Loading...
HomeMy WebLinkAboutC-3419 - Traffic Signal Installations and Upgrades 2001-20020 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, CMC January 22, 2003 Macadee Electrical 14771 Cherry Circle Chino Hills, CA 91709 -1917 Subject: Traffic Signal Installations and Upgrades (C -3419) To Whom It May Concern: On January 22, 2002, 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 March 15, 2002. The Surety for the contract is Great American Insurance Company, and the bond number is FS1316577. Enclosed is the Faithful Performance Bond. Sincerely, dll�"M.�/U� LaVonne M. Harkless, CMC City Clerk cc: Public Works Department R. Gunther, Construction Engineer enclosure 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, Califomia 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us EXECUTED IN FOUR COUNTERPARTS • • PAGE 16 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL INSTALLATIONS AND UPGRADES 2001 -2002 CONTRACT NO. 3419 BOND NO. FS1316577 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 1,749.00 , being at the rate of $ 7.20 PER thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Macadee Electrical Construction, hereinafter designated as the "Principal ", a contract for construction of TRAFFIC SIGNAL INSTALLATIONS AND UPGRADES 2001 -2002, Contract No. 3419 in the City of Newport Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents maintained in the Public Works Department of the City of Newport Beach, all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3419 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and GREAT AMERICAN INSURANCE. COMPANY , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of two hundred forty -two thousand, nine hundred thirty-eight and no /100 Dollars ($242,938.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. • • PAGE 17 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 27TH day of JUNE 2001. MACADEE ELECTRICAL CONSTRUCTION Name of Contractor (Principal) GREAT AMERICAN INSURANCE COMPANY Name of Surety 750 THE CITY DRIVE S. 1300 ORANGE, CA 92863 Address of Surety 0714? 740 2400 Telephone .• rWie _ JANET L. MILLER, ATTORNEY -IN -FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 0 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CALIFORNIA State of 0 County of ORANGE On JUNE 28th 2001 before me, ANNETTE V. JOHNSON – BROWNE Date Name and Tiller of Officer (e.g., "Jane Oce. Nolan, Public personally appeared DEBRA A. MCCARTHY Name(s) of $,gnegsl = personally known to me – OR improved to me on the basis of satisfactory evidence to be the person(.) whose name( isfVro subscribed to the within instrument and acknowledged to me that Fytr /she /tf0j executed the same in t /ili/her /He/r authorized capacity(iisfj, and that by h1l4herlAIr signaturekon the instrument the gqerson(A, ANNETTEVJD44SON8RpWN or the entity upon behalf of which the persor4(�) acted, F COMM. #7281642 d executed the instrument. U NOTARY PUBLIC- CALIFORNIA CQ ORANGE COUNTY M My Cantu. Expires OCL 24, 2004 WITNESS my hand and official seal. r S•,bnature of Lary 0,7bhc @% " OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. , Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name DEBRA A. MCCARTHY Individual Corporate Officer Title(s): VICE PRESIDENT Partner — Limited ❑ General Attorney -in -Fact Trustee Guardian or Conservator Other I Top 01 thumb here Signer Is Representing: MACADEE ELECTRICAL CONSTRUCTION Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee • Guardian or Conservator • Other: Tap of thumb here Signer Is Representing: h P t5 F O 1995 Naronal Nmary Asso0a0pn • 0236 Remmet Ave. P.O. Bo: 7184 • Canoga Park, CA 91309.1184 Prod. No, 5907 Reorder: Call Toll-Free 1.800 676 6827 0 0 STATE OF CALIFORNIA SS. COUNTY OF SAN BERNARDINO On JUNE 27, 2001 , before me, KELLY A. SAITMAN, NOTARY PUBLIC PERSONALLY APPEARED JANET L. personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(9) whose name(&) is /are subscribed to the within instrument and acknowledged to me that he /she /tkey executed the same in }ais /her /t -heir authorized capacity(ios), and that by-kis/herAkeir signature(&) on the instrument the person(e), or the entity upon behalf of which the person(&} acted, executed the instrument. WITNESS my hand and official seal. Signature OPTIONAL _ IELiY A SA!TMAN Yom , Cn_mrn:sion T I W -423 Z'"'l^' Nc*crfPubic- California 5 a. San Bernard'=County ..< MY _M. 5pire5 An 27,2M2 This area for Official Notarial Seal 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 DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER BOND TITLE OF TYPE OF DOCUMENT ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENnT (IES) NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 0-1232 (REV. 9/00) ALL - PURPOSE ACKNOWLEDGEMENT G1W AIWRICAN INSURANCE COMPANY° 580 WALNUT STREET • CINCINNATI, OHIO 45202. 513- 369 -5000 • FAX 613 - 723 -2740 The number of persons authorized by this power of attorney is not more than No. 0 13970 FOUR POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below its true and lawful attorney -in -fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power JAY P. FREEMAN ALL OF ALL KELLY A. SAITMAN ONTARIO, UNLIMITED DONALD R. DES COMBES CALIFORNIA JVET i MILLER This ower o Attorney revokes all previous powers issued in behalf of the attorney(s) -in -fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 26TH day of JULY 1 2000 Attest STATE OF OHIO, COUNTY OF HAMILTON — ss: GREAT AMERICAN INSURANCE COMPANY On this 26TH day of JULY, 2000 , before me personally appeared DOUGLAS R. BOWEN, to me known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows theseal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated March 1, 1993. RESOLVED: That the Division President, the several Division Vice Presidents and Assistant Vice Presidents, or any one of them, be and herebyis authorized, from time to time, to appoint one ormore Attorneys -In -Fact to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof, to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract orsuretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I, RONALD C. HAYES, Assistant Secretary of Great American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of March 1, 1993 have not been revoked and are now in full force and effect. Signed and sealed this S1029S(I 1 1971 27TH day of JUNE 2001 March 15, 2002 CMY OF NEWPORAEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 Macadee Electrical 14771 Cherry Circle Chino Hills, CA 91709 -1917 Subject: Traffic Signal Installations and Upgrades (C -3419) To Whom It May Concern: On January 22, 2002, 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 February 8, 2002, Reference No. 20020116772. The Surety for the contract is Great American Insurance Company, and the bond number is FS1316577. Enclosed is the Labor & Materials Payment Bond. Sincerely, own" M 'Wand " LaVonne M. Harkless, CMC /AAE City Clerk LH:cf cc: Public Works Department R. Gunther, Construction Engineer encl. 3300 Newport Boulevard, Newport Beach 0 0 PAGE 15 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 27TH day of JUNE 2001. c MACADEE ELECTRICAL CONSTRUCTION Name of Contractor (Principal) uthodzed Signature/Title GREAT AMERICAN INSURANCE COMPANY Name of Surety 750 THE CITY DRIVE S. 4300 ORANGE, CA 92863 Address of Surety (.714) 740 2400 Telephone s t- Aut zed Agent Signature JANET L. MILLER, ATTORNEY. -IN -FACT Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 0 0 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CALIFORNIA State of ORANGE County of On JUNE 28th 2001 before me, ANNETTE V. JOHNSON – BROWNE gale Nam# and Tine d Oder (I.0., 'Jane Oda. Ndury Puti "C'I personally appeared DEBRA A. MCCARTHY Name(5) of Signe1(5l : = personally known to me – OR improved to me on the basis of satisfactory evidence to be the person(k) whose name( isl�r¢ subscribed to the within instrument and acknowledged to me that 46/she /tgbA executed the same in tHherltrldr authorized capacity(iA6, and that by r4WIher /thy /r signature(!s)'on the instrument the gqerson(4. �yly�E or the entity upon behalf of which the persor�(y) acted, COMM.utt8T642 v executed the instrument. b NOTARY PUBLIC-CAUFORNIA b RI ORAWGECOUNTY c0 My Comm. E*re6 Dot. 24,2W4 WITNESS my hand and official seal. a)e) V GA "Y7 519naWn d N ry Puoac OPTIONAL Trough me information below Is not required bylaw, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment or this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: DEBRA A. MCCARTHY Individual !X Corporate Officer Title(s): VICE PRESIDENT Partner — = Limited ❑ General Attorney -in -Fact Trustee _ Guardian or Conservator = Other: Signer Is Representing MACADEE ELECTRICAL CONSTRUCTION O 1995 Nauonau Noun, assaoaoon • 8236 Rammal M._ P.O 9oa 7184 • Canoga Pad,, CA 91209• Number of Pages: Signer's Name: i ❑ Individual r� • Corporate Officer Title(s): • Partner — ❑ Limited ❑ General • Attorney -in -Fact �S • Trustee 1 • Guardian or Conservator i • Other: Top of (numb here Signer Is Representing: n� Flu P�dd. No. S90T Raordwr Call Tog -Pne 1.600 - 616.6621 0 0 STATE OF CALIFORNIA SS. COUNTY OF SAN BERNARDINO On JUNE 27, 2001 , before me, KELLY A. SAITMAN, NOTARY PUBLIC PERSONALLY APPEARED JANET L. MILLER personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(e) whose name(&) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in .his /her /their authorized capacity(!"), and that by-his/her /their signature(s) on the instrument the person(&), or the entity upon behalf of which the person(&} acted, executed the instrument. WITNESS my hand and official seal. Signature OPTIONAL This area for Official Notarial Seal 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 DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER BOND TITLE OF TYPE OF DOCUMENT ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ® ATTORNEY -IN -FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIANICONSERVATOR ❑ OTHER: DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S) OR EN WPES) SIGNER(S) OTHER THAN NAMED ABOVE 10-1232 (REV. 9/00) ALL - PURPOSE ACKNOWLEDGEMENT Kc!iY A I- 4 :SS C-.'4 I; W423 Pt 27 This area for Official Notarial Seal 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 DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER BOND TITLE OF TYPE OF DOCUMENT ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ® ATTORNEY -IN -FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIANICONSERVATOR ❑ OTHER: DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S) OR EN WPES) SIGNER(S) OTHER THAN NAMED ABOVE 10-1232 (REV. 9/00) ALL - PURPOSE ACKNOWLEDGEMENT RECORDING REQSES( DOWeR 6ID WHEN RECORDED RETURN TO: dF City Clerk '02 FEB 19 Aq :03 City of Newport Beach 3300 Newport Boulevard Newport Beach0WC92N%a CITY CIEHr CITY OF I%DVPCRT BEACH Recorded in official Records, County of orange Gary Granville, Clerk- Recorder 11111111111111111 FEE 2001121101111116171711211611411311011p im 02108102 118 4 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 pursuant to Government Code Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Macadee Electrical of Chino Hills, 11 California, as Contractor, entered into a Contract on June 26, 2001. Said Contract set forth certain improvements, as follows: Traffic Signal Installations and Upgrades 2001 -2002, C -3419 Work on said Contract was completed on January 4, 2002, and was found to be acceptable on January 22, 2002, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Great American Insurance Company. —Bublic Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on _� oZ3� a00 a at Newport Beach, California. BY �n�.e oC �02 City Clerk , CI Y OF NEVTORT BEACH January 23, 2002 OFFICE OF THE CITY" CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion for 16th Street, Marguerite Avenue, Shorecliff Road, and Corona del Mar Library Parking Lot Rehabilitation (C -3393) Notice of Completion for Ford Road Rehabilitation — Jamboree Road to MacArthur Boulevard (C -3407) Notice of Completion for Traffic Signal Installation and Upgrades 2001- 2002 (C -3419) Notice of Completion for 2000 -2001 Balboa Island Bayfront Repairs (C- 3420) Please record the enclosed documents and return it to the City Clerk's Office. Thank you. Sincerely, d 6,m, Ilan LaVonne M. Harkless, CMC /AAE City Clerk Enclosures 3300 Newport Boulevard, Newport Beach 0 0 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 pursuant to Govemment 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 Fleming Environmental, Inc. of Buena Park, California, as Contractor, entered into a Contract on June 26, 2001. Said Contract set forth certain improvements, as follows: 2000 -2001 Balboa Island Bayfront Repairs, C -3420 Work on said Contract was completed on December 14, 2001, and was found to be acceptable on January 22, 2002, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Travelers Casualty and Surety Company of America. M of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Exec m dewport Beach, California. JAN 2 2 2002 1'...o f, U r L TO: Mayor and Members of the City Council FROM: Public Works Department January 22, 2002 CITY COUNCIL AGENDA ITEM NO. 17 SUBJECT: TRAFFIC SIGNAL INSTALLATIONS AND UPGRADES 2001 -2002, CONTRACT NO. 3419 — COMPLETION AND ACCEPTANCE RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 4. Release the Faithful Performance Bond 1 year after Council acceptance. DISCUSSION: On June 26, 2001, the City Council authorized the award of the Traffic Signal Installations and Upgrades contract to Macadee Electrical of Chino Hills, California. The contract provided for the installation of a new traffic signal at Irvine Avenue and Santa Isabel Avenue, upgrading of existing traffic signals at MacArthur Boulevard and Birch Street, installation of emergency vehicle preemption equipment at the intersection of Coast Highway and Dover Drive, and installation of emergency vehicle preemption equipment at the intersection of Bristol Street North and Birch Street. 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: $242,938.00 Actual amount of bid items constructed: 242,938.00 Total amount of change orders: 14,686.00 Final contract cost: $257,624.00 The final overall construction cost including change orders was 6.05 percent over the original bid amount. One change order in the amount of $14,686.00 provided for additional LED and pedestrian light installations, additional excavation of foundations, and extra work to run telephone service conduit to a revised location. 0 SUBJECT: TRAFFIC SIGNAL INSTALLATIONS AND UPGRADES 2001 -2002, CONTRACT NO. 3419 — COMPLETION AND ACCEPTANCE January 22, 2002 Page 2 Funds for the project were expended from the following accounts: Description Traffic Signal Installation & Upgrades Traffic Signal Installation & Upgrades Traffic Signal Preemption System The original scheduled completion date was work, the completion date was extended to by the revised completion date. Res pectfu I lysu b ted, f PUBLIC WORKS DEPARTMENT Stephen G. Badum, Director By: R - (� —ka' R. Gunther, P.E. Construction Engineer Account No. Amount 7181- C5200068 $ 227,572 7261- C5200068 15,052 7181- C5200408 15,000 Total $ 257,624 December 15, 2001. Due to the additional January 4, 2002. All work was completed L7 CITY CLERK CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, P.O. Box 1768, Newport Beach, CA 92658 -8915 until 11:00 a.m. on the 11th day of June, 2001, at which time such bids shall be opened and read for TRAFFIC SIGNAL INSTALLATIONS AND UPGRADES 2001 -2002 Title of Project Contract No. 3419 $250,000.00 Engineer's Estimate Approved y Don Webb Public Works Director Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3300 Newport Boulevard, P. O. Box 1768, Newport Beach, CA 92658 -8915. Required Contractor License Classification(s) required for this project: "A" or "C -10" For further information, call James BrahlerJames Brahler, protect ManageerMana eer at (949) 644- 3346 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL INSTALLATIONS AND UPGRADES 2001 -2002 CONTRACT NO. 3419 TABLE OF CONTENTS NOTICEINVITING BIDS .......................................................... ............................... Cover INSTRUCTIONS TO BIDDERS ........................................................ ..............................1 BIDDER'S BOND ............................................................................... ..............................3 DESIGNATION OF SUBCONTRACTOR( S) ...................................... ..............................4 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................5 NON - COLLUSION AFFIDAVIT .......................................................... ..............................6 NOTICE TO SUCCESSFUL BIDDER ............................................... ..............................7 CONTRACT...................................................................................... ..............................8 LABOR AND MATERIALS BOND .................................................... .............................14 FAITHFUL PERFORMANCE BOND ................................................ .............................16 PROPOSAL................................................................................ ............................... PR -1 SPECIALPROVISIONS ................................................................. ...........................SP -1 Macadee Electric' Constru n 14771 Cher le CHINO HILLS, CA 91709 -1917 PAGE 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL INSTALLATIONS AND UPGRADES 2001 -2002 CONTRACT NO. 3419 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10 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. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 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. ....... - Macadee Electrica! Constru ion 14771 Che ircle CHINO HILLS, CA-W709-1917 PAGE 2 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act ". 10. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The signature below represents that the above has been reviewed. # 583125 C -10 Contractor's License No. & Classification MACAD.EE ELECTRICAL CONSTRUCTION Bidder thorized Signature,'Title VICE PR S ENT June 8. 2001 Date 0 PAGE 3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL INSTALLATIONS AND UPGRADES 2001 -2002 CONTRACT NO. 3419 We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city. in the principal sum of TEN PERCONT OF AMOUNT BID ** Dollars ($ I OF BID* ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of TRAFFIC SIGNAL INSTALLATIONS AND UPGRADES 2001 -2002, Contract No. 3419 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to duly enter into and execute the Contract Documents for the construction of the project in the form required within ten days (10) (not including Saturday, Sunday, and federal holidays) after the date of the mailing of Notice of Award; otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 7THday of MACADEE ELECTRICAL CONSTRUCTION Name of Contractor (Principal) GREAT AMERICAN INSURANCE COMPANY Name of Surety 750 THE CITY DRIVE S 0300 ORANGE, CA Address of Surety 92868 714/740 -2400 Telephone JUNE 13nni KELLY A. SAITMAN ATTORNEY -IN -FACT Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) r CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT CALIFORNIA State of ORANGE County of On JUNE 8,2001 personally appeared ANNETTE V. JOHNSON - BROWNE before me, Name and Tnle of Officer (a.9.. -Jane Doe. Notary P"Ioc-) DEBRA A. MCCARTHY namataf m agnvnat personally known to me - OR improved to me on the basis of satisfactory evidence to be the person(h) whose name( is / ,Yr¢ subscribed to the within instrument and acknowledged to me that 0 /she /thib i executed the same in �Ay( /her /t*lr authorized capacity(iisj, and that by ANNETTEV.JOFNBOt�BROWNE h(d/her /Air signaturekon the instrument the erson(4 d COMM. #1281642 d' or the entity upon behalf of which the perso4w) acted, NOTARYPUBLIC•CALIFORNIA �j executed the instrument. m ORANGE COUNTY CO My Clxnm. Expires Oct. 24,2001 WITNESS my hand and official seal. OPTIONAL Though the nformat,on below 1s not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment Of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: DEBRA A. MCCARTHY Individual B Corporate Officer Title(s): VICE PRESIDENT Partner — = Limited ❑ General = Attorney -in -Fact = Trustee = Guardian or Conservator Other I Top Of thumb h¢r¢ Signer Is Representing: MACADEE ELECTRICAL CONSTRUCTION Number of Pages: Signer's Name: • Individual • Corporate Officer Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator , ❑ Other. _ Top of tnumb bete 1 Signer Is Representing: O 1995 Na1•onat Notary A.,,,anon • 8236 Remmet Ave.. P.O. Boa 7184 • Canoga Park, CA 91309-7164 prop No 5907 r a� C Reorder Call T011 Free I a00- 876.6827 CALIFORNIA ALL PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA S.S. COUNTY OF SAN BERNARDINO On JUNE 7, 2001 before me, Janet L. Miller, Notary Public personally appeared Kelly A. Saitman personally known to me; X or proved to me on the basis of satisfactory evidence to be the personj,� whose name(.e}-is /ate subscribed to the within instrument and acknowledged to me that (jac-/she /tkey) executed the same in bi-S /her /t]R-i -r authorized capacityLlesj', and that the entity upon behalf of which the person(.e} acted, executed the instrument. WITNESS my hand and official seal. (SEAL) JANET L. MILLER COMM. #1147631 < NOTARY PUBLIC - CALIFORNIA u SRN BFRNARDINO COUNTY w f% f,1y Co-;.. Expires July 20, 2001_ Sigrgure of Notary "Public CAPACITY CLAIMED BY SIGNER: Though statute does not require the notary to fill in the data below, doing so may Drove invaluable to persons relvina on the document. _Individual(s) Corporate Officer(s) Titles _Partner(s) X Attorney -in -Fact —Trustee(s) _Guardian/Conservator Other: Signer is representing: and Limited General ATTENTION NOTARY: Although the information requested below is optional, it could prevent fraudulent attachment of this certificate to unauthorized document. Title of type of document: Number of pages: Date of document: Signer(s) other than named above: THIS CERTIFICATE MUST BE ATTACHED KASM89637 TO THE DOCUMENT DESCRIBED ABOVE. # 0 0 0 0 GMU ANERICAN INSIIRMCE MMMY6 580 WALNUT STREET. CINCINNATI, OHIO 45202 e 513- 369 -5000 • FAX 513- 723 -2740 The number of persons authorized by this power of attorney is not more than No. 0 13970 FOUR POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below its true and lawful attorney -in -fact, for it and in its name, place and stead to execute in behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power JAY P. FREEMAN ALL OF ALL KELLY A. SAITMAN ONTARIO, UNLIMITED DONALD R. DES COMBES CALIFORNIA JONET MILLER This ower o t Attorney revokes all previous powers issued in behalf of the attorney(s) -in -fact named above. IN WITNESS WHEREOF the GREAT AM ERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 26TH day of JULY 1 2000 Attest STATE OF OHIO, COUNTY OF HAMILTON —ss: GREAT AMERICAN INSURANCE COMPANY On this 26TH day of JULY, 2000 , before me personally appeared DOUGLAS R. BOWEN, to me known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated March 1, 1993. RESOLVED: That the Division President, the several Division Vice Presidents and Assistant Vice Presidents, orany one ofthem, be and hereby is authorized, from time to dine. to appoint one or more Att ornevs -In -Fact to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof,, to prescribe their respective duties and the respective limits of their authority: and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any, of the aforesaid officers and any .Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract or suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I, RONALD C. HAYES, Assistant Secretzfv of Grca' American Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Direc.:or� of Mrreh I. 1993 have not been revoked and are now in full force and effect. Signed and sealed this 7TH S 10295 (H1 97) day 4 JUNE 2001 Macadee Electrical • Constructiae 14771 Cherry Cirde- CHINO HILLS, CA 91709 -1917 PAGE 4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL INSTALLATIONS AND UPGRADES 2001 -2002 CONTRACT NO. 3419 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he /she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. Subcontract Work Subcontractor Address 2. 3. 4. 5. 6. 7. 8. 9. 10. MACADEE ELECTRICAL CONSTRUCTION Bidder C VICE Macadee Elec�al Constructi 14771 Cherry Circle PAGE 5 CHINO HILLS, CA 91709 -1917 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL INSTALLATIONS AND UPGRADES 2001 -2002 CONTRACT NO. 3419 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he /she has performed and successfully completed. Year Project Person Telephone Completed Name /Apency To Contact Number 2001 TRAFFIC SIGNALS /VARIOUS JAMES 949 644 -3346 CITY OF NEWPORT BEACH BRAHLER 2000 CITY OF POMONA /TRAFFIC DAVID 909 620 -2286 SIGNALS /PHILLIPS RANCH NELSON 2000 TRAFFIC SIGNALS VARIOUS/ TOM DANNA 909 591 -9828 CITY OF CHINO MACADEE ELECTRICAL CONSTRUCTION Bidder Authorized Signature / Title VICE ,�&ESIDENT Macadee Electrical . Constructi 14771 Cherry Ci CHINO HILLS, CA 91709 -1917 PAGE 6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL INSTALLATIONS AND UPGRADES 2001 -2002 CONTRACT NO. 3419 NON - COLLUSION AFFIDAVIT State of California ) SAN ) ss. County of BERNARDINO) Debra A. McCarthy being first duly sworn, deposes and says that he or she is Vice President of MACADEE ELECTRICAL OONSTRUCI:Ift 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. MACADEE ELECTRICAL CONSTRUCTION - Bidder aurized Signa ure itleVICE P DENT Subscribed and swom to before me this 8tk: day of June 2001. [SEAL) *INEMV.J%fSMaR0WNE y My Commission Expires: October 24,2004 CM K#1281642 #1281642 NOTARY PUBLIC- CALIFORNIA ORANGECOUNTY IQ My Cm Expire OCL 24, 2004 1 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL INSTALLATIONS AND UPGRADES 2001 -2002 CONTRACT NO. 3419 NOTICE TO SUCCESSFUL BIDDER PAGE 7 The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of receipt Notice of Award to the successful bidder: • CONTRACT • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date of receipt Notice of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. • • PAGE 8 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TRAFFIC SIGNAL INSTALLATIONS AND UPGRADES 2001 -2002 CONTRACT NO. 3419 CONTRACT THIS AGREEMENT, entered into this 11th day of June, 2001, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Macadee Electrical Construction, hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: TRAFFIC SIGNAL INSTALLATIONS AND UPGRADES 2001 -2002 Project Description 3419 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. 3419, 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. • • PAGE 9 C. COMPENSATION As full compensation for the performance and completion of the Project as required by the Contract Documents. City shall pay to Contractor and Contractor accepts as full payment the sum of two hundred forty -two thousand, nine hundred thirty-eight and no /100 Dollars ($242,938.00). 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: James Brahler (949) 644 -3346 F. LABOR CODE 3700 LIABILITY INSURANCE hereby certifies: COMPANY Macadee Electrical 14771 Cherry Circle Chino Hills, CA 91709 -1917 (909) 597 -8348 Contractor, by executing this Contract, "I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or undertake self - insurance in accordance with the provisions of the Code, and I will comply with such provisions before commencing the performance of the work of this Contract." G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less than A:VII and insurers must be a California Admitted Insurance Company. Contractor shall furnish City with 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 i • PAGE 10 insurer to bind coverage on its behalf. All certificates and endorsements are to be received and approved by City before work commences. City reserves the right to require complete, certified copies of all required insurance policies, at any time. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by Contractor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Contractor's bid. 1. Minimum Scope of Insurance Coverage shall be at least as broad as: a) Insurance Services Office Commercial General Liability coverage "occurrence" form number CG 0001 (Edition 11/85) or Insurance Services Office form number GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. b) Insurance Services Office Business Auto Coverage form number CA 0001 0187 covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288 Changes in Business Auto and Truckers Coverage forms - Insured Contract. c) Workers' Compensation insurance as required by the Labor Code of the State of California and Employers Liability insurance. 2. Minimum Limits of Insurance Coverage limits shall be no less than: a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily injury, personal injury and property damage. If Commercial Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily injury and property damage. c) Workers' Compensation and Employers Liability: Workers' compensation limits as required by the Labor Code of the State of California and Employers Liability. 3. Deductibles and Self- Insured Retentions Any deductibles or self- insured retentions must be declared to and approved by City. At the option of City, either: the insurer shall reduce or eliminate such deductibles or self- insured retentions as respects City, its officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. • • PAGE 11 4. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages City, its officers, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees or volunteers. ii. Contractor's insurance coverage shall be primary insurance and /or primary source of recovery as respects City, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, officials, employees and volunteers. iv. Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. v. The insurance afforded by the policy for contractual liability shall include liability assumed by contractor under the indemnification /hold harmless provision contained in this Contract. b) Workers' Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against City, its officers, officials, employees and volunteers for losses arising from work performed by Contractor for City. c) All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City. 5. Acts of God Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract amount provided that the Work damaged is built in accordance with the plans and specifications. 9 PAGE 12 6. Right to Stop Work for Non - Compliance City shall have the right to offer the Contractor to stop Work under this Agreement and /or withhold any payment(s) which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. H. RESPONSIBILITY FOR DAMAGES OR INJURY City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. 3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify City from the sole or active negligence or willful misconduct of City, its officers or employees. 4. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 5. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in H.3, above. 6. The rights and obligations set forth in this Article shall survive the termination of this Contract. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. • PAGE 13 J. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. K. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. =MIAMI'AAS TO FORM: iRNEY OF NEWPORT BEACH A Municipal Corporation By: qsuww� Garold B. Adams, Mayor Electrical Construction. i 111C111 az , vv -,mow CERTIFICA* OF LIABILITY INSUIPONCE 06/27/01 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Driver- Averbeck Company ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Empire Blvd #100 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 3270 Inland Em P ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Ontario, CA 91764 909 941 -6699 INSURERS AFFORDING COVERAGE INSURED !INSURER A. LeglOn Insurance CSC -,_, Macadee Electrical Construction INSURER B: 14771 Cherry Circle INSU, Chino Hills, CA 91709 i INSURER D: INSURER E: l WYCRNPGJ THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOOWWN1 MAY HAVE BEEN REDUCED BY PAID CLAIMS. NSR LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE '•POLICY DATE MM/DNYY EXPIRATION DATE MIDO/YY LIMITS A GENERAL LIABILITY 'CP40298150 02/01/01 02/01/02 EACH OCCURRENCE $1 000, 000_ X COMMERCIAL GENERAALLIIABILITY FIREDAMAGE(Mywef1m) $50,000 MED EXP (Any one person) $5 O 0 0 _ CLAIMS MADE ! � 1 OCCUR PERSONAL &ADVINJURY $1 000, 000 X PD Ded: �O GENERAL AGGREGATE ls2 OOO OOO PRODUCTS - COMP /OP AGG �' $1 00O, O00 f GENL AGGREGATE LIMB APPLIES PER: POLICY JEOT 1 LOC ! A AUrOMOBILELIABILITY ICP40298150 02/01/01 02/01/02 cOMBINEDSINGLELIMIT al 000,000 }� I ANY AUTO (Ea eccitlent) BODILY INJURY r - -� I1—II ALL OWNED AUTOS (Per person) SCHEDULED AUTOS X BODILY INJURY �$ HIRED AUTOS N (Par eccitlent) r( NON -OWNED AUTOS PROPERTY DAMAGE I$ (Per accitlerrt) . GSA RAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC AUTO ONLY: ANY AUTO $ _ 7 + AGG $ EXCESS LIABILITY EACH OCCURRENCE $ AGGREGATE $ OCCUR L j CLAIMS MADE I I$ . DEDUCTIBLE -- •— RETENTION $ $ A WORKERS COMPENSATION AND ,WC51215269 08/15/00 08/15/01 T RV?AMT �ER EMPLOYERS' LIABILITY E.L. EACH ACCIDENT _ $ 1 , O� 0 O O E.L.DISEASE- EAEMPLOYEE;$1, 000, 000 E.L. DISEASE - POLICYLIMIT $1,000 OOO OTHER I DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLES /EXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS Re: Traffic Signal Installations and Upgrades 2001 -2002, Contract No. 3419. The City, its officers, officials, employees and volunteers are additional (See Attached Descriptions) City of Newport Beach Public works Department 3300 Newport Blvd. P. O. Box 1768 Newport Beach, CA 92658 -8915 SHOULD ANYOFTHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE TH E EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL 3HQj@yagXMAIL *'xn DAYS WRITTEN NOTICE TOTH E CERTIFICATE HOLDER NAMED TOTHE LEFT REPRESENTATIVE 'in Al ik /Y VMT-T ,988 DES48IPTIONS (Continued from Poe 1) Ii insureds per form attached. Primary wording is included per attached. Waiver of Subrogation endorsement as respects to Worker's Compensation to following from Company. The cancellation clause has been amended to delete the "endeavor to" and "but failure to..." wording. *Except 10 days notice of cancellation for non payment of premium. AMS 25.3 (07/97) 3 0 J IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD25S(7l97)2 of 3 #69936 0 0 G2010 POLICY NUMBER: CP40298150 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: Project or Location: City of Newport Beach, its officers, officials, employees and volunteers 3300 Newport Blvd. P. O. Box 1768 New Port Beach, CA 92658 -8915 Re: Traffic Signal Installation and Upgrades 2001 -2002, Contract No. 3419 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of 'your work' for that insured by or for you. 'It is agreed that such insurance as is afforded by this policy for the benefit of the additional insured shown shall be primary insurance, and any other insurance maintained by the additional insured(s) shall be excess and non - contributory, but only as respects any claim, loss or liability arising out of the operations of the named insured and only if such claim, loss or liability is determined to be solely the negligence or responsibility of the named insured. CG 20 10 (11/85) Copyright, Insurance Services Office, Inc., 1984 MH/4721600 Macadee Ele ical Construct* 14771 Cherry Circle PR 1 Of 1 CHINO HILLS, CA 91709.1917 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL TRAFFIC SIGNAL INSTALLATIONS AND UPGRADES 2001 -2002 CONTRACT NO. 3419 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P. O. Box 1768 Newport Beach, California 92663 -8915 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 3419 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 Traffic Signal Upgrades at MacArthur Boulevard and Birch Street @b, eimU aved six Dollars l F KSrind T..vO Iiu„Ci ✓e(�nd pa. Try TMrLL Cents Per Lump Sum 2. Lump Sum Traffic Signal Installations at Irvine Avenue and Santa Isabel Avenue OBE. lt�r Cleec� cksk 2e-r �5lX Hu- -d Ied n eh, Qqv,+ Dollars and Cents Per Lump Sum -T-4W�'rICA $ 106243©0 $ I a (=P8°° Macadee Elect 1 Construction 14771 Cherry Circle PR 2 of 2 CHINO HILLS, CA 91709 -19 17 Lump Sum Furnish and Install Opticom Emergency Vehicle Preempt Equipment at Coast Highway And Dover Drive E0Sh4 kw "0\,e—d Dollars and e Cents $ 86"00 Per Lump Sum 4. Lump Sum Furnish and Install Opticom Emergency Vehicle Preempt Equipment at Bristol North And Birch Street tJIrJE TI40USgr1 d bne 14,-6,, 8 @ TViYVCV SAX _ Dollars and Cents $ 9 1'J�o®" Per Lump Sum TOTAL PRICE IN WRITTEN WORDS -Two H�6vect V 01TT Two THOLkSand dine H\And.eA Thi.1y GgkT Dollars and Cents June 11th 2001 Date 909 597 -8348 909 393 -8475 Bidder's Telephone and Fax Numbers N 583125 C -10 Bidder's License No(s). and Classification(s) $ 24-249 z � . Qo Total Price (Figures) MACADEE ELECTRICAL CONSTRUCTION Bidder des thori ed igna ur an VICE PRES NT 14771 CHERRY CIRCLE CHINO HILLSrCA. Bidders Address 0 0 PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS TRAFFIC SIGNAL INSTALLATIONS AND UPGRADES 2001 -2002 CONTRACT NO. 3419 INTRODUCTION PART 1--- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE 2 -9 SURVEYING SECTION 3 CHANGES IN WORK 3 -3 EXTRA WORK 3 -2.2 Payment 3 -3.2.3 Markup SECTION 4 CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing SECTION 5 UTILITIES 5 -2 PROTECTION OF EXISTING UTILITIES 5 -7 ADJUSTMENTS TO GRADE 5 -8 SALVAGED MATERIALS SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 6 -7 TIME OF COMPLETION 6 -7.1 General 6 -7.2 Working Days 6 -7.4 Working Hours 6 -8 COMPLETION AND ACCEPTANCE 1 1 1 K 2 2 2 2 2 2 2 3 3 3 3 3 47 4 4 4 4 0 0 6 -9 LIQUIDATED DAMAGES SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 7 -7 COOPERATION AND COLLATERAL WORK 7 -8 PROJECT SITE MAINTENANCE 7 -8.5 Temporary Light, Power and Water 7 -8.6 Water Pollution Control 7 -8.8 Steel Plates 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 -10.1 Traffic and Access 7 -10.2 Storage of Equipment and Materials in Public Streets 7 -10.4 Public Safety 7- 10.4.1 Safety Orders 7 -10.5 "No Parking" Signs 7 -15 CONTRACTOR LICENSES 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS SECTION 9 MEASUREMENT AND PAYMENT 9 -3 PAYMENT 9 -3.1 General PART 2 - -- CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 201 PORTLAND CEMENT CONCRETE 201 -1.1. Concrete Specified by Class 201 -2 REINFORCEMENT FOR CONCRETE 201 -2.2.1 Reinforcing Steel SECTION 214 PAVEMENT MARKERS 214-4 NONREFLECTIVE PAVEMENT MARKERS 214 -5 REFLECTIVE PAVEMENT MARKERS 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 300 -1.3.2 Requirements 300 -1.5 Solid Waste Diversion 5 6 6 6 6 6 6 6 6 6 7 7 7 7 7 7 8 8 8 8 8 8 8 8 9 9 9 9 9 9 9 9 0 0 SECTION 302 ROADWAY SURFACING 10 302 -5 ASPHALT CONCRETE PAVEMENT 10 302 -5.1 General 10 302 -5.4 Tack Coat 10 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 10 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS 10 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 -5.5.2 Curb 10 303 -5.5.4 Gutter 10 SECTION 310 PAINTING 11 310 -5 PAINTING VARIOUS SURFACES 11 310 -5.6 Painting 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 -1.03 Equipment List and Drawings 13 86 -1.05 Maintaining Existing and Temporary Electrical Systems 13 86 -1.06 Scheduling of Work 14 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 Last saved by Authorized User05/21 /2001 1:49 PM f. \users \pbw\shared\contracts\fy 0 1 -02\traffic signal upgrades 01 -02 c- 3419\specs index c- 3419.doc 0 0 86 -3 CONTROLLER ASSEMBLIES 17 86 -3.06 Type 90 Controller Assembly /Bike Timing Logic Assembly 17 86 -3.07 Controller Cabinet 18 86-4 TRAFFIC SIGNAL FACES AND FITTINGS 19 86 -4.01 Vehicle Signal Faces 19 86 -4.05 Pedestrian Signals 19 86 -5 DETECTORS 19 86 -5.01 Vehicle Detectors 19 86 -5.02 Pedestrian Push Buttons 20 86 -6 LIGHTING 20 86 -6.01 High Pressure Sodium Luminaires 20 86 -6.01A Ballasts 20 86- 6- 01A(1)a Lag -Type Regulator Ballasts 21 86- 6.01A(1) b Lead -Type Regulator Ballasts 21 86 -6.065 Internally Illuminated Street Name Signs 22 86 -6.07 Photoelectric Control 22 86 -7 REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQUIPMENT 22 OPTICOM PRIORITY CONTROL SYSTEM 22 EXHIBIT "A" ( OPTICOM LOCATIONS) 23 Last saved by Authorized User05/21 /2001 1:49 PM f. \users \pbw\shared\contracts\fy 0 1 -02\traffic signal upgrades 01 -02 c- 3419\specs index c- 3419.doc 0 0 SP 1 OF 22 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS TRAFFIC SIGNAL INSTALLATIONS AND UPGRADES 2001 -2002 CONTRACT NO. 3419 INTRODUCTION All work necessary for the completion of this contract shall be done in accord with (1) these Special Provisions; (2) the Plans (Drawing No. T- 5860 -S and T- 5861 -S); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (1994 edition), including Supplements; (4) Standard Specifications and the Standard Plans of the State of California, Department of Transportation, dated 1999. (5) The City's Standard Specifications and the Standard Specifications for Public Works Construction (2000 edition). 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., 3055 Overland Avenue, Los Angeles, California, 90034, telephone (310) 202 -7775. Copies of the Standard Drawings and Standard Special Provisions may be purchased from the City Public Works Department at a cost of $10. (6) The Work Area Traffic Control Handbook, latest Edition. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction, and the Standard Specifications, and the Standard Plans of the State of California Department of 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 traffic signal installation at Irvine Avenue and Santa Isabel Avenue and traffic signal upgrades at MacArthur Boulevard and Birch Street, and the installation of emergency vehicle preempt systems at: Coast Highway and Dover Drive and at Bristol Street North and Birch Street. 2 -9 SURVEYING 2 -9.3 Survey Service. Add to this section, "The Engineer will provide construction staking as required to construct the improvements. Any additional stakes or any F 0 SP2OF22 restaking or costs thereof shall be the responsibility of the Contractor. The Contractor shall notify the City in writing two working days in advance of the time that the stakes are needed. The City's Surveyor will file a Corner Record or Record of Survey with the County Surveyor's Office prior to the start of any construction. After completion of all construction, the City's Surveyor will file a Corner Record or Record of Survey with the County Surveyor's Office for any monuments that have been replaced. All existing street and property corner monuments are to be preserved. The Contractor will be back - charged for the cost of restoring any survey monument damaged by the Contractor outside the project limits." 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 Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............. ............................... 20 2) Materials ........ ............................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, 1 percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. This Section only applies to work in excess of the estimated quantities shown in the Proposal." SECTION 4 - -- CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing. All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various L E SP3OF22 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 PROTECTON OF EXISTING UTILITIES. Known utilities are indicated on the plans. Prior to performing construction work, the Contractor shall notify Underground Service Alert and shall request each utility company to locate their facilities. The Contractor shall protect in place and be responsible for, at his own expense, any damages to the utilities encountered during construction of the items shown on the plans. There shall be no additional compensation for identification, location, or protection of utilities shown on the plans, marked in the field, or evident from conditions in the field. 5 -7 ADJUSTMENTS TO GRADE. The Contractor shall adjust to finish grade City - owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. The Contractor shall coordinate the adjustment of Southern California Edison, The Gas Company, Pacific Bell and cable television facilities to the finish grade with the appropriate utility company. 5 -8 SALVAGED MATERIALS. The Contractor shall salvage all existing meter or valve box covers. The Contractor shall salvage all removed cast iron pipes. 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 Mr. Ed Burt, Utilities Superintendent, at (949) 718 -3402. SECTION 6 - -- PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section, "The time for completion as specified in Section 6 -7, shall commence at the time of City Council award. The Contractor shall furnish City with certificates of insurance with original endorsements effecting coverage required by this contract (Section G) to the City for processing and approval prior to City permitting any work on site to commence. No work shall begin until a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to commencing any work. Schedule may be bar chart or CPM style. 0 0 SP4OF22 The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until he has exerted extra effort to meet his original schedule and has demonstrated that he will be able to maintain his approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from his overall time of completion requirement, nor shall it be constructed as the basis for payment of extra work because additional personnel and equipment were required on the job." The term "work" as used herein shall include the installation of traffic signals at Irvine Avenue and Santa Isabel Avenue and the upgrades of traffic signals at MacArthur Boulevard and Birch Street and construction of other incidental items of work. 6 -7 TIME OF COMPLETION 6 -7.1 General. Add to this section, "After City Council award, the Contractor shall complete all work under the Contract within 100 consecutive working days. This schedule includes ten days for processing of contract, bonds and insurance documents. It will be the Contractor's responsibility to ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." 6 -7.2 Working Days. Revise 3) to read, "any City holiday, defined as January 1 st, the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday in November (Thanksgiving), and December 25th (Christmas). If January 1st, July 4th, November 11th or December 25th falls on a Sunday, the following Monday is a holiday." 6 -7.4 Working Hours. Normal working hours are limited to 7:00 a.m. to 4:30 P.M. Monday through Friday. Should the Contractor elect to work outside normal working hours, he must first obtain special permission from the Engineer. The request may be for 4:30 P.M. to 6:30 P.M. on weekdays or 8:00 A.M. to 6 P.M. on Saturday only. A request for working during any of these hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $50.00 per hour when such time periods are approved. SP5OF22 6-8 COMPLETION AND ACCEPTANCE. The Contractor shall guarantee the entire work constructed by him under this contract and will fully meet all requirements as to quality of workmanship and materials furnished by him. The Contractor shall guarantee for a period of at least one year, after acceptance of the work by the City, all materials and workmanship against any defects whatsoever. Any such defects shall be repaired at the Contractor's expense. The Contractor shall make all repairs and replacements promptly upon receipt of written orders from the Engineer. 6 -9 LIQUIDATED DAMAGES. Revise sentence three to read, "For each consecutive calendar day after the one hundred consecutive working days specified for completion of the work, the time specified for completion of Work, whichever occurs first, as adjusted in accordance with subsection 6 -6, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $500. Revise paragraph two, sentence one, to read, "Execution of the Contract shall constitute agreement by the Agency and Contractor that $500 per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time." The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize the disruption time to the public. SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR 7 -7 COOPERATION AND COLLATERAL WORK. Add to this section, "City forces will perform all shut downs of water facilities as required. The Contractor shall give the City seven calendar days notice of the time he desires the shut down of facilities to take place. A four -hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour shut down between the hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the City of Newport Beach, Utilities Division. The City must approve any nighttime work in advance. The Contractor shall provide and install new water meter and valve boxes. All existing water meter or valve box frames and covers shall be salvaged. Salvaged meter or valve boxes and water pipe shall be delivered to the City's Utilities Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting Mr. Ed Burt, Utilities Superintendent, at (949) 718 - 3402." 0 0 SP6OF22 7 -8 PROJECT SITE MAINTENANCE 7 -8.5 Temporary Light, Power and Water. Add to this section, "If the Contractor elects to use the City's water, he shall arrange for a meter and tender a $750 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." 7 -8.6 Water Pollution Control. Add to this section, "Surface runoff water 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 bay, or the ocean." 7 -8.8 Steel Plates. The City can provide a limited quantity of steel plates. These plates may be obtained for a rental charge of $15.00 per plate per week or part thereof. In addition the Contractor shall deposit $100 for the use of the City's lifting eye fitting and for the use of trench plates. The Contractor shall obtain plates from and return plates to the City's Utilities Yard at 949 West 16th Street. To determine the number of plates available and to reserve the plates, the Contractor must call the City's Utilities Superintendent, Mr. Ed Burt, at (949) 718 -3402. 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 -10.1 Traffic and Access. Add to this section, "The Contractor shall provide traffic control and access in accord with Section 7 -10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH) also published by Building News, Inc. Flashing arrow signs are required on all lane closures, in addition to other requirements of the WATCH manual" 7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction materials shall not be stored in streets, roads, or sidewalk areas. Contractor will restore adjacent landscaping to its preconstruction condition." 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." SP7OF22 7 -10.5 "No Parking" Signs. The Contractor shall furnish, install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty -eight hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Department, at (949) 644 -3717, for verification of posting at least forty -eight hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12- inches wide and 18- inches high; and (3) be similar in design and color to sign R -38 of the CalTrans Uniform Sign Chart. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a General Engineering Contractor A License or a Specialty Electrical (general) Contractor Class C -10 License. At the start of work and until completion of work, the Contractor shall possess a Business License issued by the City of Newport Beach. 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As- Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up -to -date and submitted to the Engineer at the time each progress bill is submitted. Upon completion of the project, the Contractor shall provide "As- Built" corrections upon a copy of the Plans. The "As- Built" correction plans shall be submitted to the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. SECTION 9 - -- MEASUREMENT AND PAYMENT 9 -3 PAYMENT 9 -3.1 General. Revise paragraph two to read, "The unit and lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work to complete the 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 0 0 SP8OF22 the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Traffic Signal Upgrades: Work under this item shall include, but not be limited to, providing and installing traffic signal poles, heads, luminaries, wiring, concrete access ramps and pole foundations and all other work necessary to upgrade traffic signals at MacArthur Boulevard and Birch Street. Item No. 2 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, luminaries, conduit, wiring, pull boxes, concrete access ramps and all other work necessary to install traffic signals at Irvine Avenue and Santa Isabel Avenue. Item No. 3 Opticom Emergency Vehicle Preempt Equipment: Work under this item shall include, but not be limited to providing and installing Opticom detectors, cable and discriminators at Coast Highway and Dover Drive. Item No. 4 Opticom Emergency Vehicle Preempt Equipment: Work under this item shall include, but not be limited to providing and installing Opticom detectors, cable, and discriminators at Bristol North and Birch Street. PART 2 CONSTRUCTION MATERIALS SECTION 201 - -- CONCRETE, MORTAR, AND RELATED MATERIALS 201 -1 PORTLAND CEMENT CONCRETE 201 -1.1.2 Concrete Specified by Class. Add to this section, "Portland Cement concrete for construction shall be Class 560 -C- 3250." 201 -2 REINFORCEMENT FOR CONCRETE 201 -2.2.1 Reinforcing Steel. Add to this section, `Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans." 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." 0 0 SP9OF22 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 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. • 0 SP 10 OF 22 SECTION 302 - -- ROADWAY SURFACING 302 -5 ASPHALT CONCRETE PAVEMENT 302 -5.1 General. Add to this section, "The asphalt concrete (A.C.) used shall be III -C3 -AR -4000. All cracks '/4 -inch or greater in width shall be cleaned and sealed with a hot - applied crack sealant approved by the Engineer. Holes, spalls, and cracks greater than 1 -inch in width shall be filled and compacted with an F -AR 4000 asphalt concrete mix. The pavement shall then be cleaned with a power broom." 302 -5.4 Tack Coat. Add to this section, "Prior to placing the asphalt concrete patches, a tack coat of Type SS -1 h asphaltic emulsion at a rate not to exceed one — tenth (1/10) of a gallon per square yard shall be uniformly applied to existing A.C. and P.C.C. surfaces and edges against which asphalt concrete is to be placed." 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 -5.5.2 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. "X" shall indicate the number of feet from the curb face to the valve. 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." • • SP 11 OF 22 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. 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 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 0 SP 12 OF 22 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 modify existing and construct additional traffic signal and street lighting facilities as shown on the drawings and as specified herein. Reference Specifications and Standard Plans (1) Standard Specifications - Except as modified herein, materials and installation shall conform to the California Standard Specifications, July 1999. All references in this section to Standard Specifications shall be understood to be referenced to the California Standard Specifications. (2) Standard Plans - Except as modified herein, all references in this section to Standard Plans shall be understood to be referenced to the California Standard Plans, July 1999. (3) Codes. Ordinances and Regulations- All electrical materials and equipment furnished and installed under this section shall conform to the referenced regulations and codes specified in Section 86 -1.02 of the Standard Specifications, and to all other ordinances and regulations of the authorities having jurisdiction. (4) When reference is made to the Code, Safety Orders, General Orders, or Standards, reference shall be construed to mean the Code, Order or Standard in effect on the date set for receipt of bids. Description Furnishing and installing traffic signals and highway lighting systems and payment therefore shall conform to the provisions in Section 86, Signals and Lighting, of the Standard Specifications and the Standard Plan of the State of California, Department of Transportation, dated July 1999, and these Special Provisions. • • SP 13 OF 22 86 -1.03 Equipment List and Drawings The controller cabinet schematic wiring diagram and intersection sketch, to be mounted on the cabinet door (24" x 36"), shall be combined into one drawing so that, when the cabinet door is open, the drawing is oriented with the intersection. The Contractor shall furnish two maintenance manuals for all -new controller units, auxiliary equipment, and vehicle detector sensor units, control units and amplifiers, furnished by the Contractor. The maintenance manuals and operation manuals may be combined into one manual. The maintenance manuals or combined maintenance and operation manuals for controllers shall be submitted at the time the controllers are delivered for testing or, if ordered by the Engineer, previous to purchase. The maintenance manuals shall include but need not be limited to, the following items: (1) Specifications (2) Design characteristics (3) General operation theory (4) Function of all controls (5) Trouble- shooting procedure (diagnostic routine) (6) Block circuit diagram (7) Geographical layout of components (8) Schematic diagrams (9) List of replaceable component parts with stock numbers Furnish one reproducible, in addition to the required five sets, of the cabinet schematic wiring diagram (cronoflex or sepia mylar). 86 -1.05 Maintaining Existing and Temporary Electrical Systems Traffic signal system shutdowns shall be limited to periods between the hours of 9:00 AM and 3:30 PM. The Contractor shall place Programmable Message Boards (PMB) and STOP signs to direct vehicle and pedestrian traffic through the intersection during traffic signal system shutdown. Temporary PMB's and STOP signs shall be either covered or removed when the system is turned on. PMB's and STOP signs shall be furnished by the Contractor and shall conform to the provisions in Section 12 -3.06 Construction Area Signs, of the Standard Specifications, except that the base material for the signs shall not be plywood. One PMB and STOP sign shall be placed for each direction of traffic. Location of the signs shall be as directed by the Engineer. Full compensation for furnishing, installing, maintaining and removing temporary PMB's and STOP signs and for covering signs not in use shall be considered as included in 0 0 SP 14 OF 22 the contract lump sum price paid for the signal item involved and no additional compensation will be allowed therefore. All existing signal indications, pedestrian push buttons, detectors, and control equipment shall be maintained in operation, except during shutdown hours as specified above. Existing luminaires that are to be removed shall remain in operation until the replacement luminaires are installed and operating. Cost for minor temporary wiring, which may be required on a day -to -day basis, shall be considered as part of the lump sum price bid for each intersection. 86 -1.06 Scheduling of Work The Contractor may perform sub - surface work consisting of the installation of conduit, foundations, and detectors, prior to receipt of all electrical materials and equipment. Above - ground signal work shall not commence until such time that the Contractor notifies the Engineer, in writing, of the date that all electrical materials and equipment 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 SP 15 OF 22 Non - metallic type conduit shall not be required. Insulated bonding bushings will be required on metal conduit. After conductors have been installed, the ends of conduits terminating in pull boxes and controller cabinets shall be sealed with an approved type of sealing compound. Rigid metal conduit, to be used as a drilling or jacking rod, shall be fitted with suitable drill bits for size hole required. 86 -2.06 Pull Boxes Grout in bottom of pull boxes will not be required. Where the sump of an existing pull box is disturbed by the Contractor's operations, the sump shall be reconstructed and, if the sump was grouted, the old grout shall be removed and new grout placed. Pull boxes, pull box covers, and pull box extensions shall be concrete. Standard Plan Drawing ES -8, Pull Box Details, Note 4 -a.5 and b.10, shall not apply to this project. 86 -2.08 Conductors and Wiring Conductors shall be spliced by the use of C- shaped compression connectors, as shown on the plans. Splices shall be insulated by Method B. Subparagraph 5, of the first paragraph of Section 86- 2.09D, Splicing, of the Standard Specifications is deleted. 86 -2.10 Bonding And Grounding Grounding jumper shall be attached by a 3/16 inch, or larger brass bolt in the signal standard or controller pedestal and shall be run to the conduit, ground rod or bonding wire in adjacent pull box. Grounding jumper shall be visible after cap has been poured on foundation. 86 -2.11 Service Electrical service shall be modified Type II, unless otherwise shown on the plans, and furnished by the Contractor. It shall be equipped with five (5) circuit breakers (50 amp main, 15 amp isns (illuminated street name sign), 30 amp lighting, 15 amp spare, and 0 SP 16 OF 22 50 amp signal) and test blocks inside cabinet. Refer to State Standard Plans ES -2C and ES -2D and City Standard 910 -L for further details. If service equipment cabinet design deviates in any way from the details shown on the plans, details of such deviation shall be submitted to the Engineer for review before fabrication of the contract cabinet. If deemed necessary by the Engineer, one complete prototype cabinet shall be delivered to the Engineer for review at least 30 days before fabrication of the contract fixtures. The prototype cabinet will be returned to the Contractor and, if permitted by the Engineer, the cabinet may be installed in the work. The Contractor shall contact Edison and Telephone Company three days after award of contract. Contractor to determine and verify the exact location of electrical service and telephone service feed points. This will prevent slow progression of this project. 86 -2.14 Testing The City will not require that the traffic signal control equipment or cabinet be tested at the California Transportation Laboratory or other independent test facility. However, the City will require a Certificate of Compliance be forwarded to the City along with a written certification from the supplier stating that the controller units, auxiliary equipment, and cabinet, fully wired, meet the requirements of the Standard Specifications and these Special Provisions. 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 SP 17 OF 22 intended turn -on. Turn -on shall be scheduled only for the hours between 9 AM and 12 noon. If the scheduled turn -on cannot be completed before noon, it shall be rescheduled subject to the limitation of this section. All signal heads and pedestrian heads shall remain covered prior to signal turn -on. A knowledgeable representative for the manufacturer or distributor of the traffic signal control equipment shall be present for the activation, and for a reasonable period of time thereafter, as determined by the Engineer. If the representative for the manufacturer or distributor is not qualified, or authorized, to work on the control equipment, the Contractor shall arrange to have a so- qualified signal technician, employed by the controller manufacturer or his representative, present at the time the equipment is turned on. 86 -3 CONTROLLER ASSEMBLIES 86 -3.06 Type 90 Controller Assembly /Bike Timing Logic Assembly Type 90 controller assembly shall be an 8 -phase Multisonics 820A Controller compatible with the City's VMS System, complete with integral time base coordination capability, in a Type P cabinet. The controller and cabinet shall include, but not be limited to, the following: (This list may vary depending on location.) 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 0 • SP 18 OF 22 timing logic package shall have a separate solid state circuit with a solid state timer capable of an adjustable timing period from 0 to 16 seconds and a display lamp. The lamp shall indicate when a bicycle push button call has been registered and shall remain on until the bicycle timing described below has been completed. Actuation of a particular bicycle push button will activate its respective bicycle timing circuit which shall place and hold a vehicle call on the associated vehicle phase as specified below. For actuations received during the yellow or red interval of the phase, the bicycle timing circuit shall place and hold the vehicle call until the start of the next green interval for the phase. At the start of the next green interval, the vehicle call will continue to be held until the present time on the adjustable time has timed out. For actuations received during the green interval of phase, the bicycle timing shall begin immediately and the bicycle timing circuit shall place and hold the vehicle call during the bicycle timing provided that bicycle timing has previously occurred during that same green interval. Actuations received during the green interval while the bicycle timing is in effect, or after the bicycle timing has been completed, will not be remembered or carried over to the next cycle. The bicycle timing shall be totally independent of the controller timing and the removal of the bicycle timing logic package shall not affect the normal operation of the controller. If vehicles or pedestrians are also placing calls on the phase that has received a call from the bicycle timing circuit, then either the vehicle time, pedestrian time, or the bicycle time, whichever is longest, shall be in effect during the time the affected phase is being serviced. The bicycle timing logic package shall be provided in a separate shelf- mounted housing, and the individual timing circuits for each of the individual phases shall be in the same housing and shall be connected by a NEMA- approved connector and harness. 86 -3.07 Controller Cabinet Cabinets shall be constructed of sheet aluminum alloy 5051 with a minimum thickness of 0.125 -inch. All exposed edges shall be free of burrs and pit marks. All welds shall be neatly formed and free of cracks, blowholes, and other irregularities. All welds shall be made by the Heliarc welding method. The cabinet shall have rigid inside angle arms for anchoring it to a base. Angle arms shall be aluminum alloy 5052 minimum of 0.125 -inch thickness and minimum width of 2.5 inches by 2.5 inches. • 0 SP 19 OF 22 At the Irvine Drive and Santa Isabel Avenue location, the contractor shall provide and install a 10" x 12" x 3" waterproof junction box to the outside of the controller cabinet. A 6" x 8" x 3/ plywood backboard shall also be installed in junction box for telephone communication equipment. Install 1 -1/2" conduit and pull rope from telephone feed point to terminal box. 86-4 TRAFFIC SIGNAL FACES AND FITTINGS 86 -4.01 Vehicle Signal Faces All red indications, except in P.V. heads, shall be LED units and shall meet the current State of California Department of Transportation (CALTRANS) Specifications. Signal section housings shall be metal type. The Contractor shall fumish and install 12" red LED ball and arrow lenses assemblies. New heads shall be furnished with the red LED units installed. Kits shall be furnished and installed where retrofitting existing signal heads is noted on the plans. . All non - programmed lenses shall be glass with aluminum reflectors except LED heads. All lamps for traffic signal units (including programmed visibility type) shall be furnished by the Contractor. 86 -4.05 Pedestrian Signals Pedestrian signals shall be Type C with the Z -crate type screen. 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. 0 SP 20 OF 22 Detector rack and cabinet wiring to be modified by a representative of U. S. Traffic Corporation Intersection Development. 86 -5.02 Pedestrian Push Buttons Pedestrian push button signs, for push button assemblies to be installed on pedestrian push button posts shall be 5" x 7 -1/2 ". All other pedestrian push button 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 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 Ballasts The twelfth paragraph in Section 86- 6.01A, High- Intensity- Discharge Lamp Ballasts, of the Standard Specifications is amended to read: "Ballasts for luminaires to be mounted on mast arms, brackets, or lowering assemblies shall be the regulator type and shall be located within the luminaire housing. The ballast for each horizontally mounted luminaire shall consist of components mounted on a down- opening door. The door shall be hinged and secured to the luminaire housing separately from the refractor or flat lens frame. The door shall be easily removable and replaceable. The door shall be secured to the housing in a manner to prevent its accidental opening when the refractor or flat -lens frame is opened." SP 21 OF 22 Regulator Type Ballasts, of the Standard Specification is amended to read: `Regulator -type ballasts shall be lag -type or lead -type and shall conform to the following: 86- 6.01A(1)a LAG -TYPE REGULATOR BALLASTS Each lag -type regulator ballasts shall have the primary and secondary windings electrically isolated and, when operated with the appropriate lamp shall have the following characteristics and shall maintain the following lamp operations: 1. The power factor shall be not less than 90 percent throughout the life of the lamp at nominal line voltage with the nominally rated reference lamp. 2. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 18 percent, 10 percent input voltage variation. 3. For nominal input voltage and lamp voltage, the ballasts design center shall not vary more than 7 -112 percent from rated lamp watts. 4. The ballasts shall be designed so that a capacitance variance of 6 percent will not cause more than a 8 percent variation in lamp wattage regulation throughout rated lamp life for nominal input voltage. 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. • • SP 22 OF 22 4. The ballast shall be designed so that a capacitance variation of 6 percent will not cause more than a 8 percent variation in lamp wattage regulation throughout rated lamp life for nominal input voltage. 5. The lamp current crest factor shall not exceed 1.8 for input voltage variation of 10 percent at any lamp voltage from initial through life." 86 -6.065 Internally Illuminated Street Name Signs Internally illuminated street name signs shall conform to Section 86 -6.065 of the State Standard Specifications. Type A signs with Type IV photoelectric controls shall be installed where shown on the plans. The contractor shall provide shop drawings of all of the required sign legends for review by the Engineer. 86 -6.07 Photoelectric Controls Type IV photoelectric controls shall be provided on each luminaire. 86 -7 REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQUIPTMENT Hauling and stockpiling of salvaged material off the right -of -way, as directed by the Engineer, shall be included in the lump -sum price for signal construction. OPTICOM PRIORITY CONTROL SYSTEM This subsection shall apply only where Emergency Vehicle Pre -empt systems are to be furnished and installed by the Contractor. Model 754, phase selector units and Model 760 rack, as manufactured by 3M Company, shall be furnished and installed in the new or existing controller cabinet. Model 722 Optical Detector units, as manufactured by 3M Company, shall be furnished by the Contractor and installed at locations indicated on the plans. Model 138 Optical Detector Cable, as manufactured by 3M Company, shall be furnished and installed by the Contractor. If non -3M Company Equipment shall be proposed, the equipment shall be capable of logging up to 100 events, including user classification, vehicle identification number from among up to 20,000 vehicles, time of priority, elapsed time in priority phase, direction of priority phase, and total duration of priority. The equipment shall be fully compatible and interchangeable with 3M hardware indicated above. The event log shall be retrievable using PC software and hardware intended for use with 3M Model 722 Optical detector units. Equipment shall be tested by a representative of the manufacturer at date of turn on. F:\Users\PBW\Shared \Contracts \FY 01 -02 \Traffic Signal Upgrades 01 -02 C- 3419 \SPECS C-3419.doc Install 722 Detector on signal mast arm- Coast Highway Install one 722 Detector on signal most arm �, Bristol Not W Install 2- 722 Detectors on signal mast arm - O CD 0 m `o r- a a m AML Install 722 Detector on signal most arm Install 722 Detector on signal most arm -10 -- One Way M - SP -23 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT OPTICOM INSTALLATION AT Coast Highway At Dover Dr. /Bayshore Bristol North at Birch St. DRAWN_RON DATE_ 5 / 16 / Ol APPROVED k4&za6XL TRAFFIC ENGINEER DRAWING NO. R.E. NO r� EXHIBIT "A' Construction Notes 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. N 3. Provide and install approx. 350ft of Model #M138 Opticom detector cable L U at each intersection. co CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT OPTICOM INSTALLATION AT Coast Highway At Dover Dr. /Bayshore Bristol North at Birch St. DRAWN_RON DATE_ 5 / 16 / Ol APPROVED k4&za6XL TRAFFIC ENGINEER DRAWING NO. R.E. NO r� EXHIBIT "A' . 00 June 26, 2001 N, f CITY COUNCIL AGENDA APPROVED ITEM NO. 12 TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: TRAFFIC SIGNAL INSTALLATIONS AND UPGRADES - AWARD OF CONTRACT NO. 3419 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Accept the withdrawal of the low bid from Steiny and Company because of a clerical error made in bid preparation. 3. Award Contract No. 3419 to Macadee Electrical for the Total Bid Price of $242,938, and authorize the Mayor and the City Clerk to execute the contract. 4. Establish an amount of $24,290 to cover the cost of unforeseen work. DISCUSSION: At 11:00 A.M on June 11, 2001, the City Clerk opened and read the following bids for this project: BIDDER Low Steiny and Company 2 Macadee Electrical Construction 3 Baxter - Griffin Company 4 Inspection Engineering 5 F.J. Johnson TOTAL BID AMOUNT $168,714 $242,938 $262,500 $265,537 $289,920 * Error in Bid Preparation The low bidder, Steiny and Company, requests to withdraw their bid from consideration due to a clerical error made in transposing figures from the work sheet to the final bid form. (See attached letter). Staff has reviewed the information from Steiny and Company and agrees that a clerical error was made. Staff recommends that Steiny and Company be permitted to withdraw their bid. The second low bid amount submitted by Macadee Electrical is 3 percent below the Engineer's Estimate of $250,000. Macadee Electrical possesses a C -10 contractors Subject: Traffic Signal InstAns and Upgrades — Award of Contract No. 3440 June 26, 2001 Page: 2 license as required by the project specifications. Macadee Electrical has satisfactorily completed similar concrete repair projects for the City. The work included in this contract consists of: • Installation of a new traffic signal at Irvine Avenue and Santa Isabel Avenue • Upgrading of existing traffic signals at MacArthur Boulevard and Birch Street • Installation of emergency vehicle preemption equipment at the intersection of Coast Highway and Diver Drive • Installation of emergency vehicle preemption equipment at the intersection of Bristol Street North and Birch Street A Notice of Exemption has been filed with the County Clerk, County of Orange, indicating this project is a Class 2, Section 15302 Categorically Exempt project and will not require an environmental document. There are sufficient funds available in the following account for the work: Account Description Traffic Signal Installation and Upgrades Traffic Signal Installation and Upgrades Traffic Signal Preemption System Respec ubmitt%ed, PLk W RKS DEPARTMENT Don Webb, Director B Z/' / 'C C, l � �- James E. Brahler, P.E. Project Manager Attachment: Letter from Steiny and Company Project Location Map Bid Summary Account Number Amount 7181- C5200068 $237,176 7261- C5200068 $ 15,052 7181- C5200408 $ 15,000 Total: $267,228 6 STEINY AND COMPANY, INC. ELECTRICAL CONTRACTORS AND ENG,Nrr Rs 210 DELILAH STREET, CORONA. CA 92879 PMONF (909) 738 -1444 FAx (909) 372 -2905 SIA1E '.ICENSE NO 101273 June 14, 2001 City of Newport Beach 3300 Newport Blvd., Newport Beach, CA 92658 -8915 ATTN: Jim Brahler SUBJECT: Traffic Signal Upgrades 2001 -2002 Bid date: 06 -11 -01 Gentlemen: 0 Steiny and Company, Inc. request to withdraw our bid for the above references: project. When we were preparing our bid, we failed to transfer the cost of the signal equipment to our final worksheet, thus not reflecting the true value ol'the work. We are sorry for this inconvenience. Very truly yours, STEINY AND COMPANY, INC. 121 -d 100/100'd 628 -1 91028e1606+ AM= 331M35 0311007 -WO)i Wets:ll 1002 -41 -90 Cf) • ((4_ �y WZ a- w W a. N� Q L 1.� O w a WW o� W oC ? z a a �JQ � co �— x GP m [ LL LL LL m� Q ¢ ¢ Z U) • ■ z O'aa sndwvo � II Q J J � U U Q z m Q r:�93NIAU bo a3Ap4 ■ ui z W Z Z JU) LL ` U O ry t 'z ��r = Z U cW LLA LU i m �a 00 3Y W w z U. 3 O U F J U m CL d � o Q w E A S V d u_ � D � O y Y c V U " _ rl V Qua U O O m m L d O �O � O f0 O N n E n 7 d1 C O A Y N G W M C O W H < u O W Z Z Q m b F F:. W W Ljj Z W UO w C� Y Z a O U 0 Q z ul oN a Ul J ti � � N C g Z O O > On u 0 - CO, - N � C a �_ N ti C C cN Q L c N 'H m mZ U L S L G14� ©t: v A a F O LL f f m 0 T O V d L 3 9 v Z 0 a F = z K Z m M vi p O Q cr Z N S O W � � � of M M y ti rl N O V b O m Z.ter m L w 7 N n m m N z ¢ ry W Z IrZ a H l�D M Lq t; Z D N-i m m m 00 0 0 �Lq IR IR at N Oi Ol M H= O N � Q N J a o� Z iIq Io N N Ol Ol Q v A a F O LL f f m 0 T O V d L 3 9 v 0 0 c A Icl STEINY AND COMPANY, INC. ELEQ'r RICAL CONTRACTORS AND EN(�;INE[RS 21C DELILAH STREET, CORVNA, CA 92879 R.c,Np (909) 736 -1444 Fnx (909) 372 -8906 STATE LICENSE NO. 1612/3 June 12, 2001 City o.fNewport Ruch 3300 Newport Blvd., Newport Beach, CA 92658 -8915 A:J 1N: City Clerk's Office SUBJF,CT. Traffic Signal Upgrades 2001.2002 Bid date: 06 -11 -01 Gentlemen: RECEIVED rot IN 12 P232 OFFICE OF THE CITY CLERK CITY OF NEWPORTtEACH Steiny and Company, lne. request to withdraw our bid for the above referenced project. When preparing out bid, the cost of the traffic signal equipment was on-,it.tcc, there- fore making us the apparent low bidder. We are sorry for this inconvenience. Very truly yours, STEINY AND COMPANY, INC. David Chadbourne 44 Id WdT£:TO TOOE ET 'unf 9068 2L.£ 606 : 'ON 3NOHd AN131G : WONll CITE' OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 July 25, 2001 Steiny and Company, Inc. 210 Delilah Street Corona, CA 92879 Gentlemen: Thank you for your courtesy in submitting a bid for the 2001 -2002 Traffic Signal Installations and Upgrades Project (Contract No. 3419) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 6443005 July 25, 2001 Baxter - Griffin Co., Inc. 8210 Monroe Stanton, CA 90680 Gentlemen: Thank you for your courtesy in submitting a bid for the 2001 -2002 Traffic Signal Installations and Upgrades Project (Contract No. 3419) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CIA OF NEWPORT AACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 July 25, 2001 Dynalectric 4462 Corporate Center Drive Los Alamitos, CA 90720 Gentlemen: Thank you for your courtesy in submitting a bid for the 2001 -2002 Traffic Signal Installations and Upgrades Project (Contract No. 3419) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 644 -3005 July 25, 2001 Inspection Engineering Construction 2775 Mesa Verde Dr E, Suite M103 Costa Mesa, CA 92626 Gentlemen: Thank you for your courtesy in submitting a bid for the 2001 -2002 Traffic Signal Installations and Upgrades Project (Contract No. 3419) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach CITY OF NEWPORT ItACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949) 6443005 July 25, 2001 F.J. Johnson, Inc. P.O. Box 6341 Anaheim, CA 92816 -0341 Gentlemen: Thank you for your courtesy in submitting a bid for the 2001 -2002 Traffic Signal Installations and Upgrades Project (Contract No. 3419) in the City of Newport Beach. Enclosed is the Bid Bond which accompanied your proposal for the above mentioned project. Your cooperation in working with us on this matter is greatly appreciated, and we hope that you will accept future opportunities to bid on projects of a similiar nature. Enclosure Sincerely, X6" �,IIZ4� LaVonne M. Harkless, CMC /AAE City Clerk 3300 Newport Boulevard, Newport Beach