIDDERS ........................................................ ..............................3 BIDDER'S BOND ............................................................................... ..............................5 DESIGNATION OF SUBCONTRACTOR( S) ...................................... ..............................6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................7 NON - COLLUSION AFFIDAVIT ......................................................... .............................11 DESIGNATION OF SURETIES ........................................................ .............................12 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL.. 13 ACKNOWLEDGEMENT OF ADDENDA ........................................... .............................15 INFORMATON REQUIRED OF BIDDER ......................................... .............................16 NOTICE TO SUCCESSFUL BIDDER.. ......................................................................... 19 CONTRACT..................................................................................... .............................20 LABOR AND MATERIALS BOND .................................................... .............................26 FAITHFUL PERFORMANCE BOND ................................................ .............................28 PROPOSAL.................................................................................... ...........................PR -1 SPECIAL PROVISIONS ................................................................. ...........................SP -1 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2002 -2003 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 3529 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 CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. The City of Newport Beach will not permit a substitute format for the 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. The successful bidder's security shall be held until the Contract is executed. Bidders' security shall be returned to unsuccessful bidders within a reasonable time not to exceed 60 calendar days after the successful bidder has signed the Contract. 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. 7. 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 0 • 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. B. 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 by calling the prevailing wage hotline number (415) 703 -4774, and requesting one from the Department of Industrial Relations. 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. 489328 C -10 Contractor's License No. & Classification F. J. Johnson, Inc. der Authorized S nature/Title Vice - President June 13, 2002 Date 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2002 -2003 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 3529 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of TEN PERCENT OF THE TOTAL AMOUNT BID IN---------- - - - - -- Dollars (S -- 107-- - - - - -- ), to be paid and forfeited to-the City of Newport Beach if the bid proposal of the undersigned Principal for the construction df 2002- 2003 TRAFFIC SIGNAL UPGRADES, Contract No. 3529 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to duly enter into and execute the Contract Documents and provide the required original insurance documents for the construction of the project within thirty (30) days (not including Saturday, Sunday, and federal holidays) after the .date of the ri+ailing of `Notification of Award ", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing 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. Witness our hands this 7TH day of --JUNE . 2082, F. J. JOHNSON, INC. W's \��j \!�� ;,Ce_ Name of Contractor (Principal) Authorized Signatureifitle LIBERTY MUTUAL INSURANCE COMPANY Name of Surety 17291 IRVINE BLVD., STE. 104 TUSTIN, CA 92780 Address of Surety 714/508 -1450 Telephone Authorized Agent Signature ERIKA A. NICHOLAS, ATTORNEY —IN —FACT Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) State of California NOTARY ACKNOWLEDGMENT County of Orange On June 7, 2002 before me, J.K. Cunningham Notary (Date) (Marne /Title - Notary Public) personally appeared Erika A. Nicholas ® personally known to me - OR - ❑ J. K CUNNINGHAM �( o COMM. #1276175 F °© NOTARY PUBLIC- CALIFORNIA o ORANGE COUNTY nun °i My Comm. Exp. Oct. 6, 2004 Il CAPACITY CLAIMED BY SIGNER(S) ❑ INDIVIDUAL ❑ CORPORATE ❑ OFFICER(S) (Title) ❑ PARTNERS(S) LIMITED GENERAL ® ATTORNEY -IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his/her/dteif authorized capacity(ies), and that by his/her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. OPTIONAL INFORMATION Witness my hand and official seal. (Signat of Notary) THIS POWER OF ATTORNEY IS NOT VALID UNL* IS PRINTED ON RED BACKGROUND. • 969391 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company "). a Massachusetts mutual insurance company, pursuant to and by authority of the By -law and Authorization hereinafter set forth, does hereby name, constitute and appoint JOHN M. GARRETT, STEVEN C. MOSIER, JUDITH K. CUNNINGHAM, DENISE BENNETT, ERIKA A. NICHOLAS, ALL OF THE CITY OF TUSTIN, STATE OF CALIFORNIA.. , each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding SEVENTY -FIVE MILLION AND 00I100 * * * *` * " " " +' * * * * *` DOLLARS ($ 75,000,000.00 *` * ** ) each, and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as it they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By -law and Authorization: y 0 ARTICLE XVI - Execution of Contracts: Section 5. Surety Bonds and Undertakings. CL N Any officer or other official of the company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as Yrri the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the company to make, c ill, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in- fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the company by their signature and . 10 execution of any such instruments and to attach thereto the seal of the company. When so executed such instruments shall be as binding as if : m signed by the president and allested by the secretary. v y By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys- in-fact: 7 O > Pursuant to Article XVI, Section 5 of the By -laws. Timothy C. Mulloy, an official of Liberty Mutual Insurance Company, is hereby authorized to appoint W such attorneys -in -fact as may be necessary to act in behalf of the company to make, execute, seal, acknowledge and deliver as surety any and all y —co undertakings, bonds, recognizances and other surety obligations. All Powers of Attorney attested to or executed by Timothy C. Molloy in his capacity as an officer or official of Liberty Mutual Insurance Company, whether before, on or after the date of this Authorization, including without limitation Powers of Attorney attested to or executed as Assistant Secretary of Liberty Mutual Insurance Company, are hereby ratified and approved. O . do That the By -law and the Authorization set forth above are true copies thereof and are now in full force and effect. cm m IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this Rth— day of Febrl lard 9009 cc a) LIBERTY MUTUAL INSURANCE COMPANY 05 Em Bye_ c. J1 p m Timo 1 C. Mull ssistant Secretary >�— COMMONWEALTH OF PENNSYLVANIA as cCOUNTY OF MONTGOMERY > 0 o : On this 8th day of February 2002 before me, a Notary Public, personally came Timothy C. Mullov, to me known, and Z acknowledged that he is an official of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed the above Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. Notary Public CERTIFICATE I, the undersigned Assistant Secretary of Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a lull, true and correct copy, is in full force and effect on the date of this cerlificale: and I do further certify That the officer or official who executed the said power of attorney was one of the officers or officials specially authorized by the chairman or the president to appoint attorneys- in-fact as provided in Abide XVI, Section 5 of the 13y-laws of Liberty Mutual Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vole of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of Match, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company. wherever appearing upon a renifed copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, f have hereunto subscribed my name and affixed the corporate seal of the said company, this 7TH day of JUNE 2002 Paz /� K F. X. Hee, Assistant Secretary N N d c N 7 a c �0 U H TLU yW cc Q M 0 >_ L 3� m of a113 N O L O r� O C T � 'v 3 �m >a y0 a N 00 EN = CO) cco 06 L) , O r H'L • • State of California NOTARY ACKNOWLEDGEMENT County of Orange On June rj, 2002 before me, D. Bowes Notary (Date) (Name /Title — Notary Public) personally appeared ® personally known to me — OR - F1 CAPACITY CLAIMED BY SIGNER(S) ❑ INDIVIDUAL ® CORPORATE ❑ OFFICER (Title) ❑ PARTNERS(S) ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: F. J. Johnson. Inc.. proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged tome that he /she/they executed the same in his /her/their authorized capacity(ies), and that by his/ her{ their signatures) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. OPTIONAL INFORMATION LIMITED GENERAL Witness my hand and official seal. Cam. (Signature of Notary) CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2002 -2003 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 3529 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. (Use additional sheets if needed) Subcontractor's Name, Address, Telephone # Bid Item Number Description of Work Percent of Total Bid J &J, Inc. 4677 Willowbend Ct. Chino Hills, CA 91709 B -I 1,2, 4,5,6,7, 8,9,10,1 Installation only of battery back up systems , 6% 15,16,17 18,19 F. J. JOHNSON, INC. Bidder Autho zed Sig ature1Title Vice - President 0 9 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2002 -2003 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 3529 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidders Name F. J. Johnson, Inc. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON- RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $15,000, provide the following information: No. 1 Project Name /Number SEE ATTACHED SHEET Project Description Approximate Construction Dates: From Agency Name Contact Person Telephone ( } Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. tl • No. 2 Project Name /Number Project Description Approximate Construction Dates: From Agency Name 0 Contact Person Telephone ( ) Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No. 3 Project Name /Number Project Description Approximate Construction Dates: From Agency Name _ Contact Person Telephone ( } Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. G 0 No. 4 Project Name /Number Project Description Approximate Construction Dates: From Agency Name Contact Person Telephone ( ) Original Contract Amount $ Final Contract Amount If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No. 5 Project Name /Number Project Description Approximate Construction Dates: From Agency Name Contact Person Telephone ( Original Contract Amount $ Finaf Contract Amount If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. R 0 0 No. 6 Project Name /Number Project Description Approximate Construction Dates: From To: Agency Name Contact Person Telephone ( ) Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an apprEisal of the Contractor's current financial conditions. \\ F. J. Johnson, Inc. Bidder Authorized Sidi ture/Ti le ice - President IN • Jobs Completed • 1996-1997 DATE COMPLETED PROJECT AWARDING AGENCY AGENCY'S CONTACT & CONTRACT AMOUNT AND ADDRESS AND PHONE NO 02- 11- 96/$73,219.00 Kaufman & Broad Cori Pierce City of Anaheim 180 No. Riverview Dr. (714)282,4000 Street Lighting Anaheim, CA 92808 02 -18- 96/$155,856.00 Hillcrest Contracting Jerry Blair City of Brea P. O. Box 1898 (909)273 -9600 Street Lighting Corona, CA 91718 -1898 03 -01- 96/$164,100.00 Hillcrest Contracting Jerry Blair City of Brea P. O. Box 1898 (909)273 -9600 Street Lighting Corona, CA 91718 -1898 03- 18- 96/$45,367.00 City of Anaheim Glen Bagley Lincoln Ave. & East St 200 So. Anaheim Blvd (714)254 -5126 Signal Modification Anaheim, CA 92802 10 -20- 96/$289,525.00 City of Newport Beach Herb Wollerman Balboa Island 3300 Newport Blvd. (949)644 -3000 Street Lighting Newport Beach, CA 02- 27- 97/$255,415.00 C. J. Lumsdaine Julie Spencer Irvine Discovery P. O. Box 50127 (714)454 -9871 Traffic Signal Irvine, CA 92619 05 -16- 97/$460,000.00 City of Anaheim Caster Williams Lincoln Avenue 200 So. Anaheim Blvd. (714)254 -5176 Street Lighting /Interconnect Pouk & Steinle Bob Biscoe(909)682 -2982 04 -20- 97/$91,308.00 Kirkwood Dynalectric Chris Pesavento Cal State University 4462 Corporate Center Dr (714)828 -7000 Parking Lot Traffic Signal Los Alamitos, CA 05 -25- 97/$69,848.00 Progressive Contracting Mike Rolfe Jeronimo Mission Viejo 1800 E. Gary Ave (714) 474 -0227 Traffic Signal Santa Ana, CA 07 -06- 97/$321,411.00 Pouk & Steinle, Inc. Bob Briscoe Lincoln, City of Anaheim 2520 Rubidoux Blvd. (909)682 -2982 Street LightlInterconnect Riverside, CA 92519 08 -01- 97/$218,479.00 Pouk & Steinle, Inc Jim Haggie Western Avenue P. O. Box 3039 (909)245 -0222 Street Lighting Riverside, CA 92519 09 -04- 97/$94,587.00 Gentosi Construction Charlie Young Home Dept-El Toro 1900 E. Warner Ave. (714)474 -2333 Traffic Signal Santa Ana, CA 11 -04- 97/$617,793.00 Griffith Company Dan McGrew MacArthur /Newport Beach 2020 Yale Street (714)549 -2291 Traffic Signal & Street Lighting Santa Ana, CA 92704 • Jobs Completed • 1998-1999 DATE COMPLETED PROJECT AWARDING AGENCY AGENCY'S CONTACT & CONTRACT AMOUNT AND ADDRESS AND PHONE NO. 02 -05- 98/$130,129.00 Foothill Ranch Harry Nelson Portola Parkway 25200 La Paz Rd. (949)586 -4400 Traffic Signal Laguna Hills, CA 02- 11- 98/$109,353.00 Baldwin Builders Jim Johnson Oak Canyon Dr /Serrano 2823 McGaw (714)660 -1700 Traffic Signal Irvine, CA 03 -20- 98/$792,267.00 R. J. Noble Company Craig Roth Disneyland -West St. 15505 Lincoln Blvd (714)637 -1550 Parking Lot Lights Orange, CA 92856 05 -19- 98/$116,647.00 Hillcrest Contracting Jerry Blair Brookhurst/Warner 1467 Circle City Dr. (909)273 -9600 Traffic Signal Modification Corona, CA 07- 09- 98/$335,709.00 K D C Chris Pesavento Walnut, City of Anaheim 4462 Corporate Cntr Dr. (714)828 -7000 Traffic Signal /Street Lighting Los Alamiots, CA 07 -10- 98/$105,939.00 Hillcrest Contracting Jerry Blair Walnut/Harvard 1467 Circle City Dr (909)273 -9600 Traffic Signal Corona, CA 11- 30- 98/$330,019.00 All American Asphalt Craig Steit Chapman, City Drive P. O. Box 2229 (909)736 -7600 Traffic Signal Modification Corona, CA 04 -39- 991$88,591.00 Hillcrest Contracting Jerry Blair Wilmington, Carson 1467 Circle City Dr. (909)273 -9600 Traffic Signal Corona, CA 06 -20- 99/$65,881.00 R. J. Noble Company Chris Paige Disney Grand Hotel Trailers 15505 Lincoln Blvd. (714)637 -1550 Electrical Conduit/Wiring Orange, CA 10 -11- 991$234,019.00 Griffith Company Dan McGrew Market Place /Irvine Blvd 2020 Yale St. (714)549 -2291 Traffic Signals Santa Ana, CA 11- 03- 99/$98,754.00 City of Santa Ana Al Mesh Bristol /Santa Ana 20 Civic Cntr. Plaza (714)647 -5609 Traffic Signal Santa Ana, Ca 11 -15- 99/$130,315.00 H. D. Construction Jessie Dreyden Home Depot, Whittier 17842 Mitchell North (949)476 -7301 Traffic Signal Irvine, Ca 12 -06- 99/$82,777.93 R. J. Noble Company Chris Paige MacArthur, Santa Ana 15505 Lincoln Blvd. (714)637 -1550 Traffic Signal Modification Orange, CA • Jobs Completed • 2000-2001 DATE COMPLETED PROJECT AWARDING AGENCY AGENCY'S CONTACT & CONTRACT AMOUNT AND ADDRESS AND PHONE NO. 01 -02- 00/$92,798.00 All American Asphalt Craig Streit Crown Valley Pkwy P. O. Box 2229 (909)736 -7600 Traffic Signal Temp. Corona, CA 02 -07- 00/$154,148.00 Telegra Assoc., LLC Glen Land Ave Pico /Ave Vista 951 Calle Neggocio (949)498 -1366 Traffic Signal San Clemente, CA 02 -28- 001$121,190.00 Shea Homes Bill Bert Beach Blvd, La Mirada 603 So. Valencia Ave (714)985 -1300 Traffic Signal Brea, CA 03 -30- 00/$394,094.00 Brutoco Engineering Don Lewis Arches, PCH P. O. Box 429 (909)350 -3535 Traffic Signal Fontana, CA 03 -31- 00/$75,689.00 Excel Paving Dave Cook Bank of America, Brea 2230 Lemon Ave (562)599 -5841 Parking Lot Lights Long Beach, CA 04 -30- 00/1,158,287 Griffith Company Dan McGrew Culver Drive /Portola Parkway 2020 Yale St. (714)549 -2291 Traffic Signals and Interconnect Santa Ana, CA 10 -30- 00/502,531 Excel Paving Dave Cook Traffic Signals and Lighting 2230 Lemon Ave (562)599 -5841 Clementine /Disney Way, Anaheim Long Beach, CA • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2002 -2003 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 3529 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of ) Daniel H. Smith being first duly sworn, deposes and says that he or she is Vice - President of F. J. Johnson. Inc. , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that 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. I declare under penalty of perjury of the and correct. F. J. Johnson, Inc. Bidder laws of State of Californi hat the foregoing is true Authorized Signa ure/Title . Vice - President Subscribed and sworn to before me this 13th day of June , 2002. [SEAL] Notary Public D. BOWES My Commission Expires: . r c i t �< < >`� Commtsion B 126MI Notary PutAC - caalwft Orange County M 11 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2002 -2003 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 3529 DESIGNATION OF SURETIES Bidders name F. J. Johnson, Inc. Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance /bond type): Liberty Mutual Insurance Company (714)542 -0115 505 S. Main Street Orange, CA 92868 -4528 Garrett /Mosier Insurance Services, Inc. (714)580 -1450 Irvine Blvd., Suite 104 Tustin, CA 92780 12 E CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT • 2002 -2003 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 3529 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidders Name F. J. Johnson, Inc. Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102. 13 Current Record Record Record Record Record Yearof for for for for for Record 2001 2000 1999 1998 1997 Total 2002 No. of contracts SIB �7 EL Total dollar Amount of f Contracts (in Thousands of $ No. of fatalities p O p c7 No. of lost Workday Cases i) O D 1 2 No. of lost workday cases involving D ` `� 1.3 permanent transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary-- Occupational Injuries and Illnesses, OSHA No. 102. 13 0 DANIEL H. SMITH Address: 14092 Stratton Way Santa Ana, CA 92705 Social Security Number: 565 -78 -9472 EDUCATION: 0 RESUME Married Birth Date: 01 -05 -49 Phone: (714) 731-8692 High School - Santa Ana Valley Graduated 1968 College - Santa Ana College AA Art Graduated 1971 National Electrical Assoc. Beginning and Advanced Electrical Estimating School Graduated 1977 WORK EXPERIENCE: June 24, 1991 - Present See Background of F. J. Johnson, Inc. below January 1, 1986 - June 24, 1991 District Manager for the L. E. Myers Co. - California Division, involved with overhead and underground distribution, transmission, communication, and substation work. October 30, 1978 - January 1, 1986 Manager of Traffic Signal and Street Lighting Division for The L. E. Myers Co.- California Division, providing management and supervision for estimating, purchasing expediting, trade coordination and quality assurance. January 1, 1975 - October 30, 1978 Electrical estimator for Grissom & Johnson Electrical Contractors. Involved in estimating labor and material costs on electrical plans for traffic signal, street lighting, underground conduits, commercial and industrial work. Bid preparation, evaluation and awards, project manager and material expediter. (Grissom & Johnson became a division of The L. E. Meyers Company). December 21, 1973 - January 1, 1975 Material expediter, coordinator for materials and equipment for Grissom and Johnson Electric. January 2, 1972 - December 21, 1973 0 Don Koll Company - General contractor Responsible for tenant improvements and coordinator for all subcontract trades. -2- July 10, 1970 - January 2, 1972 Carpenter helper, self employed - involved in all aspects of construction from foundation to finish carpenter work. BIOGRAPHICAL SUMMARY I have been working in the electrical field for eighteen years and in the construction industry for over twenty years. My experience with material expediting coordination and electrical estimating school has prepared me well for the job of estimator. Through the years I have bid on over $950 million in jobs and was awarded and successfully completed over fourteen percent of those. I have managed a large traffic signal and street lighting division for a national firm and was subsequently promoted to the position of district manager for the same firm. My experience has been broad and I have a good working relationship with those I work with and who work for me. BACKGROUND OF F. J. JOHNSON, INC. F. J. Johnson, Inc., was incorporated under the laws of California in February, 1986, and is engaged in the construction of traffic signals, lighting for street, freeways, parking lots, and other required areas of cities, state governmental agencies and private developers. We are based in Orange County and will readily service Los Angeles, Riverside, San Bernardino and San Diego Counties as well as Orange County. The owners of F. J. Johnson, Inc. are Fred Johnson and myself. We have worked together for thirteen years in essentially in the same capacity for L. E. Myers Co. in Irvine until 1985 when they shut down the commercial, industrial and traffic signal departments. At that time, I continued working for L. E. Myers as the Southern California district manager running all overhead and underground transmission and distribution utility work. I did this so that the Company would have more of an opportunity to establish itself without having the extra expenses of a full time paid partner. During this time I worked nights and weekends to estimate jobs and establish office operations from February, 1986 to June, 1991. 1 did this job without pay. Beginning June, 1991, 1 left L. E. Myers and became a full paid self employee of F. J. Johnson, Inc. 0 0 Today we are operating three crews so that all our customers will be serviced quickly and efficiently. Quality service is our goal for all jobs, large or small. • 0 Legal Business Name of Bidder F. J. Johnson,Inc. Business Address: P. 0. sox 6341, Anaheim, CA 92816 Business Tel. No.: (714)632 -1415 ?/y !03- -gam State Contractor's License No. and Classification: 489328 C -10 Title Vice- President The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Vice - President If bidder is an individual, name and signature of individual must be provided, and, if he is doing business under a fictitious name, the fictitious name must be set forth. If bidder is a partnership or joint venture, legal name of partnership /joint venture must be provided, followed by signatures of all of the partners /joint ventures or of fewer than all of the partners /joint ventures if submitted with evidence of authority to act on behalf of the partnership /joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by notarized signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal. Signatures of partners, join venturers, or corporation officers must be acknowledged before a Notary Public, who must certify that such partners /joint venturers, or officers are known to him or her to be such, and, in the case of a corporation, that such corporation executed the instrument pursuant to its bylaws or a resolution of its Board of Directors. 14 0 0 State of California NOTARY ACKNOWLEDGEMENT County of Orange On June 14th 2002 before me, D. Bowes Notary (Date) (Name /Title — Notary Public) personally appeared Fred J. Johnson ® personally known to me —OR- ❑ CAPACITY CLAIMED BY SIGNER(S) proved to me on the basis of satisfactory evidence to be the person(s ) whose name(s) is /are subscribed to the within instrument and acknowledged tome that he/she/the y executed the same in his/heritheir authorized capacity(ies), and that by his /herf#-heir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. OPTIONAL INFORMATION E] INDIVIDUAL ® CORPORATE OFFICER (Title) Cj PARTNERS(S) LIMITED_ GENERAL SIGNER IS REPRESENTING: F J Johnson Inc Witness my hand and official seal. �(9igrtnturetif Notary) ATTORNEY -IN -FACT TRUSTEE(S) GUARDIAN /CONSERVATOR OTHER: SIGNER IS REPRESENTING: F J Johnson Inc Witness my hand and official seal. �(9igrtnturetif Notary) State of California County of Orange 9 NOTARY ACKNOWLEDGEMENT On June 11. 2002 before me, D. Bowes Notary (Date) (Name /Title — Notary Public) personally appeared Daniel H. Smith ® personally known to me — OR - CAPACITY CLAIMED BY SIGNER(S) proved to me on the basis of satisfactory evidence to be the person(s ) whose name(s) is /are subscribed to the within instrument and acknowledged tome that he /she/they executed the same in his /her/Eheir authorized capacity(ies), and that by his/her/their— signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. OPTIONAL INFORMATION PARTNERS(S) ❑ INDIVIDUAL ® CORPORATE OFFICER (Title) PARTNERS(S) ❑ ATTORNEY -IN -FACT TRUSTEE(S) GUARDIAN /CONSERVATOR OTHER: SIGNER IS REPRESENTING: F J Johnson Inc LIMITED Witness my hand and official seal. (Signature of Notan) Bidders name 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2002 -2003 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 3529 ACKNOWLEDGEMENT OF ADDENDA F. J. Johnson, Inc. The bidder shall signify receipt of all Addenda here, if any: I Addendum No. I Date Received I Signature I 15 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2002 -2003 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 3529 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: F. J. Johnson, Inc. Business Address: P. 0. Box 6341, Anaheim, CA 92816 Telephone and Fax Number: (714)632 -1415 (714 632 -8569 California State Contractor's License No. and Class: 489328 C -10 (REQUIRED AT TIME OF AWARD) Original Date Issued: 04 -30 -86 Expiration Date: 04 -30 -04 List the name and title /position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: Landon Smith - Estimat The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone Fred J. Johnson. Vice - President. 1611 So. Loara St., Anaheim, CA (714- 632 -1415 Daniel H. Smith, Vice - President, 14092 Stratton Ave, SAnta Ana, CA (714)632 -1415 Corporation organized under the laws of the State of California 16 0 0 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: none All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: none For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; none Briefly summarize the parties' claims and defenses; none Have you ever had a contract terminated by the owner /agency? If so, explain. none Have you ever failed to complete a project? If so, explain. none For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor cofnpliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.) ?Ye / No Are any claims or actions unresolved or outstanding? Yes No 17 ` • • If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non - responsive. F. J. Johnson, Inc. Bidder Daniel H. Smith, Vice - President P"rint name of Owner or President f Gprpor�ti n/ any) An II�1 n_ r_ Authorized Sit nature /Title Vice - President Vice - President Title Date Subscribed and sworn to before me this 13th U-] June 13, 2002 day of June [SEAL] 2002. a 9 State of California NOTARY ACKNOWLEDGEMENT County of Orange On June 13, 2002 before me, D. Bowes Notary (Date) (Name /Title — Notary Public) personally appeared Daniel H. Smith ® personally known to me — OR - A-&-� D. BOWES I GoCommission # 1269304 Notary Public - Calitomla Orange County my Corn. E CAPACITY CLAIMED BY SIGNER(S) proved to me on the basis of satisfactory evidence to be the person(s ) whose name(s) is /are subscribed to the Aithin instrument and acknowledged tome that he/she/they executed the same in his/her/thei authorized capacity(ies), and that by his/her/thei signatures) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. OPTIONAL INFORMATION ❑ INDIVIDUAL - ® CORPORATE ❑ OFFICER (Title) ❑ PARTNERS(S) ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: F J Johnson. Inc. LIMITED GENERAL Witness my hand and official seal. (Signature of Notary) • s CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2002 -2003 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 3529 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 shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • 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. Original 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 Public Works Department within ten (10) working days after the date shown on the Notification 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. 19 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT E 2002 -2003 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 3529 CONTRACT THIS AGREEMENT, entered into this _ day of , 2002, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and F.J. Johnson, Inc., hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: 2002 -2003 TRAFFIC SIGNAL UPGRADES Project Description 3529 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. 3529, 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. O 0 0 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 three hundred three thousand, seven hundred fifty -nine and 00/100 Dollars ($303,759.00). 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 F. LABOR CODE 3700 LIABILITY INSURANCE hereby certifies: F.J. Johnson, Inc. P.O. Box 6341 Anaheim, CA 92816 714 - 632 -1415 714 - 632 -8569 Fax Contractor, by executing this Contract, "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 original certificates of insurance and with original endorsements effecting coverage required by this Contract. The certificates and endorsements for each insurance oolicv are to be signed by a person authorized by that 21 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 0002 (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 0002 0287 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. G) 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. 22 0 0 4. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages City, its officers, agents, 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, agents, 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, agents, 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. All of the executed documents referenced in this contract must be returned within ten (10) working days after the date on the "Notification of Award," so that the City may review and approve all insurance and bonds documentation. 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 23 0 amount provided that the Work damaged is built in accordance with the plans and specifications. 6. Right to Stop Work for Non - Compliance City shall have the right to direct 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 1. 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 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. f. 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. J. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. 24 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. • • •- ►::�•o 111)NI 25 CITY OF NEWPORT BEACH A Municipal Corporation By: Mayor F.. J NSON, I C. By. Vice President Authorized Signature and Ti 1 -03 -02 02 =2E3P CERTIFICA Barrett /Mosier Insurance Services, Inc. 17291 Irvine Blvd., Suite 104 Tustin, CA 92790 Diana Abrams F, 3. Johnson, Inc. P.O. Box 6341 3000 E. Coronado Anaheim, CA 92816 -0341 nmVpRanpq F LIABILITY INSURACE ONLY AND CONFERS NO RIGHTS UPON THE HOLDER. THIS CERTIFICATE DOES NOT AMI ALTER THE COVERAGE AFFORDED BY THE NSUHER A INSURER B. INSUREH C' INSURER E: P.01 DATE (MMIDIXTY) EXTEND OR CIES BELOW. INSURERS AFFORDING COVERAGE Net Insurance ix Assurance THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO !HE INSURED NAMED ABOVE FOR THE POLICY PERIUn INDICATED. NOI WITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER, DOCUMENT WITH RESPECT TO WHICI I THIS CERTIFICATE MAY BE ISSUED OH MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL TI IE JLRMS, EXCLUSIONS AND COND:TRJNS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INCH PO TYPE OF INSURANCE POLICY NUMBER LICY WD IC VE POLY MWD N LIMITS DATE MM/C/TY IC EXPIR Y GENERAL LIABIUTN 2 SMCC2CPPOO9004 03/31/2002 1Z/31/2D02 FACHOCCURRENCE S 1,DOO,OO FIRE VAMAGFVAY UFO hIS) 5 300,DD X COMMERCIAL GENFRAL LIABILITY NED CXP(AnY gge FnIrm) S. 10'0O CLAIMS MAUI M OCCUR PEHSONAL&AOVINJUHY F 11000100 A GENERAL AWJHlGATF S 2,000,00 GFN'L AGGREGATE LIMIT APPI IFS PER' PRODUCTS - COMPIUP AGG S Z , ODD , OD POLICY LOCI LO AUTOMOBILE LIABILITY ANY AUTO SMCC28A0009704 03/31/20 DZ 12/31/2002 COMBINED.SING IF LIMIT C. b¢,geCD S 1,000,00 X BODILY INJURY For PBRrn) S A ALL OWNED AV IDS $OHEDULCD AUTOS BODILY INJURY (PS, acrid. ") HfHED AUTO; NON - OWNEU AVTOS S PHOPFRTY DAMAGE (Pa�nG�iHnnt) S GARAGE LIABILITY AV1 V ONLY FA ACCIDCNT $ OTIIEA THAN EA ACC AUTO ONLY. AGG S ANY AUTO S EXCESS LIABILITY EACH OCCURRENCE $ OCCUR n CLAIMS MAOF AGGREGATC S S S DEUUCI tu,E $ RETENTION S 6 WORN ENS COMPENSATION AND EMPLDYERS'LIABILITY P107600 03/31/2002 03/31/2 003 TOR; LIM,IS ;XT R E.L.CACMACCIUtNI $ 1,000,00 FL DISEASE - CA VArLOYhk $ I, LIDO, OD E 1. nISFA.SE - POLICY LIMIT S 1,000,00 OTHER OESCRI ION OF OPUR)In NSILOCATIONSNEHICLEWUCLU$ION9 ADDED BY ENDORSEMENT /SPECIAL PROVISIONS erti icate Holder is named Additional Insured (GL & AUTO)as per the attached endorsement and with espect to work performed on 2002 -2003 Traffice Signal Upgrades, Contract No. 3529 giver of Subrogation to be included with respects to Workers Compensation. ontract No. 3529 2002 -2003 Traffic Signal Upgrades 10 Days Notice for Non - Payment of premium. City of Newport Beach, its officers, agents, officials, employees and volunteers. Dept of Public Works 3300 Newport Blvd. Newport Beach, CA 92663 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED EEPORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL B1NAcX\X'1M MAIL a 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, cif, Katd(AEG14XIXXaiI61EP "KAYM1)(16)(MII110 XX Jul 09 02 02:33p Dian Is brams 71463-4582 p,2 POLICY NUMBER: 25MCC2CPP009004 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization, Blanket as required by written contract (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 bene- fit 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 aris- ing out of the operations if claim, loss or liability is determined to be the negligence or responsibility of the named Insured." CG 20 10 111 8S Copyright, Insurance Services Office, Inc., 1984 Page 1 of 1 13 JUL -08-2002 MON 12:32 PM CAL S NCE FAX N0. 71 1654 F, 01 Jli 1. 3. 2002(( 1:52pmpn (36 li; Werks 949.644.M x( NU. 714 b4 No-255Z F. 5', u1 -Da- CERTIFICATE OF INSURANCE CFMCKLIST CITY OF NEWPORT BEACH Tm cKsm mr 1S CONiFBISPD OF mummy m As ouruNEn ABY nm CIi1' OF NEWPORT BUCK DATE RSCEMi (D 'd f l'�'Y DFPARSMSn=NTACT RSCMM FROM: TED: ^ A ✓I 1 P1� LL a)D�S DATECOMPLE l0"c� �'O �1- SL'NTTO: �1t,n .tom BY: /� zZl Ll G(IILt� CONS!'ANYMEROON R.B LMM TO HAVE CEInFICATS• J Tb n c 6= L CiffiJS$ P,L LNCZ C TY: :f� �_ y- A. PtSURANC6 CO1vWANY: LI ` B. AM D=RATfN0 (A VII Or p=cr):, (' C. AD MMW COMPANY: (Mmtbc C&U=a A4mmA la company adwitted to 7 Y� NO- D, ii1YIiT4 :(MadbeS1r00P,00t7OfPrwtea) W2wiikwkpwvidcd? E PRODUC M AND CGMPLMW OPERATIONS: (Mort lneltdt) l: it w4llde Yea No� F. ADDITIONAL IN6URDfiD w INCLUD& (TLe CiW W Officers, agcots, Official, employeaa aad m mw=a . is h intdflaea? Y G. PRIMARY AND NON C Y WORDINQ (Mua be lwh") Ls tt iWladed? Y IL Dons Nwdcaawt uKhude 1No3cdy by aez*=ve" warft ? Yqp zz ted aolol9 by @wfr 1 X NOTIFICATION OF CANCELLA=ON: Alma *=is a ptvvbtaa trot reTak s AOtiticatina Of "Marie by eerddod mail: par L�aaea Farley the City wiA atxspt da atdaavor wordnaB. aL AtmWOUMELIQmxrY: A. INSVRANCE COMPANY: e E. AM BM &##7WQ (A VU or ): - C - o. ADaaarr>?.D COMPANY: (MM BV CALgOPMA ADMMI D) Is company a4W;d? Y No n. LIIKITS: (Mast be s i,oao,000 mm6Ottta BI � PD aad tsaa,000 � want(. Tapia mvid.d? & ADDITIONAL INsmo WO TO INCLUA�rt7%0 i6 oM= Agems, of ci&ls, =WWy6a and F. PRIMARY AND NON COY Y WO=lN 9. (For Wa W F =Ws O*). L it iAdVdad? Ya, Non l Ol G. NOTMCATION OF CANCELLATION: Althotl> t eat;o a pr*tm to rcgttaes no Mcgd a of OmaUauaa by astifled =a, pw Lauren Fulay dta City wiu accept the ad avor wwfta. IJL WORKERS COMPENSATION: A. JXAMANCECOMPANY; - - P b,0en I r�}55ti i-n n L4_ Co. IL AM N= RA71NG (A VU or C L4vm -. $salutary D. WA VBR OF SUBRO@AnON: (To iOelode); b it ioOladd! Y.kz Nc _, HAVE ALL ABOVE REQUIREMENTS BEEN METV, Yes No,.X bD tN� IF NO, WHICH ITEMS NEED TO BE COMPi.FrTF,D. p r) rn r'1 CanQYi u �^ Jul -03 -02 02:29P P.03 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY r• rs r. WAIVER OF OUR RIGHTTO RECOVER FROM OTHERS ENDORSEMENT - CALIFORNIA We have the right to recover our payments from anyone liable for an Injury covered by this policy. We will not enforce our right against the person or organization named In the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged In the work described in the Schedule. The addltional premium for this endorsement shall be otherwise due on such remuneration. PERSON OR ORGANIZATION ALL APPLICABLE % of the California workers' compensation premium SCHEDULE JOB DESCRIPTION This endorsement changes thepolicy to which itis attached and is effective on the date Issued unless otherwise stated. (The mformatlon below Is required only when this endorsement is Issued subsequent to preparation of the policy.) Endorsement Effective 03 -31 -02 PollcyNo. CAP107600 Endorsement No. 001 Insured F.J. joHNSON, INC. Premium $INCL. Insurance Company PHOENIX ASSURANCE COMPANY Countersigned By JUN -27 -2002 THU 04;12 PM CAL SURANCE FAX N0. 714 1654 CERTIFICATE OF INSURANCE CHECKLIST CITY OF NEWPORT BEACH THIS CHECKLIST IS COMPRISED OF REQUIREMENTS AS OUTLINED ABY THE CITY OF NEWPORT BEACH. P. 01 DATE RECEIVED: (0 / "� Zi DEPARTMENT /CONTACT RECEIVED FROM: ^^ ++ �Pk Fly 3 L Gc�DY�S DATE COMPLETED: �'��`01— SENT TO: 18-.�i BY: A y'l Lt36L IIc�,� COMPANY/PERSON REQUIRED TO HAVE CERTIFICATE: F, T -n- L GENERAL LIABILITY: A. INSURANCE COMPANY: S'izs ✓ trl -e B. AM BEST RATING (A VII or greater): _ X C. ADMITTED COMPANY: ( Must be California Admitted) Is company admitted in California? Yes No, D. LIMITS: (Must be $1,000,000 or greater) What is limit provided? oz 1 I £. PRODUCTS AND COMPLETED OPERATIONS: (Must Include) Is it included? Yes No_ F. ADDITIONAL INSURDED WORDING TO INCLUDE: ( The City its officers, agents, officials, employees and volunteers). Is it included? Yes_ No� G. PRIMARY AND NON CONTRIBUTORY WORDING: (Must be included) Is it included? Yes No,� H CAUTION! ( Confirm that loss or liability of the Named insured is not limited solely by their negligence.) Does endorsement include "solely by negligence" wording? Yes_ No_ 1, NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified trail; per Lauren Farley the City will accept the endeavor wording. A. INSURANCE COMPANY: D Y B. AM BEST RATING (A VII or greater):` _ C. ADMITTED COMPANY: ( MUST BE CALIFORNIA ADMITTED) Is company admitted? Yes No D. LIMITS: ( Must be $1,000,000 minimum BI & PD and $500,000 UM) What is limits rovided? I rYn 'I E. ADDITIONAL INSURED WORDING TO INCLUDE: (The City its officers ,agents, officials, employees and volunteers). Is it included? Yes _ No -,� y)1 Q F. PRIMARY AND NON CONTRIBUTORY WORDING: (For Waste Haulers Only). Is it included? Yes_ No_ G. 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. M. WORKERS COMPENSATION: A. INSURANCE COMPANY: P h p e-n'f k A-SSu -r a n (g, Cp. B. AM BEST RATING (A VII or greater) A X�) C. LIMITS: Statutory `� D. WAVIER OF SUBROGATION: (To include). Is it included? Yes No— HAVE ALL ABOVE REQUIREMENTS BEEN MET? Yes No x IF NO, WHICH ITEMS NEED TO BE COMPLETED?P-h A 4- '� nS -j l Jt (�l at- Au:Cn � � n Pry ma.r�. IN- n,� - Company Profile • • Company Profile Page 1 of 2 VR # D rn� of Insurance LIBERTY MUTUAL INSURANCE COMPANY 175 BERKELEY ST BOSTON, MA 02117 -0140 800 - 262 -8238 Agent for Service of Process SERE KEPRIOS, C/O CT CORPORATION SYSTEM 818 WEST SEVENTH STREET, 2ND FLOOR LOS ANGELES, CA 90017 Unable to Locate the Agent for Service of Process? Reference Information NAIC #: NAIC Group #: California Company ID #: Date authorized in California: License Status: Company Type: State of Domicile: 23043 0111 1022 -3 August 30, 1929 UNLIMITED- NORMAL Property & Casualty MASSACHUSETTS Dines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the loQ ssary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT DISABILITY FIRE LIABILITY MARINE http:/ /www4.insurance.ca.gov /wu/idb_co —Prof utl.get_co j)rof?p_EID=3090 07/08/2002 • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL 2002 -2003 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 3529 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 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. 3529 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 AND UNIT ITEM DESCRIPTION AND UNIT UNIT TOTAL PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Traffic Signal Upgrades at Jamboree Road and Eastbluff Drive - University Drive Fiftytwo thousand eight @ hudred eightytwo Dollars and zero Cents $ 52,882.00 Per Lump Sum 2. Lump Sum Traffic Signal Upgrades at Jamboree Road and Island Lagoon -Hyatt Newporter Forty nine thousand four @ hundred twenty fou0ollars and warn Cents $ 49,424.00 Per Lump Sum 0 PR2of6 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. Lump Sum Traffic Signal Upgrades at Newport Center Drive and Santa Cruz Drive Forty three thousand four @ hundred nine Dollars and 43,409.00 zero Cents $ Per Lump Sum 4. Lump Sum Traffic Signal Upgrades at Superior Avenue at Ticonderoga Street @Forty two thousand fUO�larS hi mdred thirty fn.,r and zero Cents $ 42,434.00 Per Lump Sum 5. Lump Sum Furnish and install Opticom Emergency Vehicle Preempt Equipment at Coast Highway And Tustin Avenue @Seven thousand thrCbllars hundred three and zero Cents $ 7 103 nn_ Per Lump Sum 6. Lump Sum Furnish and Install Opticom Emergency Vehicle Preempt Equipment at Coast Highway And Riverside Avenue Seven thousand three @ hundred three Dollars and zero Cents $ 7,303.00 Per Lump Sum 7. Lump Sum Furnish and Install Battery Backup Equipment Including Yellow and Green LED Signal Indications and red, yellow and Green PV signal indications at Jamboree Road And Bayview Way Ten thousand two hundred @ '.`.eighty five Dollars and zero Cents $ 10,285.00 Per Lump Sum 0 • PR3of6 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Furnish and Install Battery Backup Equipment Including Yellow and Green LED Signal Indications and red, yellow and Green PV signal indications at Jamboree Road And Bison Avenue Ten thousand five hundred @ fifty five Dollars and zero Cents Per Lump Sum 9. Lump Sum Furnish and Install Battery Backup Equipment Including Yellow and Green LED Signal Indications and Red, Yellow and Green PV Signal Indications at Jamboree Road And Ford Road - Eastbluff Drive Ten thousand three hundred @ fifty eight Dollars and zero Cents Per Lump Sum 10. Lump Sum Furnish and Install Battery Backup Equipment Including Yellow and Green LED Signal Indications and Red, Yellow and Green PV Signal Indications at Jamboree Road And San Joaquin Hills Road Ten thoussand three hundred @ twenty two Dollars and zero Cents Per Lump Sum 11. Lump Sum Furnish and Install Battery Backup Equipment Including Yellow and Green LED Signal Indications and Red, Yellow and Green PV Signal Indications at Jamboree Road And Santa Barbara Drive Ten thousand one hundred @ twenty Dollars and zero Cents Per Lump Sum $ 10,555.00 $ 10,358.00 $ 10,322.00 $ 10,120.00 • • PR4of6 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 12. Lump Sum Furnish and Install Battery Backup Equipment Including Yellow and Green LED Signal Indications and Red, Yellow and Green PV Signal Indicatons at Jamboree Road And Back Bay Drive Ten thousand two hundred @ and eight Dollars and -zero— Cents $ 10,208.00 Per Lump Sum 13. Lump Sum Furnish and Install Battery Backup Equipment at Coast Highway and Jamboree Road Three thousand five @ hundred ninty Dollars zero Cents $ 3,590.00 Per Lump Sum 14. Lump Sum Furnish and Install Battery Backup Equipment at Coast Highway and Bayside Drive Three thousand five @ hundred ninty Dollars and zero Cents $ 3,590.00 Per Lump Sum 15. Lump Sum Furnish and Install Battery Backup Equipment at Coast Highway and Dover Drive Three thousand five @ hundred ninty Dollars and zero Cents $ 3,590.00 Per Lump Sum 16. Lump Sum Furnish and Install Battery Backup Equipment at Coast Highway and Balboa Bay Club @ Three thousand Dollars five hundred nint )hnd zero Cents $ 3,590.00 Per Lump Sum • PR5of6 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 17. Lump Sum Furnish and Install Battery Backup Equipment at Coast Highway and Tustin Avenue Three thousand five hundred @ ninty Dollars and zero Cents Per Lump Sum 18. Lump Sum Furnish and Install Battery Backup Equipment at Coast Highway and Riverside Avenue Three thousand five @ hundred ninty Dollars and zero Cents Per Lump Sum 19. Lump Sum Furnish and Install Battery Backup Equipment at Newport Boulevard and Hospital Road Three thousand five @ hundred ninty Dollars and zero Cents Per Lump Sum 20. Lump Sum Furnish and Install Traffic Signal Interconnect on Bison Avenue Between Camelback Street and MacArthur Boulevard Eleven thousand two hundred @ sixteen Dollars and zero Cents Per Lump Sum 21. Lump Sum Furnish and Install Additional Traffic Signal Head at Jamboree Road and Ford Road- Eastbluff Drive Two thousand eight @ hundred ten Dollars and zero Cents Per Lump Sum $ 3,590.00 $ 3,590.00 $ 3,590.00 $ 11,216.00 $ 2,810.00 0 0 PR6of6 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE TOTAL PRICE IN WRITTEN WORDS Three hundred three thousand seven hundred fifty nine Dollars and Zero Cents June 13, 2002 Date (714)632 -1415 (714)632 -8569 Bidder's Telephone and Fax Numbers 489328 C -10 Bidder's License No(s) and Classification(s) 303,759.00 Total Price (Figures) F. J. Johnson, I Bid r fcV11 Vice- President Bidder's Authorized Signature and Title P. 0. Box 6341, Anaheim, CA 92816 Bidder's Address F:\USERSTBVASharecNContmcts\FY 02- 0312002 -2003 TRAFFIC SIGNAL UPGRADES C- 3529 \PROPOSAL C- 3529.DOC.DOC 0 0 PUBLIC WORKS DEPARTMENT 1 1 1 1 1 1 2 2 2 2 2 2 3 3 3 3 3 3 4 INDEX FOR SPECIAL PROVISIONS 2002 -2003 TRAFFIC SIGNAL UPGRADES CONTRACT NO.3529 INTRODUCTION PART 1--- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE SECTION 3 CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.2 Payment 3 -3.2.3 Markup SECTION 4 CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing SECTION 5 UTILITIES 5 -2 PROTECTION 5 -7 ADJUSTMENTS TO GRADE 5 -8 SALVAGED MATERIALS SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 6 -7 TIME OF COMPLETION 6 -7.1 General 6 -7.2 Working Days 6 -7.4 Working Hours 1 1 1 1 1 1 2 2 2 2 2 2 3 3 3 3 3 3 4 0 0 6 -9 LIQUIDATED DAMAGES 4 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 4 7 -7 COOPERATION AND COLLATERAL WORK 4 7 -8 PROJECT SITE MAINTENANCE 5 7 -8.5 Temporary Light, Power and Water 5 7 -8.6 Water Pollution Control 5 7 -8.8 Steel Plates 5 7 -10 PUBLIC CONVENIENCE AND SAFETY 5 7 -10.1 Traffic and Access 5 7 -10.2 Storage of Equipment and Materials in Public Streets 5 7 -10.3 Street Closures, Detours, Barricades 5 7 -10.4 Public Safety 6 7- 10.4.1 Safety Orders 6 7 -10.5 "No Parking" Signs 6 7 -15 CONTRACTOR LICENSES 7 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS 7 SECTION 9 MEASUREMENT AND PAYMENT 7 9 -3 PAYMENT 7 9 -3.1 General 7 SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 1 201 -1 PORTLAND CEMENT CONCRETE 10 201 -1.1.2 Concrete Specified by Class 10 201 -2 REINFORCEMENT FOR CONCRETE 10 201 -2.2.1 Reinforcing Steel 10 201 -5 CEMENT MORTAR 10 201 -5.6 Quick Setting Grout 10 SECTION 203 BITUMINOUS MATERIALS 11 203 -5 EMULSION- AGGREGATE SLURRY 11 203 -5.1 General 11 203/5.2 Materials 11 SECTION 214 PAVEMENT MARKERS 11 214-4 NON - REFLECTIVE PAVEMENT MARKERS 11 214 -5 REFLECTIVE PAVEMENT MARKERS 11 312 -1 PLACEMENT 11 SECTION 86 SIGNALS, LIGHTING, AND ELECTRICAL SYSTEMS 11 86 -1 General 11 86 -1.03 Equipment List and Drawings 12 86 -1.05 Maintaining Existing and Temporary Electrical Systems 13 86 -1.06 Scheduling of Work 13 86 -2 MATERIALS AND INSTALLATION 14 86 -2.03 Foundations 14 86 -2.04 Standards, Steel Pedestals, and Posts 14 86 -2.05 Conduit 14 86 -2.06 Pull Boxes 14 86 -2.08 Conductors and Wiring 15 86 -2.10 Bonding and Grounding 15 86 -2.11 Service 15 86 -2.14 Testing 15 86 -3 CONTROLLER ASSEMBLIES 16 86 -3.06 Type 90 Controller Assembly /Bike Timing Logic Assembly 16 86 -3.07 Controller Cabinet 18 86 -4 TRAFFIC SIGNAL FACES AND FITTINGS 18 86 -4.01 Vehicle Signal Faces 18 86 -4.05 Pedestrian Signals 18 86 -5 DETECTORS 19 86 -5.01 Vehicle Detectors 19 86 -5.02 Pedestrian Push Buttons 19 86 -6 LIGHTING 19 86 -6.01 High Pressure Sodium Luminaires 19 86 -6.01A Ballasts 20 86- 6- 01A(1)a Lag -Type Regulator Ballasts 20 86- 6.01A(1) b Lead -Type Regulator Ballasts 21 86 -6.065 Internally Illuminated Street Name Signs 21 86 -6.07 Photoelectric Control 21 86 -7 REMOVING, REINSTALLING OR SALVAGING • • ' ELECTRICAL EQUIPMENT 21 SECTION 307 STREET LIGHTING AND TRAFFIC SIGNALS 22 307 -4 TRAFFIC SIGNAL CONSTRUCTION 22 307 -4.9.3 Inductive Loops 22 SECTION 310 PAINTING 22 310 -5 PAINTING VARIOUS SURFACES 22 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 22 310 -5.6.7 Layout, Alignment and Spotting 22 310 -5.6.8 Application of Paint 22 SECTION 312 PAVEMENT MARKER PLACEMENT AND REMOVAL 23 • 312 -1 PLACEMENT 23 SPECIFICATION FOR 24V BATTERY BACK -UP SYSTEM 24 EXHIBITS EXHIBIT A OPTICOM PRIORITY CONTROL SYSTEM ( OPTICOM LOCATIONS) EXHIBIT B TRAFFIC SIGNAL INTERCONNECT EXHIBIT C MODIFICATION OF TRAFFIC SIGNAL EXHIBIT D BATTERY BACK -UP SYSTEM EXHIBIT E BATTERY CABINETS • SCHEDULE 1 LED REPLACEMENT QUANTITIES • • SP 1 OF 34 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 12A'IA3s o - SPECIAL PROVISIONS d EXPOS 1 2002 -2003 TRAFFIC SIGNAL UPGRADES CONTRACT NO. 3529 INTRODUCTION All work necessary for the completion of this contract shall be done in accord with (1) these Special Provisions; (2) the Plans (Drawings No. T- 5881 -S, T- 5882 -S, T- 5883 -S, T- 5885 -S); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (1994 edition), including Supplements; (4) Standard Specifications and the Standard Plans of the State of California, Department of Transportation, dated 1999; (5) Standard Specifications for Public Works Construction (2000 edition), including supplements. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714- 517 -0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART GENERAL PROVISIONS SECTION 2-- -SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE. Add to this section: "The work necessary for the completion of this contract consists of traffic signal upgrades at various intersections in the City of Newport Beach including, but not limited to replacing signal cabinets complete, replacing conductors, furnishing and installing LED signal indications and furnishing , installing emergency vehicle preempt systems and furnishing and installing battery backup systems complete at various intersections in the City of Newport Beach per the requirements of the Specifications. SECTION 3 - -- CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.2 Payment 3 -3.2.3 Markup. Replace this section with, E • SP2OF34 "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............. ............................... 20 2) Materials ........ ............................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, 1 percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. This Section only applies to work in excess of the estimated quantities shown in the Proposal." SECTION 4 - -- CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing. All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 hours minimum) notice of the Contractor's readiness for inspection. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed his work, such tests and inspections shall be paid for by the Contractor. SECTION 5 - -- UTILITIES 5 -2 PROTECTION. Add the following: "In the event that an existing pull or meter box or cover is damaged by the work and is not re- useable, the Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to the City." • • SP3OF34 5 -7 ADJUSTMENTS TO GRADE. The Contractor shall adjust to finish grade City - owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. The Contractor shall coordinate the adjustment of Southern California Edison, The Gas Company, Pacific Bell and cable television facilities to the finish grade with the appropriate utility company. 5 -8 SALVAGED MATERIALS. The Contractor shall salvage all existing controllers and plugables from the locations where cabinets are being replaced and deliver them to the City Inspector. All other salvaged material shall become the property of the Contractor and shall be removed from the job site. SECTION 6 - -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section: "The time of completion as specified in Section 6 -7, shall commence on the date of the 'Notice to Proceed." No work shall begin until a "Notice to Proceed" has been issued, a pre- construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to commencing any work. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until he has exerted extra effort to meet his original schedule and has demonstrated that he will be able to maintain his approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from his overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job." 6 -7 TIME OF COMPLETION 6 -7.1 General. Add to this section: "The Contractor shall complete all work under the Contract within sixty consecutive working days after the date on the Notice to Proceed. " It will be the Contractor's responsibility to ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." 6 -7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 1 st, the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday in November (Thanksgiving), and December 25th (Christmas). If January 1 st, July 4th, • • SP4OF34 November 11th or December 25th falls on a Sunday, the following Monday is a holiday." What about December 24'" and 31 s'? 6 -7.4 Working Hours. Normal working hours are limited to 7:00 a.m. to 4:30 P.M. Monday through Friday. Should the Contractor elect to work outside normal working hours, he must first obtain special permission from the Engineer. The request may be for 4:30 P.M. to 6:30 P.M. on weekdays or 8:00 A.M. to 6 P.M. on Saturday only. A request for working during any of these hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $55.00 per hour when such time periods are approved. 6 -9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive calendar day after the time specified in Section 6 -7 -1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $500. Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that $500 per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations." SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR 7 -7 COOPERATION AND COLLATERAL WORK. Add to this section: "City forces will perform all shut downs of water facilities as required. The Contractor shall give the City seven calendar days notice of the time he desires the shut down of facilities to take place. A four -hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the City of Newport Beach, Utilities Department. The City must approve any nighttime work in advance. The Contractor shall provide and install new water meter and valve boxes. All existing water meter or valve box frames and covers shall be salvaged. Salvaged meter or valve boxes and water pipe shall be delivered to the City's Utilities Yard at 949 West • • SP5OF34 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting Mr. Ed Burt, Utilities Superintendent, at (949) 718 - 3402." 7 -8 PROJECT SITE MAINTENANCE 7 -8.5 Temporary Light, Power and Water. Add to this section: "If the Contractor elects to use the City's water, he shall arrange for a meter and tender an $813 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a quantity charge for water usage and repair charges for damage to the meter." All water used during construction will be paid for by the Contractor. This includes water for flushing pressure testing all lines and water used for irrigation during maintenance period for landscaping." 7 -8.6 Water Pollution Control. Add to this section, "Surface runoff water, including all water used during sawcutting operations, containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, Newport Harbor, the beach, or the ocean." 7 -8.8 Steel Plates. The City can provide a limited quantity of steel plates. These plates may be obtained for a rental charge of $15.00 per plate per week or part thereof. In addition the Contractor shall deposit $100 for the use of the City's lifting eye fitting and for the use of trench plates. The Contractor shall obtain plates from and return plates to the City's Utilities Yard at 949 West 16th Street. To determine the number of plates available and to reserve the plates, the Contractor must call the City's Utilities Superintendent, Mr. Ed Burt, at (949) 718 -3402. 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 -10.1 Traffic and Access. Add to this section: "The Contractor shall provide traffic control and access in accord with Section 7 -10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH) also published by Building News, Inc." 7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre- construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction." 7 -10.3 . Street Closures, Detours and Barricades. Add to this section: "The Contractor shall submit to the Engineer - at least five working days prior to the pre - construction meeting - a traffic control plan and detour plans(s) for each street and parking lot. The Contractor will be responsible for processing and obtaining approval of • • SP6OF34 a traffic control plans from the City's Traffic Engineer, The Contractor shall adhere to the conditions of the traffic control plan. All traffic control plans shall be prepared by a licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), 2001 Edition. The Traffic Control Plans shall be signed and sealed by a California licensed traffic engineer. The traffic control and detour plans must meet the following requirements: 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and /or lighted. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street during its trash collection days, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, Mr. William Russo, at (949) 718 -3468 and all property owners." 7 -10.4 Public Safety 7- 10.4 -1 Safety Orders. Add to this section: "The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." 7 -10.5 "No Parking" Signs. The Contractor shall furnish, install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty -eight hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Department, Parking Control Division at (949) 644 -3717 , for verification of posting at least forty -eight hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12- inches wide and 18- inches high; and (3) be similar in design and color to sign R -38 of the CalTrans Uniform Sign Chart. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 0 • SP7OF34 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a General Engineering Contractor A License or a Specialty Electrical (general) Contractor Class C -10 License. At the start of work and until completion of work, the Contractor and all Sub - contractors shall possess a Business License issued by the City of Newport Beach. 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As- Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up -to -date and submitted to the Engineer at the time each progress bill is submitted. Upon completion of the project, the Contractor shall provide "As- Built" corrections upon a copy of the Plans. The "As- Built" correction plans shall be submitted to the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. SECTION 9 - -- MEASUREMENT AND PAYMENT 9 -3 PAYMENT 9 -3.1 General. Revise paragraph two to read: "The unit and lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Traffic Signal Upgrades at Jamboree Road and Eastbluff Drive - University Drive: Work under this item shall include, but not be limited to, providing and installing a new traffic signal cabinet complete, all new conductors, replace all yellow and green signal indications with LED indications, replace red, yellow and green PV signal indications with LED indications, providing and installing battery backup system and replacing Opticom detectors. Item No. 2 Traffic Signal Upgrades at Jamboree Road and Island Lagoon -Hyatt Newporter: Work under this item shall include, but not be limited to, providing and installing a new traffic signal cabinet complete, all new conductors, replace all yellow and green signal indications with LED indications, replace red, yellow and green PV L • SP8OF34 signal indications with LED indications, providing and installing battery backup system and replacing Opticom detectors. Item No. 3 Traffic Signal Upgrades at Newport Center Drive and Santa Cruz Drive: Work under this item shall include, but not be limited to, providing and installing a new traffic signal cabinet complete, all new conductors, replace all yellow and green signal indications with LED indications, replace red, yellow and green PV signal indications with LED indications, providing and installing battery backup system and replacing Opticom detectors. Item No. 4 Traffic Signal Upgrades at Superior Avenue and Ticonderoga Street: Work under this item shall include, but not be limited to, providing and installing a new traffic signal cabinet complete, all new conductors, replace all yellow and green signal indications with LED indications, replace red, yellow and green PV signal indications with LED indications, providing and installing battery backup system and replacing Opticom detectors. Item No. 5 Furnish and Install Opticom Emergency Vehicle Preempt Equipment at Coast Highway and Tustin Avenue: Work under this item shall include, but not be limited to providing and installing Opticom detectors, cable and discriminators at a Caltrans maintained intersection. Item No. 6 Furnish and Install Opticom Emergency Vehicle Preempt Equipment at Coast Highway and Riverside Avenue: Work under this item shall include, but not be limited to providing and installing Opticom detectors, cable and discriminators at a Caltrans maintained intersection. Item No. 7 Furnish and Install Battery Backup Equipment Including Yellow and Green LED Signal Indications and Red, Yellow and Green PV Signal Indications at Jamboree Road and Bayview Way: Work under this item shall include, but not be limited to providing and installing battery backup equipment and battery cabinet, yellow and green LED signal indications and red, yellow and green PV signal indications. See "Schedule 1 ". "Exhibit D" and "Exhibit E" Item No. 8 Furnish and Install Battery Backup Equipment Including Yellow and Green LED Signal Indications and Red, Yellow and Green PV Signal Indications at Jamboree Road and Bison Avenue: Work under this item shall include, but not be limited to providing and installing battery backup equipment, and battery cabinet, yellow and green LED signal indications and red, yellow and green PV signal indications. See "Schedule 1 ", "Exhibit D" and "Exhibit E" Item No. 9 Furnish and Install Battery Backup Equipment Including Yellow and Green LED Signal Indications and Red, Yellow and Green PV Signal Indications and battery cabinet at Jamboree Road and Ford Road- Eastbluff Drive: Work under this item shall include, but not be limited to providing and installing battery backup equipment, • • SP9OF34 and battery cabinet, yellow and green LED signal indications and red, yellow and green PV signal indications. See "Schedule 1 ", "Exhibit D" and "Exhibit E" Item No. 10 Furnish and Install Battery Backup Equipment Including Yellow and Green LED Signal Indications and Red, Yellow and Green PV Signal Indications and battery cabinet at Jamboree Road and San Joaquin Hills Road: Work under this item shall include, but not be limited to providing and installing battery backup equipment, and battery cabinet, yellow and green LED signal indications and red, yellow and green PV signal indications. See "Schedule 1 ", "Exhibit D ", and "Exhibit E" Item No. 11 Furnish and Install Battery Backup Equipment Including Yellow and Green LED Signal Indications and Red, Yellow and Green PV Signal Indications at Jamboree Road and Santa Barbara Drive: Work under this item shall include, but not be limited to providing and installing battery backup equipment, and battery cabinet, yellow and green LED signal indications and red, yellow and green PV signal indications. See "Schedule 1", "Exhibit D" and "Exhibit E" Item No. 12 Furnish and Install Battery Backup Equipment Including Yellow and Green LED Signal Indications and Red, Yellow and Green PV Signal Indications at Jamboree Road and Back Bay Drive: Work under this item shall include, but not be limited to providing and installing battery backup equipment, and battery cabinet, yellow and green LED signal indications and red, yellow and green PV signal indications. See "Schedule 1 ", "Exhibit D" and "Exhibit E" Item No. 13 Furnish and Install Battery Backup Equipment at Coast Highway and Jamboree Road: Work under this item shall include, but not be limited to providing and installing battery backup equipment and battery cabinet at a Caltrans maintained intersection. See "Exhibit D ", "Exhibit E Item No. 14 Furnish and Install Battery Backup Equipment at Coast Highway and Bayside Drive: Work under this item shall include, but not be limited to providing and installing battery backup equipment and battery cabinet at a Caltrans maintained intersection. See "Exhibit D" and "Exhibit E" Item No. 15 Furnish and Install Battery Backup Equipment at Coast Highway and Dover Drive: Work under this item shall include, but not be limited to providing and installing battery backup equipment and battery cabinet at a Caltrans maintained intersection. See "Exhibit D" and "Exhibit E" Item No. 16 Furnish and Install Battery Backup Equipment at Coast Highway and Balboa Bay Club: Work under this item shall include, but not be limited to providing and installing battery backup equipment and battery cabinet at a Caltrans maintained intersection. See "Exhibit D" and "Exhibit E" Item No. 17 Furnish and Install Battery Backup Equipment at Coast Highway and Tustin Avenue: Work under this item shall include, but not be limited to providing and C1 • SP 10 OF 34 installing battery backup equipment and battery cabinet at a Caltrans maintained intersection. See "Exhibit D" and "Exhibit E" Item No. 18 Furnish and Install Battery Backup Equipment at Coast Highway and Riverside Avenue: Work under this item shall include, but not be limited to providing and installing battery backup equipment and battery cabinet at a Caltrans maintained intersection. See "Exhibit D" and "Exhibit E" Item No. 19 Furnish and Install Battery Backup Equipment at Newport Boulevard and Hospital Road: Work under this item shall include, but not be limited to providing and installing battery backup equipment and battery cabinet at a Caltrans maintained intersection. See "Exhibit D" and "Exhibit E" Item No. 20 Furnish and Install Traffic Signal Interconnect: Work under this item shall include, but not be limited to, providing and installing traffic signal interconnect cable and conduit along Bison Avenue between the traffic signal controllers at Bison Avenue and Camelback Street and Bison Avenue and MacArthur Boulevard. See "Exhibit B" Item No. 21 Furnish and Install Additional Traffic Signal Head at Jamboree Road and Ford Road - Eastbluff Drive: Work under this item shall include, but not be limited to, providing and installing a new 3- Section traffic signal head for phase 6 and includes welding a new tenon onto the signal mast arm and installing the necessary wiring. See "Exhibit C" PART 2 CONSTRUCTION MATERIALS SECTION 201 - -- CONCRETE, MORTAR, AND RELATED MATERIALS 201 -1 PORTLAND CEMENT CONCRETE 201 -1.1.2 Concrete Specified by Class. Add to this section: 'Portland Cement concrete for construction shall be Class 560 -C- 3250." 201 -2 REINFORCEMENT FOR CONCRETE 201 -2.2.1 Reinforcing Steel. Add to this section: 'Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans." 201 -5 CEMENT MORTAR 201 -5.6 Quick Setting Grout. Add to this section: 'The Contractor shall grout the area between an existing reinforced concrete structure and the new storm drain pipe with a quick setting grout." • • SP 11 OF 34 SECTION 203 - -- BITUMINOUS MATERIALS 203 -5 EMULSION - AGGREGATE SLURRY 203 -5.1 General. Add to this section the following, "The emulsion shall meet the requirements of CQS -P, consisting of refined asphalt cement modified with Styrene /Butadiene /Styrene (SBS) or Ethylene/Vinylacetate (EVA) synthetic rubber and dispersed in water to produce a cationic type quick- setting asphalt emulsion." 203 -5.2 Materials. Replace 2) with the following: "ADDITIVES: a. Ammonium Sulfate - Ammonium sulfate in liquid form shall be used as a retardant. The amount of retardant shall be that amount necessary to prohibit the slurry from setting up prematurely, and permit a street to be opened to vehicular traffic within three hours after the slurry application, without tracking or damage to the slurry. b. Portland Cement - Portland cement shall be used as an accelerator. The amount used shall be that amount necessary to permit a street to be opened to vehicular traffic within three hours after the slurry application, without tracking or damage to the slurry. c. Latex - Latex shall be Ultrapave 65K produced by the Textile Rubber and Cement Company, Inc., or equal approved by the Engineer in advance of ordering the latex additive. It shall be added to the emulsified asphalt by the co -mill method at the emulsion plant at the rate of 2%2 percent of weight of the emulsified asphalt. Latex - added emulsified asphalt shall be kept in a suspended state by an agitating mixer and mixed every three days. Materials testing shall be performed as directed by the Engineer." SECTION 214 - -- PAVEMENT MARKERS 214 -4 NONREFLECTIVE PAVEMENT MARKERS Add to this Section: "All new non - reflective pavement markers types A and AY shall be ceramic." 214 -5 REFLECTIVE PAVEMENT MARKERS Add to this Section: "All new reflective pavement markers shall have glass- covered reflective faces or be 3M Series 290." SECTION 86 - -- SIGNALS, LIGHTING, AND ELECTRICAL SYSTEMS 86 -1 General The Contractor shall furnish all tools, equipment, except that furnished by the City, materials, supplies, and manufactured articles and shall perform all operations necessary to modify • SP 12 OF 34 existing and construct additional traffic signal and street lighting facilities as shown on the drawings and as specified herein. Reference Specifications and Standard Plans (1) Standard Specifications - Except as modified herein, materials and installation shall conform to the California Standard Specifications, July 1999. 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 1999. (3) Codes, Ordinances and Regulation - 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 therefore 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 1999, 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 0 • SP 13 OF 34 (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 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 therefore. 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 0 • SP 14 OF 34 are received, and said work shall start within 15 days after said date. Aboveground signal work shall be scheduled such that the signal turn -on shall occur within 15 days of the pole installation. Existing street lighting shall remain in operation until new lighting is operational. No materials or equipment shall be stored at the job sites until receipt of said notification by the Engineer. The job sites shall be maintained in neat and orderly condition at all times. All striping, pavement markings, and signing shall be in place prior to signal turn -on and /or opening of street to public travel. 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 may be substituted. 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. • • SP 15 OF 34 Standard Plan Drawing ES -8, Pull Box Details, Note 4 -a.5 and b.10, shall not apply to this project. 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 86- 2.09D, Splicing, of the Standard Specifications is deleted. 86 -210 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 Il, 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 -2D 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. 86 -2.14 Testing The City will not require that the traffic signal control equipment or cabinet be tested at the California Transportation Laboratory or other independent test facility. However, the City will require a Certificate of Compliance be forwarded to the City along with a written certification from the supplier stating that the controller units, auxiliary equipment, and cabinet, fully wired, meet the requirements of the Standard Specifications and these Special Provisions. • • SP 16 OF 34 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 any maintenance necessary, except electrical energy and maintenance due to damage by public traffic, shall be at the Contractor's expense and will be deducted from any monies due, or to become due, the Contractor. The eighth paragraph in Section 86 -2.14, Functional Testing, of the Standard Specifications, is amended to read: A shutdown of the electrical system resulting from damage caused by public traffic or from interruption shall not constitute discontinuity of the functional test. Turn -on of the new traffic signal shall begin 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 turn -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 -3 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.) 0 0 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 SP 17 OF 34 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. 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. • • SP 18 OF 34 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. 86 -4 TRAFFIC SIGNAL FACES AND FITTINGS 86 -4.01 Vehicle Signal Faces All yellow and green indications shall be LED units and shall meet the current State of California Department of Transportation (CALTRANS) Specifications. Signal section housings shall be metal type. The Contractor shall furnish and install 12" yellow and green LED ball and arrow lense assemblies to replace all existing incandescent yellow and green indications. The new signal head to be installed at Jamboree Road and Ford Road shall be furnished with all LED units installed. Kits shall be furnished and installed where retrofitting existing signal heads is noted on the plans. . Existing incandescent signal indications in PV heads shall be replaced with screw -in LED units where indicated on the plans. The existing light dimming circuit in the PV heads shall be disabled by the Contractor when converted to LED indications. The completed PV light source conversions shall be programmable. 86 -4.05 Pedestrian Signals Pedestrian signals shall be Type C with the Z -crate type screen. • 86 -5 Detectors 86 -5.01 Vehicle Detectors • SP 19 OF 34 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. 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 pedestrian push button sign 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). 86 -6 LIGHTING 86 -6.01 High Pressure Sodium Luminaires 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 • • SP 20 OF 34 socket with lamp grips. The optical assembly shall contain activated charcoal filter, which prevents particulate and gaseous contamination. All luminaires shall be General Electric M -250A2 series 25OW OR 20OW (see plans)HPS with light distribution M -C -3, approved equal, or as shown on the approved plans. 86 -6.01A Ballasts The twelfth paragraph in Section 86- 6.01A, 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 or flat lens frame. The door shall be easily removable and replaceable. The door shall be secured to the housing in a manner to prevent its accidental opening when the refractor or flat -lens frame is opened." 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- 6.01A(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: 1. 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. 2. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary 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. 11 • SP 21 OF 34 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- 6.01A(1)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 any lamp voltage from nominal through life shall not vary by more than 30 percent for 10 percent input voltage variation. 3. For nominal input voltage and lamp voltage, the ballast design center shall not vary by more than 7 -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 from initial through life." 86 -6.065 Internally Illuminated Street Name Signs Internally illuminated street name signs shall conform to Section 86 -6.065 of the State Standard Specifications. Type A signs with Type IV photoelectric 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. 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. E • SP 22 OF 34 Model 754, phase selector units and Model 760 rack, as manufactured by 3M Company, shall be furnished and installed in the new or existing controller cabinet. 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 furnished 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 722 Optical detector units. Equipment shall be tested by a representative of the manufacturer at date of turn on. SECTION 307 - -- STREET LIGHTING AND TRAFFIC SIGNALS 307 -4 TRAFFIC SIGNAL CONSTRUCTION 307 -4.9.3 Inductive Loops. Amend this Section to include: "Traffic signal loop detectors shall be replaced per Caltrans Standard Plans ES -5A and ES -51B and shall be Type A or Type E. The new loop detectors shall be installed within the AC pavement final course. All installed loop detectors shall be completely functional to the satisfaction of the Engineer within five consecutive working days of AC pavement final course placement. All installed loop detectors shall be completely functional to the satisfaction of the Engineer within five consecutive working days of AC pavement final course placement. SECTION 310 - -- PAINTING 310 -5 PAINTING VARIOUS SURFACES 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310 -5.6.6 Preparation of Existing Surfaces. Modify and amend this section to read: "The Contractor shall remove all existing thermoplastic traffic striping and pavement markings prior to application of slurry seal by a method approved by the Engineer." 310 -5.6.7 Layout, Alignment, and Spotting. Modify and amend this section to read: 'The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 112 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic • • SP 23 OF 34 lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without the proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight." 310 -5.6.8 Application of Paint. Add to this section: 'Temporary painted traffic striping and markings shall be applied in one coat, as soon as possible and within 24 hours after the finish course has been applied. Paint for temporary traffic striping and pavement markings shall be white Formula No. 2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured by Morton. These temporary paints shall be applied at 15 mils wet. The final striping for all painted areas shall be sprayable reflectorized thermoplastic. The sprayable reflectorized thermoplastic pavement striping shall not be applied until the paving has been in place for at least 15 days. The thermoplastic shall be applied at 0.45 mm minimum thickness for all striping except crosswalks and limit lines — which shall be 0.90 mm minimum thickness. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re- install "NO PARKING, TOW- AWAY" signs and re- notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes /covers /damages existing striping and /or raised pavement markers outside of the work area, he shall re- stripe /replace such work items at no cost to the City. The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer, temporary traffic lanes when (1) two opposing traffic lanes are adjacent or (2) there is more than one lane in any one direction, for more than three consecutive calendar days. Dependent upon construction phasing, the Engineer may require the Contractor to apply two applications of paint to maintain adequate delineation on base pavement surfaces, at no additional cost to the City." SECTION 312 - -- PAVEMENT MARKER PLACEMENT AND REMOVAL 312 -1 PLACEMENT. Amend this section with: 1. The location of raised pavement fire hydrant marker shall conform to the City of Newport Beach Standard Plan No. STD - 902 -L. 2. The Contractor shall not replace raised pavement markers until fifteen days after the application of the pavement or slurry." 0 • SP 24 OF 34 Specification for 24V Battery Back -up System For NEMA Traffic Signals utilizing Light Emitting Diodes (LED) Traffic Signal Modules: GENERAL The battery back -up system (BBS) shall be designed for outdoor applications and shall include, but not be limited to the following: Inverter module with a built -in battery charging circuitry, batteries, a combined 30A Automatic Transfer Relay - manually operated non - electronic bypass switch (See Figure 1 on page 5 — BBS Block Diagram) and all necessary hardware and interconnect wiring. The BBS shall provide reliable emergency power to a traffic signal in the event of a power failure or interruption. The BBS shall be capable of providing power for full run -time operation for an "LED- only" intersection (all colors red, yellow, and green), an intersection with yellow only incandescent bulbs, or flashing mode operation for an intersection using Red LED's. 1.0 OPERATION 1.1 The BBS shall provide a minimum two (2) hours of full run -time operation for an "LED- only' intersection (minimum 700W /1000VA active output capacity, with 80% minimum inverter efficiency). The BBS shall have at least 4000 watts of peak power. 1.2 The maximum transfer time from loss of utility power to switch over to battery backed inverter power shall be less than 65 milliseconds. 1.3 The BBS shall provide the user with 3 -sets of normally open (NO) and normally closed (NC) single -pole double -throw (SPDT) relay contact closures, available on a panel- mounted terminal block, rated at a minimum 120V/1A, and labeled so as to identify each contact. For typical configuration, see figure 2 on page 5. There shall be a LED indication when each relay is activated. All relays should be deactivated by turning the BBS switch to off. 1.3.1 The first set of NO and NC contact closures shall be energized whenever the unit switches to battery power. Contact shall be labeled or marked "On Batt." 1.3.2 The second set of NO and NC contact closures shall be energized whenever the battery approaches approximately 40% of remaining useful capacity. Contact shall be labeled or marked "Low Batt." 1.3.3 The third set of NO and NC contact closures shall be energized two hours after the unit switches to battery power. Contact shall be labeled or marked "Timer." E • SP 25 OF 34 1.4 Operating temperature for both the inverter module and the combined 30A Automatic Transfer Relay - Manual Bypass Switch shall be -37 °C to +74 °C. 1.5 The combined 30A Automatic Transfer Relay - Manual Bypass Switch shall be rated at 240VACl30 amps, minimum. 1.6 The BBS shall use an internal temperature- compensated battery charging system. The charging system shall compensate over a range of 2.5 — 4.0 mV( °C per cell. 1.7 Batteries shall not be recharged when battery temperature exceeds 50 °C ±3 °C, and the battery charger should shut off. 1.8 BBS shall bypass the utility line power whenever the utility line voltage is outside of the following voltage range: 100VAC to 130VAC ±2VAC). 1.9 When utilizing battery power, the BBS output voltage shall be between 110 VAC and 125 VAC, pure sine wave output, 60Hz ±3Hz. 1.10 BBS shall be compatible with NEMA systems and components for full time operation. 1.11 When the utility line power has been restored at above 105 VAC ± 2 VAC for more than 30 seconds, the BBS shall dropout of battery backup mode and return to utility line mode. 1.12 When the utility line power has been restored at below 125VAC ± 2 VAC for more than 30 seconds, the BBS shall dropout of battery backup mode and return to utility line mode. 1.13 BBS shall be equipped to prevent a malfunction feedback to the cabinet or from feeding back to the utility service. 1.14 In the event of inverter failure, battery failure or complete battery discharge, the 30A Automatic transfer relay shall revert to the NC state, where utility line power is reconnected to the cabinet. 1.15 Recharge time for the battery, from "protective low- cutoff' to 80% or more of full battery charge capacity, shall not exceed ten (10) hours. - i 2.0 MOUNTING/ CONFIGURATION iSP 26 OF 34 2.1 Complete BBS, except batteries, shall fit inside a typical, fully equipped NEMA Cabinet 2.2 Mounting method shall be shelf- mount. 2.2.1 Inverter Unit shall be shelf- mounted, and mount from the front of the cabinet with controls and meters in the front and all wiring connections in the back. 2.2.2 All batteries shall be located in the battery cabinet, see Exhibit "E ". 2.2.3 The combined 30A Automatic Transfer Relay - Manual Bypass Switch shall be mounted on the EIA rail or shelf mounted. 2.3 All necessary hardware for mounting (shelf angles, rack, etc) shall be included in the bid price of the BBS. 2.4 All interconnect wiring provided between the combined 30A Automatic Transfer Relay - Manual Bypass Switch and Cabinet Terminal Service Block shall be no less than 2 meters of #10 AWG wire. 2.5 Relay contact wiring provided for each set of NO /NC relay contact closure terminals shall be 2 meters of #18 AWG wire. 3.0 MAINTENANCE, DISPLAYS, CONTROLS AND DIAGNOSTICS 3.1 The BBS shall include a display and /or meter to indicate current battery charge status and conditions. 3.2 The BBS shall have lightning surge protection compliant with IEEE /ANSI C.62.41. 3.3 The BBS shall be equipped with an integral system to prevent battery from destructive discharge and overcharge. 3.4 The BBS and batteries shall be easily replaced with all needed hardware and shall not require any special tools for installation. • • SP 27 OF 34 3.5 The BBS shall include a resettable front -panel event counter display to indicate the number of times the BBS was activated and a front -panel hour meter to display the total number of hours the unit has operated on battery power. Both meters should be resettable. 3.6 Manufacturer shall include two (2) sets of equipment lists, operation and maintenance manuals, and board -level schematic and wiring diagrams of the BBS, and the battery data sheets. Manual shall conform to TEES 1999, Chapter 1 Section 1.2.4.2. 4.0 BATTERY SYSTEM 4.1 Individual batteries shall be 12V type, 65 Amp -Hour or 105 Amp -Hour maximum, and shall be easily replaced and commercially available off the shelf. 4.2 Batteries used for BBS shall consist of 2 to 4 batteries with a cumulative minimum rated capacity of 105 Amp- Hours, and a maximum system voltage of 24 VDC to comply with NEC Class 2 Voltage. 4.3 Batteries shall be deep cycle, sealed prismatic lead- calcium based AGM/VRLA (Absorbed Glass Mat/ Valve Regulated Lead Acid) group 24 or group 31. 4.4 Batteries shall be certified by the manufacturer to operate over a temperature range of — 25 °C to +74 °C. 4.5 The batteries shall be provided with appropriate interconnect wiring and corrosion - resistant mounting trays and /or brackets appropriate for the cabinet into which they will be installed. 4.6 Batteries shall indicate maximum recharge data and recharging cycles. 4.7 Battery interconnect wiring shall be via modular harness. 4.8 Battery terminals shall be covered and insulated so as to prevent accidental shorting 5.0 WARRANTY Manufacturers shall provide a two (2) year factory- repair warranty for parts and labor on the BBS from date of acceptance by the City. Batteries shall be warranted for full replacement for two (2) years from date of purchase. The warranty shall be included in the total bid price of the BBS. Fig 1: • • SP 28 OF 34 MANUAL BYPASS SWITCH (TYPICAL) AC Line to Transfer Relay and inverter TB TB Utility Line Power Notes: AC Line from Transfer Relay and inverter TB NO NO TB AC Power to NEMA cabinet 1. TB - #8 Terminal Blocks 2. NO - Normally Open 3. NC - Normally Closed 4. NO /NC contacts shall all toggle simultaneously with one single manually operated switch. 5. Manual Bypass Switch shall only switch line. Neutral and Equipment Ground are not switched and shall be connected to NEMA cabinet buses. FIG 2: RELAY CONTACTS (NO /NC) AVAILABLE ON PANEL - MOUNTED TERMINAL BLOCK (TYPICAL) On Batt Low Batt Timer � � � � � NO C NC NO C NC NO C NC Notes: 1. NO /NC contacts may either share or sue separate commons Specification for 24V Battery Back -up System For 170/2070 system Traffic Signals utilizing Light Emitting Diodes (LED) Traffic Signal Modules: • • SP 29 OF 34 GENERAL The battery back -up system (BBS) shall be designed for outdoor applications and shall include, but not be limited to the following: Inverter module with a built -in battery charging circuitry, batteries, a combined 30A Automatic Transfer Relay - manually operated non - electronic bypass switch (See Figure 1 on page 5 — BBS Block Diagram) and all necessary hardware and interconnect wiring. The BBS shall provide reliable emergency power to a traffic signal in the event of a power failure or interruption. The BBS shall be capable of providing power for full run -time operation for an "LED -only' intersection (all colors red, yellow, and green), an intersection with yellow only incandescent bulbs, or flashing mode operation for an intersection using Red LED's. 6.0 OPERATION 1.1 The BBS shall provide a minimum two (2) hours of full run -time operation for an "LED- only" intersection (minimum 700W /1000VA active output capacity, with 80% minimum inverter efficiency). The BBS shall have at least 4000 watts of peak power. 1.2 The maximum transfer time from loss of utility power to switch over to battery backed inverter power shall be less than 65 milliseconds. 1.3 The BBS shall provide the user with 3 -sets of normally open (NO) and normally closed (NC) single -pole double -throw (SPDT) relay contact closures, available on a panel- mounted terminal block, rated at a minimum 120V/1A, and labeled so as to identify each contact. For typical configuration, see figure 2 on page 5. There shall be a LED indication when each relay is activated. All relays should be deactivated by turning the BBS switch to off. 1.3.1 The first set of NO and NC contact closures shall be energized whenever the unit switches to battery power. Contact shall be labeled or marked "On Batt." 1.3.2 The second set of NO and NC contact closures shall be energized whenever the battery approaches approximately 40% of remaining useful capacity. Contact shall be labeled or marked "Low Batt." 1.3.3 The third set of NO and NC contact closures shall be energized two hours after the unit switches to battery power. Contact shall be labeled or marked "Timer." 1.4 Operating temperature for both the inverter module and the combined 30A Automatic Transfer Relay - Manual Bypass Switch shall be -37 °C to +74 °C. • • SP 30 OF 34 1.5 The combined 30A Automatic Transfer Relay - Manual Bypass Switch shall be rated at 240VAC /30 amps, minimum. 1.6 The BBS shall use an internal temperature- compensated battery charging system. The charging system shall compensate over a range of 2.5 — 4.0 mV / °C per cell. 1.7 Batteries shall not be recharged when battery temperature exceeds 50 °C ±3 °C, and the battery charger should shut off. 1.8 BBS shall bypass the utility line power whenever the utility line voltage is outside of the following voltage range: 100VAC to 130VAC 2VAC). 1.9 When utilizing battery power, the BBS output voltage shall be between 110 VAC and 125 VAC, pure sine wave output, 60Hz ±3Hz. 1.10 BBS shall be compatible with 17012070 controllers and components for full time operation. 1.11 When the utility line power has been restored at above 105 VAC ± 2 VAC for more than 30 seconds, the BBS shall dropout of battery backup mode and return to utility line mode. 1.12 When the utility line power has been restored at below 125VAC ± 2 VAC for more than 30 seconds, the BBS shall dropout of battery backup mode and return to utility line mode. 1.13 BBS shall be equipped to prevent a malfunction feedback to the cabinet or from feeding back to the utility service. 1.14 In the event of inverter failure, battery failure or complete battery discharge, the 30A Automatic transfer relay shall revert to the NC state, where utility line power is reconnected to the cabinet. 1.15 Recharge time for the battery, from "protective low- cutoff' to 80% or more of full battery charge capacity, shall not exceed ten (10) hours. 7.0 MOUNTING/ CONFIGURATION 2.1 Complete BBS, except batteries, shall fit inside a typical, fully equipped 332 Cabinet that includes one 170 or 2070 controller. • • SP 31 OF 34 2.2 Mounting method shall be shelf - mount, rack - mount, swing -tray or combination of either. Front - mounted available rack space is 3U or approximately 6 inches. 2.2.1 Inverter Unit shall be shelf- mounted, and mount from the front of the cabinet with controls and meters in the front and all wiring connections in the back. 2.2.2 All batteries shall be located in the battery cabinet, see Exhibit "E ". 2.2.3 The combined 30A Automatic Transfer Relay - Manual Bypass Switch shall be mounted on the EIA rail or shelf mounted. 2.3 All necessary hardware for mounting (shelf angles, rack, etc) shall be included in the bid price of the BBS. 2.4 All interconnect wiring provided between the combined 30A Automatic Transfer Relay - Manual Bypass Switch and Cabinet Terminal Service Block shall be no less than 2 meters of #10 AWG wire. 2.5 Relay contact wiring provided for each set of NO /NC relay contact closure terminals shall be 2 meters of #18 AWG wire. 8.0 MAINTENANCE, DISPLAYS, CONTROLS AND DIAGNOSTICS 3.1 The BBS shall include a display and /or meter to indicate current battery charge status and conditions. 3.2 The BBS shall have lightning surge protection compliant with IEEE /ANSI C.62.41. 3.3 The BBS shall be equipped with an integral system to prevent battery from destructive discharge and overcharge. 3.4 The BBS and batteries shall be easily replaced with all needed hardware and shall not require any special tools for installation. 3.5 The BBS shall include a resettable front -panel event counter display to indicate the number of times the BBS was activated and a front -panel hour meter to display the total number of hours the unit has operated on battery power. Both meters should be resettable. • • SP 32 OF 34 3.6 Manufacturer shall include two (2) sets of equipment lists, operation and maintenance manuals, and board -level schematic and wiring diagrams of the BBS, and the battery data sheets. Manual shall conform to TEES 1999, Chapter 1 Section 1.2.4.2. 9.0 BATTERY SYSTEM 4.1 Individual batteries shall be 12V type, 65 Amp -Hour or 105 Amp -Hour maximum, and shall be easily replaced and commercially available off the shelf. 4.2 Batteries used for BBS shall consist of 2 to 4 batteries with a cumulative minimum rated capacity of 105 Amp - Hours, and a maximum system voltage of 24 VDC to comply with NEC Class 2 Voltage. 4.3 Batteries shall be deep cycle, sealed prismatic lead- calcium based AGMNRLA (Absorbed Glass Mat/ Valve Regulated Lead Acid) group 24 or group 31. 4.4 Batteries shall be certified by the manufacturer to operate over a temperature range of — 25 °C to +74 °C. 4.5 The batteries shall be provided with appropriate interconnect wiring and corrosion - resistant mounting trays and /or brackets appropriate for the cabinet into which they will be installed. 4.6 Batteries shall indicate maximum recharge data and recharging cycles. 4.7 Battery interconnect wiring shall be via modular harness. 4.8 Battery terminals shall be covered and insulated so as to prevent accidental shorting 10.0 WARRANTY Manufacturers shall provide a two (2) year factory- repair warranty for parts and labor on the BBS from date of acceptance by the State. Batteries shall be warranted for full replacement for two (2) years from date of purchase. The warranty shall be included in the total bid price of the BBS. is 0 Fig 1: MANUAL BYPASS SWITCH (TYPICAL) AC Line to Transfer Relay and inverter TB TB Utility Line Power N NO 0 SP 33 OF 34 AC Line from Transfer Relay and inverter TB NO TB AC Power to 332 cabinet Notes: 1. TB - #8 Terminal Blocks 2. NO - Normally Open 3. NC - Normally Closed 6. NO /NC contacts shall all toggle simultaneously with one single manually operated switch. 7. Manual Bypass Switch shall only switch line. Neutral and Equipment Ground are not switched and shall be connected to NEMA cabinet buses. FIG 2: RELAY CONTACTS (NO /NC) AVAILABLE ON PANEL - MOUNTED TERMINAL BLOCK (TYPICAL) On Batt Low Batt Timer 62) k i NO C NC NO C NC NO C NC Notes: 1. NO /NC contacts may either share or sue separate commons ` SP 34 OF 34 M BATTERY CABINETS The battery cabinets shall be P/N FCU103980 or approved equal and made of Aluminum alloy and of a size and details as shown on EXHIBIT "E" on page SP (Insert) The battery cabinets for the NEMA (City owned) cabinets shall be painted "Newport Beach White" to match the existing signal cabinets and be mounted to the side of the existing signal cabinet just above the foundation. The battery cabinets for the Type 170 (Caltrans owned) cabinets shall have a natural aluminum mill finish and be mounted to the side of the existing signal cabinet at a height of 30" above the foundations. Coast Highway cD "I istall 1 - 722 Detector on signal most arm Dwy I QPpFESs /- C k,0 pM.EDyra -�+ tiQ zQP Ly�FyC i No. C 2? AS z m EXP.13o os* Efflot:4 Install 1 - 722 Detector on signal most arm Coast Highway CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT OPTICOM INSTALLATION AT Coast Highway at Tustin Ave Coast Highway at Riverside Construction Notes ,n. Provide and install Opticom Detectors as shown on the plan. Provide and install 1 ea. Opticom Model #762 Phase selectors at each intersection. Provide and install approx. 200ft of Model #M138 Opticom detector cable at each intersection. DRAWN RON DATE 5/1/02 APPROVED GJl S13oL TRAFFIC ENGINEER R.E. NOCZZIJYM S DRAWING NO. EXHIBIT "A' Uo Court Dr. N. 0 0 C " Install 12pr. # 19 [cc. In existing 2 1/2" Conduit I � ' Bison Ave, I Install 2" Conduit and 12pr #19 Icc..- Approx. 620 ff. ;ITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2" TRAFFIC SIGNAL INTERCONNECT On Bison Ave. Between MacArthur blvd. And Comeback St. No. C22045 z EXP° 3o 6S DRAWN_RON DATE_ 12 / 03 / 07 APPRO /� VED { . r R.E. NO C22c4.S DRAWING NO. EXHIBIT "B" 0 0 Eastbluff Rd Jamboree Rd. aTO .a CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Modification of Traffic Signal at Jamboree Rd, at Ford k Eastbluff Dr, Weld Tenon. Provide and j Install Phase b6 - 12" 3 Section 3M - PV Signal Head. Wire to N Phase 06 Circuit CY No. C 2M ap.s DRAWN RON DATE 5/01 / 02 APPROVED � , 5�2� 02 TRAFFIC [[ ENGINEER I R.E. Number G226I1S ,* o W co a P�oG E o N110 y o N{ o. 1 O, R o N V1 7�\ � SEE J'gPys\oE � o Wi d= 0 c Q a O mU mm c o w m c a RPMP U ` w _o z a x i w O gyp/ 3 S i 0P Z c a LL 3 u OU J a CD pp WEEFj U O� o�510N �n d,L6 m oo'_Ob6Xi- 6 O Q AY -15 -2002 fi 750 71P. 10:35 AM J &J FRONT VM OPEN DOOR SECTION A -A 909 606 2576 P/N FCU103980 21,50 F.01 MATERIAL - ALUMINUM ALLOY .125 THICK 5052 -H32, SURFACE SHALL HAVE A NATURAL ALUMINUM MILL FINISH, PAINT - OPTIONAL DOORS & LOCKS - DOORS ARE NEMA 3R CONSTRUCTION WITH NEOPRENE GASKET, RAIN TIGHT CONTINUOUS HINGE .075 THK. ALUM. WITH STAINLESS STEEL PIN, SECURED BY 1/4 -20 SS CARRIAGE BOLTS, STANDARD EQUIPMENT INCLUDES A 3 POINT LOCKING SYSTEMS WHICH SECURES 24.00 DOOR AT TOP, BOTTOM AND CENTER WITH A #2 20.75 I CORBIN LOCK, DOOR RODS 1/4" X 3/4" ALUM. I BAR W/ 1" NYLON ROLLERS, MAIN DOOR HANDLE STEEL, BRUSH ZINC PLATED. TOP VIEW A--+ � III, `I — 24.00. -1 FRONT VIEW SHELVES - ONE REMOVABLE FULL WIDTH SHELVES ARE FURNISHED WITH EACH CABINET, SHELF IS 8.25" DEEP, VENTILATION - A VENT PATTERN IS PROVIDED ON THE UNDERSIDE OF THE COVER OVERHANG, LOUVER SLOTS ARE FORMED IN THE LOWER PART OF THE MAIN DOOR, THIS CREATES A NATURAL MOVEMENT OF AIR AND HAS A COOLING AFFECT ON ELECTRICAL EQUIPMENTS. AND IF SPECIFICATIONS CALL FOR EXHAUST FAN, PROVISIONS ARE MADE TO ACCOMODATE THE FAN, THE INTAKE AND THE EXHAUST IS RAIN TIGHT AND WILL NOT DRAIN WATER INTO CABINET. or Ftz L8.00 RIGHT SIDE :'NO. C22ruK EXP. 9130 0� EXHIBIT "E"' I , C o U It N N r �Ict v m v v m N N N N M N N It N N Nt N�t M It It N N (O m CO O O It N T N M LO A N T Nt- NM�ON� r r r r r r N N @ C m C = C O o @ N W @ m @ 3 Y C C C-0 p y @ vl Cn Cn O N @ @ m N N L m N m -0.00-0- ° -° -0 -0n° E E E E E E E E 9 Mi M m T I 0 T O r— W J D 0 W U U) >Q) a � N }T co > C a � o N (� ID r 3 3 o a 0 0 F dQ Oc N yO T LL N n Z ( 3 > O y C _ Q E N N r U UN 0. N i O @ cj� - � N mO _NQ w p J C O � 30 N D Z - (D Q I c N z 3 U (J CV O O Y T N @ E U) C N T C o U It N N r �Ict v m v v m N N N N M N N It N N Nt N�t M It It N N (O m CO O O It N T N M LO A N T Nt- NM�ON� r r r r r r N N @ C m C = C O o @ N W @ m @ 3 Y C C C-0 p y @ vl Cn Cn O N @ @ m N N L m N m -0.00-0- ° -° -0 -0n° E E E E E E E E 9 Mi M m T I 0 T O r— W J D 0 W U U) c N N °o C m N co V �. m o ID 3>} o o a a E F } m Oc m c ° y a) a 3 N n Z C7 j d Qa �J JUN 2 5 21302 TO: Mayor and Members of the City Council FROM: Public Works Department June 25, 2002 CITY COUNCIL AGENDA ITEM NO. 14 SUBJECT: 2002 -2003 TRAFFIC SIGNAL UPGRADES - AWARD OF CONTRACT NO. C -3529 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Award Contract No. 3529 to F. J. Johnson, Inc. for the Total Bid Price of $303,759.00 and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $30,375.90 to cover the cost of unforeseen work. 4. Approve a Budget Amendment authorizing the appropriation of $55,634 from the Transportation and Circulation Fund balance to Account No. 7261- C5200068. DISCUSSION: At 1:30 P.M on June 13, 2002, the City Clerk opened and read the following bids for this project: BIDDER TOTAL BID AMOUNT Low F.J. Johnson $303,7%00 2 Macadee Electrical Construction $318,635.00 3 Inspection Engineering $336,919.10 4 Amelco Electric $385,520.00 The low total bid amount is 18 percent below the Engineer's Estimate of $370,000. The lowest responsible bidder, F.J. Johnson, possesses a Class "A" Contractor's license as required by the project specifications. A check of F.J. Johnson's references indicates they have satisfactorily completed various similar improvement projects for the City during the past 22 years. The work included in this contract consists of: • Traffic signal upgrades at Jamboree Road at Eastbluff Drive - University Drive, Jamboree Road at Island Lagoon -Hyatt Newporter, Newport Center Drive at Santa Cruz Drive, and Superior Avenue at Ticonderoga Street • Installation of emergency vehicle preemption equipment at the intersections of Coast Highway at Tustin Avenue and Coast Highway at Riverside Avenue • Installation of traffic signal interconnect on Bison Avenue between Camelback Street and MacArthur Boulevard • Installation of battery backup equipment to power the traffic signals in case of a power outage at the following intersections: Jamboree Road at Bayview Way Subject: 2002 -2003 Traffic&al Upgrades — Award of Contract No. C -3520 June 25, 2002 Page: 2 ❖ Jamboree Road at Bison Avenue Jamboree Road at Ford Road - Eastbluff Drive r Jamboree Road at San Joaquin Hills Road ❖ Jamboree Road at Santa Barbara Drive ❖ Jamboree Road at Back Bay Drive Coast Highway at Jamboree Road Coast Highway at Bayside Drive ❖ Coast Highway at Dover Drive ❖ Coast Highway at Balboa Bay Club Coast Highway at Tustin Avenue ❖ Coast Highway at Riverside Avenue Newport Boulevard at Hospital Road 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. Staff is requesting an additional $55,634 be appropriated from the Transportation and Circulation Fund balance to Account No. 7261- C5200068 to accommodate this project. There are sufficient funds available in the following accounts for the work: Account Description Traffic Signal Installation and Upgrades Traffic Signal Installation and Upgrades Traffic Signal Preemption System Respectful) ttfed, U WORKS DEPARTMENT Stephen G. Badum, Director By: 1Let1 ° ames E. rahler, P.E. Project Manager Attachments Bid Summary Map of Project Locations Account Number Amount 7181- C5200068 $259,000.00 7261- C5200068 $ 60,134.00 7181- C5200408 $ 15,000.00 Total: $334,134.00 x Q W Ca 0 a 3 W Z LL 0 F Z W a W 0 ce 3 U J m a a w 0 0 m i x f lU w V 0 V O W Se Y d C V n W di V � N m` m W a m n H X } m G i c aV b 0 0 0 0 o 0 g o 0 0 0 0 0 0 0 0 0 g 0 0 0 0 0 0 0 0 Z d o 0 o d o o d o 0 o � o M �n W in N a M a M o a 0 lD 0 H 0 In 0 a oci h 0 h V 'C O W Q 8 E E i- Z 1!1 N O IA O O N N vt h In N O O O 1l1 Vt N U1 h IA N 1/1 N Vt h v1 h N P O Ih W W !A a N h P W M P a O O y M to P O P P N tfi M P M P W W O O a a ti N N N N+ N P P N P P C Q W C O d � c 0 0 0 0 0 0 0 o O o 0O 0 0 0 F o 0 0 0 0 0 0 0 0 0 0 0 0 Z O o o W vi W vi h o o o o vi a o o vi a o o vi o 0 0 0 0 0 w Q W w �w U F- f Z O O O O O O O O O O O O O o O O 0 O O O O O O O O O O O h0 rli cr � c h h o 0 0 0 0 o m m L Q 0 LL Z 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0O oO oO o 0O 00 i o 0 0 00 0 O 0 0 0 oo 0 0 0 0 0 0 0 o ion W N N h h m m ti m m a a �a wo 0 0 0 0 0 0 0 0 g 0 0 0 0 c F o 0 0 0 0 0 0 0 0 0 0 0 0 0 Z a 0 o 0 0 0 0 0 0 0 0 0 0 0 0 o 0 Wo 0 0 0 0 o 0 c 0 w of a o o N h .mr .mi P m .mi m a a L V � w w m m m w is m w ro ro 7Toc _a _n _n _n _n 7 `w wE Y Y C Y Y Y Y K Y i O E E 3 E x = u 3 u w u p u u d u a'y5 F- o oZ w 0 v� w tn' w Ba aa0,a ama a w V >v E y C y } L y v U G '� w N Y1 V "n� O w> Y+'�m w w ts'� w C i'" t:N w CL �'az w w of W mp� c mq� A� > V O f0 M C C a p .O p L C m 0 a C 6 Q Q a 'GC m w o c 7 in c a' c n c p o c o c m c o c = c m u p C a ,c w OI d1 w N Q N C N C y N C N C c v CyC N m c p C L A t L VI N W y y� W `0 `0 `o N x u n u p u N u v E n' g B` 0 m y y L 9E E 5E W W a m n H X } m G i c aV b Q WM W a W Z O Z W ce CL W ce 3 U J m .7 a i m 0 m w sf E: O y O W W Y c U 2 W O F °_ < m m E J - m m I I I I 1 1 i I I I i m a [K S f N m S c d t 3 00 Z o 0 0 0 o O L •-1 Q �+ lii va m rl 0 d E H ¢ Z F 7 � � Z m m m m l0 o m 20 < v v v a -. N m a r w M yo � c � Z g o d d d o d 0 0i rn rn rn ov o M ._ O v v v v v t2 m w a m ~ p £ Z N p Z c o 0 0 o e c o 1II ll1 Lq Ill V1 N OR c O m m m rn M .i ry r C6 oa n Z O � J 2 Z 0 E 0 0 0 0 0 0 0 0 b ke 16 a Ln ml c W to 16 e o rn .-1 r1 .-1 rl rl ti N t J E E a E E cal c _n O mm =a F- �O am m> a¢ m¢Y mm m vI rnry�ry c� '.2 U A S N N N C w m ✓- Q' l0 10a v A p m JS m m m m m m j� ` m o o s w y l¢ r m E V1 iA �i N C Q W Q OQ p N m lL U IY V IL U IL V IL Z LL fo 2: ILL MOI Wn m r m rn o N � N m a [K S f N m S c d t 3 &ty of Newport Bead* BUDGET AMENDMENT 2001 -02 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates X Increase Expenditure Appropriations Transfer Budget Appropriations SOURCE: from existing budget appropriations from additional estimated revenues X from unappropriated fund balance EXPLANATION: NO, BA- 050 AMOUNT: 555,63a.00 Increase in Budgetary Fund Balance AND X Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance This budget amendment is requested to provide for the following: To increase expenditure appropriations related to the 2002 -2003 Traffic Signal Upgrade Project, C -3529. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account 260 3605 REVENUE ESTIMATES (3601) Fund/Division Account EXPENDITURE APPROPRIATIONS (3603) Description Transportation S Circulation Fund Balance Description Amount Debit Credit $55,634.00 Description Division Number 7261 Transportation & Circulation Account Number C5200068 Traffic Signal Installation /Upgrade $55,634.00 Division Number Account Number Division Number Account Number Division Number Account Number Division Number Account Number Auronebc System Enby. Signed: 6 , />� "0�2 Financial Approval: Administrative Ices Director ' Date Signed: p• �/ �� �/� Administrable Appro I: City Manager Date Signed: City Council Approval: City Clerk Date Sty of Newport Beach BUDGET AMENDMENT 2001 -02 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates X Increase Expenditure Appropriations Transfer Budget Appropriations SOURCE: from existing budget appropriations from additional estimated revenues PX from unappropriated fund balance EXPLANATION: NO. BA- 050 AMOUNT: $55,634.00 Increase in Budgetary Fund Balance AND X Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance This budget amendment is requested to provide for the following: To increase expenditure appropriations related to the 2002 -2003 Traffic Signal Upgrade Project, C -3529. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account 260 3605 REVENUE ESTIMATES (3601) Fund /Division Account EXPENDITURE APPROPRIAT IONS (3603) Description Transportation & Circulation Fund Balance Description Amount Debit Credit $55,634.00 " Description Division Number 7261 Transportation & Circulation Account Number C5200068 Traffic Signal Installation /Upgrade $55,634.00 Division Number Account Number Division Number Account Number Division Number Account Number Division Number Account Number ' Automwh'c System Entry. Signed: Financial Approval: Administra0ve ervices Director 94"d-W:4- J /9Date Signed: Administrative Appro I: City Manager 7Date Signed: City Council Approval: City Clerk Date CITY OF NEWPORT ?EACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 July 8, 2002 Amelco Electric S.F., Inc. 2654 Martin Luther King Jr. Boulevard Lynwood, CA 90262 Gentlemen: Thank you for your courtesy in submitting a bid for the 2002 -2003 Traffic Signal Upgrades Project (Contract No. 3529) 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 CI'?V OF NEWPORT VEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 July 8, 2002 Macadee Electrical Construction 14771 Cherry Circle Chino Hills, CA 91709 Gentlemen: Thank you for your courtesy in submitting a bid for the 2002 -2003 Traffic Signal Upgrades Project (Contract No. 3529) 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, o �,&, M - A LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CI ?' OF NEWPORT11EACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 July 8, 2002 Inspection Engineering Construction 2973 Harbor Boulevard, #516 Costa Mesa, CA 92626 Gentlemen: Thank you for your courtesy in submitting a bid for the 2002 -2003 Traffic Signal Upgrades Project (Contract No. 3529) 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