Loading...
HomeMy WebLinkAboutC-3678 - San Miguel Drive/Spyglass Hill Road Traffic SignalCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC November 23, 2005 Steiny and Company, Inc. 12907 East Garvey Avenue Baldwin Park, CA 91706 -0993 Subject: San Miguel Drive /Spyglass Hill - East Gate Traffic Signal Installation and Miscellaneous Upgrades (C -3678) To Whom It May Concern: On November 23, 2004, 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 January 5, 2005. The Surety for the contract is Safeco Insurance Company of America, and the bond number is 6253099. Enclosed is the Faithful Performance Bond, Sincerely, LaVonne M. Harkless, MMC City Clerk cc: Public Works Department R. Gunther, P.E. 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 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 3018 BOND NO. 6253099 FAITHFUL PERFORMANCE BOND The premium c harMs on this Bond Is $ 1, 6x,0.00 being at the rate of $ 7.0U per -------------------- thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach. State of California, by motion adopted, awarded to Stefny and Company, Inc, hereinafter designated as the 'PrfncipaF, a contract for construction of SAN MIGUEL DRIVEf8FYGL.AS$ HILL-EAST GATE TRAFFIC SIGNAL INSTALLATION AND MISCELLANEOUS UPGRADES, Contract No. 3678 In the City of Newport Beach, In strict confo►mlty with the plans. drawings, specifications, and other Contract Documents maintained In the Public Works Department of the Ctly of Newport Beach, all of which are incorporated herein by this reference. WHEREAS. Principal has executed or is about to execute Contract No. 3878 and the temps thereof require the tumishing of a Bond for the fa$Mul performance of the Contract NOW, THEREFORE, we, the Principal, and Safeco Insurance Company of America 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, to the sum of TWO HUNDRED THIRTY-FIVE THOUSAND, SIX HUNDRED FORTY-NINE AND 001100 Dollars ($235,649,00) 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 falls to indemnify, defand, and save harmless the City of Newport Beach, its officers. employees and agents. as therein stipulated, then. Surety will faithfully pertorn the same, in an amount not exceeding the sum specified in fhts Bond: otherwise this obligation shall become null and void. 'sa_ 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 aeon to 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,aftat its obligations on this Bond, and it does hereby waive nodes of any such change, extension of tune, alterations or additions of the Contract or to the wo*-or to the specifications:.. . . a ... - This FaitMul Performance Bond shall be extended and maintained by the Principal In full force and effect for one (1) year following the date of forrnai acceptance of the Project by the City. In the event that the Principal executed this bond as an Uxxvldual, it Is agreed that the death of any such Pnnclpai shell not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this Instrument has been duly executed by the Principal and Surety above named, on the t 7 jh day of February 12W. Steiny & Company. Inc. (Principal) Safeco Insurance Company of America Name of Surety 330 N. Brand Blvd Ste 1000 Glendale, CA 91203 Address of Surety (818) 956 -4257 Telephone Autitorized Signaturerfibe Vice President nixed Agent Signature Scott Salandi, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED w CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of Riverside On CL U before me, Shawn R. Bradfield, Notary Publ o wme.aa na"*w 04'', o9a war Nbin personally appeared Richard Tesoriero wnn(al A Sperta) }personally known to me ❑ proved to me on the basis of satisfactory evidence T7' tt to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that ha/shelthey 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. OPTIONAL Trough to infameim below is not required bylaw, it mayprvve valuable to Persons relying on the document and ooddprevw$ rraudderrt rmhoval and reaffachffW4 of U* tonrhl to another doom t Description of Attached Document Tittle or Type of I Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: Richard Tesoriero r'$G 0 Individual )4Corporate Officer — Title(s): Vice President ❑ Partner —❑ limited O General O Anomey -in -Fad O Trustee ❑ Guardian or Conservator O Other. Signer IsRepresenfing: Steiny and Company, Inc. 0 1999 Nohe MmdWm•935 a ".. P.O. am2a)2- darawpN.G 91313240?1w Awiw Wtana9 Pi90. W. 5901 CALIFORNIA.ALL- PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On February 17, 2004 before me, Noemi Quiroz, Notary Public DATE NAME, TITLE OF OFFICER - E.G., -JANE DOE, NOTARY PUBLIC- personally appeared Soott Salandi NAME(S) OF SIGNER(S) ® personally known to me - OR - A ' ❑ proved to me on the basis of satisfactory evidence the person(s) whose name(e) is /aFe subscribed to the within instrument and acknowledged to me that he/sheAhey executed the same in his/beFAheiF authorized capacity(les), and that by his/geF/#i& signature(&) on the instrument the person(a), or the entity upon behalf of which the person(s) acted, executed the instrument. WIT ESS my hand and official seal. H+A SIGNATIf E OF NOTARY OPTIONAL the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑INDIVIDUAL ❑CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT Performance Bond 6253099 TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES February 17, 2DD4 DATE OF DOCUMENT Stein and Company. Inc. SIGNER(S) OTHER THAN NAMED ABOVE POWER SAFECO INSURANCE COMPANY OF AMERICA SAFECO' ► OF ATTORNEY GENERAL INSURANCE COMPANY OF AMERICA NOME OFFICE SAFECO PLAZA SEATTLE. WASHINGTON 98185 No. KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint ................................. VICTORIA STOCKTON: JOHN D. MILLER; SCOTT SALANDL Sam Ana. California • "'• " " " " " " "' "" its true and lawful attomey(s) -in -fad. with lull authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in Die course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 13th day of May CHRISTINE MEAD, SECRETARY MIKE MCGAVICK, PRESIDENT CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: 2003 'ArOde V, Section 13. - FIDELITY AND SURETY BONDS ... the President. any Vice President the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys- in-fad a under other appropriate tNles With authority to execute on behalf of the company fidelity and surety bonds and other documents of shnilar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced: Provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking.' Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28. 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out. (i) The provisions of Article V. Section 13 of the By -Laws, and (ii) A copy of the power- of- aaomey appointment, executed pursuant thereto, and FIJI Certifying that said power- ol- attomey appointment is in full force and effect. the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof.' 1, Christine Mead, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto. are We and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seat of said corporation this 17th SEAL l l (y('=AL S- 0974fSAEF 2101 dayof February . 2004 CHRISTINE MEAD. SECRETARY O A registered trademark of SAFECO Corporation 05iiYZW3 POF • i CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC January 5, 2005 Steiny and Company, Inc. 12907 East Garvey Avenue Baldwin Park, CA 91706 -0993 Subject: San Miguel Drive /Spyglass Hill - East Gate Traffic Signal Installation and Miscellaneous Upgrades (C -3678) To Whom It May Concern: On November 23, 2004, 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 December 1, 2004, Reference No. 2004001066001. The Surety for the contract is Safeco Insurance Company of America, and the bond number is 6253099. Enclosed is the Labor & Materials Payment Bond. Sincerely, LaVonne M. Harkless, MMC City Clerk cc: Public Works Department R. Gunther, P.E. 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 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 3678 BOND NO. 6253099• Premium included in Performance. Bond 1NAi'EFt LABOR AND iwi S PA . ENT BOND WHEREAS, the City Council of'the City of Newport Beach. State of California, by motion adopted, has awarded to Steiny and Company, inc., hereinafter designated as the'Poncipal; a contract for construction of SAN MIGUM DRWE/SPYGLASS Hlf - EAST GATE TRAFFIC SIGNAL INSTALLATION AND miscELLANEOus UPGRADES, Contract No. 367$ in the City of Newport Beaoh,,in sirict:co+iftxmity with the plans, drawings; Specifications and other t^optract Documents in the of lice of the Public Works Department of the City of Newport Beach, sit of which are incorporated hereln:bythis reference. WHEREAS, Principal has executed or is about to execute Contract No. 3678 and the terms thereof require the furnishing of a bond, providing that 9 Princxpat or any of Principsfs subcortaactors, :shall fail to • pay for any materials, provisions, or. other Supplies used Jn...upon, for, or about the perfomra pe of the .work agreed to be: done, or for any work or labor done thereon of any fdnd,'the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THkREFORE,. We the undersigned Principal, and, Safeco Insurance Company of America_ _ duly aufhorinsd to transact business under the laws of the State of California, as Surety. (inferred to herein; as 'Surety") are held firmly bound unto. the City of Newport Beach, in the sum of TWO HUNDRED. THIRTY -FIVE THOUSAND; SIX HUNDRED FORTY-NINE AND 001100 Dollars ($235,649:00) lswful money of the United States of America, said sum being equal to 1 00% 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 Principals 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 attomeys fee, to be fcced by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 26 0 0 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to,give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et seq. of the Civil Code of the State of Califomia. 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 worts to be performed thereunder or the specifications accompanying the same sjrall 16 any wise affed 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 17t( day of February 200A Steiny & Company, Inc. (Principal) Saf eco Insurance Company of America Name of Surety 330 Il nd Blvd Ste 1000 dlendale; Bra CA `'91203 Address of Surety (818) 956 -4257 Telephone Authorized SignaturelTtle, Vice president = s+vorized Agent Signature -- Scott Salandi, Attorney -in -Fact Print Name and Tille NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 27 0 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Riverside I On kb AINA beforeme,Shawn R. Bradfield, Notary Pul pa� Nenr vd TNe d 0l (e.g.. 'Jav pea, Net P,m9cj personally appeared Richard Tesoriero N .(.) a simar(.) _ )Qersonally known to me ❑ proved to me on the basis of satisfactory evidence �. . to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he /she/they executed the same in his /her/their authorized capacity(ies), and that by his/her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WI NESS my hand and official seal. v 5 aid- OPTIONAL Sgrewre of Notary Rmik Though the mformafion below awl required bylaw, R may prove valuable to persons retying on the document and oould prevent fraudulent removal and reattachment of Ws form to another document Description of Attached Document Title or Type of Document: LD ?\ O— �p1� � l' _- t Document Date: t t 1)��� (3 J�,�,- � • I , ) 1. + Number of Pages: Signer(s) Other Than Named Above: one Capacity(ies) Claimed by Signer Signer's Name: Richard Tesoriero ❑ Individual Top d ftnb t2�e _�CCorporate Officer — Title(s): Vice President ❑ Partner — O Limited ❑ General • Attomey -in -Fact • Trustee • Guardian or Conservator ❑ Other. Signer Is Representing: Steiny and Company, Inc. 01999NaeaWl Notary A.9Jm' •9350NSoto Are.,P.O.Bo.YW2•CnauwM, CA 9131 }$pp('.1r1.r.meonalmprynry Prod W. 5907 flewtle..=To Free 1�}5ea97 0 CALIFORNIA ALL- PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles 0 On February 17, 2004 before me, Noemi Quiroz, Notary Public DATE NAME, TITLE OF OFFICER - E.G., "JANE DOE, NOTARY PUBLIC" personally appeared Scott Salandi NAME(S) OF SIGNER(S) ® personally known to me - OR - NOEMI QUIROZ 61MYCOmm. Commission # 1420878 Notary PubBo - California Orange County Expires Jun 26, 2007 ❑ proved to me on the basis of satisfactory evidence the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that heisheAhey executed the same in his /he44& authorized capacity(ies), and that by hisAw /th& signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNE S my hand and official seal. IGNATURE O NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑INDIVIDUAL ❑CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) Safeco Insurance Company of America DESCRIPTION OF ATTACHED DOCUMENT Payment Bond 6253099 TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES February 17, 2004 DATE OF DOCUMENT Stein and Company, Inc. SIGNER(S) OTHER THAN NAMED ABOVE • SAFECO- POWER t OF ATTORNEY KNOW ALL BY THESE PRESENTS: SAFECO INSURANCE COMPANY OF AMERICA GENERAL INSURANCE COMPANY OF AMERICA HOME OFFICE. SAFECO PLAZA SEATTLE WASHINGTON 98185 No. That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint "`"` " ° " " " ^ "" "' °'" " VICTORIA STOCKTOW JOHN D MILLER; SCOTT SALANDI', Santa Ana. California' * ...........................`..° its true and lawful attorney(s) -in -fact, with full authority to execute on its behalf Fidelity and surety' bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 13(h day of May . 2063 t-e- P ct\ CA-, CHRISTINE MEAD, SECRETARY MIKE MCGAVICK, PRESIDENT CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: 'Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for,that purpose by the officer in charge of surely operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate idles with authority to execute on behalf of the company Fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall rot be necessary to the validity of any such instrument or undertaking.' - Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970- "On any certificate executed by the Secretary or an assistant secretary of the Company setting out. (i) The provisions of Article V. Section 13 of the By -Laws, and (ii) A copy of the power- of- attomey appointment, executed pursuant thereto, and (iii) Certifying that said power -of- attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof 1, Christine Mead, Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, 1 have hereunto set my hand and affixed the facsimile seal of said corporation SEAL / 1 /w 1 S -09741SAEF 2101 this 17th dayof February 2004 CHRISTINE MEAD, SECRETARY OO A registered trademark of SAFECO Corporation 05(130303 POF EXHIBIT A 0 IMPORTANT NOTICE TO SURETY BOND CUSTOMERS REGARDING THE TERRORISM RISK INSURANCE ACT OF 2002 As a surety bond customer of one of the SAFECO insurance companies (SAFECO Insurance Company of America, General Insurance Company of America, First National Insurance Comparry, American States Insur- ance Company or American Economy Insurance Company), it is our duty to notify you that the Terrorism Risk Insurance Act of 2002 extends to 'surety insurance. This means that under certain circumstances we may be eligible for reimbursement of certain surety bond losses by the United States government under a formula established by this Act. SkWw ANs formula, the United - Stites government pays 90% of losses caused by certified acts of-te terism that exceed a statutorily established deductible to be paid by the insurance company providing the bond. The Act also establishes a $100 billion cap for the total of all losses to be paid by all insurers for certified acts of terrorism. Losses on some or all of your bonds may be subject to this cap. This notice does not modify any of the existing terms and conditions of any bonds issued for your account, the underlying agreements guaranteed by those bonds, any statutes goveming the terms of those bonds or any generally applicable rules of law. At this time there is no premium change to any of your bonds resulting from this Act. Dated: February 24, 2003 56247 2/03 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk 3300 Mof Newport Beach Newport Boulevard Newport Beach, CA 92663 L] Recorded in official Records, Orange County Tom Daly, Clerk- Recorder I'II!II! III ''II!iillli!liiilll!!IIIII!': III! IIIIIIII !II!IIIII!IIIIIIII!I!iIIINO FEE 2004001066001 R03am 12101104 117 92 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 NOTICE OF COMPLETION 6103" NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Steiny and Company, of Baldwin Park, California, as Contractor, entered into a Contract on February 24, 2004. Said Contract set forth certain improvements, as follows: San Miguel /Spyglass Hill -East Gate Traffic Signal Installation (C -3678) Work on said LantEarl-Amm 1 TnpWM on _QctotLer 13. 2004, and was found to be acceptable on November 23. 2004, by the City Council. Title to said property is vested in the Owner, arLd th Surety for said Contract is Safeco Insurance Company of America. VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on. a `(� a QO y at Newport Beach, California. BY City Clerk J! l� �F- (V G U �1 O% Q Y� � _._ w c1. Lld I 3' C U_ l.):d k� O r✓ V �:y O Surety for said Contract is Safeco Insurance Company of America. VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on. a `(� a QO y at Newport Beach, California. BY City Clerk J! l� �F- (3�'Ii C- CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. i i November 23, 2004 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department R. Gunther, P.E. 949 - 644 -3311 rgunther@city.newport-beach.ca.us SUBJECT: SAN MIGUEL/SPYGLASS HILL -EAST GATE - TRAFFIC SIG=L ` ' INSTALLATION — COMPLETION AND ACCEPTANCE OF CONTRACT NO. 3678 RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 4. Release the Faithful Performance Bond one year after Council acceptance. DISCUSSION: On February 24, 2004, the City Council authorized the award of San Miguel /Spyglass Hill -East Gate Traffic Signal Installation contract to Steiny and Company. The contract provided for the installation of a traffic signal at the San Miguel Drive /Spyglass Hill Road - Eastgate Drive intersection; installation of Emergency Vehicle Preemption (EVP) systems at the San Miguel Drive /San Joaquin Hills Road and the Balboa Boulevard /River Avenue intersections; and relamping traffic signals at numerous locations throughout the City with light emitting diode (LED) indications. The traffic signal installation at the San Miguel Drive /Spyglass Hill Road - Eastgate Drive intersection was on the City Council- approved signal priority list and meets traffic signal installation warrants. The EVP system installation at the San Miguel Drive /San Joaquin Hills Road and the Balboa Boulevard /River Avenue intersections was part of an on- going cooperative effort between the Public Works Department and Fire Department to improve emergency response within the City. The LED traffic signal indication relamp • component was mandated by the California Energy Commission in an effort to reduce SUBJECT: San Miguel /Spygla�ll -East Gate Traffic Signal Installation - Completion* Acceptance of Contract No. 3678 November 23, 2004 Page 2 energy consumption. The mandate prohibits the installation of incandescent light bulbs into a traffic signal indication that has a production date later than March of 2003. A previous contract has already relamped all red indications. This contract completed the installation of green and yellow LED indications at many City maintained traffic signals. The remaining traffic signal locations with incandescent indications are planned to be relamped by a future contract in the 2004 -2005 fiscal year. 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: $235,649.00 Actual amount of bid items constructed: $235,649.00 Total amount of change orders: $28,239.15 Final contract cost: $263,888.15 The final overall construction cost including Change Orders was 12% percent over the original bid amount. The City Manger has given his written authorization to exceed the original contract by over 10% per the City Council Policy F -3. Two change orders in the amount of $28,239.15 provided for three new signal heads, 25 LED indications, interconnect cable from the Central Library communication node to San Joaquin Hills Road, one additional pedestrian post, and boring of bedrock for one pole foundation. Environmental Review: Staff determined that the project was exempt from CEQA as provided for in Section 15061(b)(3) of the Guidelines, because the project did not have a significant effect on the environment. The justification for these locations is that the proposed traffic signal and miscellaneous upgrades are contained within existing developed right -of -way. Funding Availability: Funds for the project were expended from the following accounts: Account Description Account Number Amount Traffic Signal Installation and Upgrades 7261- C5200068 $247,888.15 Traffic Signal Preemption System 7181- C5200408 $16,000.00 Total: $263,888.15 The original contract completion date was September 8, 2004. Due to the additional change order work the contract was extended to October 13, 2004. All work was completed by the revised completion date. Prepared by: Submitted by: R. Gun her, P.E. Stephe ' . Badum Construction Engineer (_.; 'Publid Works Director 0 0 4 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harldess, MMC November 24, 2004 Orange County Recorder P. O. Box 238 Santa Ana. CA 92702 RE: Notice of Completion (C -3625) Notice of Completion (C -3634) Notice of Completion (C -3678) Please record the enclosed documents (3) and return them to the City Clerk's Office. Thank you. Sincerely, LaVonne M. Harkless, MMC 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 0 0 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Exempt from recording fees pursuant to Government Code Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Steiny and Company, of Baldwin Park, California, as Contractor, entered into a Contract on February 24 2004. Said Contract set forth certain improvements, as follows: San Miguel /Spyglass Hill -East Gate Traffic Signal Installation (C -3678) Work on said Contract was completed on October 13. 2004, and was found to be acceptable on November 23, 2004, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Safeco Insurance Company of America. VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on `f a Gc at Newport Beach, California. BY e`r h� OF City Clerk's r ;� Ll • J CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT 0 0- 30 ? Agenda Item No. 9 February 24, 2004 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY FROM: Public Works Department Brad Sommers, P.E. 949 -644 -3311 bsommers@city.newport-beach.ca.us APPROVE SUBJECT: SAN MIGUEL DRIVE /SPYGLASS HILL ROAD -EAST GATE DRIVE TRAFFIC SIGNAL INSTALLATION AND MISCELLANEOUS UPGRADES - AWARD OF CONTRACT NO. 3678 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Award Contract No. 3678 to Steiny and Company, Inc. for the Total Bid Price of $235,649.00, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $23,565.00 to cover the cost of unforeseen work. DISCUSSION: At 10:00 A.M. on February 4, 2004 the City Clerk opened and read the following bids for this project: BIDDER Low Steiny and Company, Inc. 2 Pouk and Steinle, Inc. 3 MacAdee Electric 4 Inspection Engineering Construction 5 Pro Tech Engineering, Corp. 6 Pete & Sons 7 KDC, Inc. /Dynalectric 8 R & M Electrical 9 Republic Electric TOTAL BID AMOUNT $235,649.00 $236,670.00 $242,989.00 $244,324.80 $258,175.00 $262,000.00 $269,768.00 $272,800.00 $281,800.00 Subject: San Miguel Drive /SpygiHill -East Gate Traffic Signal Installation - Award of A No. 3678 February 24, 2004 Page: 2 The low total bid amount is 9 percent below the Engineer's Estimate of $266,000.00. The • low bidder, Steiny and Company, Inc., possesses a California State Contractors License Classifications A and C -10 as required by the project specifications. A check of the Contractor's references indicates they have satisfactorily completed similar projects for other municipalities. The San Miguel Drive /Spyglass Hill Road - Eastgate Drive Traffic Signal Installation and Miscellaneous Upgrades project consists of the following three components: 1. Installation of a traffic signal at the San Miguel Drive /Spyglass Hill Road - Eastgate Drive intersection. 2. Installation of Emergency Vehicle Preemption (EVP) systems at the San Miguel Drive /San Joaquin Hills Road and the Balboa Boulevard /River Avenue intersections. 3. Relamping traffic signal indications at 18 locations with light emitting diode (LED) indications. The traffic signal installation at the San Miguel Drive /Spyglass Hill Road - Eastgate Drive intersection is on the City Council- approved signal priority list and meets traffic signal installation warrants. • The EVP system installation at the San Miguel Drive /San Joaquin Hills Road and the Balboa Boulevard /River Avenue intersections is part of an on -going cooperative effort between the Public Works Department and Fire Department to improve emergency response within the City. The LED traffic signal indication relamp component of this contract has been mandated by the California Energy Commission in an effort to reduce energy consumption. The mandate prohibits the installation of incandescent light bulbs into a traffic signal indication that have a production date later than March of 2003. A previous contract has relamped all red indications. This contract will complete the installation of green and yellow LED indications at 18 City maintained traffic signals. The remaining traffic signal locations with incandescent indications are planned to be relamped by a future contract in the 2004 -2005 fiscal year. Per the Contract Specifications the Contractor will have 120 consecutive working days to complete the work. Environmental Review: Staff has determined that the project is exempt from CEQA as provided for in Section 15061(b)(3) of the Guidelines, because it can be seen with certainty that there is no • possibility that the project will have a significant effect on the environment. The • CJ • Subject: San Miguel Drive/Spygla *I -East Gate Traffic Signal Installation - Award of Contract 3678 February 24, 2004 Page: 3 justification for these locations is that the proposed traffic signal and miscellaneous upgrades are contained within existing developed right -of -way. Funding Availability: There are sufficient funds available in the following accounts for the project: Account Description Traffic Signal Installation and Upgrades Traffic Signal Preemption System Prepared by: Brad Sommers, P.E. Associate Civil Engineer Attachments: Bid Summary Account Number 7261- C5200068 7181- C5200408 Total: Submitted by: Amount $250,000.00 $16,000.00 $266,000.00 Badum s Director U a W m O a W Z LL O H LE Z W F K Q CL W O N Y U J m 7 CL • E i.l i0 F O O O W U ~ u O ° W ° Y _d U LL S U Z w 0 n C w of 0.m O m M m L1 < C O F z N U U K W 00 wa • a • f E 0 m_ 4 E 8 3 F o° °o °m °o S . °O °o °O oo F o °o °O S °O °O o o °0 0 ll °o °o °o °m o v Z $ ° $ ° ° $ n l7 m m n r my 0 N o O O S o N N m m p N m m m m .0 0 Y N 0 0 m U S � _ a N d W a N C W U O O O °m O O p O O O S j O S O O S O O O O U F' N N O O p O S O o O m O m d r OO O 0 0 0 o 0 0 0 0 O O d Z n m m m N O m n n = F K Z N o O O O N N 0 N 0$ O m m F O O O O O O O O O S O O O O O S O ci N N N Y P o O m m m m N rn !N p O O N m O o m 0 4m O p V O D tO tOm�1 N Y N ^ m m N 0 0. 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 o 0 O o 0.0 of o o 0 m 600 S o m 0 m = Z K K Z i V F m A r m [i N N m n m m O p O o O O O O O 0 ... 0 00. 0 F O O O O O O O O O p U F O O O O O O O O O W 2 �i°nwrvma�mu°'i_nm 0 0 0 0 0 0 0 0 0 0 Z5 Z O r ui.M..eag m o m ri n m % O r Cf (7 Cj N M n m m 4.6 0 N !D 6 A n r N n 16 C N T Q Q N N 0 N 0 0 0 0 0 O O O o V O Soo O° O 6 O° 000. o O CO.r p C F m N y �O+i h a Z N or N Cf Of (00 O. N ro O! Qa N m n % 0 Z O Z O O M N N Ot m of N N O m fp F Y F 0 O 0 o 0 o 0 0 0 0 0 0 0 0 o 0 0 0 o r o O 0 o$ o o 0 O 0 o 0 0 0 o 0 P p Z S m m O S$ o o S W Z.000000 6 S O O N C b1; N Qi N O N n h C S� N W rj V Q N N Q N m 0 0 MOO O 0 O 0° 0 0 0. 0 ° o 0. 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0$ 0 ro d a o °m a °o o °o °o °0 0 3 a F °o °o °o °o $ oo °o °o °0 2 N Z o rn O m m o o O Z o° O o 0 o O o° r O N M L6,6 N m N m m J O N i IN Cl p f7 m O) O+ fD O O o° O° o O° O O O, o O o O O O o o 0 O o O O O o O 0 O o O O O O O F 00 0 0 0 0 0 0 0 0 0 0 0 0 0 N 0 N o o z 0 o 0 0 0 0 0 0 vi 0. 0 0 0 y Z M N N Y� N O n n p Z O 0 O 0 0 0 0 0 �On v rio ri�ci rmm o C �NVNnN mm0 r E O < 0 c w Q a N C N i w u d 0 0 0 0 o p O 00 o O o 0 0 0 0 0 0 0 0 0 o 0 0 C F' 0. o Ci o o$ o N u°i °~ 0 0 0 0 00.88 w Z M N N N M N O n W d Z O O O N O N m N N p M C m N N r m m m w i N O r mN m ID N QN N J N J m J a W J y J m J VI J N J m J m J m J a W m J m J m J m J m J H H ar r N r Q r r N r d 6 E E c M Z 0 ° ¢ °- W W H V U d c WE m F U U d d Ci ci E E d U Ci L in E E E E O 4 2 Z 'i p O K 5 C a G 2 0 O N O - u 4 '6 6 0 w 'c -. o rt 2 2 v- O O o C 2 y J 0 0 p W 19 A p N c OO W A W C O O 3__= - O U t - c c c c° c c t-NO m (A d d N W W W O- m N N W d W d N W t N t W >> O O a n w m v U U >> p O v O N N y $ �d E E_ E E E ac E: E E d E E E N F R' fL w LL IL IL F F K K W IL LL LL W r N N O N fp n m m W r "n V N tp n m O) F a • f E 0 m_ 4 E 8 3 r CITY OF NEWPORT BEAD CITY CLERK (NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, CA 92663 until 10:00 a.m. on the 4th day of February 2004, at which time such bids shall be opened and read for SAN MIGUEL DRIVE/SPYGLASS HILL -EAST GATE TRAFFIC SIGNAL INSTALLATION AND MISCELLANEOUS UPGRADES Contract No. 3678 $266,000 Engineer's Estimate 611en G. Badbm c Works Director cv. c O FA i Prospective bidders liday obtain one set of bid documents for $10 at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663 Contractor License Classification(s) required for this project: A or C -10 For further information, call Brad Sommers, Project Manager at (949) 644 -3326 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SAN MIGUEL DRIVE /SPYGLASS HILL -EAST GATE TRAFFIC SIGNAL INSTALLATION AND MISCELLANEOUS UPGRADES CONTRACT NO. 3678 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 �A 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SAN MIGUEL DRIVE /SPYGLASS HILL -EAST GATE TRAFFIC SIGNAL INSTALLATION AND MISCELLANEOUS UPGRADES CONTRACT NO. 3678 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA 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. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available 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). Please note, The Davis -Bacon Wage determinations are available at Federal Wage website: www.qpo.aov/davisbacon 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. State License No. 161273 Os A,ILW &CAA Contractor's License No. & Classification STEINY AND COM PANL MM Bidder A '17 -- Vice president Authorized Signature/Title I, ^^ D te CALIFORNIA ALL- PURPOSE ACKNOWLEDGMENT State of California County of Riverside I ss. 0 On 1 l ). before me, Shawn R. Bradfield, Notary Publ ate Name and Title of Officer (e,..'Jane Doe. Nona, Puuie) personally appeared Richard Tesoriero Name(,,( of Signer(,,) .personally known to me ❑ proved to me on the basis of satisfactory evidence ar to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she/they executed the same in his /her /their authorized capacity(ies), and that by his /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. XJ'i huu -l� % A')� (,(1". (Il (l . signalme of Notary PWlk 1 OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and Could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: II , f) 1 a 1) L i I L I-- Document Date: 1 till, � � lc i Number of Pages: Signer(s) Other Than Named Above: None) Capacity(ies) Claimed by Signer Signer's Name: Richard Tesoriero O Individual Top of thumb hsfe _-Corporate Officer — Title(s): vice President • Partner — O Limited O General • Attorney -in -Fact • Trustee • Guardian or Conservator ❑ Other: Signer Is Representing: Steiny and Company, Inc. 0 1999 National Notary Associafioa • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313 2402 • www.nalionalnotar,avg Prod. NO. 5907 Reorder. Call TolbFree 1 WH76 -6027 I , 0 0 Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, that we Steiny and Company, Inc. (Here insert full name and address or legal His of Contractor) 12907 East Garvey, Baldwin Park, CA 91706 as Principal, hereinafter called the Principal, and SAFECO Insurance Company of America (Here insert full name and address or legal title of Surety) 330 N. Brand Blvd., Glendale, CA 91203 a corporation duly organized under the laws of the State of Washington as Surety, hereinafter called the Surety, are held and firmly bound unto City of Newport Beach (Here insert full name and address or legal title of owner) 3300 Newport Blvd., Newport Beach, CA 92663 as Obligee, hereinafter called the Obligee, in the sum of Ten Percent of the Amount Bid - Dollars ($ low - - - ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for (Here'msert full name, address and description of project) San Miguel Dx /Spyglass Hill East Gate Traffic Signal (3678) NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 21 day of January 2004 Steiny and Company, Inc. j) d (Principal) (Seal) (Witness) I �(/ /ice V..I ( ( i� t (Title) SAFECO Ins=2gS Company of America (Surety) 'i (Seal) Noelni Quiroz (Witness, If Sc' t alandi (Title) Attorney -in -Fact Printed in cooperation wIN The American Matter a Architects (All by Willis. Willis vouches the the tsnguage in the document containers exactly he the Innquege used in All Document A 10, February 1970 Educe. WCDO54 . . 0 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On January 21, 2004 before me, Noemi Quiroz Notary Public DATE NAME, TITLE OF OFFICER - E.G., "JANE DOE, NOTARY PUBLIC' personally appeared Scott Salandi NAME(S) OF SIGNER(S) ® personally known to me - OR - NoEW QW0Z 11 Commbdon 4r 1420878 l Nosy Puble - California Orango coun Ea: ty - MYComm. Expires Jun 26, 2007 ❑ proved to me on the basis of satisfactory evidence 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-Ftheir 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 NC ARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑INDIVIDUAL ❑CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) Safeco Insurance Company of America DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES January 21 2004 DATE OF DOCUMENT Steinv and Company Inc. SIGNER(S) OTHER THAN NAMED ABOVE SAFECO' POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: • SAFEGLiNSURANCECOMPANYCf AMERICA GENERAL INSURANCE COMPANY OF A%1Fk!-;A. HOMF OFFICE SAFECO PLAZA SEATTLE WA$HI,NGTON 98185 No 10899 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, dyes each hereby appoint •••• ^` ^•`••••••°`•• ^ ^•.•.••' VIC fORIA STOCK TON, JOHN D MILLER, SCOTT SALAKDI, Soma Ana. Cab inmia""' •••••••••••••••••••.••••••••.•• its true and fawful af(orney(sj- imfact. wdh full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this CHRISTINE MEAD, SECRETARY CERTIFICATE day of MIKE MCGAVICK, PRESIDENT Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: 2003 "Article V, Section 13. FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the outer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate tiffes with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced. provided. however, that the seal shall our be necessary to the validity of any such instrument or undertaking." - Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28. 1970. On any certificate executed by the Secretary or an assistant secretary of the Company setting out fi) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power -of- attorney appointment, executed pursuant thereto, and (iii) Certifying that said power -of- attorney appointment Is in full force and effect, the signature of the certifying officer may be by facsimile, and the seat of the Company may be a facsimile (hereof.' 1. Christine Mead. Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby cerlty that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto are true and correct, and that bath the By -Laws. Me Resolution and the Power of ABomey are still in tuft force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation $- ,374:5AEF 2!9' this 21st ' COAPOAATE SEAL day di _ January_. _ _2.004.. CHRISTINE MEAD, SECRETARY C•) A re9•stered fra; r,,X of SAFcCO Co,poraPOn „i" 1 2e07 Pfif A.M. Best's Rating for Safeco Insurance Company of America Page 1 of 1 02448 - Safeco Insurance Company of America Member of Safeco Insurance Companies A.M. Best #: 02448 NAIC #: 24740 View a list of group members or theqroup_'s rating ........:.:.. e Best's _ Ratina ed BE A (Excellent)* Financial Size Cateaory A XV ($2 billion or more) 'Ratings as of 0210412004 02:39:18 PM E.S.T. Rating Category (Excellent): Assigned to companies that have, in our opinion, an excellent ability to meet their ongoing obligations to policyholders. Important Notice: Best's Ratings reflect our opinion based on a comprehensive quantitative and qualitative evaluation of a company's balance sheet strength, operating performance and business profile. These ratings are not a warranty of an insurer's current or future ability to meet its contractual obligations. View our entire notice for a complete details. Companies interested in placing a Best's Security Icon on their web site to promote their financial strength may register online. Copyright © 2004 by A.M. Best Company Inc.. ALL RIGHTS RESERVED No part of this information may be distributed in any electronic form or by any means, or stored in a database or retrieval system, without the prior written permission of the A.M. Best Company. Refer to our terms of use for additional details. http: / /www3. ambest. com/ratings /rating.asp ?AMBNum =02448 &Refnum =02448 &Site =ra... 02/04/2004 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SAN MIGUEL DRIVE /SPYGLASS HILL -EAST GATE TRAFFIC SIGNAL INSTALLATION AND MISCELLANEOUS UPGRADES CONTRACT NO. 3678 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 Information Bid Item Description of Work %of Number Total Bid Name: d.00,0 /'% ?- >f"e -YS Lnc p�v f o� %DOp .4,411 Fe %/tl Gro Address: 417410 e 13rr.gvn Andh ai'� , Ca yt'8o7 Phone: ? /y- 6SO•E�H State License Number: J/�'3frj Name:oYtn}eGJvnFrj S%Yi/p/r} �rr I2�_ VV mot, Si�ni,y% d s Y`J% / icU Z Address:/ 533 Al, A Cte,,5e Ce y,4 TG Phone: State License Number: 3 (,• 0 qJ Name: Address: Phone: State License Number: STEINY AND COMPA Y. INC. � Vice President Bidder Authorized Signature/Title ! , 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SAN MIGUEL DRIVE /SPYGLASS HILL -EAST GATE TRAFFIC SIGNAL INSTALLATION AND MISCELLANEOUS UPGRADES CONTRACT NO. 3678 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidders Name STEM AND COMPANT.I= 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 l 4 �( 1 (C ) GEC I t i L-r 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. 7 ! , 0 0 No. 2 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. 3 Project Name /Number Project Description Approximate Construction Dates: From Agency Name Contact Person To: 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. 9 • t. No. 4 Project Name /Number Project Description Approximate Construction Dates: From Agency Name Contact Person To: 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 $ 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. 0 No. 6 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. 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 appraisal of the Contractor's current financial conditions. STEINY AND CONI PANt INC. Bidder It$] vice President Authorized Signature/Title 0 Major construction projects in progress as of this date: Owner Project Location Valuation Contact Person Tel Owner Project Location Valuation Contact Person Telephone No. Owner Project Location Valuation Contact Person Telephone No. City of Los Angeles San Diego Fwy Corridor 213- 978-0252 City of Los Alamitos Katella Ave. 514,706.00 Carol Petit (RJ Noble) County of San Bernardino Etiwanda Ave. Fr1r - .7aJ.kIdr. Construction projects completed as of this date: Owner Project Location Valuation Contact Person Telephone No. Owner Project Location Valuation Contact Person Telephone No. Owner Project Location Valuation Contact Person Telephone No. L.A. County Dept. of P.W. Garfield Ave. 0 City of Inglewood Market St. 984,127.00 City of Dov Downtown 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SAN MIGUEL DRIVE /SPYGLASS HILL -EAST GATE TRAFFIC SIGNAL INSTALLATION AND MISCELLANEOUS UPGRADES CONTRACT NO. 3678 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of .LL,: UYU ' Richard Tesoriero being first duly sworn, deposes and says that he or she is Vice President of STEINY AND COMpANy 77NC` , 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 laws of the State of California that the foregoing is true and correct. STEINY AND CONPANL ING', � Vice President Bidder Authorized Signature/Title Subscribed and sworn to before me this day of (Ca ' , 2004. (SEAL) Notary Public My Commission Expires'— l )('Llii �I [: _ SHAWN R. BRADf4ELD Camm76t7an# 7416751 -m Notary PutAc - Calfomla Rkeiakie County - My Comm. Expires tNgy p, 2007 11 L] 1] CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SAN MIGUEL DRIVE /SPYGLASS HILL -EAST GATE TRAFFIC SIGNAL INSTALLATION AND MISCELLANEOUS UPGRADES CONTRACT NO. 3678 DESIGNATION OF SURETIES Bidders name STEM AND CONPAit VC 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): N r, A, I) 1, .1 \ (. 12 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SAN MIGUEL DRIVE /SPYGLASS HILL -EAST GATE TRAFFIC SIGNAL INSTALLATION AND MISCELLANEOUS UPGRADES CONTRACT NO. 3678 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidders Name r AND COMPAn IM 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 Year of for for for for for Record 2003 2002 2001 2000 1999 Total 2004 No. of contracts U-17 Ivl T FJ Total dollar A� PItrlNnt. PtiE�lu[1�x Amount of Contracts (in Thousands of $ ) No. of fatalities —tom 4- No. of lost Workday Cases No. of lost workday cases involving 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 0 STEINY AND COMPANY, INC. 12907 EAST GARVEY AVENUE Legal Business Name of Bidder P O BOX 8100_ Business Address: BALDWIN PARK, CA 91706 -0993 Business Tel. No.: 6263389923 State Contractor's License No. and State Ucense No. 161273 Classification: Glass A. S. W & 630 Title Vie 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. Signatu ^ ^f bi I Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title 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 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California ss. County of Riverside 0 ;C(.� �.!' beforeme,Shawn R. Bradfield, Notary Publi le Name antl Title of Officer (e.g., -Jane Due Noary PucicT personally appeared Richard Tesoriero Name(,) of Signer(s) personally known to me Q proved to me on the basis of satisfactory evidence SHAWN R. =fEID Commhslon 1 1416751 Notary Pubic - Callfamla_ RNenlds Coudy M to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /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. $9nau2 of Nofary Public 1 OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: ( I 1 l,6 (f \ i 'i: 1 `I i � �� Number of Pages: Ij Signer(s) Other Than Named Above: oAe Capacity(ies) Claimed by Signer Signer's Name: Richard Tesoriero O Individual �Xxorporate Officer— Title(s): Partner —❑ Limited O General O Attorney -in -Fact • Trustee • Guardian or Conservator ❑ Other: Vice President Signer Is Representing: Steiny and Company, Inc. RIGHTTHUMBPRINT OF SIGNER 01999 National Notary Association • 9350 De S tv Ave.. P.O. eoa 2402 • Cbatswodii, CA 91313 2402 • w.vw.nalionalmlary.og Prod. No. 5907 Reorder: Call Toll Free I O£09 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SAN MIGUEL DRIVE /SPYGLASS HILL -EAST GATE TRAFFIC SIGNAL INSTALLATION AND MISCELLANEOUS UPGRADES Bidders name CONTRACT NO. 3678 ACKNOWLEDGEMENT OF ADDENDA bTUNY Aim CODQBAn 2M. The bidder shall signify receipt of all Addenda here, if any: Addendum No. Date Received Signature 15 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SAN MIGUEL DRIVE /SPYGLASS HILL -EAST GATE TRAFFIC SIGNAL INSTALLATION AND MISCELLANEOUS UPGRADES CONTRACT NO. 3678 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: STEINY AND COMPANY, INC. Name of individual Contractor, Company or Corporation: horn FAST CaArtyEY AVENUE P.O. BOX 8100 Business Address: BALDWIN PARK, CA 91706 -0993 Telephone and Fax Number: 526338-9923 r,96-232-P34.3 California State Contractor's License No. and Class:'. .tense No. 161273 (REQUIRED AT TIME OF AWARD) aft c Original Date Issued: Expiration Date:`�ll(��.'i�� 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: 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 Chairman J.O. Steiny President y;ce President MrhFIrO Tesartero Corporation organized under the laws of the State of P (U i f L \ III (� Iy 0 0 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: For all 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; tiLl�L— Briefly summarize the parties' claims and defenses; Have you ever had a contract terminated by the owner /agency? If so, explain. Have you ever failed to complete a project? If so, explain. 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 labora compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes /tom Are any claims or actions unresolved or outstanding? Yes /v 17 0 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. STFJM AND COO PRIM Ilia, Bidder c it '3}lll '. �I i` i 'rill (Print name of Owril& or President of Corporation /Company) Vice President Authorized Signature/Title Vice President Title _�(Lllt'ti ii 1( ) mil Dale Subscribed and sworn to before me this day of t�LIUAOL u , 2004. U [SEAL] lu • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SAN MIGUEL DRIVE /SPYGLASS HILL -EAST GATE TRAFFIC SIGNAL INSTALLATION AND MISCELLANEOUS UPGRADES CONTRACT NO. 3678 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. W • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SAN MIGUEL DRIVE /SPYGLASS HILL -EAST GATE TRAFFIC SIGNAL INSTALLATION AND MISCELLANEOUS UPGRADES CONTRACT NO. 3678 CONTRACT THIS AGREEMENT, entered into this _ day of , 2004, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Steiny and Company, Inc., hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: SAN MIGUEL DRIVE /SPYGLASS HILL -EAST GATE TRAFFIC SIGNAL INSTALLATION AND MISCELLANEOUS UPGRADES Project Description 3678 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. 3678, 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. 20 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 TWO HUNDRED THIRTY -FIVE THOUSAND, SIX HUNDRED FORTY -NINE AND 001100 Dollars ($235,649.00). 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: Brad Sommers (949) 644 -3326 CONTRACTOR Steiny and Company, Inc. 12907 East Garvey Avenue Baldwin Park, CA 91706 -0993 626- 388 -9923 626- 338 -8343 Fax F. LABOR CODE 3700 LIABILITY INSURANCE Contractor, by executing this Contract, hereby certifies: "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or undertake self - insurance in accordance with the provisions of the Code, and I will comply with such provisions before commencing the performance of the work of this Contract." G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less than A:VII and insurers must be a California Admitted Insurance Company. Contractor shall furnish City with original certificates of insurance and with original endorsements effecting coverage required by this Contract. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that 21 0 0 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. c) Workers' Compensation and Employers Liability: Workers' compensation limits as required by the Labor Code of the State of California and Employers Liability. 3. Deductibles and Self- Insured Retentions Any deductibles or self- insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self- insured retentions as respects City, its officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. 22 • • 4, Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages i. 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 amount provided that the Work damaged is built in accordance with the plans and specifications. 23 0 0 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 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. 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. 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 Ll 0 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 nnA ,onr fircf wriffan nhnvc CITY CLERK CITY OF NEWPORT BEACH A Municipal Corporation Mayor APPROVED AS TO FORM: STEINY AND COMPANY, INC. " h l By: CITY ATTORNEY' Authorized Signature and Title Richard Tesoriero, Vice President 25 ACORD, CERTIFICAT F LIABILITY INSURANCE DA02 /12 /04Y) PRODUCER ADD Risk services, Inc. of southern California THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY 190 1901 Main Street AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS Suite 300 CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE Irvine CA 92614 USA COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE PHONE 949 608 -6300 FAX-(949) 608 -6451 INSURED INSURER A'. St Paul Fire & Marine Insurance Co. Steiny and Company, Inc. PO BOX 8100 INSURER B'. National Union Fire Ins Co of Pittsburgh INSURER 12907 E. Garvey Avenue Baldwin Park CA 91706 -0093 USA INSURER D. C INSURER E: a PCOITXAGES " This Ceftificue.is not intendedtoa cl all aidorsements coinages' terms, conditions and exclusions 'ofthe- policies 'shown. :::i- THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY z c 2 PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSR LTR TYPEOFINSURANCE POLICY NUMBER POLICY EFFECTIVE DATE(MMWD\YY) POLICY EXPIRATION DATE(MM\DD\YY) LIMITS ^ C • GENERAL Lwea1TY COMMERCIAL GENERAL LIABILITY CLAIMS MADE ❑X OCCUR I KK06100149 AUTO /GL Pky 07/01/03 07/01/04 EACH OCCURRENCE $1,000,000 ° O C v FIRE DAMAGE(Anv one fre) S100,000 HIED EXP (Anv on<oerwn) $5,000 PERSONAL &ADV INJURY $1,000,000 GENERAL AGGREGATE 52,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRO- POLICY Q }ECT M LOC < z PRODUCTS - COMP /OP AGO $2,000,000 a • AUTOMOBE AUTOMOBILE X LIABILITY ANY ALTO Auto /GL Pkg 07/01/03 07/01/04 COMBINED SINGLE LIMIT (E, eaidem) 51,000,000 4 ALL OWNED AUTOS n L BODILY INJURY SCHEDULED AUTOS (Per e.n) BODILY INJURY X HIRED AUTOS X NON OWNED AUTOS (Pcr accidcm) PROPERTY DAMAGE (Pcr eccidcm) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT ANY AUTO OTHER THAN EA ACC AUTO ONLY AGO B EXCESS LIABILITY OCCUR F-1 CLAIMS MADE BE 7 1 EXCESS Liability 07/01/03 4 EACH OCCURRENCE 510,000,000 AGGREGATE $10,000,000 DEDUCTIBLE RETENTION A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY WVK6100096 work Comp 07/01/03 07/01/04 X WC STATU. TRY OTH- ER 0 E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - POLICY LIMIT $1,000,000 E. L. DISEASE -EA EMPLOYEE $1,000,000 OTHER N DESCRIPTION OF OPERATIONS /LOCATIONSASHICLES/EXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS y`5 i RE: 5AI Miguel Drive /spyglass Hill -east Gate Traffic signal installation and miscellaneous upgrades contract E #3678 Steiny )ob #4732 m See attached endorsement(S) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City t Newport Beach, Public works Dept 3300 ort Boulevard New Newport Beach CA 92658 USA DATE THEREOF. THE ISSUMG COMPANY WILL ^ ^` 1 MAIL }O DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. 91 1 y N r' AUTHORIZED REPRESENTATIVE yr �J war ORATION 1988 • • ADDITIONAL PROTECTED PERSONS ENDORSEMENT — CONTRACTORS GENERAL LIABILITY — INCLUDING COMPLETED WORK This endorsement changes your Contractors Commercial General Liability Protection. How Coverage Is Changed There are two changes which are described below. 1. The following is added to the Who Is Protected Under This Agreement section This change adds certain protected persons and limits their protection. Additional protected person. The person or organization named below is an additional protected person as required by a contract or agreement entered into by you. But only for covered injury or damage arising out of: • your work for that person or organization; • your completed work for that person or organization if your contract or agreement requires such coverage; • premises you own, rent, or lease from that person or organization; or your maintenance, operation, or use of equipment leased from that person or organization. We explain what we mean by your work and your completed work in the Products and completed work total limit section. If the additional protected person is an architect, engineer, or surveyor, we won't Tho&Paul cover injury or damage arising out of the performance or failure to perform architect, engineer, or surveyor professional services. Architect, engineer, or surveyor professional services include: • the preparation or approval of maps, drawings, opinions, reports, surveys, change orders, designs, or specification; and • supervisory, inspection, or engineering services. 2. The following is added to the Other Primary Insurance section. This change broadens coverage. We'll consider this insurance to be primary to and non - contributory with the insurance issued directly to additional protected persons listed below if: • your contract specifically requires that we consider this insurance to be primary and non- contributory; or • you request before a loss that we consider this insurance to be primary or primary and non- contributory insurance. Other Terms All other terms of your policy remain the same. Person Or Organization: City of Newport Beach, its officers, agents, officials, employees and volunteers Public Works Department, 3300 Newport Beach, P.O. Box 1768, Newport Beach, CA 92658 -8915 RE: San Miguel Drive /Spyglass Hill -East Gate traffic signal installation and miscellaneous upgrades Contract #3678 Steiny job # 4732 Name of Insured Steiny and Company, Inc. Policy Number KK06100149 Effective Date: 7/1/03 — 7/1/04 Processing Date: 02/12/04 G0322 Rev. 12 -97 Printed in U.S.A. Endorsement ©St.Paul Fire and Marine Insurance Co. 1997 All Rights Reserved POLICY NUMBER: KK06100149 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of Newport Beach, its officers, agents, officials, employees and volunteers Public Works Department, 3300 Newport Beach, P.O. Box 1768, Newport Beach, CA 92658 -8915 RE: San Miguel Drive /Spyglass Hill -East Gate traffic signal installation and miscellaneous upgrades Contract #3678 Steinyjob # 4732 If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) We waive any right of recovery we may have against the person or organization shown in the Schedule because of payments we make for injury or damage arising out of "your work" done under a contract with that person or organization. The waiver applies only to the person or organization shown in the Schedule. r° 1 ilF "• i � �'t Countersigned By: ;t GL Waiver Copyright, Insurance Services Office, Inc., 1984 0 • WORKERS' COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 03 06 WAIVER OF OUR RIGHT TO 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 additional premium for this endorsement shall be 5.% of the California workers' compensation premium otherwise due on such remuneration. Schedule City of Newport Beach, its officers, agents, officials, employees and volunteers Public Works Department, 3300 Newport Beach, P.O. Box 1768, Newport Beach, CA 92658 -8915 RE: San Miguel Drive /Spyglass Hill -East Gate traffic signal installation and miscellaneous upgrades Contract #3678 Steinyjob # 4732 (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: See Certificate Endorsement No.: Insured: Steiny and Company, Inc. Policy No.: WVK6100096 Countersigned By: 1, WC WAIVER Insurance Company: St. Paul Fire & Marine Insurance Co FEB -20 -2004 12:06 Aon Risk Services — CM • POLICY NUMBER: KK06100149 AUTOMOBILE LIABILITY TI-H$ ENDORSEMENT CHANGES THE POLICY. READ IT CAREFULLY. ADDITIONAL INSURED This endorsement tnodifies insurance provided under the following: BUIsrJI SS AUTO COVERACl: NORM SCHEDULE Name of Person or Organization: City of Newport Beach, its officers, agents, officials, employees and volunteers Public Works Department, 3300 Newport Beach, PO Box 1768, Newport Beach, CA 92658 -8915 Re: San Miguel DrivelSpyglass Hill -East Gate traffic signal installation an d miscellaneous upgrades Contract #3678 Steiny Job #4732 We agree with you that the person or organization shown in the schedule above is an insured fin "bodily injury" or "property damage" arising out of the operation of a covered "auto' under a contract or agreement which is made prior to the injury or damage. C"O"� Authorized Representative AUTO,AI (10 -95) c. ?dna,moit5 and wt imps \vivlt \tm dnaumcats \cnd9Xl"cinyautoni(10- 95)ni_dnc 2/20/04 Date. TOTAL P.06 Feb 18 04 09:11a /_ 4( Brown& Brown Fax #: 1IlR—lo(-/ 331F 714-9 23 -1872 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach P.1 This checklist is comprised of requirements as outlined by the City of Newport Beach. Date Received: O� - 7- (x({` Dept./Contact Received From: kek VA0_ Date Completed: -( �' U T Sent to: 3i/t i j Company /Person required to have certificate: cn2 : � L �rll I. GENERAL LIABILITY II. III. A. INSURANCE COMPANY: S' % PAg, Q F, �_ pl )p IV•2_ B. AM BEST RATING (A: VII or greater): A K V C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? VYes ❑ No D. LIMITS (Must be $1M or greater): What is limit provided? m r i E. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? � Yes ❑ No F. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? 9fYes ❑ No G. PRIMARY & NON - CONTRIBUTORY WORDING (Must be included): Is it included? zYes ❑ 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 �K`No 1. 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. AUTOMOBILE LIABILITY A. INSURANCE COMPANY: -St. (' n A,-- - PI t'C_ -(- (n &, h-2, B. AM BEST RATING (A: VII or greater): rr X V C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? 'Yes ❑ No D. LIMITS (Must be $1M min. BI & PD and $500,000 UM): What is limits provided? E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its kr officers, officials, employees and volunteers): Is it included? ❑ Yes L No F. PRIMARY & NON - CONTRIBUTORY WORDING (For Waste Haulers only): is it included? �! P— ❑ 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. WORKERS' COMPENSATION n A. INSURANCE COMPANY: 5 - l I _ l fL-Q4- i1� is ✓ I1- _ B. AM BEST RATING (A: VII or greater): 1% C. LIMITS: Statutory l D. WAIVER OF SUBROGATION (To include): Is it included? % Yes ❑ No HAVE ALL ABOVE REQUIREMENTS BEEN MET? �(� ❑ Yes KNo IF NO, WHICH ITEMS NEED TO BE COMPLETED? SJ °L��_ EXHIBIT A IMPORTANT NOTICE TO SURETY BOND CUSTOMERS As a surety bond customer of one of the SAFECO insurance companies ( SAFECO Insurance Company of America, General Insurance Company of America, First National Insurance Company, American States Insur- ance Company or American Economy Insurance Company), it is our duty to notify you that the Terrorism Risk Insurance Act of 2002 extends to "surety insurance ". This means that under certain circumstances we may be eligible for reimbursement of certain surety bond losses by the United States government under a formula established by this Act. AkWer this formula, the United States government pays 90% of losses caused by certified acts of- terrorism that exceed a statutorily established deductible to be paid by the insurance company providing the bond. The Act also establishes a $100 billion cap for the total of all losses to be paid by all insurers for certified acts of terrorism. Losses on some or all of your bonds may be subject to this cap. This notice does not modify any of the existing terms and conditions of any bonds issued for your account, the underlying agreements guaranteed by those bonds, any statutes goveming the terms of those bonds or any generally applicable rules of law. At this time there is no premium change to any of your bonds resulting from this Act. Dated: February 24, 2003 S45247 Z/03 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL SAN MIGUEL DRIVE /SPYGLASS HILL ROAD — EASTGATE DRIVE TRAFFIC SIGNAL INSTALLATION AND MISCELLANEOUS UPGRADES CONTRACT NO. 3678 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. 3678 in accord with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Mobilization A�06pp&/' Dollars and J` G'C9Pi,c�o ZZ10 Cents $ �s Per Lump Sum 2. Lump Sum Traffic Signing and Striping Dollars and 7 /�M Cents Per Lump Sum Lump Sum Traffic Signal I staII t' 9 1. Dollars - / and Cents $� % lfv Per Lump Sum 0 0 PR2of3 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 2 Each Remove and Construct P.C.C. �-A cess R p 6_ � @i.�n/nc�% Dollars and %_'.D Cents $3 6 $ Each 5. Lump Sum Remove and Construct P.C.C. Mydian N,pse @ y G Dollars and Ato Cents $ Per Lump Sum 6. Lump Sum Ex�2 Inch Service @ -�/ Dollars and 40 Cents $ Otl Per Lump Sum 7. Lump Sum Furnish and Install L.E.D. Signal Indications at 18 Existing Traffic Silgjial L?cations Dollars and Cents Per Lump Sum 8. Lump Sum Furnish and Install Opticom Emergency Vehicle Preemption Equipment at San Miguel Drive and S7n J quinH Road @ 0 Dollars and iyZj Cents $ `� Per Lump Sum Ll 0 PR3of3 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 9. Lump Sum Furnish and Install Opticom Emergency Vehicle Preemption Equipment at Balboa Boulevard a d er venue @ n ag Dollars and 4" Cents Per Lump Sum TOTAL PRICE IN WRITTEN WORDS $ 4-L vo, &0 ano Zi/ r/ tents y r r, vu Cti1i�I�i 4 DDte 626338.834 Bidder's Telephone and Fax Numbers State License No. 161273 Clailis A. li G! A G30 Bidder's License No(s) and Classification(s) Dollars Total Price (Figures) STEIN Y AM CODPlSM M Bidder vice President Bidder's Authorized Signature and Title STEINY AND COMPANY, INC. Bidder's Address 129D7 EAST GAi2VEY AVENUE P.O. BOX 8100 BAL.DWIN PARK, CA 91706.0993 Last saved by bsommersOl /14/2004 8:17 AM f: \users \pbw\shared \contracts \FY 03 -04 \San Miguel -Spy Glass Signal C- 3678\PROPOSAL C- 3678.doc PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS SAN MIGUEL DRIVE /SPYGLASS HILL ROAD — EASTGATE DRIVE TRAFFIC SIGNAL INSTALLATION AND MISCELLANEOUS UPGRADES CONTRACT NO. 3678 INTRODUCTION PART 1--- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 1 2 -6 WORK TO BE DONE 1 2 -9 SURVEYING 1 2 -9.3 Survey Service 1 2 -9.6 Survey Monuments 2 SECTION 3 CHANGES IN WORK 2 3 -3 EXTRA WORK 2 3 -3.2 Payment 2 3 -3.2.3 Markup 2 SECTION 4 CONTROL OF MATERIALS 3 4 -1 MATERIALS AND WORKMANSHIP 3 4 -1.3 Inspection Requirements 3 4 -1.3.4 Inspection and Testing 3 SECTION 5 UTILITIES 3 5 -2 PROTECTION 3 5 -8 SALVAGED MATERIALS 3 SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 3 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 3 6 -7 TIME OF COMPLETION 4 6 -7.1 General 4 0 0 6 -7.2 Working Days 6 -7.4 Working Hours 6 -9 LIQUIDATED DAMAGES SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 7 -8 PROJECT SITE MAINTENANCE 7 -8.1 Cleanup and Dust Control 7 -8.5 Temporary Light, Power and Water 7 -8.6 Water Pollution Control 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 -10.1 Traffic and Access 7 -10.2 Storage of Equipment and Materials in Public Streets 7 -10.3 Street Closures, Detours, Barricades 7 -10.4 Public Safety 7- 10.4.1 Safety Orders 7 -10.5 "No Parking" Signs 7 -15 CONTRACTOR'S LICENSES 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS SECTION 9 MEASUREMENT AND PAYMENT 9 -3 PAYMENT 9 -3.1 General 9 -3.2 Partial and Final Payment PART 2 - -- CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 201 -1 PORTLAND CEMENT CONCRETE 201 -1.1.2 Concrete Specified by Class 201 -1.6 Matching Concrete SECTION 203 BITUMINOUS MATERIALS 203 -1 PAVING ASPHALT 203 -1.1 General SECTION 214 PAVEMENT MARKERS 214 -4 NONREFLECTIVE PAVEMENT MARKERS 214 -5 REFLECTIVE PAVEMENT MARKERS N 4 5 5 5 5 5 5 5 5 6 6 6 6 rA 7 7 7 7 8 i PART 3 - -- CONSTRUCTION METHODS SECTION 300 EARTHWORK 9 300 -1 CLEARING AND GRUBBING 9 300 -1.3 Removal and Disposal of Materials 9 300 -1.3.1 General 9 300 -1.3.2 Requirements 10 300 -1.5 Solid Waste Diversion 10 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 10 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 10 303 -5.1 Requirements 10 303 -5.1.1 General 10 303 -5.5 Finishing 10 303 -5.5.1 General 10 303 -5.5.2 Curb 11 303 -5.5.4 Gutter 11 SECTION 307 STREET LIGHTING AND TRAFFIC SIGNALS 11 307 -4 TRAFFIC SIGNAL CONSTRUCTION 11 307 -4.9.3 Inductive Loops 11 SECTION 310 PAINTING 11 310 -5 PAINTING VARIOUS SURFACES 11 310.5.6 Paint Traffic Striping, Pavement Markings, and Curb Markings 11 310 -5.6.6 Preparation of Existing Surfaces 11 310 -5.6.7 Layout, Alignment, and Spotting 11 310 -5.6.8 Application of Paint 11 SECTION 312 PAVEMENT MARKER PLACEMENT AND REMOVAL 12 312 -1 PLACEMENT 12 SECTION 86 SIGNALS, LIGHTING, AND ELECTRICAL SYSTEMS 12 86 -1 GENERAL 12 86 -1.01 Description 13 86 -1.04 Equipment List and Drawings 13 86 -1.07 Scheduling of Work 14 0 86 -2 MATERIALS AND INSTALLATION 14 86 -2.03 Foundations 14 86 -2.04 Standards, Steel Pedestals, and Posts 14 86 -2.05 Conduit 15 86 -2.06 Pull Boxes 15 86 -2.08 Conductors and Wiring 15 86 -2.10 Bonding and Grounding 15 86 -2.11 Service 15 86 -2.14 Testing 16 86 -3 CONTROLLER ASSEMBLIES 17 86 -3.02 Type 90 Controller Assembly /Bike Timing Logic Assembly 17 86 -3.04 Controller Cabinets 18 86 -4 TRAFFIC SIGNAL FACES AND FITTINGS 18 86 -4.01 Vehicle Signal Faces 18 86 -4 -06 Pedestrian Signals 19 86 -5 DETECTORS 19 86 -5.01 Vehicles Detectors 19 86 -5.02 Pedestrian Push Button Assemblies 19 86 -6 LIGHTING 20 86 -6.01 High Pressure Sodium Luminaires 20 86 -6.01A High Pressure Sodium Lamp 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 Overhead Reflective Street Name Signs 22 86 -6.07 Photoelectric Controls 26 86 -7 REMOVING, REINSTALLING, OR SALVAGING ELECTRICAL EQUIPMENT 26 OPTICOM PRIORITY CONTROL SYSTEM SPECIFICATION FOR 24V BATTERY BACK -UP SYSTEM EXHIBITS EXHIBIT A LED INSTALLATION LOCATIONS /QUANTITIES EXHIBIT B OPTICOM INSTALLATION LOCATIONS EXHIBIT C BATTERY CABINET Last saved by bsommers01112 12004 9:27 AM 26 K.: 0 0 SP 1 OF 37 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS SAN MIGUEL DRIVE /SPYGLASS HILL -EAST GATE TRAFFIC SIGNAL INSTALLATION AND MISCELLANEOUS UPGRADES CONTRACT NO. 3678 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. T- 5911 -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 (2002 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; (5) the Work Area Traffic Control Handbook, latest Edition. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction, and the Standard Specifications. and Standard Plans of the State of California Department of Transportation as referenced and stated hereinafter: PART 1 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 the traffic signal installation and related concrete roadway improvements at San Miguel Drive and Spyglass Hill Road /Eastgate Drive, replacing incandescent indications with Light Emitting Diode (LED) indications at 18 existing traffic signal locations, and installing Emergency Vehicle Preemption (EVP) systems at two existing traffic signal locations. 2 -9 SURVEYING 2 -9.3 Survey Service. Add to this section: "The Contractor's California Licensed Land Surveyor shall utilize /follow the existing City survey records used for the project design to provide all construction survey services that are required to construct the • • SP2OF37 improvements. The filing of a Corner Record and /or a Record of Survey with the County Surveyor's Office is required after the Work completion. All existing street centerline ties and property corner monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and /or monuments damaged by the Work." 2 -9.6 Survey Monuments. The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and then schedule a meeting with the City Surveyor to walk the project to review the survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall have the affected survey monuments restored per records, at his expense. The Contractor's Surveyor shall file the required Record of Survey or Corner Records with the County of Orange upon monument restoration. SECTION 3 - -- CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.2 Payment 3 -3.2.3 Markup. Replace this section with, "(a) Work by Contractor. The following percentages shall be added to the Contractors 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. • 40 SP 3 OF 37 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." 5 -8 SALVAGED MATERIALS. Salvaged materials shall be delivered to the City's Utility Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting the City Utilities Yard, at (949) 644 -3011. 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 and the traffic control plan have 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 • SP5OF37 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 -8 PROJECT SITE MAINTENANCE 7 -8.1 Cleanup and Dust Control. Add to this section, "Each work location shall be cleaned up and barricaded at the end of each day until work is completed." 7 -8.5 Temporary Light, Power and Water. Add to this section: "If the Contractor elects to use City 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." Water used during construction shall be paid for by the Contractor. 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 -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), 2001 Edition, also published by Building News, Inc. Pedestrian access within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction. Such measures shall be shown on the Detailed Traffic Control Plans (see Section 7- 10.3)." 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. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. 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 • • SP6OF37 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 - traffic control plans and detour plans for each street and parking lot. The Contractor shall be responsible for processing and obtaining approval of traffic control plans from the City's Traffic Engineer. The Contractor shall adhere to the conditions of the traffic control plans. 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 day, 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 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, Traffic 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 City of Newport Beach "Temporary Tow -Away, No Parking" signs available at the Public Works Department public counter. 0 • SP 7 OF 37 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. 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" 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' 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 Mobilization: Work under this item shall include providing bonds, insurance and financing, establishing a field office, preparing the SWPPP and construction schedule, and all other related work as required by the Contract Documents. Item No. 2 Traffic Signing and Striping: Work under this item shall include, but not be limited to, removing and installing traffic signing and striping, pavement markers, and all other work items as required to complete the work in place. • • SP8OF37 Item No. 3 Traffic Signal Installation: Work under this item shall include, but not be limited to, providing and installing traffic signal controller cabinet, complete, traffic signal poles, pole foundations, signal heads, luminaires, conduit, wiring, pull boxes and all other work necessary to install traffic signals at San Miguel Drive and Spyglass Hill Road /Eastgate Drive. Item No. 4 Remove and Construct P.C.C. Access Ramp: Work under this item shall include, but not be limited to, removing existing improvements and constructing P.C.C. access ramps, and all other work items as required to complete the work in place. Item No. 5 Remove and Construct P.C.C. Median Nose: Work under this item shall include, but not be limited to, removing existing median nose and constructing P.C.C. median nose, and all other work items as required to complete the work in place. Item No. 6 Extend 2 inch water service: Work under this item shall include, but not be limited to extending the 2 inch water service per the applicable section of City Standard STD - 503 -L, from connector to angle stop. Item No. 7 Furnish and install LED Signal Indications at 18 Existing Traffic Signal Locations: Work under this item shall include, but not be limited to, providing and installing 12" ball yellow and green LED signal indications, 12" arrow yellow and green LED signal indications, and 12" red, yellow, and green PV (Programmable Visibility) signal indications. See Exhibit A. Item No. 8 Furnish and install Opticom Emergency Vehicle Preempt Equipment at San Miguel Drive and San Joaquin Hills Road: Work under this item shall include, but not be limited to providing and installing Opticom detectors, cable, and discriminators. See Exhibit B. Item No. 9 Furnish and install Opticom Emergency Vehicle Preempt Equipment at Balboa Boulevard and River Avenue: Work under this item shall include, but not be limited to providing and installing Opticom detectors, cable, and discriminators. See Exhibit B. 9 -3.2 Partial and Final Payment. Add to this section: "Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." 0 • SP 9 OF 37 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 -1.6 Matching Concrete. Add to this section: "P.C.C. to be reconstructed on Lido Isle must match characteristics of existing P.C.C. including color and diamond pattern scoring lines. SECTION 203 - -- BITUMINOUS MATERIALS 203 -1 PAVING ASPHALT 203 -1.1 General. Add to this section: "All asphalt concrete used on the work shall be 111- C3 -AR- 4000." 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." PART 3 CONSTRUCTION METHODS SECTION 300 - -- EARTHWORK 300 -1 CLEARING AND GRUBBING 300 -1.3 Removal and Disposal of Materials 300 -1.3.1 General. Add to this section: 'The work shall be done in accordance with Section 300 -1.3.2 of the Standard Specifications except as modified and supplemented herein. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of 0 • SP 10 OF 37 jackhammers or sledgehammers. Pavement breakers or stoppers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. The Contractor shall maintain the job site in a clean and safe condition. The Contractor will remove any broken concrete, debris or other deleterious material from the job site at the end of each workday. All areas of roadway removal and replacement shall have a minimum trench width of 3 -feet to facilitate maximum compaction. Contractor shall meet with the Engineer to mark out the areas of roadway removal and replacement. 300 -1.3.2 Requirements (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly made to a minimum of two (2) inches." And replace the words 1 '/2 inch" of the last sentence with the words "two (2) inches ". 300 -1.5 Solid Waste Diversion. Non - reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer on a form provided by the Engineer and provide appropriate confirmation documentation from the recycling facility. SECTION 303 - -- CONCRETE AND MASONRY CONSTRUCTION 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303 -5.1 Requirements 303 -5.1.1 General. Add to this section: "Sidewalk and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or patchback shall be placed within 72 hours following concrete placement. Newly poured P.C.C. improvements subject to vehicle loads shall not be opened to vehicle traffic until the concrete has cured to a minimum strength of 2,000 psi." 303 -5.5 Finishing 303 -5.5.1 General. Add to this section: "The Contractor shall patch back A.C., P.C.C. and brick within public and private property at locations shown on the plans in a manner that matches the adjoining existing public and private property in structural section, texture and color." 0 • SP 11 OF 37 303 -5.5.2 Curb. Add to this section, 'The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" for sewer lateral and a chiseled "V -X" for water valve locations. To determine the location of sewer laterals and water services, the Contractor must call the City's Utilities Superintendent, Mr. Ed Burt, at (714) 718 - 3402." 303 -5.5.4 Gutter. Add to this section, 'The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan. 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 -5B 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 1/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic 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. • 0 SP 12 OF 37 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." 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 construct 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 • • SP 13 OF 37 2002. 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 2002. (3) Codes, Ordinances and Regulations - All electrical materials and equipment furnished and installed under this section shall conform to the referenced regulations and codes specified in Section 86 -1.02 of the Standard Specifications, and to all other ordinances and regulations of the authorities having jurisdiction. (4) When reference is made to the Code, Safety Orders, General Orders, or Standards, reference shall be construed to mean the Code, Order or Standard in effect on the date set for receipt of bids. 86 -1.01 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 2002, and these Special Provisions. 86 -1.04 Equipment List and Drawings The controller cabinet schematic wiring diagram and intersection sketch, to be mounted on the cabinet door (24" x 36 "), shall be combined into one drawing so that, when the cabinet door is open, the drawing is oriented with the intersection. The Contractor shall furnish two maintenance manuals for all -new controller units, auxiliary equipment, and vehicle detector sensor units, control units and amplifiers, furnished by the Contractor. The maintenance manuals and operation manuals may be combined into one manual. The maintenance manuals or combined maintenance and operation manuals for controllers shall be submitted at the time the controllers are delivered for testing or, if ordered by the Engineer, previous to purchase. The maintenance manuals shall include but need not be limited to, the following items: (1) Specifications (2) Design characteristics (3) General operation theory (4) Function of all controls (5) Trouble- shooting procedure (diagnostic routine) (6) Block circuit diagram (7) Geographical layout of components (8) Schematic diagrams (9) List of replaceable component parts with stock numbers • • SP 14 OF 37 Furnish one mylar reproducible, in addition to the required five sets, of the cabinet schematic wiring diagram. 86 -1.07 Scheduling of Work The Contractor may perform sub - surface work consisting of the installation of conduit, foundations, and detectors, prior to receipt of all electrical materials and equipment. Above - ground signal work shall not commence until such time that the Contractor notifies the Engineer, in writing, of the date that all electrical materials and equipment are received, and said work shall start within 15 days after said date. 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. • • SP 15 OF 37 Rigid metal conduit, to be used as a drilling or jacking rod, shall be fitted with suitable drill bits for size hole required. 86 -2.06 Pull Boxes Grout in bottom of pull boxes will not be required. Where the sump of an existing pull box is disturbed by the Contractor's operations, the sump shall be reconstructed and, if the sump was grouted, the old grout shall be removed and new grout placed. Pull boxes, pull box covers, and pull box extensions shall be concrete. Standard Plan Drawing ES -8, Pull Box Details, Note 4 -a.5 and b.10, shall not apply to this project. 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 and Terminations ", of the Standard Specifications is deleted. 86 -2.10 Bonding and Grounding Grounding jumper shall be attached by a 3/16 inch, or larger brass bolt in the signal standard or controller pedestal and shall be run to the conduit, ground rod or bonding wire in adjacent pull box. Grounding jumper shall be visible after cap has been poured on foundation. 86 -2.11 Service Electrical service shall be modified Type II, unless otherwise shown on the plans, and furnished by the Contractor. It shall be equipped with four (4) circuit breakers (50 amp main, 30 -amp lighting, and 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 • • SP 16 OF 37 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. 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 be prior to 12 noon and shall not be on, nor shall the functional test start on a Friday, Saturday, Sunday, holiday, or any day preceding a holiday. The Traffic Engineer shall be notified at least forty -eight (48) hours prior to the intended turn -on. Turn -on shall be scheduled only for the hours between 9 AM and 12 noon. If the scheduled 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. • • SP 17 OF 37 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 -3.02 Type 90 Controller Assembly /Bike Timing Logic Assembly Type 90 controller assembly shall be an 8 -phase Multisonics 820A Controller compatible with the City's VMS System, complete with integral time base coordination capability, in a Type P cabinet. The controller and cabinet shall include, but not be limited to, the following: (This list may vary depending on location.) 1 ea. Model 820A Controller 1 ea. P44 Cabinet 1 ea. 820A D Panel 1 ea. LCD -12P Conflict Monitor 1 ea. Detector Rack w/12 Model 262FC -1 Detectors 12 ea. Loadswitches 1 ea. Flasher Unit 4 ea. Flash Transfer Relay 1 ea. 12 Pair Interconnect Block 1 ea. Bike Logic w /P26 Cable 1 ea. TLS Panel w /Harness 2 ea. Model 754 Opticom Phase Selector The convenience receptacle shall have ground -fault interruption as defined by the Code. Circuit interruption shall occur on 6 milliamperes of ground -fault current and shall not occur less than 4 milliamperes of ground -fault current. Bicycle Timing Logic Package A special external bicycle timing logic package shall be provided in the traffic signal controller cabinet. For each phase on which bicycle push buttons are used, the bicycle timing logic package shall have a separate solid state circuit with a solid state timer capable of an adjustable timing period from 0 to 16 seconds and a display lamp. The lamp shall indicate when a bicycle push button call has been registered and shall remain on until the bicycle timing described below has been completed. Actuation of a particular bicycle push button will activate its respective bicycle timing circuit which shall place and hold a vehicle call on the associated vehicle phase as specified below. 9 • SP 18 OF 37 For actuations received during the yellow or red interval of the phase, the bicycle timing circuit shall place and hold the vehicle call until the start of the next green interval for the phase. At the start of the next green interval, the vehicle call will continue to be held until the present time on the adjustable time has timed out. For actuations received during the green interval of phase, the bicycle timing shall begin immediately and the bicycle timing circuit shall place and hold the vehicle call during the bicycle timing provided that bicycle timing has previously occurred during that same green interval. Actuations received during the green interval while the bicycle timing is in effect, or after the bicycle timing has been completed, will not be remembered or carried over to the next cycle. The bicycle timing shall be totally independent of the controller timing and the removal of the bicycle timing logic package shall not affect the normal operation of the controller. If vehicles or pedestrians are also placing calls on the phase that has received a call from the bicycle timing circuit, then either the vehicle time, pedestrian time, or the bicycle time, whichever is longest, shall be in effect during the time the affected phase is being serviced. The bicycle timing logic package shall be provided in a separate shelf- mounted housing, and the individual timing circuits for each of the individual phases shall be in the same housing and shall be connected by a NEMA- approved connector and harness. 86 -3.04 Controller Cabinets 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 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 and furnished by the Contractor. • • SP 19 OF 37 The contractor shall furnish and install 12" yellow and green Dialight brand LED ball and arrow lens assemblies to replace all existing incandescent yellow and green indications. The contractor shall furnish and install 12" red, yellow, and green Electro -tech brand PV screw in LED indications to replace all existing incandescent red, yellow, and green PV indications. Existing light dimming circuitry in the PV heads shall be disabled by the Contractor when converted to LED indications. The completed PV light source conversions shall be programmable. New heads shall be furnished by the Contractor with the LED units installed. 86 -4.06 Pedestrian Signals Pedestrian signals shall be LED units and shall meet the current State of California Department of Transportation (CALTRANS) Specifications. 86 -5 DETECTORS 86 -5.01 Vehicle Detectors 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. 86 -5.02 Pedestrian Push Button Assemblies 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 signs shall be 9" x 12" and shall not extend beyond the mounting framework. Installation of push button assemblies for bicycle use shall be in accordance with City Standard Plan STD - 913 -L, and push button assemblies shall be 5" x 7 -1/2 ". Pedestrian push button assemblies shall comply with ADA requirements (Federal RegisterNol. 59, No. 117, Section 14.2.5). 86 -6 LIGHTING 86 -6.01 High Pressure Sodium Luminaires • SP 20 OF 37 Luminaires shall be the full -cutoff type. Glare shields are not required on semi -cutoff or full -cutoff luminaires. Each luminaire shall be die -cast aluminum, (86- 6.07A) with integral regulator ballast and Type IV photoelectric control for use in multiple 120V circuit. The optical assembly shall provide true 90- degree cutoff and shielding (without external glare shield) and shall consist of a glass or glass- coated gasket reflector; a heat and impact resistant flat glass lens; and porcelain - enclosed mogul multiple screw shell socket with lamp grips. The optical assembly shall contain activated charcoal filter, which prevents particulate and gaseous contamination. All luminaires shall be General Electric M -250A2 series 250W OR 200W (see plans) HPS with light distribution M -C -3, approved equal, or as shown on the approved plans. 86 -6.01A High Pressure Sodium Lamp Ballasts The twelfth paragraph in Section 86- 6.01A, "High Pressure Sodium 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. 0 • SP 21 OF 37 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. 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 an 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." • • SP 22 OF 37 86 -6.065 Overhead Reflective Street Name Signs These specifications define requirements for overhead reflectorized street name signs. 1. General a. Workmanship: All items shall be new; the materials and workmanship shall be of the best quality for the purpose. b. Drawings: All sign layouts shall be the Contractor's responsibility and shall be in accordance to the State of California, Sian Specifications Chart Guidelines. C. Warranty: The Contractor at no cost to the City shall replace any sign delivered under this contract which does not conform to these specifications. 2. Detailed Requirements a. Base Metal: (1) Description: The base metal substrate shall be new aluminum alloy 3003 - H14 or 5052 -H32. The thickness of the aluminum shall be 0.05 ". The material shall be subject to inspection prior to degreasing and chromate conversion coating operations. Alloy and temper designations shall be verified by mill test certifications. (2) Shearing: All sign panel edges shall be shear - trimmed or roll -slit to produce neat edges and square corners. Sign panel edges shall be straight within 1/32" from the straight plane. Edge delamination or incomplete coverage of the base metal substrate up to and coincident with the cut edge of the sign panel shall be sufficient basis for rejection of the entire sign panel. (3) Pretreatment: All treatment tanks and /or spray applied systems must be performed on the Contractor's premises to ensure proper • • SP 23 OF 37 adhesion of reflective sheeting materials. All treatment tanks or spray applied systems shall be charged with fresh chemicals at least once a year. If pretreatment is performed by immersion methods, the tanks must be sufficient size to accommodate the complete panel. Titration equipment shall be available for the Inspectors to check the solution strengths. The cleaned and coated base metal shall be handled only by a mechanical device or by operators wearing clean cotton or rubber gloves. After cleaning and coating operations, the panels shall be protected at all times from contact or exposure to grease, oils, dust, or other contaminates. The front and back surfaces of the aluminum base metal shall be cleaned, deoxidized, and coated with a light, tightly adherent, chromate conversion coating free of any powdery residue. The base metal pretreatment process shall be in conformance with Section 5, Recommended Processing Methods, of ASTM Designation B -449. The coating weight shall be (30 -100 mg /sq.ft.), A class 1 coating. b. Sign Message and Reflectorized Material: (1) Sign panels with identical legends shall be displayed on both sides of the sign frame, unless otherwise indicated. Letter size, style, spacing, arrows, and figures shall conform to the current standards established by the State of California, Department of Transportation. a) The legends or street names shall be 8" uppercase and 6" lowercase. Series D or E shall be used. b) Message layout shall be per State of California, Sign Specifications, Code G7 -1. Side margins and spacing may be compressed, when necessary, to stay within sign length. C) 1" border. (2) 3M VIP Diamond Grade Reflective Sheeting VIP3990 (wide - angle prismatic lens reflective sheeting), or equal, shall be on both fore and background. The standard color shall be white legends, letters, borders, etc. on a screened green background. No cut -out legends, letters, or borders shall be used. 0 • SP 24 OF 37 C. Sign Frame and Panel Construction: The size of the sign will be 18" X 72 ", unless otherwise identified as 18" X 96 ". (1) Frames: The frame shall be aluminum channel extrusion, 1.25" X 1.25" X .125' wall thickness. Alloy 6063 -T5. All joints of the aluminum channel shall be miter cut to form a 45 degree angle at each corner. The frame shall be welded with an inert gas shield -arc welding process using 4043 electrode filler wire in accordance with good shop practice. The width of the filler wire shall be equal to the wall thickness of the channel being welded. The top of the frame will have two 2" X 2" X .250" wall thickness channel members welded and fastened to the frame with stainless steel bolt, washer, nylon nuts, and cotter pins. The adjustable swing assembly will be attached to these members. (2) Assembly: A sign panel shall be fastened to both sides of the channel frame to make a double -faced unit. Each sign panel must be a continuous sheet, no vertical or horizontal splices to make up one panel. The sign panels shall be affixed to the frame with 3/16" diameter blind pop rivets, alloy 5052, or a type approved by the Engineer. They must be aluminum approved. The exposed face of the rivet shall be of similar shade and compatible with the face color of the finished sign. The rivets shall be placed through the face of the sign with the wall of the channel placed against the back of the sign panel. Rivets shall be placed no closer than 2" from the edge of the sign panel and a maximum of 8" apart from one another. All rivets must penetrate the web of the channel frame for proper grip strength between sign panel and frame. The swing hinge is attached to the 2" X 2" channel member with a 3" stainless steel bolt and bronze bushing; then secured with a ny -lock nut. • d. Mounting Assemblies: • SP 25 OF 37 The top of the sign frame shall have two free swinging mounting brackets. They shall be of all aluminum, bronze, and stainless steel parts. The 5" long stainless steel bolt for fine adjustments shall have nuts and lock washers, or self locking nuts and cotter key. The bracket assembly shall permit the sign to swing perpendicular to the support hardware. The mounting brackets shall be aluminum, connected to the mast arm by band straps. The mounting bracket location shall be 18" from the outside edge for the 18" X 72" sign and 24" for the 18" X 96" sign. When installation of the sign to the mast arm is complete, the sign should swing freely 70 - 90 degrees, or approved equal, in both directions when moved by the installer. e. Finish: The finished sign shall be flat within a ratio of 0.40" per linear foot when measured across the plane of each panel from opposite corners or at any location on the panel. All finished signs shall have a smooth flat surface without defects or objectionable marks of any kind on either the front or the back faces. All letters and designs shall be clearly cut and sharply defined. The appearance of the sign face shall be uniform throughout and shall be free of wrinkles, gel, hard spots, streaks, extrusion marks, air bubbles, or blemishes that may impair the serviceability, or detract of the sign when viewed from a distance of twenty -five (25) feet. The finished sign shall be clean and free from all burrs, sharp edges, loose rivets, and aluminum marks. Signs with any defects or damage that affect their appearance and serviceability will not be acceptable. All metal parts shall be fabricated in a uniform and quality workmanlike manner and all sign surfaces and edges free of defects. No repairs shall be made to the face sheet without the approval of the Engineer. • • SP 26 OF 37 86 -6.07 Photoelectric Controls Type IV photoelectric controls shall be provided on each luminaire. 86 -7 REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQUIPMENT Hauling and stockpiling of salvaged material off the right -of -way, as directed by the Engineer, shall be included in the lump -sum price for signal construction. OPTICOM PRIORITY CONTROL SYSTEM Emergency Vehicle Pre -empt systems are to be furnished and installed by the Contractor except the Model 754, phase selector units and Model 760 rack, as manufactured by 3M Company, shall be furnished in the new controller cabinets. Model 754, phase selection units and Model 760 rack, as manufactured by 3M Company, shall be furnished and installed in 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. 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. 0 The BBS shall be capable of intersection (all colors red, incandescent bulbs, or flashin g 1.0 OPERATION • SP 27 OF 37 providing power for full run -time operation for an "LED -only' yellow, and green), an intersection with yellow only mode operation for an intersection using Red LED's. 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. 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. 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 0C, and the battery charger should shut off. • • SP 28 OF 37 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. 2.0 MOUNTING/ CONFIGURATION 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. • • SP 29 OF 37 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. 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. • SP 30 OF 37 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: MANUAL BYPASS SWITCH (TYPICAL) AC Line to Transfer Relay and inverter 113 AC Line from Transfer Relay and inverter 1M TB --I NC N— r r O NC[--i TB Utility Line Power �J r AC Power to I NEMA cabinet Notes: 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. • SP 31 OF 37 FIG 2: RELAY CONTACTS (NO /NC) AVAILABLE ON PANEL - MOUNTED TERMINAL BLOCK (TYPICAL) On Batt Low Batt Timer x x W r s x NO C NC NO C NC NU C Nl: Notes: 1. NO /NC contacts may either share or sue separate commons F: \USERS \PB\N\Shared \Contracts \FY 03 -04 \SAN MIGUEL- SPYGLASS SIGNAL C- 3678 \SPECS C- 3678.doc Q aEW PORT O O u _ a.. Cq</ FORN�r AVOCADO AT SAN MIGUEL BALBOA AT NEWPORT /23RD BONITA CANYON AT MESA VIEW BONITA CANYON AT PRAIRIE CAMPUS AT AIRPORT WAY DOVER AT WESTCLIFF HOSPITAL AT PLACENTIA / HOAG IRVINE AT MESA IRVINE AT UNIVERSITY IRVINE AT WESTCLIFF / 17TH JAMBOREE AT BAYSIDE /MARINE MACARTHUR AT BIRCH MACARTHUR AT BISON MACARTHUR AT FORD / BONITA CANYON MACARTHUR AT VILAGGIO MACARTHUR AT VON KARMAN / NEWPORT MACARTHUR AT SAN JOAQUIN HILLS RD MACARTHUR AT SAN MIGUEL TOTAL LED'S 0 • • FOR • INSTALLATION SPRING t0- • -I • imm„mm■mmm mmilmmm mmilmmommm mmoommmmmm mommmommm mmoommmmmm immilmmommm �0moommommm �Omoommomm© immommmmmmm immommmommm immilmmmmmm immmommommm Immilmmommm immoommmmmm immommmmmmm immoommmmmm 187 188 96 93 33 33 33 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT f: users /pbw/ shared /traffic/2004 LED spring Install -spec EXHIBIT "A" Install 2 - 722 Detectors on signal mast arms r Construction Notes Q (Q C (D 1. Provide and install Opticom Detectors as shown on the plan. 2. Provide and install 2 ea. Opticom Model #762 Phase selectors at each intersection. 3. Provide and install approx. 250H of Model #M138 Opticom detector cable at each intersection. San Joaquin Hills Rd, CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT OPTICOM INSTALLATION AT Balboa Blvd. At River Ave, San Joaquin Hills Rd at San Miguel Rd, y SP Install 2 - 722 Detectors on pole & signal mast arm X00 i Dwv DRAWN_RON DATE_ 12 / 29/ 03 APPROVED DRAWING NO. TRAFFIC ENGINEER R.E. NO EXHIBIT "B" .750 24.00 - --1 FRONT VIEW OPEN DOOR SECTION A —A P/N FCU103980 MAT RIA( — 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 24.0o DOOR AT TOP, BOTTOM AND CENTER WITH A #2 P0.75 CORBIN LOCK, DOOR RODS 1/4" X 3/4" ALUM, vpo BAR W/ 1" NYLON ROLLERS, MAIN DOOR HANDLE STEEL, BRUSH ZINC PLATED. .0 TOP VIEW A--� --- '-r --- -`- r�1 i 11 I Oil I I I I I I I FRONT VIEW SHELVE — ONE REMOVABLE FULL WIDTH SHELVES ARE FURNISHED WITH EACH CABINET, SHELF IS 6.25" 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, F 8.00--1 RIGHT SIDE ExNiBrr It Cpil