Loading...
HomeMy WebLinkAboutC-8337-1 - FY 2016-17 Traffic Signal Rehabilitation ProgramApril 10, 2019 Elecnor Belco Electric, Inc. Attn: John Wong, Vice President 4331 Schaefer Avenue Chino, CA 91710 CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1 949-644-3039 rnx newportbeachca.gov Subject: FY 2016-2017 Traffic Signal Rehabilitation Program – C-8337-1 Dear Mr. Wong: On April 10, 2018, the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 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 April 12, 2018 Reference No. 2018000130246. The Surety for the contract is Fidelity and Deposit Company of Maryland and the bond number is 9220243. Enclosed is the Faithful Performance Bond. Sincerely, G� /44�1/— Leilani I. Brown, MMC City Clerk Enclosure EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 9220243 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 2.188.00 , being at the rate of $ 3.87 i Tiered thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to Elecnor Belco Electric, Inc. hereinafter designated as the "Principal," a contract for traffic signal rehabilitation and modification, installation of LED intersection luminaries, installation of LED internally illuminated street name signs with custom sign panels, installation/modification of curb access ramps, installation of two rectangular rapid flashing beacon systems including pedestrian push buttons, installation of street light pole(s), installation/modification of signage, striping, and curb markings, and other items shown on, but not limited to, the "Contract Documents" as defined below (the "Project" or "Work") in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Fidelity and Deposit Company of Maryland , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Six Hundred Thirty Five Thousand Four Hundred Sixteen Dollars ($635,416.00) 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. 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 City, only in the Elecnor Belco Electric, Inc. Page B-1 event 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 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 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 10th day of April ,2017 . 02Elecnor Belco Electric, Inc. ✓! IO�p�it' Name of Contractor (Principal) Authorized Signature/Title Fidelity and Deposit Company of Maryland Name of Surety 1299 Zurich Way, Schaumburg IL 60196 - 1056 Address of Surety (847)605-6000 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: U //N; l / By: r Aaron C. Harp Atw y13d1 City Attorney Authorized Agent Sigr fature T Danielle D. Johnson, Attorney -In -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Elecnor Belco Electric, Inc. Page B-2 ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California } County of San Bernardino } On April 12, 2017 before me, Olivia Chea, Notary Public lF . insert name i` a cf the o mer) personally appeared Alberto Garcia who proved to me on the basis of satisfactory evidence to be the person(s) whose names-)ware subscribed to the within instrument and acknowledged to me that < khe/they executed the same in Is er/their authorized capacity(ies), and that by Is erltheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. t i� OLIVIA CHEAWIT S y har and official seal.;Commission No. 74 $f. ' NOTARY PUBLIC-CALIFORNIA n ,^ ._ / SAN BERNARDINO COUNTY �—� ` My Comm Expires APRIL 18, 2019 Notarytic Signature (Notary Public Seal) ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM This form complies with current California statutes regarding notary wording and, DESCRIPTION OF THE ATTACHED DOCUMENT ifneeded, should be complesedand attached to the document. Acknalwedgentsfiom other states may be completed for documents being sent to that state so long as the Faithful Performance Bond wording doer not require the California notary to violate California notary law. (Title or description of attached document) • State and County information must be the State and County where the document City of Newport Beach signer(s) personally appeared before the notary public for acknowledgment. (Title or description of attached document continued) • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her Number of Pages Document Date commission followed by a comma and then your title (notary public). • Print the names) or document signers) who personally appear at the time of notarization. CAPACITY CLAIMED BY THE SIGNER Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/dray, is /are ) or circling the correct forms. Failure to correctly indicate this ❑ Individual (s) information may lead to rejection of document recording. RI Corporate Officer . The notary seal impression must be clear and photographically reproducible. Exec. Vice President Impression must not cover text or lines. If seal impression smudges, re-seal if a (Ti—tie— sufficient area permits, otherwise complete a different acknowledgment form. ❑ Partner(s) • Signature of the notary public must match the signature on Ole with the office of the county clerk. LI Attorney-in-Fact 4 Additional information is not required but could help to ensure this ❑ Trustee(s) acknowledgment is not misused or attached to a different document. Other { Indicate title or type ofattached document, number of pages and dale. ❑s, Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). ,, • Securely attach this document to the signed document with a staple. ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of]MBOYAM County of Hartford } ss. On April 10 2017 before me, Ashley Sinclair Notary Public, personally appeared Danielle D. Johnson who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of Califomia that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ASHLEY SINCLAIR NOTA RYPUBLIC _ 173125 IV, IV COMMISSION EXPIRES JAN. 31.20n Signature t (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Califomia County of } ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) Elecnor Belco Electric, Inc. Page B-3 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President m Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE 1, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this f 0+ 'day of�-%r ice_, 2o1—L. a ui 4 n, nw lay\.,.*.,* a"tad Michael Bond, Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT ALL REQUIRED INFORMATION TO: Zurich American Insurance Co. Attn: Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 WAM qw Disclosure Statement ZURICH NOTICE OF DISCLOSURE FOR AGENT & BROKER COMPENSATION If you want to learn more about the compensation Zurich pays agents and brokers visit: http://www.z(jrichnaproducercompensation.com or call the following toll-free number: (866) 903-1192. This Notice is provided on behalf of Zurich American Insurance Company and its underwriting subsidiaries. UGU-074-A CW (06/11) Page 1 of I June 18, 2018 Elecnor Belco Electric, Inc. Attn: John Wong, Vice President 4331 Schaefer Avenue Chino, CA 91710 CITY OF NEWPORT BEACH! 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1949-644-3039 Fax newportbeachca.gov Subject: FY 2016-2017 Traffic Signal Rehabilitation Program C-8337-1 On April 10, 2018 the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 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 April 12, 2018, Reference No. 2018000130246. The Surety for the bond is Fidelity and Deposit Company of Maryland and the bond number is 9220243. Enclosed is the Labor & Materials Payment Bond. Sincerely, Leilani I. Brown, MMC City Clerk Enclosure Premium: $2,188.00 AN:tl-u rte CITY OF NEWPORT BEACH BOND NO. 9220243 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the Cityof Newport Beach, State of California, has awarded to Elecnor Belco Electric, Inc. hereinafter designated as the "Principal," a contract for traffic signal rehabilitation and modification, installation of LED intersection luminaries, installation of LED internally illuminated street name signs with custom sign panels, installation/modification of curb access ramps, installation of two rectangular rapid flashing beacon systems including pedestrian push buttons, installation of street light pole(s), installation/modification of signage, striping, and curb markings, and other items shown on, but not limited to, the "Contract Documents" (the "Project" or "Work") in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Fidelity and Deposit Company of Maryland duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Six Hundred Thirty Five Thousand Four Hundred Sixteen Dollars ($635,416.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. Elecnor Belco Electric, Inc. Page A-1 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 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 9500 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 shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 1 oth day of April , 2017 . Elecnor Belco Electric, Inc. Name of Contractor (Principal) Fidelity and Deposit Company of Maryland Name of Surety 1299 Zurich Way, Schaumburg, IL 60196 - 1056 Address of Surety (847) 605-6000 Telephone APPROVED AS TO FORM: CITY ATTORNEY,$ OFFICE Date: By: T "' Aaron C. Harp 6 q-11.11 City Attorney y xec ►� �? esirlervr Authorized Signature/Title Authorized Agent Signature Danielle D. Johnson, Attorney -In -Feet Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Elecnor Belco Electric, Inc. Page A-2 ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Bernardino ) On April 12, 2017 before me, Olivia Chea,Notary Public iMere mean name ane He of me officer) personally appeared Alberto Garcia who proved to me on the basis of satisfactory evidence to be the persons) whose name(s)share subscribed to the within instrument and acknowledged to me that <e 6he/they executed the same in Is er/their authorized capacity(ies), and that by Is er/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s-) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ,a ,,..r.>) OLIVIA CHEA�� WITN S hon' d official seal. Commission No.2107474 = �j j NOTARY PUBLIC -CALIFORNIA 4 SAN BERNARDINO COUNTY My Comm. Expires APRIL 1e. 2019 Notary Public S e(Notary Public Seal) ADDITIONAL OPTIONAL INFORMATI DESCRIPTION OF THE ATTACHED DOCUMENT Labor and Materials Payment Bond (Title or description of attached document) City of Newport Beach (Title or description of attached document continued) Number of Pages _ Document Date CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) [71 Corporate Officer Exec. Vice President (Title ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other nnn ""V, j 1_re-se JJ -37 °$P= ON INSTRUCTIONS FOR COMPLETING THIS FORM Thisfarm complies with current California statutes regarding notary wording and, fneeded, should be completed and attached to the document. Acknolwedgents from other states may be completed for documents being sem to that state so long as the wording does not require the California notary to violate California notary law. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/shehhe), is /are ) or circling the correct fors. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment for. • Signature of the notary public must match the signature on file with the office of the county clerk. ? Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. fi Indicate title or type of attached document, number of pages and date. 4 Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document with a staple. ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State oftd6o Ta County Of Hartford } ss. On April 10 2017 before me, Ashley Sinclair Notary Public, personally appeared Danielle D. Johnson who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ASHLEY SINCLAIR i NOTARY PUBLIC -173125 MY COMMISSION EXPIRES JAN. 31, 2022 Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of )ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) Elecnor Belco Electric, Inc. Page A-3 Batch 3295879 Confirmation RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Page 2 of 2 Recorded in Official Records, Orange County Hugh Nguyen, Clerk -Recorder IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII'IIIIIIIIIIIIIIIIIIIIIIIIIIIIIII NO FEE • S R 0 0 1 0 0 1 4 9 7 6 S+ 2018000130246 8:25 am 04112/18 90 SCS N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.000.000.00 0.00 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and Elecnor Belco Electric, Inc., Chino, California, as Contractor, entered into a Contract on March 29, 2017. Said Contract set forth certain improvements, as follows: 2016-17 Traffic Signal Rehabilitation Program - C-8337-1 Work on said Contract was completed, and was found to be acceptable on April 10. 2018, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Fidelity and Deposit Company of Maryland. BY t412410 ublic 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. I'/ Q� p Executed on *1 A �V�D at Newport Beach, California. (� 1 FNIN, ,11, �i�l.Uj 114 ._ https:Hgs.secure-recording.com/Batc[L/Confirmation/3295879 04/12/2018 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and Elecnor Belco Electric, Inc., Chino, California, as Contractor, entered into a Contract on March 29, 2017. Said Contract set forth certain improvements, as follows: 2016-17 Traffic Signal Rehabilitation Program - C-8337-1 Work on said Contract was completed, and was found to be acceptable on April 10, 2018, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Fidelity and Deposit Company of Maryland. BY ' J - LJ�� Public 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. y Executed on / 1 Yi/ t ` //�t �'V/b at Newport Beach, California. M CITY OF NEWPORT BEACH CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 until 10:00 AM on the 8th day of March, 2017, at which time such bids shall be opened and read for FY 2016-17 TRAFFIC SIGNAL REHABILITATION PROGRAM Title of Project Contract No. 8337-1 $ 560,000.00 Engineer's Estimate Approved by ,, ark Vukoj vic City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Drawings by contacting Santa Ana Blue Print at (949)756-1001 Located at 2372 Morse Avenue, Irvine, CA 92614 Contractor License Classification(s) required for this project: "C-10" For further information, call Eric Loke, Proiect Manager at (949) 644-3336 City of Newport Beach FY 2016-17 TRAFFIC SIGNAL REHABILITATION PROGRAM Contract No. 8337-1 TABLE OF CONTENTS NOTICEINVITING BIDS......................................................................................... Cover INSTRUCTIONS TO BIDDERS.......................................................................................3 BIDDER'S BOND.............................................................................................................6 DESIGNATION OF SUBCONTRACTOR(S)....................................................................9 TECHNICAL ABILITY AND EXPERIENCE REFERENCES..........................................10 NON -COLLUSION AFFIDAVIT..................................................................... 22 DESIGNATION OF SURETIES...................................................................... 23 CONTRACTOR'S INDUSTRIAL SAFETY RECORD.....................................................24 ACKNOWLEDGEMENT OF ADDENDA........................................................................28 INFORMATION REQUIRED OF BIDDER.....................................................................29 NOTICE TO SUCCESSFUL BIDDER............................................................................34 CONTRACT...................................................................................................................35 LABOR AND MATERIALS PAYMENT BOND........................................................A-1 FAITHFUL PERFORMANCE BOND..................................................................... B-1 INSURANCE REQUIREMENTS...........................................................................C-1 PROPOSAL............................................................................................................... PR -1 SPECIALPROVISIONS............................................................................................SP-1 E! City of Newport Beach FY 2016-17 TRAFFIC SIGNAL REHABILITATION PROGRAM Contract No. 8337-1 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 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. 3 As a balanced bid gives the City the best assurance that the bid will result in the lowest ultimate cost to the City, lump sum and unit bid items should reflect reasonable actual costs plus a reasonable proportionate share of the bidder's anticipated profit, overhead costs, and other indirect costs. Each element of the bid must carry its proportionate share of the total cost of the work plus profits. The City will evaluate bid items for reasonable conformance with the engineer's estimate and other bids received. Unbalanced bids will be deemed non-responsive. 8. 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. 9. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 10. 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". 11. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 (with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 12. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 13. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 14. 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. IM51% AAC-Io Contractor's License No. & Classification 1000M4M4 bl-30I1-7 DIR Reference Number & Expiration Date IF -le 1- telco (ectnc,ltic. Bidder City of Newport Beach FY 2016-17 TRAFFIC SIGNAL REHABILITATION PROGRAM Contract No. 8337-1 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of 10% of the bid amount Dollars ($ 10% ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of FY 2016- 17 TRAFFIC SIGNAL REHABILITATION PROGRAM, Contract No. 8337-1 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 execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this Sth da Elecnor Belco Electric, Inc. Name of Contractor (Principal) Fidelity and Deposit Company of Maryland Name of Surety (213-270-0757) Telephone y of March 2017. A thoriz 0 Signaturefritl n NO rt ,vice Prvw'ery- �. Cilircc,/�- Authorized Agent Signature Logan Charles Lehrkamp, Attorney -in -Fact Print Name and Title 11 (Notary acknowledgment of Principal & Surety must be attached) ACKNOWLEDGMENT ............................................................................. State of California County of ss. On before me, personally appeared Notary Public, ,who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ............................................................................. OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification _Credible Witness(es) Capacity of Signer: Trustee Thumbprint of Signer Check here if no thumbprint or fingerprint _ Power of Attorney is available. CEO/CFO/COO President/ Vice -President/ Secretary/ Treasurer Other: Other Information: 7 ACKNOWLEDGMENT ............................................................................. State ofC'f ni Q�InO County off } ss. On MHrt personally NMA Chen► , Notary Public, proved to me on the basis of satisfactory evidence to be the son(s) whose name(s Is are sub Ibed to the within instrument and acknowledged to me that�i she/they executed the same i�hiss er/their authorized capacity(ies), and that by r a is her/their signatures(s) on the instrument th�erson(s), or the entity upon behalf of which the `tSeerson(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. OLIVIA CHER ;• WITN y and a offo. 2107474 icial seal. y� Commission NCALIFORNI z �� 11 NOTARY PUBLIC -CALIFORNIA CALIFORNIA i!S SAN IBERNARDINO COUNTY i»».»•-•.. My Comm. Eapiras Al 19.2019 Q$I nature iiia A notary public or other officer completing this certificate verifies only the identity of (seal)the individual who signed the document to which this certificate is attached, and not .......................................................... "t&"Ldrj Ji,a9q+LNCY,FL`Lslidity of that document. OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification _ Paper Identification Credible Witness(es) Capacity of Signer: Trustee Power of Attorney CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other 0 Thumbprint of Signer ❑ Check here if no thumbprint or fingerprint is available. ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Qstifonr4a County of Hennepin On March 8, 2017 before me, Kelly Nicole Bruggeman, Notary Public (insert name and title of the officer) personally appeared Logan Charles Lehrkamp, Attorney -in -Fact who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ^° KELLY NICOLE BRUGGEMAN �` Notary Public State of Minnesota mmissionSignature Il /'� (Seal) My CoJanuary 31.20x21res ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by GERALD F. HALEY, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Robin RUTLIN, Suzanne M. BRENNER, Kelly Nicole BRUGGEMAN, Blake S. BOHLIG, Logan Charles LEHRKAMP, Tasha N. WILLIAMS, Julie Marie DECKER, Megan Nicole MONETTE and Michelle Anne MCMAHON, all of Minneapolis, Minnesota, EACH its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 8th day of August, A.D. 2016. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND '� ro [m x rt BEAL j�Ox By: )* C10__"—. Secretary Vice President Michael McKibben Gerald F. Haley State of Maryland County of Baltimore On this 8th day of August, A.D. 2016, before the subscriber, a Notary Public of the State of Maryland, duly commissioned mid qualified, GERALD F. HALEY, Vice President, and MICHAEL MCKIBBEN, Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. x phi. ft., .... l�.L N,%O� Maria D. Adamski, Notary Public My Commission Expires: July 8, 2019 POA -F 184-8370L City of Newport Beach FY 2016-17 TRAFFIC SIGNAL REHABILITATION PROGRAM Contract No. 8337-1 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 Contractors 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 maybe made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed.) Subcontractor's Information Bid Item Number Description of Work %of Total Bid Name:fthoo Ctinc. y /� Address:IC' e v. F 414[I AW. '�jJ ry.{p' p' ►r� Phone114 • -I 11-9SS4P 'lStale License Number: i1014s(z Iv Z P DIR Reference: t w=610 Email Address1bW1.:I*J - U WQ e."1111 Name: %penor T Address: x531? M&&St1WFrM 1r t1pa it �W sv�nin�4shipin5 Phone: -1+9gs.I1D0 � ^ ~r""'• I State License Number: 11�bb� Z / DIR Reference: V�)�1T16 rryyl�1 Email AddressMn Name: At1. 4\RIGAti SHA R• Address: L(OOE 6"M S`(. ORV A Phone: 15I --)yn__ 1606 Stale License Number:2 C-7073 7 DIR Reference: 100o ol4091 Email Address cq�0.\,Jntttk® a`amM i Q.r • «1 Bidder ;t �.I , City of Newport Beach FY 2016-17 TRAFFIC SIGNAL REHABILITATION PROGRAM Contract No. 8337-1 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use these formsM Please print or type. Company Name: Few oeiCOsieCthC,Jnc. The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, and has examined the Drawings and Special Provisions. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE. FAILURE OF THE BIDDER TO MEET THE NECESSARY MINIMUM TECHINCAL ABILITY AND EXPERIENCE AS DEFINED IN THESE DOCUMENTS MAY BE CONSIDERED NON-RESPONSIVE. For all public agency projects, you have worked on (or are currently working on) in the past three (3) years in excess of $300,000.00, provide the following information: See attached sheets. 10 No. 1 Z-15 I LA Me&a 7fok Z15n4I Project Name/Number Project Description Approximate Construction Dates: FromWVa 2 To:AIA 2bi4 Agency Name Gtq 01 `�l�ftIL44B Contact Person grey MorpAb Telephone (110 V%-11630 Original Contract Amount $1�1111R11inal Contract Amount $ I121?1 x}32 If final amount is different from original, please explain (change orders, extra work, etc.) ' IY►I�MA� b Did you file any claims against the Agency? Did the Agency file any claims? against you/Contractor? If yes, briefly explain and indicate outcome of claims. Location: -I' X5 I �A Me1 Architect or Engineer6U6-14re* Construction Manager (name and current phone number): 11 r ZZ Pro�OIW w11, n GM �twwAV �TrA�f f1 c W n Project Name/Number Project Description "lcktc'Q*1 OVAIMbn Approximate Construction Dates: From M U15 To: U f Wr 20K Agency Name CAN I (-1 l -e Contact Person ZarKts oaanesvayl Telephone m) tAi— 5915 Original Contract Amount $TS(00O Final Contract Amount s 31h2C If final amount is different from original, please explain (change orders, extra work, etc.) change order ki 4�e AA.PAh/ Did you file any claims against the Agency? Did the Agency file any claims? against you/Contractor? If yes, briefly explain and indicate outcome of claims. Construction Manager (name and current phone number) Time Extensions Granted (number of days) IN 12 No. 3 Project Name/Number 61ymi t aiM naim twe- n -Mctlamt Project Description Zlilffic tlawl IM-Wla- M Approximate Construction Dates: From To: Ummw 205 Agency Name ON of �ryNaoonCCg2 Contact Person pWel \`Qlh� Telephone (114 Z4 %N2 Original Contract Amount $2q>(*) Final Contract Amount $ 324�096 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims? against you/Contractor? If yes, briefly explain and indicate outcome of claims. NO M Architect or Engineer:_ 1 'ee �IQ11�S Construction Manager (name and current phone number): Time Extensions Granted (number of days): 0 13 No.4 Y INA Aw. widernr S1 u Project Name/NumberuA Ilulil� �•� Project Description Approximate Construction Dates: FromM�OVG^IrIW� 70(4To: S QQR; Agency Name CN ,�r�,�DC1�Nn0 '1,�1.� /�q� Contact Person �r'fyv'y1 4" h Telephone 114 (vis- M2 - Original Contract Amount $T401 Final Contract Amount $ 557pq-7 If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims? against you/Contractor? If yes, briefly explain and indicate outcome of claims. ND Location: Grand Axed ust aL. Gnriam kel L* 4 -Is Architect or Engineer: �Y"1 �1n,1r1nn Construction Manager (name and current phone number): Time Extensions Granted (number of days): 0 14 Project Name/Number o Project Description Approximate Construction Dates: From N(i1�Q.rnuC,1 IXIbTo: ruj*hnymq !L m�7 Agency Na ewh �{ n1�h�nft9dles, M&. ofWUt .WQrl1m Contact Person dl ���� N'uAl ► Telephone t( Q W 1n—i*4 Original Contract Amount $�1�� 11111 Final Contract Amount $ '713D If final amount is different from original, please explain (change orders, extra work, etc.) \n MAS. Did you file any claims against the Agency? Did the Agency file any claims? against you/Contractor? If yes, briefly explain and indicate outcome of claims. N0 Architect or Engineer: 711M 1 ZazwI AW. Construction Manager (name and current phone number): Time Extensions Granted (number of days): 0 15 No. 6 ,1 `, I� ' / h �� Project Name/Number ly�L cS�tnr�,4�1 Mn"We& � YQr 1du.S WLAIU) E. Project Description i(Q'f C oMmi (�wlNucr* Approximate Construction Dates: From Wr7o1(o To: PREEff 1in�relS Agency Name yC LA-VVIMY Contact Person Edward "IM C-0 Telephone$b� ' nn t0q 111(3 Original Contract Amount $110141inal Contract Amount $ 7pp In p gazs If final amount is different from original, please explain (change orders, extra work, etc.) T13D In p ngrms. Did you file any claims against the Agency? Did the Agency file any claims? against you/Contractor? If yes, briefly explain and indicate outcome of claims. N� Construction Manager (name and current phone number): Time Extensions Granted (number of days): Y Attach additional sheets if necessary. 16 TECHNICAL ABILITY AND EXPERIENCE REFERENCES - Questionnaire 1. Have you completed a project comparable in scope and quality with the Project, and have had a contract value of at least $300,000? Comparable projects will include, at a minimum, traffic signal installation, modification or rehabilitation work. Yes ❑ No 2. At any time in the last five years has your firm been assessed and paid liquidated damages after completion of a project under a construction contract with either a public or private owner? ❑ Yes No If yes, explain on a separate signed page, identifying all such projects by owner, owner's address, the date of completion of the project, amount of liquidated damages assessed and all other information necessary to fully explain the assessment of liquidated damages. 3. In the last five years has your firm, been debarred, disqualified, removed or otherwise prevented from bidding on, or completing, any government agency or public works project for any reason? ❑ Yes K No If "yes," explain on a separate signed page. 4. In the last five years has your firm been denied an award of a public works contract based on a finding by a public agency that your company was not a responsible bidder? ❑ Yes X No If "yes, " explain on a separate signed page. Identify the year of the event, the owner, the project and the basis for the finding by the public agency. 5. In the past five years has any claim against your firm concerning your firm's work on a construction project been filed in court or arbitration? ❑ Yes X No If "yes," on separate signed sheets of paper identify the claim(s) by providing the project name, date of the claim, name of the claimant, a brief description of the nature of the claim, the court in which the case was filed and a brief description of the status of the claim (pending or, if resolved, a brief description of the resolution.) 17 6. In the past five years has your firm made any claim against a project owner concerning work on a project or payment for a contract and filed that claim in court or arbitration? ❑ Yes X No If "yes," on separate signed sheets of paper identify the claim by providing the project name, date of the claim, name of the entity (or entities) against whom the claim was filed, a brief description of the nature of the claim, the court in which the case was filed and a brief description of the status of the claim (pending, or if resolved, a brief description of the resolution). At any time during the past five years, has any surety company made any payments on your firm's behalf as a result of a default, to satisfy any claims made against a performance or payment bond issued on your firm's behalf, in connection with a construction project, either public or private? ❑ Yes K No If "yes," explain on a separate signed page the amount of each such claim, the name and telephone number of the claimant, the date of the claim, the grounds for the claim, the present status of the claim, the date of resolution of such claim if resolved, the method by which such was resolved if resolved, the nature of the resolution and the amount, if any, at which the claim was resolved. 8. Has there been more than one occasion during the last five years in which your firm was required to pay either back wages or penalties for your own firm's failure to comply with the state's prevailing wage laws? NOTE: This question refers only to your own firm's violation of prevailing wage laws, not to violations of the prevailing wage laws by a subcontractor. ❑ Yes [( No If "yes," attach a separate signed page or pages, describing the nature of each violation, identifying the name of the project, the date of its completion, the public agency for which it was constructed; the number of employees who were initially underpaid and the amount of back wages and penalties that you were required to pay. 9. At any time during the last five years, has your firm been found to have violated any provision of California apprenticeship laws or regulations, or the laws pertaining to use of apprentices on public works? NOTE: You may omit reference to any incident that occurred prior to January 1, 1998, if the violation was by a subcontractor and your firm, as general contractor on a project, had no knowledge of the subcontractor's violation at the time they occurred. ❑ Yes K No If "yes," provide the dates) of such findings, and attach copies of the Department's final decision(s). 19 Vlte Mmd4egf Auto ize S nature/Title Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on-site Construction Manager for the Contractor. Did you submit this as part of your bid? )� Yes ❑ No 'Mar Delco tleftwe . IV -t dtr-)}}- Bidder Auto zed atureffitle 20 John L. Wong QUALIFICATIONS Over 26 years of acquired responsibilities in the electrical construction industry utilizing the following skills: • Field Supervision/Installation Job Estimating • Design/Build • Project Management • Contract Administration • Scheduling/Coordination • Executive Management • Budget/Cost Analysis Document Control PROFESSIONAL EXPERIENCE Elecnor Belco Electric, Inc., Chino, CA 05/2013 — Present Vice President — Transportation Division • Responsible for the business development, operations, project estimating and management of the transportation division specializing in traffic signals and street lighting systems in both the private and public works sectors. Lincoln Pacific Builders, Inc., Baldwin Park, CA 09/2005 — 05/2013 Executive Vice President • Assist in the founding of Lincoln Pacific. • Responsible for all aspects of operations, activities, project estimating, and administration of company. • Estimated and managed approximately $77M in awarded contracts in traffic signal and street lighting projects throughout the counties of Los Angeles, Orange County, and Inland Empire including the Mid- City/Exposition Light Rail Transit Design/Build Project for Metro in the City of Los Angeles as a subcontractor to the Joint Venture Team of FCl/Fluor/Parsons with a contract value at $20.3M. Moore Electrical Contracting, Inc., Corona, CA 05/2003 —08/2005 Project Manager — Metro San Fernando Valley Busway Rapid Transit (BRT) Project, Los Angeles, CA • Responsible for the management, direction, and coordination of all electrical and communications systems from conceptual to final design with local agencies and owner while supervising a staff of five field superintendents to support the $28M electrical and communications design -build subcontract for the Joint Venture Team of Shimmick/Obayashi. • Lead estimator for Transit Priority/Automated Traffic Surveillance and Control Surveillance and Control Systems (TPS/ATSAC) Projects in the City of Los Angeles totaling $12M in awarded contracts. Amelco Electric SF, Inc., San Leandro, CA 01/2000 — 04/2003 Division Manager - Traffic Signal and Street Lighting (01/00 — 04/03) • Responsible for establishing a traffic signal and street lighting division with annual gross revenue of $15M in 2000, $18M in 2001, and $25M in 2002 while supervising a staff comprising of two estimators and three field superintendents. • Oversight responsibility for all aspects of operations and administration of division. Project Manager - Alameda Mid -Corridor Design -Build Project, Los Angeles, CA (01/00 — 12/02) • Coordinated and provided rapid solutions during the installation of electrical, communication, traffic signal, and railroad signal systems while supervising a staff of four field superintendents to support a $71 M contract. • Interfaced with various local agencies in providing conceptual to final agency -approved construction designs for traffic signal and street lighting systems. • Responsible for controlling all documentation related to project. IIPagc Steiny and Company, Inc., Los Angeles, CA 01/1990 — 01/2000 Project Manager (02/98 — 01/00) • Provided project coordination and scheduling with owners, general contractors, and subcontractors. • Managed and supervised staff of two project engineers and four field superintendents on all Disney projects in Anaheim, CA that included West Street Improvements Phases I thru IV ($7.5M), California Adventures SD -I and SD -2 ($8.2M), and Paradise Pier Phase 1 ($150K). Foreman/General Foreman (02/95 — 02/98) • Supervised the installation of electrical systems such as fiber optic and data communication, low and high voltage, and fire/life safety systems on various projects totaling $17M. Inside Wireman Apprentice (01/90 — 01/95) • Attended and completed IBEW-NECA 5 year apprenticeship training course. EDUCATION/TRAINING Journeyman Wireman Certification, IBE W-NECA 01/1990 — 01/1995 Joint Apprenticeship and Training Committee, Los Angeles, CA Member oflnternational Brotherhood of Electrical Workers Union Local 11 (since 01/90) A.S. Electronics Engineering Technology 06/1986 — 06/1988 ITT Technical Institute, West Covina, CA California State University of Los Angeles 09/1982 — 06/1984 Accounting Major Los Angeles, CA CERTIFICATIONS / LICENSES California State License Board State Licensed Contractor A, B and C-10 COMPUTER SHILLS Software: Windows 8, Microsoft Office, Microsoft Project Planner, Primavera, Expedition, McCormick and Accubid Estimating, Epic and Trade Service, Viewpoint 2111age Contractor shall attach a reviewed or audited financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. Did you submit this as part of your bid? rV Yes ❑ No la"Or WCO 'aac,lnc. v i -e psld Bidder Autho ' d Si aturelTitle 21 ELECNOR BELCO ELECTRIC, INC. (A Subsidiary of Elecnor, Inc.) FINANCIAL STATEMENTS and SUPPLEMENTAL INFORMATION DECEMBER 31, 2015 and 2014 ELECNOR BELCO ELECTRIC, INC. TABLE OF CONTENTS DECEMBER 31, 2015 and 2014 INDEPENDENT AUDITOR'S REPORT FINANCIAL STATEMENTS Balance Sheets Statements of Operations Statements of Changes in Shareholder's Equity Statements of Cash Flows Notes to Financial Statements SUPPLEMENTAL INFORMATION Schedule I - Contract Costs Page 16 Schedule 2 - General and Administrative Expenses 17 INDEPENDENT AUDITOR'S REPORT To the Stockholder of Elecnor Belco Electric, Inc. Chino, California We have audited the accompanying financial statements of Elecnor Belco Electric, Inc. (a California corporation and subsidiary of Elecnor, Inc.), which comprise the balance sheets as of December 31, 2015 and 2014, and the related statements of operations, shareholder's equity, and cash flows for the years then ended, and the related notes to the financial statements. Management's Responsibility for the Financial Statements Management is responsible for the preparation and fair presentation of these financial statements in accordance with accounting principles generally accepted in the United States of America; this includes design, implementation, and maintenance of internal control relevant to the preparation and fair presentation of financial statements that are free from material misstatement, whether due to fraud or error. Auditor's Responsibility Our responsibility is to express an opinion on these financial statements based on our audits. We conducted our audits in accordance with auditing standards generally accepted in the United States of America. Those standards require that we plan and perform the audit to obtain reasonable assurance about whether the financial statements are free from material misstatement. An audit involves performing procedures to obtain audit evidence about the amounts and disclosures in the financial statements. The procedures selected depend on the auditor's judgment, including the assessment of the risks of material misstatement of the financial statements, whether due to fraud or error. In making those risk assessments, the auditor considers internal control relevant to the entity's preparation and fair presentation of the financial statements in order to design audit procedures that are appropriate in the circumstances, but not for the purpose of expressing an opinion on the effectiveness of the entity's internal control. Accordingly, we express no such opinion. An audit also includes evaluating the appropriateness of accounting policies used and the reasonableness of significant accounting estimates made by management, as well as evaluating the overall presentation of the financial statements. Roorde, Filquet 6 Beeaae, Ina Cerlllied Public Accountants 5995 Brockton Avsouo 2nd Floor Riverside, CA 92506 (95p 684 7781 www.rpbcpa.com We believe that the audit evidence we have obtained is sufficient and appropriate to provide a basis for our unmodified opinion on 2015 and our qualified opinion on 2014. Basis for Qualified Opinion As more fully discussed in Note 13 to the financial statements, the Company did not recognize revenues and losses on certain contracts that, in our opinion, should be based on the percentage-of- completion method of accounting in the 2014 financial statements. Accounting principles generally accepted in the United States of America require that contract losses are charged to the jobs during the year in which they are incurred and as the related revenue from contracts is recognized. Unmodified Opinion on 2015 and Qualified Opinion on 2014 In our opinion, except for the possible effects on the 2014 financial statements of the matter discussed in the Basis for Qualified Opinion paragraph, the financial statements referred to in the first paragraph present fairly, in all material respects, the financial position of Elecnor Belco Electric, Inc. as of December 31, 2015, and the results of its operations and its cash flows for the years then ended in accordance with accounting principles generally accepted in the United States of America. Disclaimer of Opinion on Supplemental Information Our audit was conducted for the purposes of forming an opinion on the financial statements as a whole. The accompanying supplemental information, which is the responsibility of management, is presented for purposes of additional analysis and is not a required part of the financial statements. Such information has not been subjected to the auditing procedures applied in the audit of the financial statements and, accordingly, we do not express an opinion or provide any assurance on it. Ro aid , Pi uet & Bessee Inc. 9 Riverside, California May 9, 2016 Rowda, Plquet & Basses, Inc. Candwd Public Accountants 5995 Buckton Avenue 2nd Floor Riverside, CA 92506 1951) 684 www.mbcpa.com ELECNOR BELCO ELECTRIC, INC. A Subsidiary of Elecnor, Inc. BALANCE SHEETS Assets Current assets: Cash Accounts receivable (Note 1) Retentions receivable Costs and estimated earnings in excess of billings on contracts in progress (Note 2) Prepaid expenses Total current assets Property and equipment: Transportation equipment Equipment Furniture and fixtures Software and computer equipment Leasehold improvements Accumulated depreciation and amortization Total property and equipment, net Other assets: Other assets Total assets December 31, 2015 $ 113,635 6,218,603 1,671,790 December 31, 2014 $ 25,000 4,628,833 1,979,029 8,187,862 5,925,391 653,318 641,301 16,845,208 13,199,554 2,087,690 278,263 196,599 339,318 666,914 3,568,784 (1,465,789) 2,102,995 1,385,583 114,729 196,599 281,068 631,279 2,609,258 (955,458) 1,653,800 840 101,221 $ 19,108,043 $ 14,954,575 See accompanying notes and independent auditor's report 3 ELECNOR BELCO ELECTRIC, INC. A Subsidiary of Elecnor, Inc. BALANCE SHEETS Liabilities and shareholder's equity Current liabilities: Accounts payable Line of credit (Note 4) Estimated balance due for purchase agreement (Note 12) Billings in excess of costs and estimated earnings on contracts in progress (Note 2) Capital leases, current portion (Note 7) Accrued payroll expenses Accrued liabilities (Note 5) Related party obligations: Advance due to Elecnor, S.A. (Note 10) Total current liabilities Long-term liabilities: Capital leases, non-current portion (Note 7) Related party obligations: Note payable - Elecnor Hawkeye, LLC (Note 6) Note payable - Elecnor, S.A. (Note 6) Total long-term liabilities Total liabilities Shareholder's equity: Common stock - $1.00 stated value, 2,500 shares authorized, 2,500 shares issued and outstanding Additional paid -in capital Retained deficit Total shareholder's equity Total liabilities and shareholder's equity December 31, December 31, 2015 2014 $ 3,164,095 $ 4,337,793 - 2,500,000 300,000 300,000 160,316 368,461 189,096 11,112 220,596 11,579 1,211,264 1,381,181 381,756 149,879 5,627,123 9,060,005 416,298 7,265,000 3,590,000 11,271,298 5,090 115,000 115,000 235,090 16,898,421 9,295,095 2,500 2,500 19, 270, 907 19,270,907 (17,063,785) (13,613,927) 2,209,622 5,659,480 $ 19,108,043 $ 14,954,575 See accompanying notes and independent auditor's report 4 ELECNOR BELCO ELECTRIC, INC. A Subsidiary of Elecnor, Inc. STATEMENTS OF OPERATIONS Contract revenues Contract Costs Net contract loss General and administrative expenses Loss from operations Other income (expense): Interest income Other income Interest expense Gain on foreign currency transactions Loss on sate of assets Total other income (expense) Loss before provision for income taxes Provision for income taxes (Note 11) Net loss Forthe For the Year ended Year ended December 31, December 31, 2015 2014 $ 34,985,891 $ 30,765,984 35,974,681 33,558,152 (988,790) (2,792,168) 2,224,295 2,992,019 (3,213,085) (5,784,187) - 1,266 3,218 65,364 (215,433) (273,031) 30,218 (53,976) (3,885) (235,973) (210,286) (3,449,058) (5,994,473) 800 800 $ (3,449,858) $ (5,995,273) See accompanying notes and independent auditor's report 5 ELECNOR BELCO ELECTRIC, INC. A Subsidiary of Elecnor, Inc. STATEMENTS OF CHANGES IN SHAREHOLDER'S EQUITY Balance, January 1, 2014 Capital Contributed (Note 1) Net Loss Additional Total Common Paid -In Retained Shareholder's Stock Capital Deficit Equity $ 2,500 $ 11,498,403 $ (7,618,654) $ 3,882,249 Balance, December 31, 2014 2,500 7,772,504 7,772,504 - (5,995,273) (5,995,273) 19,270,907 (13,613,927) 5,659,480 Net Loss (3,449,858) (3,449,858) Balance, December 31, 2015 $ 2,500 $ 19,270,907 $ (17,063,785) $ 2,209,622 See accompanying notes and independent auditor's report 6 ELECNOR BELCO ELECTRIC, INC. A Subsidiary of Elecnor, Inc. STATEMENTS OF CASH FLOWS Increase (Decrease) in Cash Cash flows from operating activities: Net loss Adjustments to reconcile net income to net cash provided by operating activities: Depreciation Loss on sale of property and equipment Changes in assets and liabilities: Accounts receivable Costs and estimated earnings in excess of billings on contracts in progress Prepaid expenses Other assets Accounts payable Billings in excess of costs and estimated earnings on contracts in progress Accrued payroll expenses Accrued liabilities Net cash used by operating activities Cash flows from investing activities: Acquisition of property and equipment Proceeds from sale of property and equipment Net cash used by investing activities Cash flows from financing activities: Additional capital contributed Proceeds from (payments on) line of credit Proceeds from (payments on) notes payable Payments on capital lease obligations Net cash provided from financing activities Increase in cash Beginning cash balance Ending cash balance Forthe Forthe Year ended Year ended December 31, December 31, 2015 2014 (3,449,858) $ (5,995,273) 573,844 512,396 53,976 3,885 (1,282,531) 1,508,212 (2,262,471) (2,009,760) (12,017) (555,685) (58,619) (47,566) (941,821) (605,703) (208,145) (377,232) 209,017 (1,151,648) (169,917) (60,783) (7,548,542) (8,779,157) (472,064) 12,400 (459,664) (2,500,000) 10,625,000 (28,159) 8,096,841 88,635 (41,887) 2,000 (39,887) 7,772,504 2,500,000 (1,425,879) (19,149) 9,827,476 8,432 25,000 16,568 $ 113,635 $ 25,000 Supplemental Disclosures: Interest paid $ 124,599 Equipment acquisitions financed with capital leases $ 617,550 See accompanying notes and independent auditor's report $ 273,031 ELECNOR BELCO ELECTRIC, INC. A Subsidiary of Elecnor, /uc. NOTES TO FINANCIAL STATEMENTS DECEMBER 31, 2015 and 2014 NOTE 1 - SUMMARY OF SIGNIFICANT ACCOUNTING POLICIES Nature of Business Elecnor Belco Electric, Inc. (the Company) is a commercial union electrical contractor. From its beginnings in electrical infrastructure, the Company has evolved to include engineering, technology development and alternative energy. The construction work is primarily performed under fixed-price contracts. The length of the Company's contracts vary but are typically less than two years. In December 2011, the Company was acquired by Fleenor, Inc. The Company has received representation from the Parent that the Parent is capable of and intends to continue providing financial support, if necessary, to the Company for a period of at least one year after the date that the December 31, 2015 financials are issued. Revenue and Cost Recognition The Company recognizes revenues on the percentage -of -completion method, measured by the percentage of cost incurred to date to estimated total cost for each contract. That method is used because management considers total cost to be the best available measure of progress on the contracts. Because of inherent uncertainties in estimating costs, it is at least reasonably possible that the estimates used will change within the near term. Contract costs include all direct material and labor costs and those indirect costs related to contract performance, such as indirect labor, supplies, tools, depreciation, and repairs. General and administrative costs are charged to expense as incurred. An amount equal to contract costs attributable to claims is included in revenue only when the Company has a measurable claim and the amount can be reliably estimated. Provisions for estimated losses on uncompleted contracts are made in the period in which such losses are determined. The asset, "Costs and estimated earnings in excess of billings on contracts in progress," represents revenues recognized in excess of amounts billed. The liability, "Billings in excess of costs and estimated earnings on contracts in progress," represents billings in excess of revenues recognized. For income tax purposes, the Company uses the percentage -of -completion accrual method of accounting. See independent auditor's report 8 Use of Estimates The preparation of financial statements in conformity with generally accepted accounting principles requires management to make estimates and assumptions that affect the reported amounts of assets and liabilities and disclosure of contingent assets and liabilities at the date of the financial statements and the reported amounts of revenues and expenses during the reporting period. Construction contract revenue reported on the percentage of completion method of accounting is subject to substantial estimation. Actual results could differ from those estimates. Fair Value of Financial Instruments The carrying value of cash in banks, accounts receivable, accounts payable and accrued expenses, approximates fair value due to the relatively short maturity of these instruments. The amounts shown for notes payable approximate fair value since the interest rates approximate current market rates. Cash and Cash Equivalents For purposes of the statement of cash flows, the Company considers all highly liquid debt instruments purchased with a maturity of three months or less to be cash equivalents. Accounts Receivable Accounts receivable are recorded when invoices are issued and are presented in the balance sheet net of the allowance for doubtful accounts. Based on management's assessment of the customer's current credit worthiness, they estimate the portion, if any, of the balance that will not be collected. Management writes off receivables as a charge to allowance for doubtful accounts. Management estimates a reserve amount for uncollectible trade accounts receivable, which is based on historical performance. The allowance was $0 for the years ended December 31, 2015 and 2014. Property and Equipment Property and equipment are stated at cost and depreciation is calculated using the declining balance and straight-line methods for both financial statement and federal income tax purposes. The estimated useful lives of the assets are as follows; Transportation equipment 3 to 10 Years Equipment 7 to 10 Years Furniture and fixtures 7 to 10 Years Software and computer equipment 5 to 10 Years Leasehold improvements 40 Years Maintenance and repair costs that do not extend the lives of the assets are expensed as incurred, while replacements and betterments are capitalized. At the time properties are retired or otherwise disposed of, the property and related accumulated depreciation or amortization accounts are relieved of the applicable amounts and any resulting gain or loss is credited or charged to income. Depreciation expense for the years ended December 31, 2015 and 2014 was $573,844 and $512,396, respectively. See independent auditor's report Income Taxes Deferred taxes are provided by the liability method whereby deferred tax assets and liabilities are recognized for deductible temporary differences. Deferred tax assets are also recognized for operating loss and tax credit carryforwards. Temporary differences are differences between the reported amount of assets and liabilities and their tax bases. Deferred tax assets are reduced by a valuation allowance when, in management's opinion, it is more likely than not that some portion or all of the deferred tax assets will not be realized. Deferred tax assets and liabilities are adjusted for the effects of changes in tax laws on the date of enactment. Advertising Advertising costs are expensed as incurred. Advertising costs charged to income for the years ended December 31, 2015 and 2014 were $1,234 and $37,832, respectively. Reclassifications Certain accounts for 2014 have been reclassified to conform to the current year presentation. The reclassifications have no effect on the net loss for 2014. NOTE 2 - COSTS AND ESTIMATED EARNINGS ON UNCOMPLETED CONTRACTS December 31, December 31, 2015 2014 Costs incurred on uncompleted contracts $ 44,731,011 $ 44,569,990 Estimated earnings (losses) (189,594) (548,683) 44,541,417 44,021,307 Billings and retentions to date 36,513,871 38,464,377 $ 8,027,546 $ 5,556,930 The above is included in the accompanying balance sheet under the following captions: Costs and estimated earnings in excess of billings on contracts in progress Billings in excess of costs and estimated earnings on contracts in progress NOTE3-BACKLOG The following is a reconciliation of the backlog of signed contracts: $ 8,187,862 $ 5,925,391 (160,316) (368,461) $ 8,027,546 $ 5,556,930 December 31, 2015 Balance, beginning of year $ 48,599,381 New contracts and change orders during the period 33,929,825 82,529,206 Contract revenues earned during the period (34,985,891) Balance, end of year $ 47,543,315 See independent auditor's report l0 NOTE 4 - LINE OF CREDIT Effective January 7, 2014, the Company established a revolving line of credit loan with a maturity date of December 7, 2015. Under this agreement, the Company could borrow up to $2,500,000. Interest was payable monthly at a variable rate that at December 31, 2014 was 2.912%. The outstanding balance as of December 31, 2015 was $0, the loan was paid in full during 2015 and was not renewed. NOTE 5 - ACCRUED EXPENSES NOTE 6 -NOTES PAYABLE At December 31, 2015, there was an outstanding note payable due to a related party, Elecnor Hawkeye, LLC, in the amount of $7,265,000, which is unsecured and due on demand, Interest payments are made monthly and no maturity date has been set. At December 31, 2015, there was an outstanding note payable due to a related party, Elecnor S.A., in the amount of $3,590,000, which is unsecured and due on demand. Interest payments are made monthly and no maturity date has been set. NOTE 7 - COMMITMENTS AND CONTINGENCIES The Company leases its office space from an unrelated party under a 62 month operating lease that expires in July 2017. The monthly lease payments are $17,000 for the first 30 months and increase to $18,275 for the remaining term of the lease. For the years ended December 31, 2015 and 2014, rent expense was $224,823 and $232,360, respectively. Future minimum lease payments are as follows: Years Ending December 31, 2016 $ 219,300 2017 127,925 $ 347,225 See independent auditor's report ll December 31, December 31, 2015 2014 Accrued insurance $ 181,806 $ 801,573 Accrued interest 90,834 - Accrued union benefits 932,338 397,436 Accrued other 6,286 11,246 Accrual for future anticipated job losses - 170,926 $ 1,211,264 $ 1,381,181 NOTE 6 -NOTES PAYABLE At December 31, 2015, there was an outstanding note payable due to a related party, Elecnor Hawkeye, LLC, in the amount of $7,265,000, which is unsecured and due on demand, Interest payments are made monthly and no maturity date has been set. At December 31, 2015, there was an outstanding note payable due to a related party, Elecnor S.A., in the amount of $3,590,000, which is unsecured and due on demand. Interest payments are made monthly and no maturity date has been set. NOTE 7 - COMMITMENTS AND CONTINGENCIES The Company leases its office space from an unrelated party under a 62 month operating lease that expires in July 2017. The monthly lease payments are $17,000 for the first 30 months and increase to $18,275 for the remaining term of the lease. For the years ended December 31, 2015 and 2014, rent expense was $224,823 and $232,360, respectively. Future minimum lease payments are as follows: Years Ending December 31, 2016 $ 219,300 2017 127,925 $ 347,225 See independent auditor's report ll On December 15, 2014, the Company entered into an executive capital lease agreement for several vehicles, effective beginning in January 2015. The vehicles have been capitalized and included in property, plant and equipment on the accompanying financial statements. The leased equipment has a cost of $832,194 with total minimum payments due of $15,530 per month beginning in January 2015. Future minimum lease payments under these capital leases are as follows: Years Ending December 31, 2016 $ 189,096 2017 186,360 2018 186,360 2019 114,174 675,990 Less: amount attributable to interest (70,596) $ 605,394 NOTE 8 - CONCENTRATIONS OF CREDIT RISK The Company maintains its cash and cash equivalent balances in financial institutions, which from time to time exceed amounts insured by the Federal Deposit Insurance Corporation ("FDIC"). As part of the Dodd -Frank Wall Street Reform and Consumer Protection Act, all funds are insured up to $250,000 by the FDIC. As of December, 31, 2015, the Company did not have any deposits in excess of federally insured amounts. For the years ended December 31, 2015 and 2014, major customers represented 26% and 24% of the Company's contract revenues, respectively. As of December 31, 2015 and 2014, major customers represented 46% and 60% of total accounts receivable, respectively. For the years ended December 31, 2015 and 2014, major vendors represented 11% and 13% of the Company's contract costs, respectively. As of December 31, 2015 and 2014, major vendors represented 30% and 46% of total accounts payable, respectively. NOTE 9 - VARIABLE INTEREST ENTITY The Company is wholly-owned by Elecnor, Inc. In accordance with accounting principles for the consolidation of variable interest entities, which provides guidance on the identification, classification and accounting of variable interest entities, Elecnor, Inc. has determined that the Company would be required to be consolidated under this interpretation. The entity is subject to consolidation in the financial statements of Elecnor, Inc. These financial statements only include activity of the subsidiary, Elecnor Belco Electric, Inc. See independent auditor's report 12 NOTE 10 - RELATED PARTY TRANSACTIONS During the year, there were transactions that occurred between the parent and the subsidiary related to the Company. These transactions represent items paid or received by the parent or subsidiary and are recorded as a receivable or a payable throughout the year and are included in the accompanying financial statements but are eliminated during consolidation with the parent. The following is a summary of transactions with related entities for the years ended December 31, 2015 and 2014: Other expenses paid to Parent Outstanding accounts receivable due from Parent Outstanding accounts payable due to Elecnor Hawkeye, LLC Outstanding accounts payable due to Parent Outstanding accounts payable due to Elecnor, S.A. December 31, 2015 90,834 381,756 December 31, 2014 $ 51,810 $ 95,874 63,924 149,879 As of December 31, 2015, the Company also had notes payable due to related parties that are disclosed in Note 6. NOTE 11 - INCOME TAXES The Company files income tax returns in federal and California jurisdictions under the consolidated return of the Parent Company. With few exceptions, the Company is no longer subject to federal or California income tax examinations by tax authorities for the tax years before 2012. For tax years 2012 through 2014, the Company does not currently have an examination in progress or scheduled as of December 31, 2015. The Company follows the provisions of FASB ASC 740-10-25, Accounting for Uncertainty in Income Taxes, which prescribes a recognition threshold and measurement attribute for financial statement recognition and measurement of a tax position taken or expected to be taken in a tax return. For those benefits to be recognized, a tax position must be more -likely -than -not to be sustained upon examination by taxing authorities. For the year ended December 31, 2015, the Company has no material uncertain tax positions to be accounted for in the financial statements under the above -referenced rules. The Company recognizes interest and penalties, if any, related to unrecognized tax benefits in interest expense. The principal temporary differences arise from the Company's accelerated tax depreciation methods and timing differences related to state income taxes. The effects of such differences are included annually on the statement of earnings and on the balance sheet as an adjustment to deferred income taxes. See independent auditor's report 13 The provision for income taxes is as follows: Current income taxes California December3l, December 3l, 2015 2014 $ 800 $ 800 The Company has federal net operating loss carryforwards of $24,048,498 and state net operating loss carryforwards of $13,806,390 for the year ended December 31, 2015. A valuation account has been recorded for both net operating losses as the Company believes that is more likely than not that the deferred tax assets will not be fully utilized in the foreseeable future. These net operating loss carryforwards start to expire in the year ending December 31, 2031. NOTE 12 - PURCHASE AGREEMENT On September 10, 2013, the Company entered into an agreement for the assignment of contracts and to purchase certain equipment, tools, and vehicles from Lincoln Pacific Builders, Inc., a transportation electrical contractor. The consideration for the assignments and transfer of these assets was $742,000, payable in agreed upon installments from September 2013 through March 2014. The balance due to the Seller as of December 31, 2015 was $300,000. See Note 13 for additional information regarding the status of the agreement. NOTE 13 - UNCERTAINTIES, CONTINGENCIES, AND RISKS The Company submitted a Claim for Additional Compensation to a General Contractor for a project that was completed during 2014. The claim outlined the costs incurred for owner -caused delays, errors in specifications and designs as well as unreasonable requirements imposed by the General Contractor. The Company believes that it is probable that the claim will result in additional contract revenue. Per FASB ASC 605-35-25-31, the Company has met all the requirements in order to recognize revenue from the claim. The total Claim for Additional Compensation is $2,745,673, of which revenues of $123,769 and $1,091,214 relating to the claim have been recognized during the years ended December 31, 2015 and 2014, respectively. Costs of over $2,321,400 were incurred due to the delays, errors and scheduling issues outlined in the claim. The Company is currently in mediation with the General Contractor and expects the claim to be resolved and the additional funds to be recovered by the end of 2017. See independent auditor's report 14 The Company is currently in negotiations with Lincoln Pacific Builders, Inc. (Seller) to reduce the purchase price for the assigned contracts due to actual job losses greater than initially negotiated per the purchase agreement discussed in Note 12. During 2013, the Company expected recovery of these losses and as a result, recorded revenue on these contracts equal to the costs incurred, which resulted in revenue being recognized above the contract amounts. During 2014, the Company recognized revenue equal to the final contract amounts, which resulted in current year revenues being understated. Based on revenue recognition principles and the percentage of completion accounting method, a departure from generally accepted accounting principles was determined and was disclosed in the Basis for Qualified Opinions on the Independent Auditor's Report for 2014. The Company has now been named as a defendant in a Breach of Contract Case by the Seller, and has in turn issued a Counter Claim which was ruled as a sufficient claim per the courts in 2015. Management cannot predict or determine the outcome of this matter but has reasonably estimated the amount or range of amounts of any costs or reimbursements that might result from an adverse outcome to be approximately $300,000, which is currently reserved on the Company's books. Management believes the current reserve amount is reasonable based on current court proceedings and discussions with attorneys involved in the case. It is possible, however, that an adverse outcome could have a material adverse impact on the results of operations, liquidity, and financial position. NOTE 14 - SUBSEQUENT EVENTS Management has evaluated subsequent events through May 9, 2016, the date that the financial statements were available to be issued. See independent auditor's report 15 SUPPLEMENTAL INFORMATION ELECNOR BELCO ELECTRIC, INC. A Subsidiary of Elecnor, Inc. SCHEDULE 1 - CONTRACT COSTS See independent auditor's report 16 Forthe Forthe Year ended Year ended December 31, % of December 31, % of 2015 Sales 2014 Sales Depreciation $ 338,945 1.0% $ 258,254 0.8% Equipment rental 546,670 1.6% 424,668 1.4% Field wages 10,704,693 30.6% 9,144,281 29.7% Fuel and oil 321,073 0.9% 374,860 1.2% Insurance 59,814 0.2% 922,345 3.0% Job expenses 129,319 0.4% 139,447 0.5% Job fringe benefits 6,066,137 17.3% 4,766,596 15.5% Materials 13,517,347 38.6% 11,337,445 36.9% Payroll taxes 967,085 2.8% 770,989 2.5% Provision forjob losses (170,926) -0.5% 48,431 0.2% Repairs and maintenance 705 0.0% 9,338 0.0% Small tools and supplies 655,220 1.9% 813,737 2.6% Subcontractors 2,825,786 8.1% 4,539,520 14.8% Travel 12,813 0.0% 8,241 0.0% Total contract costs $ 35,974,681 102.8% $ 33,558,152 109.1% See independent auditor's report 16 ELECNOR BELCO ELECTRIC, INC. A Subsidiary of Elecnor, Inc. SCHEDULE 2 - GENERAL AND ADMINISTRATIVE EXPENSES See independent auditor's report 17 Forthe Forthe Year ended Year ended December 31, % of December 31, % of 2015 Sales 2014 Sales Advertising $ 1,234 0.0% $ 37,832 0.10/. Auto expense 56,975 0.2% 119,669 0.4% Bank service charges 18,250 0.1% 50,508 0.2% Depreciation 234,899 0.7% 254,142 0.8% Dues and subscriptions 5,417 0.0% 11,607 0.0% Employee training 273,396 0.8% 367,722 1.2% Insurance 105,905 0.3% 146,876 0.5% Professional fees 10,340 0.0% 58,720 0.2% Meals and entertainment 12,369 0.0% 21,817 0.1% Miscellaneous expense 21,868 0.1% 35,949 0.1% Office expense 64,295 0.2% 68,110 0.2% Outside services 135,874 0.4% 104,093 0.3% Payroll taxes 57,397 0.2% 48,449 0.2% Penalties 88,445 0.3% 82,316 0.3% Postage 10,356 0.0% 14,161 0.0% Project expenses 415 0.0% 862 0.0% Rent 224,823 0.6% 232,360 0.8% Repairs and maintenance 5,426 0.0% 3,385 0.0% Retirement plan expense 13,325 0.0% 22,890 0.1% Salaries 770,590 2.2% 1,133,195 3.7% Taxes and licenses 4,688 0.0% 6,510 0.0% Telephone 42,693 0.1% 45,112 0.1% Travel 27,376 0.1% 89,946 0.3% Utilities 37,939 0.1% 35,788 0.1% Total general and administrative expenses $ 2,224,295 6.4% $ 2,992,019 9.7% See independent auditor's report 17 City of Newport Beach FY 2016-17 TRAFFIC SIGNAL REHABILITATION PROGRAM Contract No. 8337-1 NON -COLLUSION AFFIDAVIT State of California County ooffsy�ain•Iea 1y,a J�1 n �'V V been fir t dull �p',o r j�,eig d say that he or she is of . UCI�I MiC( 1►L�I the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation, that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding, that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract, that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the Stat of CaI If Sat the foregoing is true and correct. '51emor l3elco 5Loanc, lhc. mce r d�ft Bidder Autho ' ed gnaturerfltle Subscribed and �s�woornn to (or affirmed) before me on thAs day of Mt 2017 by John � v �t t�"1 , proved to me on the basis of satisfactory evidence to bb the person(s) who appeared before me. I certify under PENALTY OF PERJURY under the laws of th t ot�Cl f rnia that the foregoing paragraph is true and correct. (}tv OLIVI CHER Notary Public �^ wrs . .. Commiselon No. 2107474 SEAL 4',� 4' NOTARY PUSLIC•CALIFORNIA I ) v SAN BERNARDINO COUNTY ,� Jw My Comm. EgWes APRIL 18, 2019 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. 22 My Commission Expires:wl� City of Newport Beach FY 2016-17 TRAFFIC SIGNAL REHABILITATION PROGRAM Contract No. 8337-1 DESIGNATION OF SURETIES Bidder's name En-emor wo rwtiC4m, Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance/bond type): VMWx - Willis o-N2yw )of � Inc. ,1r MM 11� %IC7 City of Newport Beach FY 2016-17 TRAFFIC SIGNAL REHABILITATION PROGRAM Contract No. 8337-1 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name terra- 006 F�-CJ V• Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 24 Current Record Record Record Record Record Year of for for for for for Record 2016 2015 2014 2013 2012 Total 2017 No. of contracts ,w 7V T� SO 501 '�3 Total dollar Amount of Contracts in %1M 4� A � i� �A 4�t 4 (� $113M Thousands of $ No. of fatalities 0 O 0 D 0 No. of lost Workday Cases (`� Ci O h v 0 (' 0 No. of lost workday cases involving permanent transfer to O 0 O another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. 24 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL - Questionnaire 1. Has CAL OSHA cited and assessed penalties against your firm for any "serious," "willful' or "repeat" violations of its safety or health regulations in the past five years? NOTE: If you have filed an appeal of a citation, and the Occupational Safety and Health Appeals Board has not yet ruled on your appeal, you need not include information about it. ❑ Yes D(No If "yes," attached a separate signed page describing the citations, including information about the dates of the citations, the nature of the violation, the project on which the citation(s) was or were issued, the amount of penalty paid, if any. If the citation was appealed to the Occupational Safety and Health Appeals Board and a decision has been issued, state the case number and the date of the decision. 2. Has the Federal Occupational Safety and Health Administration cited and assessed penalties against your firm in the past five years? NOTE: If you have filed an appeal of a citation and the Appeals Board has not yet ruled on your appeal, or if there is a court appeal pending, you need not include information about the citation. ❑ Yes A No If `yes,"attach a separate signed page describing each citation. 3. Has the EPA or any Air Quality Management District or any Regional Water Quality Control Board cited and assessed penalties against either your firm or the owner of a project on which your firm was the contractor, in the past five years? NOTE: If you have filed an appeal of a citation and the Appeals Board has not yet ruled on your appeal, or if there is a court appeal pending, you need not include information about the citation. ❑ Yes t4 No If "yes," attach a separate signed page describing each citation. 25 4. List your firm's Experience Modification Rate (EMR) (California workers' compensation insurance) for each of the past three premium years: NOTE: An Experience Modification Rate is issued to your firm annually by your workers' compensation insurance carrier. Current year: %1. Previous year: 140 - Year I Year prior to previous year: If your EMR for any of these three years is or was 1.00 or higher you may, if you wish, attach a letter of explanation. 26 Legal Business Name of Bidder vier w c [ Inc- Business Address: I (V Business Tel. No.: ST q9& la+10 State Contractor's License No. and Classification: -13'SSJ$ h &, C-J0 Title V The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. [NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI 27 UNANIMOUS WRITTEN CONSENT IN LIEU OF 2016 ANNUAL MEETING OF THE BOARD OF DIRECTORS OF ELECNOR BELCO ELECTRIC, INC. March 1, 2016 The undersigned, being all of the members of the Board of Directors (the "Board") of Elecnor Belco Electric, Inc., a California corporation (the "Company"), in lien of holding a meeting of the Board, hereby take the following actions and adopt the following resolutions by unanimous written consent: WHEREAS, the Board has determined that it is in the Company's best interests to appoint a revised slate of Officers of the Company. NOW, THEREFORE, BE IT RESOLVED, that the following persons be, and hereby are, elected to the offices set forth opposite their respective names, to hold such offices until their respective successors are elected and qualified at or before the next annual meeting of the Board, or until their earlier respective deaths, resignations or removals: President and Chief Executive Officer Chief Financial Officer Executive Vice President John Wong Secretary Roger DeVito Juan Bravo Jeroni Gervilla Alberto Garcia Vice President for Construction Pedro Enrile Assistant Secretary FURTHER RESOLVED, that Juan Bravo, Jeroni Get -villa and Alberto Garcia in their respective capacities of President and CEO, Chief Financial Officer and Executive Vice President subject to such supervisory powers of the Board of Directors, hereby are authorized and directed to perform all the duties commonly incident to that office; shall have authority to execute in the name of the Corporation contracts, leases and other written instruments to be executed by the Corporation; and, shall perform such other duties as the Board of Directors may from time to time determine. AND IT IS FURTHER RESOLVED, that all actions heretofore taken by the officers of the Company on behalf of and in the name of the Company, relating to the conduct of the business of the Company, the expenditure of money, the making of contracts and all other acts taken or omitted in the performance of their duties to the Company be, and the same hereby are, in all respects, approved, ratified and affirmed, as of the date taken, done or omitted, respectively. The actions taken by the Board Consent shall have the same force and effect as if taken by the undersigned at a meeting of the Board of Directors, duly called and constituted pursuant to the Bylaws of the Corporation and the laws of the State of California. This Board Consent may be executed in counterparts, each of which shall be deemed an original, but all of which together shall constitute one and the same document. ]SIGNATURE PAGE FOLLOWS] IN WITNESS WHEREOF, the undersigned, being all of the members of the Board of Directors of Elecnor Belco Electric, Inc., have executed these actions by written consent as of the date first written above. Ignacio PrNo, Di ector Jose Miguel Franco, Director ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of C ftillg } County of un oemArAino } On MAiLh �r 2011 before me, Q VlQ chm I LZI pu�) (more osen name one me, or me cover, personally appeared John WOM who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)([yalre subscribed to the within instrument and acknowledged to me that t��he/they executed the same iniiTLsherlltheir authorized capacity(ies), and that by Is er/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. _ r OLIVIA CHBA Ik;wa'; WITN S a and official seal. Commission No.21074 4 NOTARY PUBLIC -CALIFORNIA SAN BERNARDINO COUNTY MY Comm. EXpirot APRIL 18. 2019 Notary Public Signature (Notary Public Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT ('Title or closedat on of ocu ) h MA ((TTiiHe�o�r UWat of all hed(Title or of allathed document continued) Number of Pages Document Date CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) 1� C r ora Mcuo Ie ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other d�r;ion Nv N NotarvClassea. com di10-9'3-3305 INSTRUCTIONS FOR COMPLETING THIS FORM This farm complies with current California statutes regarding notary wording and, fneeded, should be completed and attached to the document. Acknolwedgents from other states may be completed for documents being sent to that state so long as the wording does not require the California notary to violate California notary law. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her time as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/they, is /aro ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public most match the signature on file with the office of the county clerk. S Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. fi Indicate title or type of attached document, number of pages and date. 0 Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document with a staple. ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Cialfm A } County ofm ftmrAino } On iL� �� 2011 before me, MvlA c e4thbOybuftJ,,� CLO - 1 --'I era insert nam Ste or M cancer) personally appeared rlV GanICl C�2 to fiilaleC who proved to me on the basis of satisfactory evidence td-b'g the person(s) whose name(s) sl 7 re subscribed to the within instrument and acknowledged to me that (fie She/they executed the same in JIyherjttheir authorized capacity(ies), and that by Is er/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. OLIVIA CHEA WITNESS and and official seal. Commission No. 2107474 z z y ,iii r, v` NOTARY PUBLIC GALIFORNIA n SAN BERNARDINO COUNTY My Conan. Expires APRIL 16. 1019 No aryPublic Signature (Notary Public Seal) IAL UY I IUNAL INFUKMA I OF THE ATTACHED DOCUMENT 19-'201 tle r d ipUon f a cheddocument)b� (Title or or seed d ument nominated) d ument continued) Document Date CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) r ate I m�nt ( ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2015 Ve ,ion www. No(aryClasse 3 corn 800-373-9885 ON INSTRUCTIONS FOR COMPLETING THIS FORM This form complies with current California statutes regarding nmary wording and, ifneeded, should be completed and attached to the document. Acknolwedgents from other states may be completed for documents being sent to that state so long as the wording does not require the California notary to violate California notary law. • State and County information must be the Suite and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural fors by crossing off incorrect forms (i.e. belshe/they, is tate) or circling the correct fors. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. 0 Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. b Indicate title or type of attached document, number of pages and date. 40 Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document with a staple. City of Newport Beach FY 2016-17 TRAFFIC SIGNAL REHABILITATION PROGRAM Contract No. 8337-1 ACKNOWLEDGEMENT OF ADDENDA Bidder's namer-,ftojr wco Twtnc, inc The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: NONI; I Addendum No. I Date Received I Signature I rW City of Newport Beach FY 2016-17 TRAFFIC SIGNAL REHABILITATION PROGRAM Contract No. 8337-1 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: �Q�y,_edflc' Name of individual Contractor. Company or Corporation: fw nor Velco FliInc. Date of Incorporation: Business Ad Telephone and Fax Number: q California State Contractor's License No. and Class: -6-iGI$ A 16.(-1Q (REQUIRED AT TIME OF AWARD) Original Date Issued: 2J °l1 Expiration Date: 11�J1 I �1 List the name and title/position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: grad► 1DI020, %wermienden-- The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone -54Ta 5-54070 Corporation organized under the laws of the State of WOMW W The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: ON E All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: N UNC For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; NUNG Briefly summarize the parties' claims and defenses, N 0 N S Have you ever had a contract terminated by the owner/agency? If so, explain. Have you ever failed to complete a project? If so, explain. No For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor c� liance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes' o tail Are any claims or actions unresolved or outstanding? Yes G If yes to any of the above, explain. (Attach additional sheets, if necessary) 1. Has your contractor's license been revoked at any time in the last five years? ❑ Yes 9 No 2. Hasa surety firm completed a contract on your behalf, or paid for completion because your firm was default terminated by the project owner within the last five (5) years? ❑ Yes VNo 3. At any time during the last five years, has your firm, or any of its owners or officers been convicted of a crime involving the awarding of a contract of a government construction project, or the bidding or performance of a government contract? ❑ Yes XNo 4. Has there been any change in ownership of the firm at any time during the last three years? ❑ Yes % No If "yes," explain on a separate signed page. 5. Was your firm in bankruptcy at any time during the last five years? ❑ Yes ko If "yes," please attach a copy of the bankruptcy petition, showing the case number and the date on which the petition was filed, and a copy of the Bankruptcy Court's discharge order, or of any other document that ended the case, if no discharge order was issued. 6. Has your firm changed names or license number in the past five years? ❑ Yes )< No If "yes," explain on a separate signed page, including the reason for the change. 31 Has any owner, partner or (for corporations :) officer of your firm operated a construction firm under any other name in the last five years? ❑ Yes )� No If "yes," explain on a separate signed page, including the reason for the change. 8. Has any CSLB license held by your firm or its Responsible Managing Employee (RME) or Responsible Managing Officer (RMO) been suspended within the last five years? ❑ Yes y No If "yes,"please explain on a separate signed sheet. 9. Has your firm or any of its owners, officers or partners ever been found liable in a civil suit or found guilty in a criminal action for making any false claim or material misrepresentation to any public agency or entity? ❑ Yes )� No If "yes," explain on a separate signed page, including identifying who was involved, the name of the public agency, the date of the investigation and the grounds for the finding. 10. Has your firm or any of its owners, officers or partners ever been convicted of a crime involving any federal, state, or local law related to construction? ❑ Yes `6No If "yes," explain on a separate signed page, including identifying who was involved, the name of the public agency, the date of the conviction and the grounds for the conviction. 11. If your firm was required to pay a premium of more than one per cent for a performance and payment bond on any project(s) on which your firm worked at any time during the last three years, state the percentage that your firm was required to pay. You may provide an explanation for a percentage rate higher than one per cent, if you wish to do so. . to.l e. v/ 32 Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. FF eV"Mr Mcy w tnc,lnc. Bidder ,10nnw n N , \1102 {JAW (Print name of 9wlier or President of C\orporati Company) Title _*bM Date On ACIYIih ZJ1011- before me, (NI Vio Llla� , Notary Public, personally appeared , who proved to me on the basis of satisfactory evidence o be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNES efi—d ani Notary Public in and for said State My Commission Expires: �� I 33 A notary public or other officer completing this certificate verifies only the Identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. OLIVIA CHEA i 6 ' w Commission No.2107474 NOTARY PUBLIC -CALIFORNIA i f SAN BERNARDINO COUNTY (SEAL) .,,... AIy 0omm. Eaplrq APRIL 18, 2019 A notary public or other officer completing this certificate verifies only the Identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. City of Newport Beach FY 2016-17 TRAFFIC SIGNAL REHABILITATION PROGRAM Contract No. 8337-1 NOTICE TO SUCCESSFUL BIDDER The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 34 FY 2016-17 TRAFFIC SIGNAL REHABILITATION PROGRAM CONTRACT NO. 8337-1 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 29th day of March, 2017 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and Elecnor Belco Electric, Inc., a California corporation ("Contractor"), whose address is 4331 Schaefer Avenue, Chino, CA 91710, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: The work necessary for the completion of this contract consists of traffic signal rehabilitation and modification, installation of LED intersection luminaries, installation of LED internally illuminated street name signs with custom sign panels, installation/modification of curb access ramps, installation of two rectangular rapid flashing beacon systems including pedestrian push buttons, installation of street light pole(s), installation/modification of signage, striping, and curb markings, and other items shown on, but not limited to, the "Contract Documents" as defined below (the "Project" or "Work"). C. 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, it is mutually agreed by and between the undersigned parties as follows: 1. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion Affidavit, Notice to Successful Bidder, Labor and Materials Payment Bond (Exhibit A), Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 8337-1, Standard Specifications for Public Works Construction (current adopted edition and all supplements), and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents"), all of which are incorporated herein by reference. The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. 2. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project. 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. COMPENSATION 3.1 As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Six Hundred Thirty Five Thousand Four Hundred Sixteen Dollars ($635,416.00). 3.2 This compensation includes: 3.2.1 Any loss or damage arising from the nature of the Work; 3.2.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 3.2.3 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, including tsunamis, and which loss or expense occurs prior to acceptance of the Work by City. 4. PROJECT MANAGER Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the term of the Contract. Contractor has designated John Wong to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. 5. ADMINISTRATION This Contract shall be administered by the Public Works Department. City's Public Works Director, or designee, shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or designee shall represent City in all matters pertaining to the Work to be rendered pursuant to this Contract. 6. 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 Elecnor Belco Electric, Inc. Page 2 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. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). WRITTEN NOTICE 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first-class mail, addressed as hereinafter provided. 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Public Works Director City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: John Wong, Vice President Elecnor Belco Electric, Inc. 4331 Schaefer Avenue Chino, CA 91710 8. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract. No civil service status or other right of employment shall accrue to Contractor or its employees. Contractor shall have the responsibility for and control over the means of performing the Work, provided that Contractor is in compliance with the terms of this Contract. Anything in this Contract that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Work. Elecnor Belco Electric, Inc. Page 3 9.1 Contractor shall obtain, provide and maintain at its own expense during the term of this Contract both of the following: (1) a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract in the form attached as Exhibit B and incorporated herein by reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract and in the form attached as Exhibit A and incorporated herein by reference. 9.2 The Faithful Performance Bond and Labor and Materials Payment 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, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a 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. 9.3 Contractor shall deliver, concurrently with execution of this Contract, the Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. 10. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Contractor on the Project. 11. PROGRESS Contractor is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the services to be provided under this Agreement shall not be assigned, transferred contracted or Elecnor Belco Electric, Inc. Page 4 subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Contractor. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 14. PREVAILING WAGES In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 15. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Contractor's Proposal and are attached as part of the Contract Documents. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Work to be performed under this Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City 16. RESPONSIBILITY FOR DAMAGES OR INJURY 16.1 City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project and/or Services by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 16.2 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, Elecnor Belco Electric, Inc. Page 5 obstructions or from any cause arising from Contractor's Work on the Project and/or Services, or the Work of any subcontractor or supplier selected by Contractor. 16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees and volunteers (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims'), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 16.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 16.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 16.6 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. 16.7 Nothing in this Section or 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 above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. Elecnor Belco Electric, Inc. Page 6 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 17.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 17.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 18. CONFLICTS OF INTEREST 18.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 19. TERMINATION 19.1 In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. Elecnor Belco Electric, Inc. Page 7 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 20.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator. 20.3 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 20.4 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Contract and any other attachments attached hereto, the terms of this Contract shall govern. 20.5 Interpretation. The terms of this Contract shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Contract or any other rule of construction which might otherwise apply. 20.6 Amendments. This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 20.7 Severability. If any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. 20.8 Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 20.10 No Attorney's Fees. In the event of any dispute or legal action arising under this contract, the prevailing party shall not be entitled to attorneys' fees. Elecnor Belco Electric, Inc. Page 8 20.11 Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. 21. 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. 22. 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. 23. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] Elecnor Belco Electric, Inc. Page 9 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY OF NEWPORT BEACH, CITY ATTORNEY'S OF ICE a California Muni pal corporal Date: q � Da' By: By: Aaron C. Harp i City Attorney P ATTEST: Date: q l3 yf ownCity Cler Idoon CONTRACTOR: Elecnor Belco Electric, Inc., a California corporation Date: Signed in Counterpart Alberto Garcia Executive Vice President [END OF SIGNATURES] Attachments: Exhibit A Labor and Materials Payment Bond Exhibit B Faithful Performance Bond Exhibit C — Insurance Requirements Elecnor Belco Electric, Inc. Page 10 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTORNEY'S,OFFICE M Aaron C. Harp City Attorney ATTEST: Date: CITY OF NEWPORT BEACH, a California municipal corporation By: Kevin Muldoon Mayor CONTRACTOR: Elecnor Belco Electric, Inc., a California corporation By: By: Leilani I. Brown Alberto Garcia City Clerk Executive Vice President [END OF SIGNATURES] Attachments: Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C — Insurance Requirements Elecnor Belco Electric, Inc. Page 10 ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California } County of San Bernardino } On March 30, 2017 before me, Olivia Chea, Not�ar�Publi (Hem insert name an a e of ma officer) personally appeared Alberto Garcia who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)(&re subscribed to the within instrument and acknowledged to me that <ED8he/they executed the same in Is er/their authorized capacity(ies), and that by Is er/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. OLIVIA CHER , WIT hand an official seal. }� t s � Commilil No. 2107474 3 'Qy4 t NOTARY PUBLIC-CALIFORNIA .�.. 1 M CW BE xPresA RI COUNTY«� �° NY Comm. E>tpirat APRIL 18, 2019 Notary ublicSignature (Notary Public Seal) ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM This farm complies with current California statutes regarding notary wording and, DESCRIPTION OF THE ATTACHED DOCUMENT fneeded,should becompleted and attached to the document. Acknolwedgenisfrom other states may he completedfor documents being sent to that state so long as the wording does not require the California notary to violate California notary law. (Title or description of attached document) • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which (Title or description of attached document continued) must also be the same date the acknowledgment is completed. • The notary public must print his or her time as it appears within his or her Number of Pages _Document Date commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plum[ forms by crossing off incorrect fors (i.z bdshe/they, is /are ) or circling the correct fors. Failure to correctly indicate this ❑ individual (s) information may lead to rejection ofdocument recording. O Corporate Officer • The notary seal impression must be clear and photographically reproducible. Executive Vice President Impression must not cover text or lines. If seal impression smudges, re-seal if a ( It a sufficient area permits, otherwise complete a different acknowledgment form. ❑ Partner(s) • Signature of the notary public must match the signature on file with the office of the county clerk. ❑ Attorney-in-Fact S• Additional information is not required but could help to ensure this ❑ Trustee(s) acknowledgment is not misused or attached to a different document. Other O Indicate title or type of attached document, number of pages and date. El ee Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). ' - - Securely attach this document to the signed document with a staple. Premium: $2,188.00 A". 1-4rrel CITY OF NEWPORT BEACH BOND NO. 9220243 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the Cityof Newport Beach, State of California, has awarded to Elecnor Belco Electric, Inc. hereinafter designated as the "Principal," a contract for traffic signal rehabilitation and modification, installation of LED intersection luminaries, installation of LED internally illuminated street name signs with custom sign panels, installation/modification of curb access ramps, installation of two rectangular rapid flashing beacon systems including pedestrian push buttons, installation of street light pole(s), installation/modification of signage, striping, and curb markings, and other items shown on, but not limited to, the "Contract Documents" (the "Project" or "Work") in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Fidelity and Deposit Company of Maryland duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Six Hundred Thirty Five Thousand Four Hundred Sixteen Dollars ($635,416.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. Elecnor Belco Electric, Inc. Page A-1 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 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 9500 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 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 loth day of April 2017 Elecnor Belco Electric, Inc. yg�t/ ' ���a(ey�� Name of Contractor (Principal) Authorized Signaturefritle Fidelity and Deposit Company of Maryland Name of Surety 1299 Zurich Way, Schaumburg, IL 60196 - 1056 Address of Surety (847) 605-6000 Telephone APPROVED AS TO FORM: CITY ATTQFZNEY'p OFFICE Date: 'I / �.�0-0 VAAaron C. Harp City Attorney .I Authorized Agent Signure Danielle D. Johnson, Attorney -In - Fact A Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Elecnor Belco Electric, Inc. Page A-2 ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California } County of San Bernardino } On April 12, 2017 before me, Olivia Chea, Not Public eremaertnamean the ) personally appeared Alberto Garcia who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) sl ! re subscribed to the within instrument and acknowledged to me that <e she/they executed the same in Is er/their authorized capacity(ies), and that by Is er/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(&) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. OLIVIA CHEA� ='hd official seal.�r: �� Commission No.2107474NOTARY PUBLIC-CALIFORNIASAN BERNARDINO COUNTY My Comm. Expires APRIL 1e. 2019 N(Notary Public Seal) ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM This form complies with current California statutes regarding notary wording and, DESCRIPTION OF THE ATTACHED DOCUMENT fneeded, should be completed and attached to the document. Acknolwedgenisfrom oiher'states may be completed for documents being sent to that state so long as the Labor and Materials Payment Bond uordingdoesnotiequiretheCalifornianotalytoviolateCalifornianotamylaw. (Tide or description of attached document) a State and County information must be the State and County where the document City of Newport Beach signer(s) personally appeared before the notary public for acknowledgment. (Title or description of attached document continued) • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her Number of Pages Document Date commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. CAPACITY CLAIMED BY THE SIGNER - Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/they, is /ew ) or circling the correct forms. Failure to correctly indicate this ❑ Individual (s) information may lead to rejection of document recording. 71 Corporate Officer - The notary seal impression must be clear and photographically reproducible. Exec. Vice President Impression must not cover text or lines. If seal impression smudges, re -seal if a (Title) sufficient area permits, otherwise complete a different acknowledgment form. ❑ Partner(s) • Signature of the notary public must match the signature on file with the office of the county clerk. ❑ Attorney -in -Fact T Additional information is not required but could help to ensure this ❑ Trustee(s) acknowledgment is not misused or attached to a different document. Other •% Indicate title or type of attached document, number of pages and date. E] •7 Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). 2015 Version www. Nola ryCla ssescom 800-873-9865 • Securely attach this document o the signed document with a staple. ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of);allfoCaitla County of Hartford ? ss. On April 10 2017 before me, Ashley Sinclair Notary Public, personally appeared Danielle D. Johnson who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ASHLEY SINCLAIR NOTARY PUBLIC -173125 MY COMMISSION EXPIRES JAN. 31, 2022 Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of ) ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) Elecnor Belco Electric, Inc. Page A-3 EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 9220243 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 2,1 ss.00 , being at the rate of $ 3.87 i Tiered thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to Elecnor Belco Electric, Inc. hereinafter designated as the "Principal," a contract for traffic signal rehabilitation and modification, installation of LED intersection luminaries, installation of LED internally illuminated street name signs with custom sign panels, installation/modification of curb access ramps, installation of two rectangular rapid flashing beacon systems including pedestrian push buttons, installation of street light pole(s), installation/modification of signage, striping, and curb markings, and other items shown on, but not limited to, the "Contract Documents" as defined below (the "Project" or "Work") in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Fidelity and Deposit Company of Maryland , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Six Hundred Thirty Five Thousand Four Hundred Sixteen Dollars ($635,416.00) 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. 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 City, only in the Elecnor Belco Electric, Inc. Page B-1 event 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 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 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 loth day of April ,2017 . Elecnor Belco Electric, Inc. ,G)lmn4yaI4a&,Vi trt,l SjW} Name of Contractor (Principal) Authorized Signa ure/Title Fidelity and Deposit Company of Maryland < __J' >h_ Name of Surety Authorized Agent Sig r ture 1299 Zurich Way, Schaumbun, IL 60196 - 1056 Address of Surety (847)605-6000 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S ICE Date: q //Nr /( OF Aaron C. Harp A11W Y111-11 City Attorney Danielle D. Johnson, Attorney -In -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Elecnor Belco Electric, Inc. Page B-2 ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Bernardino On April 12, 2017 before me, Olivia Chea, Not Public (Hem namean�tirca the oA,cer personally appeared Alberto Garcia who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s-) Is re subscribed to the within instrument and acknowledged to me that IED she/they executed the same in Is er/their authorized capacity(ies), and that by Is er/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. y, OLIVIA CHER WIT ha and official seal. qu'16'� ;a}Commission No.2107474 , NOTARY PUBLIC -CALIFORNIA 2 �!W v SAN BERNARDINO COUNTY �� My Comm. Expires APRIL 18. 2019 Notary tic Ignature (Notary Public Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT Faithful Performance Bond (Tide or description of attached document) City of Newport Beach (Tide or description of attached document continued) Number of Pages Document Date CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) 171 Corporate Officer Exec. Vice President Itle) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2015 Version www. N olaryC lasses. cow 800-873-9865 INSTRUCTIONS FOR COMPLETING THIS FORM Thisformconrplies with current California statutes regarding notary wording and, ifneeded, should be completed and attached to the document Acknotwedgents from other states may be completed far documents being sent to that state so long as the wording does not require the California notary to violate California notary law. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Dale of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/*ey, is /are ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. %% Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. d Indicate title or type of attached document, number of pages and date. O Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document with a staple. ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of 1Z1aRf0'i County of Hartford } ss. On April 10 12017 before me, Ashley Sinclair Notary Public, personally appeared Danielle D. Johnson who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ASHLEY SINCLAIR NO TA R Y PUBLIC - 173125 14Y COMMISSION EXPIRES JAN. 31, 2022 Signature (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of } ss. On 20 before me, Notary Public, personally appeared proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (seal) Elecnor Belco Electric, Inc. Page B-3 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. ?N RSTIMONY WHEREOF, 1 have hereunto subscribed my name and affixed the corporate seals of the said Companies, this O+ day of�Y LI 20j--4-. "a wwy n» 'rT}61 tae 7 Michael Bond, Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT ALL REQUIRED INFORMATION TO: Zurich American Insurance Co. Attn: Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 a Disclosure Statement ZURICW NOTICE OF DISCLOSURE FOR AGENT & BROKER COMPENSATION If you want to learn more about the compensation Zurich pays agents and brokers visit: http://www.zurichnaproducercompensation.com or call the following toll-free number: (866) 903-1192. This Notice is provided on behalf of Zurich American Insurance Company and its underwriting subsidiaries. U -GU -874-A CW (08/11) Page 1 of 1 2. 3. EXHIBIT C INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with California law for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its elected or appointed officers, agents, officials, employees and volunteers. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate and two million dollars ($2,000,000) completed operations aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an Elecnor Belco Electric, Inc. Page C-1 0 5. insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its elected or appointed officers, agents, officials, employees and volunteers shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees and volunteers. Any insurance or self-insurance maintained by City shall be excess of Contractor's insurance and shall not contribute with it. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days' notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days' notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed Elecnor Belco Electric, Inc. Page C-2 documents referenced in this Contract must be returned to City within ten (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor ninety (90) calendar days' advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self-insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self -insure its obligations to City. If Contractor's existing coverage includes a self-insured Elecnor Belco Electric, Inc. Page C-3 retention, the self-insured retention must be declared to City. City may review options with Contractor, which may include reduction or elimination of the self-insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. I. Coverage not limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. Elecnor Belco Electric, Inc. Page C-4 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. * Date Received: 4/7/17 Dept./Contact Received From: Raymund Date Completed: 4/7/17 Sent to: Raymund By: Alicia Company/Person required to have certificate: Fleenor Belco Electric, Inc. Type of contract: Public Works I. GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 11/1/16-11/1/17 A. INSURANCE COMPANY: Old Republic General Insurance Corporation B. AM BEST RATING (A-: VII or greater): A; X C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? N Yes ❑ No D. LIMITS (Must be $1M or greater): What is limit provided? 1M/2M/2M E. ADDITIONAL INSURED ENDORSEMENT—please attach N Yes ❑ No F. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? (completed Operations status does F. not apply to Waste Haulers or Recreation) E Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND ❑ Yes ❑ No G. COMPLETED OPERATIONS ENDORSEMENT (completed ❑ Yes E No H. Operations status does not apply to Waste Haulers) N Yes ❑ No H. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? N Yes ❑ No I. PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? N Yes ❑ No J. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence' wording? ❑ Yes N No K. ELECTED SCMAF COVERAGE (RECREATION ONLY): E N/A ❑ Yes ❑ No L. NOTICE OF CANCELLATION: ❑ N/A N Yes ❑ No II. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 11/1/16-11/1/17 A. INSURANCE COMPANY: Old Republic General Insurance Corporation B. AM BEST RATING (A-: VII or greater) A; X C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? E Yes ❑ No D. LIMITS - If Employees (Must be $1M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? 1M E LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) (What is limits provided?) N/A F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste Haulers only): E N/A ❑ Yes ❑ No G. HIRED AND NON -OWNED AUTO ONLY: ❑ N/A ❑ Yes E No H. NOTICE OF CANCELLATION: ❑ N/A 0 Yes 0 No III. WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 11/1/16-11/1/17 A. INSURANCE COMPANY: Old Republic General Insurance Corporation B. AM BEST RATING (A-: VII or greater): A; X C. ADMITTED Company (Must be California Admitted): ® Yes ❑ No D. WORKERS' COMPENSATION LIMIT: Statutory ® Yes ❑ No E. EMPLOYERS' LIABILITY LIMIT (Must be $1 M or greater) 1 M F. WAIVER OF SUBROGATION (To include): Is it included? ® Yes ❑ No G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM: ® N/A ❑ Yes ❑ No H. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED IV. PROFESSIONAL LIABILITY V POLLUTION LIABILITY V BUILDERS RISK HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO WHICH ITEMS NEED TO BE COMPLETED? Approved: (2 - Agent of Alliant Insurance Services Broker of record for the City of Newport Beach EYrIAVA Date ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ® Yes ❑ No RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than _; Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No Reason for Risk Management approval/exception/waiver: Approved: Risk Management Date " Subject to the terms of the contract. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL TRAFFIC SIGNAL REHABILITATION PROGRAM FY 2016-17 CONTRACT NO. 8337-1 Project 17T01 To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 To whom it may concern: 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. 8337-1 in accordance with the Contract Documents, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Mobilization @'�l+f��s�"tUcaIXI�D Dollars and GEAO Cents Per Lump Sum 2. Lump Sum Traffic Control @SjEua� aIoUWap Dollars and 00 Cents Per Lump Sum PR -1 $ ISAV0,00 $ 150000- 00 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 3. Lump Sum Provide As -Built Drawings L, C:� 7 E:7 @ 500 Dollars and NO Cents $ 500.00 $ 500.00 Per Lump Sum 48 EA Furnish & Install Internally Illuminated Street Name Sign (IISNS) Panels (u7 k1 R IA\ceo� BgjF Dollars and tx Cents $ 960.0 $ Z1400.00 Each 5 EA Remove & Reconstruct P.C.C. Curb Access Ramps @ 56 Tdoq"b Dollars auk uourWo '5'VWend 00 Cents $ 70959 W $ _a9,170,00 Each Lump Sum Remove Curb Access Ramp & Construct Minimum 4 -Inch Thick P.C.C. Sidewalk and 6 -Inch Curb & Gutter @ 1ilol�1-1v6 Dollars a4UN1DAE'Q and V'�o Cents Per Lump Sum $ _1,5c co $ 3Oo.w 150 SF Remove and Reconstruct Minimum 4 -Inch Thick P.C.C. Sidewalk @_1"Aift rAj Dollars and SV).M -rout Cents $ 13 .6 $ t7 , Go Per Square Foot Lump Sum Jamboree Road at Bison Avenue Traffic Signal Modification @-iv.w Viukewo Dollars +v2T9-If )&jTHrn-A,-Z and NUJ Cents Per Lump Sum $ 1Y7, 0_ .m $ W .00 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 9. Lump Sum Jamboree Road at Bison Avenue Temporary Traffic Signal Operation @ Dollars and WC) Cents $ ZiQML.0) $ Per Lump Sum 10. 11 12. 13. Lump Sum Newport Center Drive East at Santa Rosa Drive Traffic Signal Modification Lump Sum Lump Sum Lump Sum CTirp "or `moo Dollars hd-►%" ',F),f.-W nd tin Cents Per Lump Sum $ 23 .m $ 2,66,0.00 Newport Center Drive East at Santa Rosa Drive Temporary Traffic Signal Operation @661a'( NOT.. Dollars and NO Cents Per Lump Sum Rectangular Rapid Flashing Beacon (RRFB) on Eastbluff Drive between Vista Del Oro & Alba Street @ Ni §W 'WLbaD0 Dollars and U43 Cents Per Lump Sum $ i90WOO $ ROOM Rectangular Rapid Flashing Beacon (RRFB) at Via Lido & Via Oporto @ VOW18Eq3I 1k0%2yZ Dollars and 0�4 Cents Per Lump Sum 14. Lump Sum Changed Field Conditions @ 15.000 Dollars and NO Cents Per Lump Sum $ m -n oo $ 1 $ 15,000.00 $ 15,000.00 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE TOTAL PRICE IN WRITTEN WORDS and wCents $ 626 ij 16 . QQ Total Price (Figures) 3161n r-lemor Mcorlec nc Inc. Date Bi der gaglq - C-lohgrA-9g3-,g4110 M Vice Pr d Bidder's Telephone and Fax Numbers Bid isA thorized Signature and Title IB IMS1% ACID 1lp Bidder's License No(s). Bidder's Address and Classification(s) LL DIR Registration Number: 1N��t. vy��n,���4(b Bidder's email address: MM @ejewof men PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS TRAFFIC SIGNAL REHABILITATION PROGRAM FY 2016-17 CONTRACT NO. 8337-1 PART 1 - GENERAL PROVISIONS SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-5.1.1 Plans 2-5.1.2 Specifications 2-6 WORK TO BE DONE 2-9 SURVEYING 2-9.1 Permanent Survey Markers SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup Replace this section with the following: 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 5-1 LOCATION 5-2 PROTECTION 5-7 ADJUSTMENTS TO GRADE 1 1 1 2 2 3 3 3 3 3 3 4 4 4 4 4 4 4 4 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 5 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 5 6-1.1 Construction Schedule 5 6-7 TIME OF COMPLETION 6 6-7.1 General 6 6-7.2 Working Days 6 6-7.4 Working Hours 6 6-9 LIQUIDATED DAMAGES 7 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILITIES 7 7-1.2 Temporary Utility Services 7 7-7 COOPERATION AND COLLATERAL WORK 8 7-8 WORK SITE MAINTENANCE 8 7-8.4.3 Storage of Equipment and Materials in Public Streets 8 7-8.6 Water Pollution Control 8 7-8.6.2 Best Management Practices (BMPs) 8 7-8.7.2 Steel Plates 9 7-10 PUBLIC CONVENIENCE AND SAFETY 9 7-10.1 Traffic and Access 9 7-10.3 Street Closures, Detours and Barricades 9 �I� 7-10.4 Safety 11 7-10.4.1 Safety Orders 11 7-10.5 "No Parking" Signs 11 7-10.7 Street Sweeping Signs and Parking Meters 11 7-15 CONTRACTOR'S LICENSES 12 7-16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS 12 SECTION 9 - MEASUREMENT AND PAYMENT 12 9-3 PAYMENT 12 9-3.1 General. 12 9-3.2 Partial and Final Payment. 16 PART 2 CONSTRUCTION MATERIALS 16 SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 16 201-1 PORTLAND CEMENT CONCRETE 16 201-1.1.2 Concrete Specified by Class 16 201-2 REINFORCEMENT FOR CONCRETE 16 201-2.2.1 Reinforcing Steel 16 201-7 NON -MASONRY GROUT 16 201-7.2 Quick Setting Grout 16 PART 3 CONSTRUCTION METHODS 16 SECTION 300 - EARTHWORK 16 300-1 CLEARING AND GRUBBING 16 300-1.3 Removal and Disposal of Materials 16 300-1.3.1 General 17 300-1.3.2 Requirements 17 300-1.5 Solid Waste Diversion 17 SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 18 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 18 303-5.1 Requirements 18 303-5.1.1 General 18 303-5.5 Finishing 18 303-5.5.1 General 18 303-5.5.2 Curb 18 303-5.5.4 Gutter 18 SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS 307-2 TRAFFIC SIGNAL CONSTRUCTION 307-5 TEMPORARY STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS 307-5.3 Temporary Standards, Signals, Luminaries and Lamps. 307-20 SALVAGED MATERIALS 310-5.6.8 Application of Paint 310-5.6.11 Pavement Markers SECTION 312 - PAVEMENT MARKER PLACEMENT AND REMOVAL 312-1 PLACEMENT 18 18 19 19 19 20 20 21 21 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS TRAFFIC SIGNAL REHABILITATION PROGRAM FY 2016-17 CONTRACT NO. 8337-1 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. T -6033-S); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2009 Edition), 5) Standard Specifications and the Standard Plans of the State of California Department of Transportation (2010 Edition), including supplements. Copies of the City's Standard Special Provisions and Standard Drawings may be purchased at the Public Works 7 News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714-517-0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: NOTE TO CONTRACTORS: This project includes installation or modification of Fiber Optic Interconnect Cable and/or Ethernet communication equipment. The contractor and proposed subcontractors shall be qualified as detailed in the Contractor's Qualification (Section 2) of the attached Traffic Signal Special Provisions Supplemental. PART 1 - GENERAL PROVISIONS SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-5.1.1 Plans Included as part of the Contract Documents are the following which show the location, character, dimension and details of the Work: 1) Project Plans The plans and data provided with the Contract Documents are based on existing plans and documents. The plans and data are provided for information per Page 1 of 21 available records. The City does not guarantee their accuracy and correctness. If the Bidder in preparing the Bid Proposal uses this information, the Bidder assumes all risks resulting from conditions differing from the information shown. The Bidder, in consideration for the information being provided, hereby releases the City from any responsibility of obligation as to the accuracy of such information or for any additional compensation for work performed due to assumptions based on the use of such information. 2) Standard Plans a. City of Newport Beach Standard Plans, latest edition b. Standard Plans for Public Works Construction (SPPWC), latest edition, promulgated by Public Works Standards, Inc. c. Standard Plans of the State of California Department of Transportation (Caltrans), 2010 edition 2-5.1.2 Specifications The Work shall be performed or executed in accordance with these Special Provisions, the Traffic Signal Specification Supplemental and the following: 1) Standard Specifications for Public Works Construction, 2009 edition and supplements thereto, hereinafter referred to as the SPPWC, as written and promulgated by Public Works Standards, Inc. The Standard Specifications are published by BNi Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, Phone: (714) 517-0970. 2) State of California Department of Transportation (Caltrans) Standard Specifications, 2010 edition and supplements thereto. 2-6 WORK TO BE DONE Add to this section, "The work necessary for the completion of this contract consists of traffic signal rehabilitation and modification, installation of CCN equipment, installation of LED intersection luminaires, installation of LED internally illuminated street name signs with custom sign panels, installation of curb access ramps, installation of sidewalks, installation of curb and gutter, installation/modification of signage, striping, and curb markings, installation of two rectangular rapid flashing beacon systems on Caltrans Type 15TS and 1-13 standards, and other items shown on, but not limited to plan T -6033-S and as listed in the Summary of Work (Section 1) of the attached Traffic Signal Special Provisions Supplemental." Page 2 of 21 m1pill;0wu, [� 2-9.1 Permanent Survey Markers Delete this section and replace with the following: "The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and then schedule a meeting with the City Surveyor to walk the project to review the survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall restore the affected survey monuments at his sole expense. The Contractor's Licensed Surveyor shall file the required Record of Survey or Corner Records with the County of Orange upon monument restoration. All existing street centerline ties and property corner monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and/or monuments damaged by the Work." SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup Replace this section with the following: "(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 ............................................ 15 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, one (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 (prior to any markups) 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. Page 3 of 21 SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.4 Inspection and Testing All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 - hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. 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 the work, such tests and inspections shall be paid for by the Contractor." SECTION 5 - UTILITIES F17Rd�7_�l[�7.1 Add the following after the 31d paragraph: "Within seven (7) Calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings. Removal by sand blasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre -construction condition or better." 5-2 PROTECTION Add the following: In the event that an existing pull or meter box or cover is damaged by the Work and is not re -useable, the Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to the City. 5-7 ADJUSTMENTS TO GRADE The Contractor shall adjust or replace to finish grade of City -owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. The Contractor will be required to contact Southern California Edison, The Gas Company, AT&T Telephone, cable television, and any other utility facilities to have their existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities in advance of work to avoid potential delays to the Project Schedule. Page 4 of 21 SECTION 6 - PROSECUTION. PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK Add to this section: The time of completion as specified in Section 6-7, shall commence on the date of the `Notice to Proceed. 6-1.1 Construction Schedule Add the following between the first and second paragraphs of this section: No work shall begin until a "Notice to Proceed" has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the original schedule and has demonstrated that the ability to maintain the approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. The schedule shall detail all planned traffic signal outages ("dark" or "red -flash"). The scheduling of these items shall be maintained and updated as necessary. The Engineer shall be notified immediately when these items are rescheduled. The Contractor shall use the parameters listed in the "Scheduling of Traffic Signal and RRFB System Work" (Section 1.3) of the attached Traffic Signal Special Provisions Supplemental to plan out the traffic signal work. Traffic signal modification work shall be phased so that no more than one traffic signal shall be shut -down ("red -flash" or "dark") at the same time. Page 5 of 21 6-7 TIME OF COMPLETION 6-7.1 General Add to this section: The Contractor shall complete all work under the Contract within 100 consecutive working days after the date on the Notice to Proceed. The Contractor shall ensure the availability and delivery 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 15' (New Year's Day), the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 4'h, the first Monday in September (Labor Day), November 10th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24th (Christmas Eve), December 25t' (Christmas), and December 315' (New Year's Eve). If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday. In addition to the above observed Holidays, City services and construction are scheduled to be shut down from December 25 to January 2 in observance of the Christmas and New Year's Holidays." Add the following Section 6-7.4 Working Hours 6-7.4 Working Hours Daytime working hours are limited to 7:00 am to 4:00 pm, Monday through Friday. Nighttime working hours are limited to 9:00 pm to 5:00 am Monday through Thursday. The Contractor shall use the parameters listed in the "Scheduling of Traffic Signal and RRFB System Work" (Section 1.3) of the attached Traffic Signal Special Provisions Supplemental to plan out the traffic signal work. Daytime lane closures will only be permitted from 9:00 am to 3:00 pm. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours or hours detailed above, Contractor must first obtain special permission from the Engineer. The request may be for 4:00 pm to 6:30 pm on weekdays or 8:00 am to 6:00 pm on Saturday only. A request for working outside the normal working hours must be made at least 72 hours Page 6 of 21 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 $146 per hour when such time periods are approved. 6-9 LIQUIDATED DAMAGES Revise sentence three to read: "For each consecutive calendar day after the time specified in Section 6-7-1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $500.00 Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that the above liquidated damages per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations." SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILITIES 7-1.2 Temporary Utility Services Add to the end of this section: If the Contractor elects to use City water, he shall arrange for a meter and tender a $1,073.21 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a $90 monthly charge for meter use, a charge for water usage and any repair charges for damage to the meter. Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, irrigation during maintenance period for landscaping, etc. City shall designate to the Contractor the location of the fire hydrant or other connection acceptable for drawing of construction and temporary water. City reserves the right to limit the location, times and rates of drawing of such water Page 7 of 21 7-7 COOPERATION AND COLLATERAL WORK Add to this section: "The Contractor shall coordinate with Econolite, Inc. for concurrent traffic signal cabinet modification work and/or a technician to be present during a traffic signal turn -on at locations which receive new traffic signal cabinets. Additionally, the Contractor shall coordinate a manufacturer's representative to be present during the turn -on for Emergency Vehicle Preemption systems, CCTV cameras, and Battery Backup systems. Additionally, the Contractor shall coordinate a manufacturer's representative to be present during the turn -on for Rectangular Rapid Flashing Beacon (RRFB) Systems. 7-8 WORK SITE MAINTENANCE Add Section 7-8.4.3 Storage of Equipment and Materials in Public Streets 7-8.4.3 Storage of Equipment and Materials in Public Streets Delete the first paragraph and add the following: Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer in advance. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction. 7-8.6 Water Pollution Control Add to this section, Surface runoff water, including all water used during saw cutting operations, containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, Newport Harbor, the beach, or the ocean. The Contractor shall also comply with the Construction Runoff Guidance Manual which is available for review at the Public Works Department or can be found on the City's website at www.newportbeachca.gov/publicworks and clicking on permits, then selecting the link Construction Runoff Guidance Manual. Additional information can be found at www.cleanwaternewport.com." 7-8.6.2 Best Management Practices (BMPs) Add to this section: The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: Page 8 of 21 a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw -cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City of Newport Beach will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back -charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate Administrative Citation per Section 14.36.030A23 of the City's Municipal Code. 7-8.7.2 Steel Plates "Steel plates utilized for trenching shall be the slip resistant type per Caltrans Standards. In addition, steel plates utilized on arterial highways shall be pinned and recessed flush with existing pavement surface." 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 accordance with Section 7-10 of the Standard Specifications and the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), also published by Building News, Inc. Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into (and out of) the affected establishments. Such measures shall be shown on the Detailed Traffic Control Plans (see Section 7-10.3)." 7-10.3 Street Closures, Detours and Barricades Add to this section: The Contractor shall provide traffic control and access in accordance with Section 7-10 of the Standard Specifications and the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic control and detours shall incorporate the following items: 1. Emergency vehicle access shall be maintained at all times. Page 9 of 21 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian, bicycle and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All signs shall be reflectorized and/or lighted. To the extent possible, signs shall not be placed in a manner that blocks sidewalks or bike lanes. 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718- 3468 and all affected property owners. 5. Sidewalk closures in non-residential areas, or as determined by the City, shall be set with barricades and SIDEWALK CLOSED signs on barricades at the closure and SIDEWALK CLOSED USE OTHER SIDE signs on barricades at the closest crosswalk or controlled intersection. 6. Bike lane closures shall have BIKE LANE CLOSED AHEAD, BIKE LANE CLOSED, and SHARE THE ROAD/BICYCLE WARNING (combination) signs mounted on barricades in order on the approach and at the closure. 7. During a traffic signal outage ("dark" or prolonged "red -flash") "STOP" signs shall be furnished by the contractor. A minimum of two "STOP" signs shall be placed per approach. Barricades shall be furnished with flashing red lights when deployed at night. Signs shall be retro -reflective and in good condition. Signs will not be necessary during momentary "red -flash" while turning the traffic signal on." 8. Changeable Message Signs (two (2) in advance of the Jamboree Road/Bison Avenue intersection) shall be placed one week prior to first planned traffic signal shut -down ("red -flash" or "dark") for each of the traffic signal modification locations. The signs shall remain in place until the planned intersection shut -downs are complete. Signs may be relocated per construction phasing. 9. The contractor shall take special care to place construction signs and CMS to reduce the impact to pedestrians, cyclists and motorists. Where appropriate, shoulder signs may be placed on wide sidewalks where 48 inches of clear pathway may be maintained. Page 10 of 21 7-10.4 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." Add the following Section 7-10.5 "No Parking" Signs 7-10.5 "No Parking" Signs The Contractor shall install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty- eight hours in advance of the need for enforcement. The signs will be provided by the City at no cost to the Contractor. However, the City reserves the right to charge $2.00 per sign following any excessive abuse or wastage of the signs by the Contractor. 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 City of Newport Beach "Temporary Tow -Away, No Parking" signs are available at the Public Works Department public counter. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high non -erase letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 7-10.7 Street Sweeping Signs and Parking Meters After posting temporary "NO -PARKING -TOW AWAY" signs, the Contractor shall cover street sweeping signs and parking meters, on those streets adjacent to the construction with a "PERMIT PARKING ONLY" sign, in a manner approved by the Engineer. The contractor shall also cover all street sweeping signs on the opposite side of the street from where he has posted the "PERMIT PARKING ONLY" signs, in a manner approved by the Engineer. Immediately after construction is complete and the alley is opened to traffic, the Contractor shall remove all signs and uncover the street sweeping signs. City of Newport Beach "PERMIT PARKING ONLY" signs are available from the Engineer. Page 11 of 21 Add the following Sections: 7-15 CONTRACTOR'S LICENSES At the time of the award and until completion of work, the Contractor shall possess a C- 10 License. At the start of work and until completion of work, the Contractor and all Subcontractors shall possess a valid 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 reviewed by the Engineer at the time each progress bill is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the "As -Built" drawings. The "As -Built" shall be submitted and approved by 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 PINI:7XV1L-.u1 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, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization: Mobilization and Demobilization: Work under this item shall include, but not limited to, the cost of all labor, equipment, and material for mobilization, providing bonds, insurance and financing, obtaining an equipment and material storage site, construction surveying, preparing the BMP Plan, potholing and exploratory work, preparing and updating construction schedule, providing submittals, attending all construction meetings, demobilization, completing all reporting documents, and all other related work as required by the Contract Documents. Page 12 of 21 Item No. 2 Traffic Control: Work under this item shall include providing all traffic control required by the project including, but not limited to signs, cones, barricades, flashing arrow boards and changeable message signs, temporary striping, flag persons. This item includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, Latest edition and City of Newport Beach requirements. This item shall include cost to furnish, setup, and remove Changeable Message Signs (two (2) for the Jamboree Road/Bison Avenue intersection) one week prior to first planned traffic signal shut -down ("red -flash" or "dark") for each of the traffic signal modification locations. The signs shall remain in place until the planned intersection shut -downs are complete. Signs may be relocated per construction phasing. Item No. 3 Provide As -Built Drawings: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for all actions necessary to provide as -built drawings. These drawings must be kept up to date and submitted to the Engineer for review prior to request for payment. An amount of $500.00 is determined for this bid item. The intent of this pre-set amount is to emphasize to the Contractor the importance of as -built drawings. Item No. 4 Furnish & Install Internally Illuminated Street Name Sign (IISNS) Panels: Work under this item shall include the cost to remove existing sign panels and furnish and install new custom City of Newport Beach sign panels in existing IISNS assemblies. This item includes all required labor, equipment and materials per the Plans, Special Provisions and Supplemental. Other IISNS assemblies and panels shall be furnished/installed new as shown on plans and accounted for in the related Traffic Signal Modification Bid Items 8 and 10. NOTE: Attachment C includes installation locations and details for this Item. Attachment B details the custom City of Newport Beach sign panels. Item No. 5 Remove & Reconstruct P.C.C. Curb Access Ramps: Work under this item shall include, but not limited to, the cost of sawcutting, all labor and materials relating to removing and disposing of existing improvements, importing and compacting subgrade, constructing P.C.C. Curb Access Ramp including minimum twelve square feet of raised truncated domes per CNB STD -181-L, retaining curbs, 12" wide x 12" deep AC patch back, curb painting, grooving, doweling in adjacent sidewalk if necessary, and all other work items as required to complete the work in place per the Plans, Special Provisions and Supplemental. Raised truncated domes shall be dark grey colored and shall be "Terra Paving" as manufactured by Wausau Tile, Inc. (715- 359-3121) of Wisconsin. The Contractor shall have inspected the locations where new access ramps are to be installed and the unit price bid shall apply to all City standard curb access ramp cases. All ramps shall conform to current ADA regulations. Work for this item to be completed at the Jamboree Road/Bison Avenue intersection (four (4) ramps) and the Via Lido/Via Oporto intersection (one (1) ramp) as indicated on the plans. Page 13 of 21 Item No. 6 Remove Curb Access Ramp & Construct Minimum 4 -Inch Thick P.C.C. Sidewalk and 6 -Inch Curb & Gutter: Work under this item shall include, but not limited to, the cost of sawcutting, all labor and materials relating to removing and disposing of existing improvements, importing and compacting subgrade, constructing the 4 -inch thick P.C.C. sidewalk per CNB STD -180-L, adjusting sidewalk to grade to match adjacent improvements, constructing Type A P.C.C. 6 -inch curb and gutter per CNB STD -182-L to match adjacent improvements, 12" wide x 12" deep AC patch back, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place per the Plans, Special Provisions and Supplemental. Gutter width shall match adjacent gutter width by Contractor's field verification prior to commencement of work on this work. Work for this item to be completed at the Via Lido/Via Oporto intersection as indicated on the plans. Item No. 7 Remove and Reconstruct Minimum 4 -Inch Thick P.C.C. Sidewalk: Work under this item shall include, but not limited to, the cost of sawcutting, all labor and materials relating to removing and disposing of existing improvements, importing and compacting subgrade, constructing the 4 -inch thick P.C.C. sidewalk per CNB STD - 180 -L, adjusting sidewalk to grade to match adjacent improvements, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place per the Plans, Special Provisions and Supplemental. Work for this item to be completed at the Newport Center Drive East/Santa Rosa Drive intersection as indicated on the plans. Item No. 8 Jamboree Road at Bison Avenue Traffic Signal Modification: Work under this item shall include the cost of all labor, equipment and materials required to modify the traffic signal at the Jamboree Road/Bison Avenue intersection per the Plans, the Special Provisions and Supplemental. This item excludes work related to Bid Items 4 and 5 above. NOTE: This item includes temporary removal and replacement of the existing LED luminaires (QTY: 4). Item No. 9 Jamboree Road at Bison Avenue Temporary Traffic Signal Operation: Work under this item may include, but not be limited to, temporary relocation of the traffic signal cabinet, temporary traffic signal poles, and temporary traffic signal wiring to maintain traffic signal operation at the Jamboree Road/Bison Avenue intersection, including pedestrian and bike push buttons per the Plans, the Special Provisions and Supplemental. Vehicle detection may be excluded from the temporary operation of the traffic signal. NOTE: The contractor shall review the location. Temporary overhead wiring is intended to limit required signal outages. The bid shall include items needed to complete the overhead wiring. Other methods may be considered during construction and must be approved by the City. Should other methods be approved that convenience the contractor, payment for some, or all, of this bid item may be reduced by the City dependent on work performed. Page 14 of 21 Item No. 10 Newport Center Drive East at Santa Rosa Drive Traffic Signal Modification: Work under this item shall include the cost of all labor, equipment and materials required to modify the traffic signal at the Newport Center Drive East/Santa Rosa Drive intersection per the Plans, the Special Provisions and Supplemental. This item excludes work related to Bid Item 7 above. NOTE: This item includes furnishing and installing new Leotek GreenCobra Series GC1-60E-MV-NW-3-WH-700 LED luminaires (QTY: 4). Item No. 11 Newport Center Drive East at Santa Rosa Drive Temporary Traffic Signal Operation: Work under this item may include, but not be limited to, temporary relocation of the traffic signal cabinet, temporary traffic signal poles, and temporary traffic signal wiring to maintain traffic signal operation at the Newport Center Drive East/Santa Rosa Drive intersection, including pedestrian and bike push buttons per the Plans, the Special Provisions and Supplemental. Vehicle detection may be excluded from the temporary operation of the traffic signal. NOTE: The contractor shall review the location. Temporary overhead wiring is intended to limit required signal outages. The bid shall include items needed to complete the overhead wiring. Other methods may be considered during construction and must be approved by the City. Should other methods be approved that convenience the contractor, payment for some, or all, of this bid item may be reduced by the City dependent on work performed. Item No. 12 Eastbluff Drive at Corona Del Mar High School driveway, northerly of Alba Street Rectangular Rapid Flashing Beacon (RRFB) System: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install a RRFB system at the Eastbluff Drive/Corona Del Mar High School driveway intersection per the Plans, the Special Provisions and Supplemental. This item includes installation of Type 15TS and Type 1-B standards, signage, striping, and curb markings. Item No. 13 Via Lido at Via Oporto Rectangular Rapid Flashing Beacon (RRFB) System: Work under this item shall include the cost of all labor, equipment and materials required to furnish and install a RRFB system at the Via Lido/Via Oporto intersection per the Plans, the Special Provisions and Supplemental. This item includes installation of two Type 1-B standards; installation/modification of signage, striping, and curb markings; and removal of one parking meter post. This item excludes work related to Bid Items 5 and 6 above. Item No. 14 Changed Field Conditions: Work under this item shall include those items encountered in the field that were not included in the Contract Documents. All work to be charged against this bid item can be initiated by either the Contractor or the Engineer, but must be approved by the Engineer prior to starting work. The cost of any work started or completed without prior authorization from the Engineer shall be borne by the Contractor. The stipulated unit price listed on the Proposal by the City is the maximum allowance value for the total of individual tasks completed. If no work is completed under this bid item, no compensation shall be made to the Contractor. Page 15 of 21 9-3.2 Partial and Final Payment. Delete the third paragraph and replace with the following: "From each progress estimate, five (5) percent will be retained by the Agency, and the remainder less the amount of all previous payments will be paid." Add to this section: "Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." PART 2 CONSTRUCTION MATERIALS SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1.2 Concrete Specified by Class Add to this section: Portland Cement concrete for construction shall be Class 560-C- 3250. 201-2 REINFORCEMENT FOR CONCRETE 201-2.2.1 Reinforcing Steel Add to this section: Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans. 201-7 NON -MASONRY GROUT 201-7.2 Quick Setting Grout Add to this section: The Contractor shall grout the area between an existing reinforced concrete structure and the new storm drain pipe with a quick setting grout. PART 3 CONSTRUCTION METHODS SECTION 300 - EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.3 Removal and Disposal of Materials Add to this Section: "Removal and disposal of material shall be done by City approved Licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be provided upon request or be found on the City's website at: http://newportbeachca.gov/index.aspx?page=157 and then selecting the link Franchised Haulers List." Page 16 of 21 300-1.3.1 General Add to this section: "The work shall be done in accordance with Section 300-1.3.2 of the Standard Specifications for Public Works Construction except as modified and supplemented herein. Joins to existing pavement lines shall be full depth saw cuts. Final removal between the saw cut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers 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 shall remove any broken concrete, debris or other deleterious material from the job site at the end of each workday or as directed by the Engineer. 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. The Contractor shall dispose of all excess or waste material and shall include all fees for such disposal in the appropriate bid items." 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." Replace the words 1-1/2 '/2 inch" of the last sentence with the words "two (2) inches". Add the following Section 301.5 Solid Waste Diversion 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 recvclable 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 and provide appropriate confirmation documentation from the recycling facility. All material disposal manifests shall be provided to the Engineer prior to release of final retention." Page 17 of 21 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 patch back 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 3,000 psi. Sidewalk shall be installed to the nearest joint or entire slab as directed by the Engineer." 303-5.5 Finishing 303-5.5.1 General Add to this section: "The Contractor shall patch back A.C., P.C.C. and brick within private property at locations shown on the plans in a manner that matches the adjoining existing private property in structural section, texture and color." 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" or "VAP' for sewer or water lateral and a chiseled "V -X" for water valve locations. "X" shall indicate the number of feet from the curb face to the valve. A two (2) day notice to the Engineer is required for requests to the City to determine the location of sewer laterals and water services." 303-5.5.4 Gutter Add to this section: "The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan." SECTION 307 - STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS In addition to the details in this section, Refer to Section 86 of the State of California Department of Transportation Standard Specifications and Standard Plans (2010 Edition) unless otherwise detailed in the Traffic Signal Specifications Supplemental. 307-2 TRAFFIC SIGNAL CONSTRUCTION Page 18 of 21 Add to this section: "The Contractor shall install temporary overhead wiring and equipment to maintain full signal operation (except for vehicle detection) and safety lighting at locations designated as bid items. This wiring shall include operation of pedestrian push buttons. As needed, temporary traffic signal poles and/or indications may be necessary to maintain a minimum of two traffic signal indications for each movement. Exceptions shall approved by the Engineer." 307-5 TEMPORARY STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS 307-5.3 Temporary Standards, Signals, Luminaries and Lamps. Replace the last paragraph with: "Shutdowns, flashing operations, and turn -ons shall be requested at least one week in advance. Notification shall be given to the project Inspector and Newport Beach Police Dispatch (949.644.3717). Police Dispatch shall be notified a second time on the day of the outage, prior to the commencement of work." 307-20 SALVAGED MATERIALS Replace this section with: "All abandoned/salvaged material and equipment shall become property of the Contractor, except as detailed in these special provisions, the plans, or as requested by the City. Any salvaged value shall be reflected in the bid. Materials/equipment salvaged to the City shall be delivered to Traffic Engineering (Bryan Loo, Telephone 949.644.3324). Traffic Engineering shall be notified a minimum of two working days prior to delivery of salvaged equipment. At the City's request, existing equipment to be removed and not reused including, but not limited to items listed below, shall be salvaged to the City. • Opticom detectors and phase selectors, • Traffic signal controllers; • Conflict monitors and other plugables; • Programmable Visibility Signal Heads; • Battery Backup Systems; • Traffic Signal Cabinets (as requested by City Staff); and • Street light and Intersection Luminaires (as requested by City Staff). Items not requested by the City to be salvaged to the City shall become the property of the Contractor and shall be removed from the site by the Contractor. The Contractor shall provide all labor, equipment, and materials necessary to remove, salvage, transport, and dispose of equipment not reused." Page 19 of 21 310-5.6.8 Application of Paint Add to this section: "Temporary painted traffic striping and markings shall be applied in one coat, as soon as possible and within 24 hours after the finish course has been applied. Paint for temporary traffic striping and pavement markings shall be white Formula No. 2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured by Morton. These temporary paints shall be applied at 15 mils wet. The final striping for all painted areas shall be reflectorized thermoplastic. The 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. Primer shall be applied to concrete surfaces prior in application of thermoplastic striping. The primer shall be formulated for the intended application. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re -install "NO PARKING, TOW -AWAY" signs and re -notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes/covers/damages existing striping and/or raised pavement markers outside of the work area, he shall re-stripe/replace such work items at no cost to the City. The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer, temporary traffic lanes when (1) two opposing traffic lanes are adjacent or (2) there is more than one lane in any one direction, for more than three consecutive calendar days. Dependent upon construction phasing, the Engineer may require the Contractor to apply two applications of paint to maintain adequate delineation on base pavement surfaces, at no additional cost to the City." Add the following Section: 310-5.6.11 Pavement Markers All Pavement markers shall comply with Section 85 of the State of California Standard Specifications. Non -reflective markers shall be ceramic. All new markers shall have glass faces or be 3M series 290. Page 20 of 21 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. The Contractor shall not replace raised pavement markers until fifteen days after the application of the pavement or slurry." Page 21 of 21 Traffic Signal Rehabilitation Program FY 2016-17 C-8337-1 February 15, 2017 TABLE OF CONTENTS 1.0 Summary of Work.......................................................................................................1 1.1 CONTRACT LIMITS.................................................................................................................. 1 1.2 DESCRIPTION OF TRAFFIC SIGNAL Ot RRFB SYSTEM WORK............................................................1 1.3 SCHEDULING OF TRAFFIC SIGNAL & RRFB SYSTEM WORK............................................................. 1 1.4 PHYSICAL AND MECHANICAL REQUIREMENTS.............................................................................. 3 1.5 ELECTRICAL AND ENVIRONMENTAL REQUIREMENTS...................................................................... 3 1.6 CABLING REQUIREMENTS........................................................................................................4 1.7 RESPONSIBILITIES OF THE CONTRACTOR..................................................................................... 4 2.0 Contractor's Qualifications..........................................................................................6 2.1 GENERAL.............................................................................................................................6 2.2 REQUIREMENTS.....................................................................................................................6 3.0 Fiber Optic Cable.........................................................................................................7 3.1 REQUIREMENTS.....................................................................................................................7 3.2 PAYMENT.............................................................................................................................8 3.3 QUALITY CONTROL................................................................................................................ 8 3.4 GENERAL CONSIDERATIONS.....................................................................................................8 3.5 FIBER CHARACTERISTICS.......................................................................................................... 9 3.6 COLOR CODING................................................................................................................... 10 3.7 GENERAL CABLE PERFORMANCE............................................................................................. 10 3.8 DROP CABLE....................................................................................................................... 11 3.9 FIBER PATCH CORDS............................................................................................................ 12 3.10 FIBER OPTIC FAN -OUT KITS................................................................................................... 12 3.11 FIBER OPTIC CONNECTORS.................................................................................................... 12 3.12 FIBER OPTIC INSTALLATION.................................................................................................... 13 3.13 SPLICING............................................................................................................................ 15 3.14 FIBER OPTIC CABLE ASSEMBLIES............................................................................................. 16 3.1S FIBER ASSIGNMENTS............................................................................................................ 17 3.16 FIBER OPTIC CABLE LINK TESTING........................................................................................... 18 3.17 INSERTION LOSS TEST EQUIPMENT (FIBER OPTIC CABLE)............................................................. 20 3.18 INSERTION LOSS TEST PROCEDURES AND EXECUTION.................................................................. 21 3.19 FIBER OPTIC CABLE ROUTE RECORDS...................................................................................... 21 3.20 #i10 GREEN TRACER WIRE.................................................................................................... 21 4.0 Fiber Patch Panel/Wall Interconnect Unit..................................................................22 4.1 GENERAL........................................................................................................................... 22 4.2 DESCRIPTION...................................................................................................................... 22 5.0 Fiber Distribution Unit (FDU) and Rack...................................................................... 23 5.1 GENERAL........................................................................................................................... 23 5.2 DESCRIPTION OF FDU.......................................................................................................... 23 \\cnb.lcl\data\Users\PBW\Shared\Contracts\FY16-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1- 17T01\BIDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc II 5.3 DESCRIPTION OF RACK.......................................................................................................... 23 5.4 INSTALLATION..................................................................................................................... 24 6.0 Splice Closures.......................................................................................................... 25 6.1 GENERAL........................................................................................................................... 25 6.2 INSTALLATION..................................................................................................................... 25 7.0 Ethernet System........................................................................................................ 27 7.1 GENERAL........................................................................................................................... 27 7.2 CAT6-A CABLE................................................................................................................... 27 7.3 INSTALLATION..................................................................................................................... 27 7.4 TESTING............................................................................................................................. 27 7.5 WARRANTY........................................................................................................................ 27 8.0 Power Strip............................................................................................................... 28 8.1 GENERAL........................................................................................................................... 28 8.2 WALL -MOUNTED POWER STRIP............................................................................................. 28 8.3 19 -INCH RACK -MOUNTED POWER STRIP................................................................................. 28 9.0 Ethernet Radio System.............................................................................................. 30 9.1 GENERAL........................................................................................................................... 30 9.2 REQUIREMENTS...................................................................................................................30 9.3 TESTING.............................................................................................................................30 9.4 WARRANTY........................................................................................................................ 30 10.0 CCN System............................................................................................................. 31 10.1 GENERAL...........................................................................................................................31 10.2 CCTV IP DOME CAMERA...................................................................................................... 31 10.3 CCN INTEGRATED CAMERA CABLE........................................................................................ 31 11.0 Conduit.....................................................................................................................32 11.1 GENERAL...........................................................................................................................32 11.2 REQUIREMENTS................................................................................................................... 32 11.3 QUALITY CONTROL.............................................................................................................. 32 11.4 HDPE SCHEDULE 80 CONTINUOUS CONDUIT........................................................................... 32 11.5 PVC SCHEDULE 80 CONDUIT................................................................................................. 33 11.6 INSTALLATION..................................................................................................................... 33 12.0 Pull Boxes................................................................................................................. 36 12.1 GENERAL...........................................................................................................................36 12.2 PULL BOX AND PULL BOX COVER............................................................................................ 36 12.3 INSTALLATION REQUIREMENTS............................................................................................... 37 12.4 INSTALLATION DETAIL........................................................................................................... 37 13.0 Twisted Pair Cable..................................................................................................... 38 13.1 GENERAL...........................................................................................................................38 \\cnb.lcl\data\Users\PBW\Shared\Contracts\FY16-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1 - 17T01\BIDDING DOCUMENTS\TS Rehab 17TD3 SPECS SUPPLEMENTAL C-8337-1.doc 111 13.2 REQUIREMENTS................................................................................................................... 38 13.3 CABLE MARKING................................................................................................................. 38 13.4 QUALITY CONTROL.............................................................................................................. 38 13.5 GENERAL CONSIDERATIONS................................................................................................... 38 13.6 INSTALLATION..................................................................................................................... 39 13.7 COMMUNICATION LINK TESTING............................................................................................ 39 14.0 Controller Cabinet Assemblies................................................................................... 40 14.1 GENERAL...........................................................................................................................40 14.2 DOCUMENTATION............................................................................................................... 40 14.3 WARRANTY........................................................................................................................ 40 14.4 CABINET STANDARDS........................................................................................................... 40 14.5 CABINET WIRING................................................................................................................. 41 14.6 CABINET EQUIPMENT............................................................................................................ 43 15.0 Standards, Steel Pedestals, and Posts........................................................................ 46 15.1 GENERAL...........................................................................................................................46 15.2 FOUNDATIONS.................................................................................................................... 46 15.3 PAINT AND POWDER COATING............................................................................................... 46 16.0 Service Enclosures..................................................................................................... 47 16.1 GENERAL...........................................................................................................................47 17.0 Signal Faces...............................................................................................................48 17.1 VEHICLE SIGNAL FACES......................................................................................................... 48 17.2 PEDESTRIAN SIGNAL FACES.................................................................................................... 48 17.3 LIGHT EMITTING DIODE (LED) MODULES................................................................................ 48 17.4 PAINT AND POWDER COATING............................................................................................... 48 18.0 Vehicle Detectors......................................................................................................49 18.1 INDUCTIVE LOOP DETECTORS................................................................................................. 49 19.0 Push Button Assemblies............................................................................................ 50 19.1 PEDESTRIAN PUSH BUTTON ASSEMBLIES.................................................................................. 50 19.2 BICYCLE PUSH BUTTON ASSEMBLIES........................................................................................ 50 19.3 PAINT AND POWDER COATING............................................................................................... 50 20.0 Lighting.....................................................................................................................51 20.1 LED LUMINAIRES................................................................................................................ 51 20.2 HIGH PRESSURE SODIUM LUMINAIRES..................................................................................... 52 20.3 HIGH PRESSURE SODIUM LAMP BALLASTS................................................................................ S2 20.4 LAG-TYPE REGULATOR BALLASTS............................................................................................ 52 20.5 LEAD TYPE REGULATOR BALLASTS........................................................................................... 52 20.6 PHOTOELECTRIC CONTROLS...................................................................................................53 20.7 LED INTERNALLY ILLUMINATED STREET NAME SIGNS.................................................................. 53 20.8 PAINT AND POWDER COATING............................................................................................... 53 \\cnb.lcl\data\Users\PBW\Shared\Contracts\FY16-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1 - 17T01\81DDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc iv 21.0 Opticom Priority Control System............................................................................... 54 22.0 Battery Backup System.............................................................................................. 55 22.1 BATTERY BACKUP CABINET.................................................................................................... SS 23.0 Paint and Powder Coating......................................................................................... 56 24.0 Signs......................................................................................................................... 57 24.1 GENERAL...........................................................................................................................57 25.0 Rectangular Rapid Flashing Beacon (RRFB) Systems ................................................... 58 25.1 GENERAL........................................................................................................................... S8 25.2 SYSTEM.............................................................................................................................58 25.3 STANDARDS........................................................................................................................ 62 \\cnb.lcl\data\Users\PBW\Shared\Contracts\FY36-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1 - 17101\BIDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc V 1.0 SUMMARY OF WORK 1.1 CONTRACT LIMITS Below are the contract limits for work to be done on City right-of-way. Street Name Description of Work Jamboree Road / Bison Avenue Traffic Signal Rehabilitation Newport Center Drive East / Santa Rosa Drive Traffic Signal Rehabilitation Eastbluff Drive / Corona Del Mar High School Driveway, northerly of Alba Street Rectangular Rapid Flashing Beacon (RRFB) System Installation Via Lido / Via Oporto Rectangular Rapid Flashing Beacon (RRFB) System Installation Newport Center Drive West/East (6 Intersections) Internally Illuminated Street Name Sign (IISNS) Panel Installations 1.2 DESCRIPTION OF TRAFFIC SIGNAL & RRFB SYSTEM WORK The work to be performed under this Contract shall consist of, but not be limited to, the following, which will be referred to as Field Work: • Traffic signal modification and installation at the two (2) locations shown on the plans per City Standards. • Furnish and install new solar RRFB systems at two (2) locations complete with standards (pole), as shown on the plans. • Furnish and install CCN Camera System at one (1) location shown on the plans. • Remove and salvage existing Internally Illuminated Street Name Sign (IISNS) panels. Furnish and install custom City of Newport Beach IISNS panels in existing housings at six (6) locations per Attachment C of these Special Provisions Supplemental. • Testing of all equipment and systems furnished and installed under this Contract, including but not limited to the traffic signal controllers and associated traffic signal system equipment, RRFB systems, CCN camera system, and associated fiber optic communication equipment. • Remove and reconstruct curb access ramps as shown on the plans. • Remove curb access ramp as shown on the plans. • Construct sidewalk & curb and gutter as shown on the plans. • Installation/modification of new signing, striping, and curb markings as shown on the plans. • Furnish accurate project documentation, as specified in these Special Provisions. 1.3 SCHEDULING OF TRAFFIC SIGNAL & RRFB SYSTEM WORK Planned traffic signal outages ("dark" or "red -flash") may be required during evening hours. The Contractor shall use the following parameters to plan out the traffic signal work: \\cnb.lcl\data\Users\PBW\Shared\Contracts\FY16-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1 - 17r01\BIDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTALC-8337-1.doc Daytime Work Working Hours 7:00 am to 4:00 pm Monday thru Friday Lane Closures 9:00 am to 3:00 pm Monday thru Friday Turn -on of traffic signal 9:00 am to 3:00 pm Monday thru Thursday Night Time Work Workine Hours 9:00 pm to 5:00 am Monday thru Thursday Please note that turn -on of traffic signals with a new controller cabinet shall only be scheduled for hours between 9 am and 3 pm and shall not begin the functional test on a Friday, weekend, or any day preceding a holiday, except as authorized by the Engineer. Again, daytime lane closures will only be permitted from 9:00 am to 3:00 pm The Contractor may perform sub -surface work consisting of the installation of conduit, foundations, and detectors, prior to receipt of all electrical materials and equipment. Above -ground signal work shall not commence until such time that the Contractor notifies the Engineer, in writing, of the date that all electrical materials and equipment are received, and said work shall start within 15 days after said date. Above -ground signal work shall be scheduled such that the signal turn -on shall occur within 10 days of the pole installation. All vehicle and pedestrian indications that are to be installed prior to signal turn -on shall be covered until the signal is turned on. Traffic signal modification work shall be phased so that no more than one traffic signal shall be shut -down ("dark" or "red -flash") at the same time. Existing street lighting shall remain in operation until new lighting is operational 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 and approved by the Engineer. All striping, pavement markings, and signing shall be in place prior to Rectangular Rapid Flashing Beacon (RRFB) systems turn -on and/or opening of street to public travel. Prior to installation of the RRFB standards, the location of the standards shall be marked in the field and approved by the Engineer. Work sequencing for the RRFB systems shall include the complete installation of the Via Lido/Via Oporto location before Thursday, May 25, 2017 and installation of the Eastbluff Drive location on or after Monday, June 26, 2017. \\cnb.lcl\data\Users\PBW\Shared\Contracts\FY36-17 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1 - 17T01\8IDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 2 1.4 PHYSICAL AND MECHANICAL REQUIREMENTS All materials, equipment and components furnished shall be new, be of the latest design and manufacture, and be in an operable condition. All parts shall be of high quality workmanship, and no part or attachment shall be substituted or applied contrary to the manufacturer's recommendations and standard practices. Like components shall be of the same manufacturer. Equipment shall be furnished in matching, or closely coordinating, colors and materials. The equipment shall be readily accessible for service or replacement. Equipment shall be neatly located within cabinets such that there are no obstructions to air flow. There shall be proper cooling of all equipment. No equipment shall be considered which requires direct/dedicated ventilation systems. All equipment shall have conveniently located, protected on-off switches. It shall be the responsibility of the Contractor to supply and install all necessary power distribution devices including power switches, circuit breakers, grounding straps, etc., for equipment within each cabinet. All free standing equipment, including but not limited to equipment racks, video wall and monitors, console, etc., shall be secured to the floor, walls, or ceiling to prevent damage during seismic activity. Floor space in front and behind equipment racks and cabinets should provide sufficient clearance for service and maintenance and the Americans with Disabilities Act (ADA) requirements. The method used to attach the freestanding equipment shall be submitted to the Engineer and approved prior to the installation of all freestanding equipment. All equipment shall be tagged clearly indicating the type of equipment. Where specified in the plans or these specifications, the Contractor shall provide all material and equipment per the manufacturer's name and model or catalog number. Products of other manufacturers will not be considered. 1.5 ELECTRICAL AND ENVIRONMENTAL REQUIREMENTS The equipment shall meet all the specified performance requirements under the following ranges of electrical and environmental conditions (unless otherwise noted). • Primary Power - 120 volts single phase, voltage variation ± 10%; frequency range, 60 Hz ± 1. • High Frequency Interference - Spikes of 50 volts. • Low Voltage Transients - +20% of the nominal line voltage for maximum duration of one power cycle. • Temperature Range -+50 to +85 degrees F. • Temperature Gradient - 10 degrees F per hour. • Humidity - 50 to 60 percent, non -condensing. All electronic equipment shall be of solid-state design (unless otherwise noted) and modular construction. Individual electrical components in any module shall be removable and replaceable without resulting damages to the module or equipment. The design shall be such as to prevent reversed assembly or installation of connectors, fasteners, etc., where possible malfunction or personnel hazards \\cnb.lcl\data\Users\PBW\Shared\Contracts\FY16-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) 0- 8337-1 - 17T01\BIDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 3 might occur. Each item of equipment shall be designed to protect personnel from exposure to high voltage and temperature during equipment operation, adjustments, and maintenance. All video display system and computer equipment shall be suitably protected against Electro -Magnetic Interference (EMI) and shall be sufficiently shielded so as not to produce any EMI, which would interfere with any other equipment in the City TMC. Any equipment failing to meet this requirement shall not be used. All video power circuits shall be on the same phase and dedicated for video use only. The equipment shall be protected from surges and transients in the electrical service and dedicated interconnect cable system. The equipment shall be provided with manually re-settable or replaceable circuit protection devices to protect the equipment and power sources. All such devices shall be readily accessible. 1.6 CABLING REQUIREMENTS All cable plugs and connectors shall be labeled and keyed to preclude improper connection. The use of ribbon type cables to connect between equipment is not acceptable unless the cables are shielded and have an extra layer of heavy-duty protection from the environment, as well as connectors on each end with some form of locking mechanism. 1.7 RESPONSIBILITIES OF THE CONTRACTOR It shall be the Contractor's responsibility to perform site inspection of the work area prior to beginning Field Work and to identify any factors that will affect the unit cost and the total cost to implement the System per the Plans and these Special Provisions. The Contractor shall be responsible for all work necessary for delivery, installation, testing, configuration, calibration and maintenance of all Field Work equipment installed as part of this contract, such that they operate as an integrated functional system until final acceptance. The Contractor shall also be responsible for all incidental accessories necessary to make the installed system, including the fiber optic communication system and CCN system, complete and ready for operation, even if not particularly specified. Such incidentals shall be furnished, delivered and installed by the Contractor without additional expense to the Engineer or the City. Minor details not usually shown or specified but necessary for the proper installation and operation, shall be included in the work and in the Contractor's cost proposal, the same as if herein specified. The Contractor shall note that approval by the Engineer is required before ordering or installing any material and equipment that is to be used for the Contract. All communication equipment should be operationally tested before they are shipped to the project site. The Contractor shall fully inform himself/herself regarding any and all peculiarities and limitations of spaces available for installation of all Field Work and materials furnished and installed under this Contract. The Contractor shall exercise due and particular caution to determine that all parts of the Field Work are made quickly and easily accessible after installation. Although the location of equipment may be shown on the Plans in certain positions, the Contractor shall be guided by details and conditions at job; the Plans are essentially diagrammatic, intended to indicate the scope of work to be done, and \\cnb.lcl\data\Users\PBW\Shared\Contracts\FV16-17 CURRENT PROJECrS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1 - 17701\BIDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 4 are not to be used for fabrication. It shall be the responsibility of the Contractor to make sure that the equipment he/she proposes to use will fit into the available space with proper clearances. The Contractor shall verify all controlling field dimensions before ordering or fabricating any material. No equipment or materials to be installed as part of this contract shall be ordered prior to receiving written approval from the Engineer. The Contractor shall maintain the project site in a neat condition. No debris shall be left under any circumstances. The Contractor shall keep material and equipment at his facility and shall deliver only material needed at a given time to the project site. The material shall be delivered in a coordinated manner, and as approved by the Engineer. When the installation of all equipment is completed, the Contractor shall dispose all unused materials. Prior to disposal, the Contractor shall identify all unused materials with the Engineer and obtain the approval from the Engineer. The Contractor is required to observe all regulations and ordinances of the City as they apply to work in City buildings, streets, and other rights-of-way or City property. The Contractor shall procure encroachment permits for all work done outside City right -or -way, including work completed on Caltrans right -or -way, at the Contractor's expense. The Contractor shall coordinate the Field Work with all required agencies and utility companies. The Contractor shall coordinate with The Irvine Company Contractors to minimize conflicting construction. The Contractor shall coordinate with Econolite, as directed by Engineer, for Field Work and TMC Work being completed by others. The Contractor shall coordinate with Vehicle Preemption System manufacturer, as directed by Engineer, for Field Work completed by others. The Contractor shall coordinate with RRFB System manufacturer, as directed by Engineer, for Field Work completed by others. The Contractor shall coordinate with SP Plus or Ms. Caryl Bryant in the Revenue division, as directed by Engineer, for parking meter and post removal and work being completed by others. If other equipment not mentioned in this Special Provisions is deemed necessary by the Contractor for a complete and successful installation of the Field Work described in Section 1.2, the Contractor shall do so in concert with the equipment list submittal. This section of the submittal shall be entitled "OTHER PERTINENT EQUIPMENT" and the Contractor shall include a brief justification statement relative to the inclusion of this equipment. The purchase of additional equipment is subject to approval by the Engineer. It is the Contractor's responsibility to ensure that a complete and working system installation is achieved. The Contractor shall assign project management staff to coordinate all project activities with the City, the Engineer and other vendors. \\cnb.lcl\data\Users\PBW\Shared\Contracts\FV16-17 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1- 17T01\BIDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 5 2.0 CONTRACTOR'S QUALIFICATIONS 2.1 GENERAL This section describes mandatory experience requirements for General Contractors bidding on this project. General Contractors not meeting the requirements of this section will have their bid deemed non-responsive. 2.2 REQUIREMENTS The Contractor shall have sufficient experience in the installation and integration of fiber optic cable, CCTV cameras, and electronic communication equipment. The minimum requirements for sufficient experience are as follows: 1. The Contractor (or its subcontractor(s)) shall have three (3) years experience in the installation of fiber optic cables, including fusion splicing, terminating and testing of single - mode fiber optic cable. 2. The Contractor (or its subcontractor(s)) shall have completed at least two (2) systems where fiber optic cables were installed in outdoor conduits and the systems have been in continuous satisfactory operation for at least one year. 3. The Contractor (or its subcontractor(s)) shall have completed at least two (2) systems where communications equipment was installed in and the systems have been in continuous satisfactory operation for at least one year. 4. The Contractor (or its subcontractor(s)) shall have completed at least two (2) systems where CCN cameras and associated equipment were installed in and the systems have been in continuous satisfactory operation for at least one year. Each qualifying project must have included at least two (2) miles of underground conduit with fiber optic cabling. In addition, each qualifying project must have been constructed within a public street or within a public easement. \\cnb.lcl\data\Users\PBW\Shared\Contracts\FV16-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1 - 17T01\BIDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 6 3.0 FIBER OPTIC CABLE 3.1 REQUIREMENTS Fiber optic cables shall be supplied in the configurations shown on the plans and specified in these Special Provisions. There shall be three (3) principal cable types as well as incidental cabling procured under this specification. They are identified using a naming convention as follows: 1. Mainline cable which shall contain forty-eight (48), strand single -mode optical fibers. 2. Drop cable which shall contain six (6) single -mode optical fibers. 3. Drop cable to City Facilities which shall contain twelve (12) single -mode optical fibers. Each fiber optic cable shall be suitable for underground duct placement. The length of fiber optic cable to be installed within City Buildings does not require the fiber optic cable to be plenum and fire rated. Additionally, there will be ancillary connecting (patching) optical fiber cables furnished and installed by the Contractor under this Contract and this Supplemental, which are more precisely described elsewhere in this document. All materials furnished, assembled, fabricated or installed under this item shall be new, corrosion resistant and in strict accordance with the details shown on the plans and in these Special Provisions. All fibers in the cables shall be usable fibers and free of surface imperfections and occlusions, in order to meet or exceed all of the optical, mechanical, and environmental requirements contained in this Supplemental. All cables shall be free of material or manufacturing defects and dimensional non-uniformity that would: • Interfere with the cable installation employing accepted cable installation practices. • Degrade the transmission performance and environmental resistance after installation. • Inhibit proper connection to interfacing elements. • Otherwise yield an inferior product. • Each fiber optic outside plant cable for this project shall be all -dielectric, dry water -blocking material, duct type, with loose buffer tubes, and shall conform to these Special Provisions. The Contractor shall furnish, install, splice and test all the required fiber optic cable. All splicing kits, fiber optic cable caps, moisture/water sealants, terminators, splice trays, patch cords, connectors, pig tails and accessories to complete the fiber optic network shall be provided as incidentals. All equipment for installation, splicing and testing shall be provided by the Contractor per manufacturer's specifications and as detailed in these specifications. All fiber optic glass/cable on this project shall be from the same manufacturer and who is regularly engaged in the production of optical fiber material. The cable shall be qualified as compliant with Chapter Wil, of Title 7, Part 1755.900 of the Code of Federal Regulations, and "REA Specification for Filled Fiber Optic Cables." \\cnb.lcl\data\Users\PBW\Shared\Contracts\FV16-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) [- 8331-1- 17r01\BIDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 7 3.1.1 PACKAGING 1. The completed cable shall be packaged for shipment on non -returnable wooden reels. Required cable lengths shall be stated in the purchase order. 2. Top and bottom ends of the cable on spools shall be available for testing. 3. Both ends of the cable shall be sealed to prevent the ingress of moisture. 4. Each reel shall have a weather resistant reel tag attached identifying the reel and cable. 3.1.2 CABLEMARKING 1. The optical fiber cable outer jacket shall be marked with manufacturer's name, the month and year of manufacture, the words "Optical Cable," telecommunications handset symbol as required by Section 350G of the National Electrical Safety Code' (NESC'), fiber count, fiber type, and sequential feet marks. 2. The markings shall be repeated every two (2) feet. 3. The actual length of the cable shall be within ±1% of the length marking. 4. The marking shall be in a contrasting color to the cable jacket. 5. The marking shall be approximately 2mm in height regardless of the cable diameter. 6. The cable shall be tagged in each pull box with size and direction. 3.2 PAYMENT The payment for the installation of the fiber optic cable will be allocated per the following: • 50% of bid price - After fiber optic cable installation • 30% of bid price - After fiber optic cable testing received by City • Remainder - After City acceptance and approval Upon acceptance and approval of the fiber optic cable, the City will pay the remaining amount as calculated by the actual measured quantity of installed fiber optic cable at the unit bid price minus the previously paid amount (80% of bid price). Acceptance and approval is achieved as determined by the City and includes: • Approved fiber optic test results • Completed cable/splice repairs or replacement as determined by the test results • Measured and approved quantities of installed cable • Uninterrupted operation of fiber optic communication network, including fiber optic cable and communication devices for one week. This item may include items installed by others. 3.3 QUALITY CONTROL The manufacture(s) of supplied optical cable, optical cable assemblies, and hardware shall be TL 9000 and/or ISO 9001 registered. All cabled optical fibers shall be 100% attenuation tested. The attenuation of each fiber shall be provided with each cable reel. 3.4 GENERAL CONSIDERATIONS Fiber optic cable installed shall be single mode fiber of the size as specified on the plans and shall be Corning ALTOS all -dielectric gel -free fiber optic cable, or approved equal. \\cnb.lcl\data\Users\PBW\Shared\Contracts\FY16-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1- 17T01\81DDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 11 3.5 FIBER CHARACTERISTICS One hundred percent (100%) of the optical fibers shall meet or exceed the requirements contained in this specification. The cable shall be tested in accordance with TIA/EIA-455-3A (FOTP-3), "Procedure to Measure Temperature Cycling Effects on Optical Fiber, Optical Cable, and Other Passive Fiber Optic Components." The average change in attenuation at extreme operational temperatures (40 °C to +70 °C) will not exceed 0.05 dB/km at 1550 nm. The magnitude of the maximum attenuation change of each individual fiber will not be greater than 0.15 dB/km at 1550 nm. This figure includes an allowance of up to 0.05 dB/km for measurement repeatability. The cable shall meet the requirements of ITU -T 3.652.1) and shall be a low water peak fiber. All fibers within the finished cable shall be composed primarily of silica and shall have a matched clad index of refraction profile as well as the physical and performance characteristics that shall meet the requirements in the following table: Parameters Value Mode Single Type Corning Altos or approved equal Core diameter 8.3 pm (nominal) -Cladding diameter 125 µm ± 1.0 µm Core to Cladding Offset < 0.7 µm Coating Diameter 240 lum ±0.5 pm Cladding Non -circularity defined as: [1- (min. cladding dia + max. cladding dia.)]x100 <1.0% Proof/Tensile Test 100 kpsi, min. Attenuation: @ 1310 nm @ 1385 nm @ 1550 nm <_ 0.35 dB/km < 0.31 dB/km < 0.25 dB/km Attenuation Uniformity No point discontinuity greater than 0.1 dB at either 1300 nm or 1550 nm Attenuation at the Water Peak < 2.1 dB/km @ 1383 ±3nm Attenuation At Extreme Operational Temperatures 5 +0.05 dB @ 1310 nm or 1550 nm Chromatic Dispersion: Zero Dispersion Wavelength (]Lo) Zero Dispersion Slope 1302 <X" < 1322 nm < 0.092 ps/(nm2 km) Maximum Dispersion: <_ 3.5 ps/(nm.km) for 1285 - 1330 nm < 18 ps/(nm.km) for 1550 nm Cut -Off Wavelength <1260 nm \\cnb.lcl\data\Users\PBW\Shared\Contracts\FY16-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) 0- 8337-1 - 17T01\8IDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 9 Parameters Value Mode Field Diameter (Petermann II) 9.2±0.4 µm at 1310 nm 10.5 ± 0.5 pm at 1550 nm Cable Outer Diameter 0.30" (7.6 mm) Buffer Tube Size 0.08" (2.0 mm) 3.6 COLOR CODING Optical fibers shall be distinguishable from others in the same buffer tube by means of color -coding according to the following: 1. Blue (BL) 7. Red (RD) 2. Orange (OR) 8. Black (BK) 3. Green (GR) 9. Yellow (YL) 4. Brown (BR) 10. Violet (VL) 5. Slate (SL) 11. Rose (RS) 6. White (WT) 12. Aqua (AQ) The colors shall be targeted in accordance with the Munsell color shades and shall meet TIA/EIA-598B "Color Coding of Fiber Optic Cables" and RUS 7 CFR 1755.900. The color formulation shall be compatible with the fiber coating and the buffer tube filling compound, and be heat stable. It shall not fade or smear or be susceptible to migration, it shall not affect the transmission characteristics of the optical fibers and shall not cause fibers to stick together. 3.7 GENERAL CABLE PERFORMANCE The fiber optic cable shall withstand water penetration when tested with a one -meter static head or equivalent continuous pressure applied at one end of a one -meter length of filled cable for one hour, no water shall leak through the open cable end. Testing shall be done in accordance with TIA/EIA-455-82 (FOTP-82), "Fluid Penetration Test For Fluid -Blocked Fiber Optic Cable." The cable shall exhibit no flow (drip or leak) for 24 hours at 80° C. The weight of any compound that drips from the sample shall be less than 0.05 grams (0.002 ounce). A representative sample of cable shall be tested in accordance with TIA/EIA-455-81B (FOTP-81), "Compound Flow [Drip] Test for Filled Fiber Optic Cable". The test sample shall be prepared in accordance with method A. Crush resistance of the finished fiber optic cables shall be 220 N/cm applied uniformly over the length of the cable without showing evidence of cracking or splitting when tested in accordance with TIA/EIA-455- 41 (FOTP-41), "Compressive Loading Resistance of Fiber Optic Cables." The 220 N/cm (125 Ibf/in) load shall be applied at a rate of 2.5 mm (0.1 in) per minute. The load shall be maintained for a period of 1 minute. The load shall then be decreased to 110 N/cm (63 Ibf/in). Alternatively, it is acceptable to remove the 220 N/cm (125 Ibf/in) load entirely and apply the 110 N/cm (63 Ibf/in) load within five minutes at a rate of 2.5 mm (0.1 in) per minute. The 110 N/cm (63 Ibf/in) load shall be maintained for a period of 10 minutes. Attenuation measurements shall be performed before release of the 110 N/cm (63 Ibf/in) load. The change in attenuation shall not exceed 0.4 dB during loading at 1550 nm for single - mode fibers and 1.0 dB during loading at 1300 nm for multimode fiber. The repeatability of the measurement system is typically 0.05 dB or less. No fibers shall exhibit a measurable change in attenuation after load removal. \\cnb.lcl\data\Users\PBW\Shared\Contracts\FY16-17 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1 - 17T01\13I0DING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 10 The cable shall withstand 25 cycles of mechanical flexing at a rate of 30±1 cycles/minute with a sheave diameter not greater than 20 times the cable diameter. The cable shall be tested in accordance with Test Conditions I and III of TIA/EIA-455-104A (FOTP-104), "Fiber Optic Cable Cyclic Flexing Test." The magnitude of the attenuation change will be within the repeatability of the measurement system for 90% of the test fibers. The remaining 10% of the fibers will not experience an attenuation change greater than 0.1 dB at 1550 nm. The repeatability of the measurement system is typically ± 0.05 dB or less. The cablejacket will exhibit no cracking or splitting when observed under 5X magnification. Impact testing shall be conducted in accordance with TIA/EIA-455-25B (FOTP-25) "Repeated Impact Testing of Fiber Optic Cables and Cable Assemblies." The cable shall withstand 20 impact cycles. The magnitude of the attenuation change will be within the repeatability of the measurement system for 90% of the test fibers. The remaining 10`y of the fibers will not experience an attenuation change greater than 0.1 dB at 1550 nm. The repeatability of the measurement system is typically ± 0.05 d8 or less. The cable jacket will not exhibit evidence of cracking or splitting at the completion of the test. Using a maximum mandrel and sheave diameter of 560 mm, the finished cable shall withstand a longitudinal tensile load of 1330 N (300 lbs.) applied for one hour (using "Test Condition II" of the test plan). The test shall be conducted in accordance with TIA/EIA-455-33 (FOTP-33), "Fiber Optic Cable Tensile Loading and Bending Test." The measured fiber tensile strain shall be < 60% of the fiber proof strain. The cable will not experience a measurable increase in attenuation when subjected to the rated residual tensile load, 400 N (90 Ibf). The repeatability of the measurement system is typically ± 0.05 dB or less. The cable shall be capable of withstanding a bending radius of fifteen (15) times the cable diameter under tensile loading and ten (10) times the cable diameter under a no-load condition. 3.8 DROP CABLE As may be required, the Contractor shall provide a single -mode optical fiber cable between each mid - span splice location and each traffic control equipment cabinet, which shall contain six (6) optical fibers. The drop cable shall have two (2) or four (4) fiber strand(s) spliced into the appropriate fiber strand in the mainline cable as prescribed elsewhere in the Plans and/or these Special Provisions. The drop cable shall have the six optic fibers terminated at its other end with connector as described elsewhere in this specification. Optical fiber cable used for a drop cable shall comply with all other aspects of the specifications as set forth in the Special Provisions for optical fiber cable. The drop cable shall have sufficient length to extend from the fiber splice location to the optical interface of the associated communications equipment, allowing for routing and securing with nylon ties plus fifty (50) feet of slack at all splice points and fifteen (15) of slack inside the cabinet, unless otherwise specified in the Plans or these Special Provisions or directed by the Engineer. The drop cable shall be sufficiently de -sheathed within the traffic control cabinet to allow adequate slack fiber to afford ease of routing of the active fiber to the communications equipment. The Contractor shall provide a thermal shrink sleeve dam or other appropriate wrapping at the beginning of the de -sheathed cable area so as to prevent loss of any aqueous gel filling from the remainder of the service drop cable. \\cnb.lcl\data\Users\PBW\Shared\Contracts\FY36-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1 - 17T01\BIDDING DOCUMENTS\TS Rehab 17701 SPECS SUPPLEMENTAL C-8337-1.doc 11 3.9 FIBER PATCH CORDS The fiber optic cable patch cords, assemblies and components shall be compatible components, designed for the purpose intended, and manufactured by a company regularly engaged in the production of material for the fiber optic industry. All components or assemblies shall be best quality, non -corroding, with a design life of at least twenty (20) years. All patch cords, components or assemblies of the same type shall be from the same manufacturer. The Contractor shall furnish and install Patch cords, which are fiber optic cables with connectors on both ends. Patch cords are used to connect fiber optic transmission equipment to connector panel modules. The patch panel shall interface to patch cords with approved connectors. Patch cords shall have 900JAm single fiber single mode cable with approved connectors. The patch cords shall be at least six (6) feet in length and shall be pre -sized in the factory to the required lengths. The attenuation of the cable shall be between 1.0 and .75 dB. All patch cords shall be installed without exceeding the manufacturer specified bending radius. Acceptable equipment shall be from Corning Cable System or approved equal. 3.10 FIBER OPTIC FAN -OUT KITS If required, fan -out kit connects the fiber optic jumper cable to the fiber optic transmission equipment located in the cabinet. The fan -out shall be equipped to terminate 250µm fiber (loose tube cable) and shall provide protection for the bare fibers. The fan -out kit shall have two (2) 6- or one (1) 12 -fiber fan - out insert and 2 -meter lengths of fan -out tubing with twelve (12) single mode fibers that are ready for field installable connectors. The fan -out cable kit shall also meet the following specifications. Housing Length 132 mm (5.2 in) Diameter 31 mm (1.22 in) Fan Out Tubing Length 2 m (78.8 in) Diameter 2.9 mm (0.11 in) Environmental -40°C to 70°C The fan -out kit, when installed in the existing traffic cabinets or proposed fiber optic terminal cabinet attached to the existing traffic cabinet, shall be securely anchored to the side wall of the cabinet by suitable ties. Acceptable Fan -Out Kit shall be from Corning Cable System or approved equal. 3.11 FIBER OPTIC CONNECTORS The Contractor shall furnish and install fiber optic pre -manufactured connectors that are single mode SC or LC type connectors that meet the requirements for outdoor installation with Gigabit Ethernet communications. SC type connectors will be used for field (outdoor) installations and LC type \\cnb.lcl\data\Users\PBW\Shared\Contracts\FV16-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1- 17T01\BIDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 12 connectors will be used for indoor installations. Both types of connectors shall meet the following specifications. Interconnection Compatibility The Connectors shall be compliant with EIA/TIA and AS specifications for SC compatible connectors. Insertion Loss 0.4 dB (typical) Reflectance 5 -40 dB between a temperature range of -40° C to 75° C Durability 50.3 dB change, 200 rematings. Tensile Strength 5 0.2 dB change, 10 lb. Temperature Cycling 50.3 dB change, -40° C to 75° C Nominal Fiber OD 125µm Materials Ferrule: Ceramic Housing: Composite Accepted equipment shall be SC and LC Compatible Single Mode, as required, from Corning Cable System or approved equal. 3.12 FIBER OPTIC INSTALLATION Fiber optic cables shall be installed in continuous lengths without intermediate splices throughout the project, except at the location(s) specified in the Plans. When ordering fiber optic cable the Contractor shall exercise extreme caution so as to ensure that no additional splicing, beyond that indicated in the Plans, shall be required. Should the Contractor believe additional splices are required; this matter shall be immediately brought to the attention of the City's Engineer for resolution. The Contractor shall install the fiber optic cable in strict adherence to the manufacturer's recommended procedures. Care shall be taken to avoid cable damage during handling and placing. Fiber optic cable is sensitive to excessive pulling, bending and crush forces. The minimum bending and maximum tension requirements for installing the fiber optic cables shall be according to the manufacturer's specifications. Cable installation personnel shall be familiar with the cable manufacturer's recommended procedures including, but not limited to the following: • Proper attachment to the cable strength elements for pulling during installation. • Cable tensile limitations and tension monitoring procedures. • Cable bending radius limitations. The installation of loose tube fiber on Caltrans right-of-way shall be installed per Caltrans standards. The Contractor shall be responsible for making himself/herself fully aware of the Caltrans standards. \\cnb.lcl\data\Users\PB W\Shared\Contracts\FV16-17 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1 - 17T01\BIDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 13 Mechanical aids may be used to assist cable installation. The pulling eye/sheath termination or cable grip hardware on the optical fiber cables shall not be pulled over any sheave blocks. Field installed pulling grips with a rotating type swivel shall be used to pull the fiber optic cable. A Corning Cable System GRP series or equivalent woven wire type of grip is recommended. When power equipment is used to install optical fiber cabling, the pulling speed shall not exceed 30 meters per minute. The pulling tension and bending radii limitation for optical fiber cables shall not be exceeded under any circumstances. A tension measuring device or break- away swivel shall be placed between the pull line and the end of the cable to ensure that the tension does not exceed 80 percent of recommended tension or 2225 N, whichever is less. A ball bearing swivel shall be utilized between the pull line and the end of the cable to prevent the cable from twisting during installation. Large diameter wheels, pulling sheaves, and cable guides shall be used to maintain the appropriate bending radius. During cable installation, the bend radius shall be maintained at a minimum of twenty times the outside diameter of the cable. The cable shall not be stressed beyond the minimum bend radius at any time during installation. Tension monitoring shall be provided at all times during the pulling operation and shall be accomplished using commercial dynamometers or load-cell instruments. Fiber optic cable shall be installed using a cable pulling lubricant recommended by both the fiber optic cable and the conduit manufacturer, and a non-abrasive pull rope/tape conforming to the provisions described under "Conduit" elsewhere in these Special Provisions. Cable lubricant shall be compatible with the fiber optic cable outer sheath and existing cable where fiber cable is installed in a conduit with other existing cable. Lubricant shall be applied according to the manufacturer's recommendations. The Contractor's personnel shall be stationed at each vault and pull box through which the cable is to be pulled to lubricate and prevent kinking or other damage to the cable. The Contractor shall submit detailed installation procedures (pull plans) for review twenty (20) working days prior to pulling in each optical fiber segment. The pull plan shall state the exact operational procedures to be utilized and identifies the physical locations for equipment placement, proposed equipment setup at each location, location of the manpower, the pulling methodology and the estimated pulling tensions for each pull section. The Contractor shall provide the pulling tension calculations and any backup information with the pull plan. Where the fiber optic cable is installed in existing conduit or utility ducts that contain existing cables, the Contractor shall install the fiber in conduit without removal of the existing cables, unless otherwise specified on the plans. The Contractor shall be responsible for replacing any cables damaged during removal and reinstallation at the cost of the Contractor and not the Engineer or the City. \\cnb.lcl\data\Users\PBW\Shared\Contracts\FV36-17 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1 - 17T01\BIDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 14 Cable slack shall be provided for each cable at each fiber optic splice location, as shown on the plans and as specified in these Special Provisions. Cable slack shall be divided equally on each side of a splice closure or pull box. Sufficient slack shall also be provided at all pull boxes to facilitate placing the optical fiber cable against the side of the pull box. At all pull boxes and cable vaults, cable slack, as shown on the plans, shall be left by the Contractor for all installed fiber cable. Cable slack shall be coiled and secured to the racking hardware with tie wraps. The Contractor shall ensure that the minimum bending radius of the optical fiber cable is not compromised when preparing this stored cable slack. Following installation of the cable in duct, all duct entrances in cabinets, pull boxes and vaults shall be sealed with mechanical plugs; or at the discretion of the Engineer, duct sealing compound, to prevent the ingress of moisture, foreign materials and rodents. 3.13 SPLICING Fiber optic cable shall be installed without splices except where specifically allowed on the Plans or described in these Special Provisions. The single -made fiber optic cables designated as mainline cable shall be spliced only at pull box locations as shown on the plans. When splicing into a mainline cable, only those fibers associated with a specific traffic control device shall be severed. All other fibers shall remain intact. The Engineer may allow additional splices between these specified locations. Splicing - Optical fibers shall be spliced using the fusion splice method and the insertion loss shall not exceed 0.07 dB of loss per splice. Field splicing is permitted for the following: • Connection of cable reel sections. • Connection of a mainline cable to a drop cable. • Connection of service drop cable or breakout cable to an optical fiber pigtail at traffic equipment cabinets or the patch panels in a hub equipment cabinet or at the TMC. • Connection of the mainline cable to an optical fiber pigtail at the FDU in the TMC or at the field location as shown on the plans. • Connection of two or more mainline fiber optic cables as shown on the plans. The Contractor shall not exceed the maximum number of field splices permitted as shown on the plans. Completed splices shall be placed in a splice tray. The splice tray shall then be placed in a watertight splice enclosure. Field splices shall be conducted only at locations as shown on the plans as an approved splice location. All splicing equipment shall be in good working order, properly calibrated, and meeting all industry standards and safety regulations. Cable preparation, closure installation, and splicing shall be accomplished in accordance with accepted and approved industry standards. Using a mid -span splicing method, a drop cable shall be joined to the fibers in the fiber optic cable span. The termination splices shall be placed in a splice tray and the splice tray(s) shall then be placed in a watertight splice closure. \\cnb.lcl\data\Users\PBW\Shared\Contracts\FV36-17 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1- 17701\13I1DDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 15 Equipment cabinets shall be equipped with splice trays suitable for storage and protection of each single -mode optical fiber pigtail and the splice connection to cable fibers. Equipment cabinets shall be equipped with a suitable means for routing and securing of cables, fibers, and pigtails to prevent damage to fibers during all regular operation and maintenance functions All splices shall be protected with a thermal shrink sleeve. All fibers shall be labeled in the splice tray with permanent vinyl markers. Pigtail ends shall also be labeled to identify the destination of the fiber. Pigtail ends shall also be labeled to identify the destination of the fiber. Upon completion of the splicing operation, all waste material shall be deposited in suitable containers, removed from the job site, and disposed of in an environmentally acceptable manner. 3.14 FIBER OPTIC CABLE ASSEMBLIES Cable assemblies (connectors, pigtails and jumpers) shall be products of the same manufacturer. The cable used for cable assemblies shall be made of fiber meeting the performance requirements of these Special Provisions for the fiber optic cable being connected, except that the operating temperature shall be modified to -20° C. to +70" C. Manufacturer's attenuation test results shall be provided for all cable assemblies. The outer jacket of jumpers shall be yellow. Optical Fiber Connectors - All optical fiber termination components shall meet or exceed the applicable provisions of TIA/EIA-455-B, Standard Test Procedure for Fiber Optic Fibers, Cables, Transducers, Sensors, Connecting and Terminating Devices, and Other Fiber Optic Components. All optical fiber connectors shall be of industry standard approved connector for single -mode optical fiber and shall meet or exceed the applicable provisions of TIA/EIA-455-2C (FOTP-2), Impact Test Measurements for Fiber Optic Devices, TIA/EIA-455-5B (FOTP-5), Humidity Test Procedure for Fiber Optic Components, and TIA/EIA-455-34A (FOTP-34), Interconnection Device Insertion Loss Test. When tested in accordance with FOTP —2, the connector assembly will be subjected to ten impact cycles by being dropped from a height of 1.5 m. The maximum insertion loss measured before and after the impacts should be < 0.50 dB. The mean insertion loss of the before and after impacts should be < 0.30 dB. The insertion loss increase measured before and after the impacts should be < 0.30 dB. The maximum reflectance measured before and after the impacts should be < 40 dB. When tested in accordance with FOTP — 5, the connector assembly will be subjected to test conditions of 75 °C and 95% relative humidity for 7 days. Measurements of loss and reflectance will be made at the beginning of the test, at a minimum of six hour intervals during the test, and at the end of the test. The maximum insertion loss measured before, during, or after the test should be < 0.50 dB. The mean insertion loss of the before, during, or after the test should be < 0.30 dB. The insertion loss increase measured before, during, or after the test should be < 0.30 dB. The maximum reflectance measured before, during, or after the test should be <40 dB. Optical fiber connectors shall satisfy all of the interface parameters of equipment components as may be defined by the transmission equipment specifications. All optical fiber connector assemblies shall be \\cnb.lcl\data\Users\PBW\Shared\Contracts\FY36-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1 - 17r01\8IDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 16 machine polished for low back -reflection and low insertion losses at both 1310 nm and 1550 nm operating wavelengths. Single -mode pigtails shall be provided with factory pre-connectorized single -mode connectors. Connectors shall have maximum insertion loss of 0.27 dB or better. Connectors shall have a stainless- steel barrel (coupling nut) with a bayonet connection design, ceramic (zirconia) ferrule. Each connector shall be capable of 200 repeated matings with a total maximum additional increase in insertion loss after 200 matings limited to 0.30 dB. Each connector shall have a return loss (back reflection) equal to or better than 55 dB. All connectors shall be factory -assembled and tested. There shall be no fabrication of connectors in the field. All unmated connectors shall have protective caps installed. Couplers - Couplers shall be made of nickel plated zinc or a glass reinforced polymer that is consistent with the material forming the associated approved connector. The design mechanism for mounting the coupler to the connector panel may be flanged or threaded but shall coincide with the connector panel punch -outs. All coupler sleeves shall be ceramic of the split clamshell or cloverleaf design. The temperature operating range for couplers shall be the same as that specified for the connectors. Pigtails - Pigtails shall be of simplex (one fiber) construction, in 900 Om tight -buffer form, surrounded by aramid for strength, with a connector on one end. The outer jacket shall be yellow PVC with a nominal diameter of 3 mm, marked with the manufacturer's identification information. All pigtails shall be of adequate length for the intended connection purpose, but not less than one meter in length. Pigtails installed in conduit shall follow the installation procedures outlined for fiber optic cables, except that the pulling tension shall not exceed 500 N (110 Ibf.). Jumpers - Jumpers shall be duplex. All jumpers shall be at least two (2) meters in length, sufficient to avoid stress, and allow orderly routing. Jumpers shall have appropriate connectors on both ends. 3.15 FIBER ASSIGNMENTS The fiber assignments tables and schematics will be provided as part of the plans. \\cnb.lcl\data\Users\PBW\Shared\Contracts\FV16-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1- 17T01\BIDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 17 3.16 FIBER OPTIC CABLE LINK TESTING The installed optical fiber cable shall be tested for compliance with the transmission requirements of this specification, the cable and hardware manufacturer's specifications, and prescribed industry standards and practices. The Contractor shall provide all personnel, equipment, instrumentation, and materials necessary to perform all testing herein. Multiple tests shall be required prior to shipment as well as before and after installation of the cable. The results of these tests shall be logged and posted in the cabinet and in a conspicuous location for future comparisons. Documentation of all test results shall be provided to the Engineer within two working days after the field tests are performed. The documentation shall also be made part of and submitted as part of the Operations & Maintenance Manual. The types of acceptance tests required by the City of fiber optic cable system certification are: • Documentation of compliance with the fiber specifications, as specified in these Technical Provisions, shall be supplied by the fiber manufacturer. Before shipment, but while on the shipping reel, 100% of all fibers shall be tested for attenuation. Copies of the results shall be: - Maintained on file by the fiber manufacturer, with a file ID number for a period of five (5) years. - Attached to each fiber cable shipping reel in a waterproof pouch. - Results of test to be submitted to the city in a CD. - Submitted to both Contractor and Engineer and shall be made part of the Operations and Maintenance Manual. Continuity Testing (Before Installation) The fiber cable shall be physically inspected on delivery and the attenuation shall be measured for 100% of the fibers. In addition, the continuity test procedure shall be used on short links (less than 300 feet) of the cable system during construction to validate continuity of fiber elements. Failure of any single fiber within the cable to comply with these Technical Provisions shall be cause for rejection of the entire reel. Test results shall be recorded, dated, compared and filed with the copy accompanying the shipping reel in a waterproof pouch. Attenuation deviations of greater than 5`y from the shipping records shall be brought to the attention of the Engineer. The cable shall not be installed until completion of this test sequence and the Engineer provides written approval. Copies of traces and test results shall be submitted to the Engineer in a CD. If test results are unsatisfactory, the reel(s) of fiber optic cable shall be rejected. The rejected reel(s) of cable shall be replaced with new reel(s) of cable at the Contractor's expense. The new reel(s) of cable shall be tested upon delivery as described herein. Cable continuity shall be verified using a visual light source, typically a 635 -nm laser diode. For cables with insertion loss of less than 3 dB, the light source shall be the Corning Cable System OS -1 ODD test set, a RIFOCS 263A visual fault finder, or equivalent. The continuity test procedure shall also be used to verify continuity on all fibers prior to measuring pre -installation attenuation using an Optical Time Domain Reflectometer (OTDR). This insures that the \\cnb.lcl\data\Users\PBW\Shared\Contracts\FV16-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) 0- 8337-1 - 17T01\BIDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 18 fibers are completely continuous from end to end, since single -ended OTDR tests cannot reveal fiber discontinuities close to the cable endpoints. Continuity Testing (After Installation) These tests shall occur after the termination process has been completed. Each point-to-point link shall be tested for optical power loss with an OTDR in both directions. The connectors shall be identified by numbered colored tape, where each tape color shall be consistent throughout the project. The Contractor shall use OTDR testing to insure that each fiber is one continuous length (contains no splices within the cable structure) and meets the attenuation specifications of the manufacturer and cognizant industry standards. OTDR measurements made before the cable installation provide baseline data for comparison to post -installation OTDR tests. The OTDR test also provides useful measurements and documentation for the installed system. Therefore, OTDR traces shall be generated into a hard copy and software file on a CD for the purpose of developing historical as -built, documentation regarding the cable's condition before and after it was installed. The hard -copy and CD documentation shall be provided to the City. The recordings shall also be made part of and submitted as part of the Operations & Maintenance Manual. If specialized software (i.e. other than Microsoft Office Products) is needed to access and read OTDR electronic test results, the Contractor shall provide licensed software to the City at no cost. Prior to conducting OTDR tests, the Contractor shall provide the City with information regarding the test equipment to be utilized (manufacturer and model number) plus the equipment calibration procedures that will be utilized by the Contractor. Quality tests shall consider both attenuation and localized loss discontinuities. The OTDR shall be equipped with a switchable, dual wavelength module with 1300 nm and 1550 nm light sources, and be compatible with single mode test fibers. The OTDR shall either be capable of writing to a floppy disk or configured with a plotter to provide a hard copy record of each test measurement. The OTDR shall be equipped with sufficient internal masking to allow the entire cable section to be tested. This may be achieved by using an optical fiber pigtail of sufficient length to display the required cable section, or by using an OTDR with sufficient normalization to display the required cable section. A hard copy XY plot shall be provided to the City for all fiber optic tests. All traces shall display the entire length of cable under test, highlighting any localized loss discontinuities. The trace shall display fiber length (in meter/feet), fiber loss (dB), and average fiber attenuation (in dB/mile) as measured between two markers placed as near to the opposite ends of the fiber under test as is possible while still allowing an accurate reading. Time averaging shall be used to improve the display signal-to-noise ratio. If connectors exist in the cable under test, then two traces shall be recorded. One trace shall record the fiber loss (dB) and average attenuation (dB/mile) of the entire cable link, including connectors. The second trace shall display a magnified view of the connector regions, revealing the connector losses (dB). All connector losses shall be measured using the Least Squares Approximation (LSA) or 5 -point splice loss measurement technique. The OTDR trace shall also include the following information: \\cnb.lcl\data\Users\PBW\Shared\Contracts\FY16-17 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1 - 17T01\BIDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 19 • The date and time of the test • The Cable ID number • The fiber color or ID number • The optical wavelength used for the test • The refractive index setting of the OTDR • The pulse width setting of the OTDR *The averaging interval of the test Each connector shall be tested for optical loss using an OTDR. Measure each connector in both directions, at 1550 nm, for single mode connectors. An XY plot, from the OTDR, shall be provided for each connector measurement. Connector loss shall meet or exceed the requirements of the connector specifications. The OTDR shall be calibrated for correct index of refraction to provide proper length measurement for the known length of reference fiber. Insertion Loss Testing (After Installation) Insertion loss testing is performed after the cable has been installed, terminated with connectors, and connected to the patch panels. It is used to closely emulate the losses incurred in a fully assembled optical data link. It measures actual losses through connector panels and fiber cable. A light source from an insertion loss test set directly replaces the data transmitter at the output launch point and an optical power meter replaces the data receiver at the data receiver input port. The Contractor shall conduct insertion loss testing on all installed and terminated optical fiber elements. Insertion loss test measurements for each fiber on each cable shall be documented by the Contractor and the results provided to the City. Testing shall be conducted at 1550 nm for all single mode cables. Total end-to-end loss for each fiber in each cable shall be within the fiber optic modem manufacturer's allowable loss budget specifications. If it is not, the Contractor shall take corrective measures to bring the cable link's insertion loss into compliance with the manufacturer's specifications, including remating and re -termination of the connectors, and/or replacement of the cable. The Contractor shall provide the City with information regarding what type of test equipment will be utilized (manufacturer and model number) plus the equipment calibration procedures that will be utilized by the Contractor prior -to conducting this test routine. The test recordings for all fiber cables shall be provided on documentation sheets in a form to be determined by the City and submitted to the City within two (2) weeks after termination of the fiber elements. The recordings shall also be made part of and submitted as part of the Operations & Maintenance Manual, discussed elsewhere in these Special Provisions. 3.17 INSERTION LOSS TEST EQUIPMENT (FIBER OPTIC CABLE) 1. Testing Light Source: An LED laser light source with a wavelength equal to the operational system wavelength shall be used. The LED shall be stable within 0.1 dB in output power over a time period sufficiently long to perform the measurement. 2. Launch Reference Cable: It shall provide for attachment to the light source. The launch reference cable shall be of the same fiber size and type as the fiber under test. To eliminate cladding modes, a self -mode -stripping cable or a low loss (-0.5 dB) mandrel wrap mode filter shall be used. 3. Power Meter: The detector in the power meter shall have an effective numerical aperture (NA) and active area that is larger than the fiber under test. The power meter shall have a \\cnb.lcl\data\Users\PBW\Shared\Contracts\FY16-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1- 17T01\6IDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 20 sufficient measurement range to measure the insertion loss of the cable and connectors in the link. The power meter must be linear over the range of losses to be measured in the system and have sufficient resolution for the proposed measurements (0.05 dB). The power meter must be able to measure both absolute power in units of dBm and relative loss in units of dB. The power meter must also be able to change its calibration wavelength to match the system (1310 nm, or 1550 nm) operation wavelength. The meter shall be capable of measuring to -70 dBm. 3.18 INSERTION LOSS TEST PROCEDURES AND EXECUTION The Contractor shall provide all personnel, equipment, instrumentation and supplies as necessary to perform all testing. • Zero Reference Cable: Connect the launch reference cable between the test light source and the power meter detector. Illuminate the reference cable and record the optical power as Ref. Power 1 in dBm. • System Insertion Loss: The system to be tested shall be inserted between the launch reference cable and the power meter, completing the optical path from the LED to the power meter. Record the optical power shown on power meter as Test Power 1 in dBm. System Insertion Loss 1 is then calculated by the following equation: NOTE: Record insertion loss as a positive value. System Insertion Loss 1 (dB) = Ref. Power 1 (dBm) — Test Power 1 (dBm) The system under test shall then be tested from the other end in a similar fashion as above. Here, record the output of the launch reference cable as Ref. Power 2 and the output of the system link as Test Power 2. System Insertion Loss 2 is calculated identically: System Insertion Loss 1(d B) = Ref. Power 1 (dBm) — Test Power 1 (dBm) The results of the insertion loss testing shall be recorded along with the test date, name of person performing the test, and the brand name, model number and serial number of the equipment used during the test. All results shall be made part of and submitted as part of the Operations & Maintenance Manual, discussed elsewhere in these Special Provisions. 3.19 FIBER OPTIC CABLE ROUTE RECORDS The Contractor shall provide the City with a cable route diagram indicating the actual cable route and foot marks, for all intersections, directional change points in the cable routing, and all termination points. The Contractor shall record these points during cable installation. Cable system As -Built drawings showing the exact cable route shall be provided by the Contractor to the City. Information such as the location of slack cable and its quantity shall also be recorded in the cable route diagram. This information shall be included as part of the Operations & Maintenance Manual. Each fiber connectors and patch panel connectors shall be tagged with its fiber number and associated field element location. Each tag shall be permanently attached by a nylon tie -lock to the cable or connectors. The cable shall be tagged in each pull box. 3.20 #10 GREEN TRACER WIRE The Contractor shall furnish and install #10 green wire in all conduit segments where fiber optic cable is installed, as shown in the plans, including all new and existing conduit segments where work is completed. All #10 wires entering a pull box shall be joined by a split -bolt connector. \\cnb.lcl\data\Users\PBW\Shared\Contracts\FV16-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1 - 17T01\8IDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 21 4.0 FIBER PATCH PANEL/WALL INTERCONNECT UNIT 4.1 GENERAL Fiber Patch Panel (also called Wall Interconnect Center (WIC)) shall be furnished and installed at the locations shown on the Plans. The section includes material and installation for fiber patch panel. 4.2 DESCRIPTION The fiber patch panel shall act as the demarcation point between the fiber optic cable via the fiber pigtail from the splice closure and the terminal equipment via the fiber optic patch cords. The Contractor shall furnish and install matching connectors. The approved type optical connectors on the end of each pigtail shall screw into a sleeve securely mounted to a patch panel within the fiber patch panel enclosure. The maximum optical loss across the connection shall not exceed 0.4 dB. The fiber patch panel housings installed in 332 cabinets shall be rack -mounted in the outdoor traffic signal controller cabinets, as shown on the plans. Contractor to verify rack space for fiber patch panel prior to procurement. If space limitations exist, Contractor shall notify Engineer. The fiber patch panel housings installed in NEMA cabinets shall be wall or shelf mounted in the outdoor traffic signal controller cabinets, as shown on the plans. Preference is for fiber patch panel to be wall mounted on side of cabinet. The Contractor shall verify space in cabinet and provide recommendation to Engineer for mounting. The fiber patch panel shall accept a minimum of twelve (12) fiber terminations (in and out). The cabinet shall have fiber optic cable entrances with cable sheath strain relief, leading to the fiber patch panel. All fiber terminations on the patch panel, located in the traffic signal controller cabinet, shall be LC type connectors. The Fiber Patch Panel shall be Corning Cable System or approved equal. Rack mounted fiber patch panel shall be Corning CCS -01 U, shelf/wall mounted fiber patch panel shall be Corning SPH -01P, or approved equals. \\cnb.lcl\data\Users\PBW\Shared\Contracts\FV16-17 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1 - 17101\13IDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 22 5.0 FIBER DISTRIBUTION UNIT (FDU) AND RACK 5.1 GENERAL The Contractor shall furnish and install fiber distribution unit (FDU) sized to be rack -mounted in the new or existing equipment rack in the City Building equipment room as shown on the Plans. The FDU shall have the capacity to terminate and connect all fiber optic cable strands installed by Contractor as part of this Project, as shown on the Plans. Contractor shall coordinate installation of rack and FDU with Engineer. The section includes material and installation for fiber distribution unit. The MIS at the City Buildings shown in the plans shall serve as the demarcation point for work to be completed by Contractor and work to be performed by others. The Contractor shall be fully responsible for furnishing, installing and testing of the FDU at each City Building and all Field Work elements. From, but excluding the FDU, others will be responsible for elements inside the City Buildings. 5.2 DESCRIPTION OF FDU FDU shall consist of two parts: a splice shelf and a fiber patch panel. The splice shelf shall house and protect fusion splices of fibers to optical fiber pigtails with six (6) feet of pigtail slack on each fiber. The FDU shall house and protect the required quantity of connectors and splices on each pigtail and slack for fiber optic patch cords. The fiber pigtail slack shall be neatly coiled and secured in a manner that does not allow the minimum operational bending radius of the pigtail to be exceeded. The approved type optical connectors on the end of each pigtail shall screw into a sleeve securely mounted to a patch panel within the FDU enclosure. The maximum optical loss across the connection shall not exceed 0.4 GIB. The patch panel shall be capable of single mode terminations grouped by six (6) to eight (8) connector sub -panels. The housing shall have fiber optic cable entrances with cable sheath strain relief. All fiber terminations on the FDU, located at communication hubs, shall be LC type connectors. The Contractor shall provide pre -wired connectors panels, fiber pigtails, interconnection sleeves, and connector panels as required to make the indicated connections. The FDU shall have the spare capacity to hold the required number of connector panel modules and fiber capacity splice trays. The Contractor shall provide trays to house the entire number of fibers within the cable for future use. Prior to ordering the FDU and associated equipment, the Contractor shall provide submittals of the exact equipment proposed to the Engineer. The Engineer must approve the equipment submittals prior to ordering. The FDU shall be Corning Cable System or approved equal. 5.3 DESCRIPTION OF RACK One (1) open -framed cable management rack shall be installed in the communication room at the General Services. The rack shall be affixed to the floor. Rack shall include a cable management ladder that extends beyond the top of the rack and is affixed to a cable tray. The Contractor shall receive direction from Engineer on location of rack within room. \\cnb.lcl\data\Users\PBW\Shared\Contracts\FV16-17 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C. 8337-1- 17T01\BIDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 23 Specific requirements of the communication rack include: • Adjusts to a 23" racking width without extra hardware. • Adjustable depth from 10" to 18". • Ideal for high-density racking. • Extra -large 9.5" interior cabling channel between posts. • Corner posts allow for a 2.5" vertical cable channel and include pass-through holes for inner ganging. • Multiple mounting points for cable ties and cable management spools. • Side cutouts provide cable access between racks. • 12-24 tapped mounting holes. • Rack Units — 45 • Uninterrupted Power Supply (UPS) with at least 15 -minute capacity shall be installed in rack • Black in color • Warranty — Lifetime The Rack shall be Chatsworth Model #46353-701 with Cable Management Model #30530-719 and 11730-701 or approved equal. 5.4 INSTALLATION The Contractor shall furnish and install the communication rack at the designated City Buildings based on direction from Engineer and Newport Beach IT Department. The FDU(s) shall be installed in new or existing 19" EIA rack, as shown on the plans or specified in these Special Provisions, unless otherwise directed by the Engineer. \\cnb.lcl\data\Users\PBW\Shared\Contracts\FY16-17 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1- 17T01\BIDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 24 6.0 SPLICE CLOSURES 6.1 GENERAL Any below ground fiber optic splices or fiber optic splices exposed to the elements shall be contained in a waterproof, rodent proof, re -enterable fiber optic splice closure designed for use on optical fiber cables in a cable vault environment where total and continuous submersion in water may be expected. Splice closures shall be complete with outer and inner closures, splice organizer trays, brackets, plugs, clips, cable ties, seals and sealant, and a dry encapsulate and shall conform to the following Special Provisions. 1. The fiber optic splice closure shall conform to the requirements of Bellcore GR 771 and shall be designed for a temperature range of -40° C. to +70° C. 2. The splice closure shall be suitable for either a direct burial or pull box/vault application. 3. The size of the closure shall allow all the fibers of the largest fiber optic cable to be spliced to a second cable of the same size. The closure shall be not more than 18 inches in length and not more than 4 inches in diameter. The closures shall be designed for both horizontal and butt splicing. 4. All materials in the closures shall be non-reactive and shall not support galvanic cell action. The outer -closure shall be compatible with the other closure components, the inner closure, splice trays, and cables. 5. The outer -closure shall protect the splices from mechanical damage; shall provide strain relief for the cable, and shall be resistant to salt corrosion. The outer -closure shall be waterproof, and re -enterable. The outer -closure shall be flash -tested at 100 kPa. 6. The inner -closure shall be of metallic construction. The inner -closure shall be compatible with the outer closure and the splice trays and shall allow access to and removal of individual splice trays. 7. The splice trays shall be compatible with the inner -closure and shall be constructed of rigid plastic or metal. 6.2 INSTALLATION 1. Adequate splice trays shall be provided to splice all fibers of the communication cable with the greatest fiber count entering the closure. 2. Upon completion of the splices, the splice trays shall be secured to the inner closure. The Contractor shall verify the quality of each splice prior to sealing the splice closure. 3. The closure shall be sealed using a procedure recommended by the manufacturer that will provide a waterproof environment for the splices. Encapsulant shall be injected between the inner and outer closures. 4. Care shall be taken at the cable entry points to ensure a tight salt resistant and waterproof seal is made which will not leak upon aging. It is acceptable to have multiple service drop cables enter the fiber optic splice closure through one hole as long as all spaces between the cables are adequately sealed. 5. The splice closure shall be mounted horizontally in a manner that allows the cables to enter at the end of the closure without exceeding any minimum bending radius specification. 6. All fiber optic cable splicing performed on this project shall be of the fusion type. All fiber optic cable splices shall be of the fusion type and shall not exceed 0.1 dB loss per splice. \\cnb.lcl\data\Users\PBW\Shared\Contracts\FV16-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1 - 17T01\BIDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 25 7. The field splices shall connect the fibers of the two (2) fiber optic cable lengths together. The termination splices shall connect the fiber optic cable span ends with pig tails. The field splices shall be placed in a splice tray, and then the splice tray with splice shall be placed in a splice closure. 8. The termination splices shall be placed in a splice tray and the splice tray with splice shall then be placed in a fiber distribution unit or field cabinet as required. All splices shall be protected with a thermal shrink sleeve. 9. The fiber optic field splices shall be enclosed in splice closures, which shall be waterproof, rodent proof, and re -enterable, and shall accommodate all the fibers in a single cable. 10. The microduct coupling shall house the fiber optic cable up to the cable opening in the splice closure. The Contractor shall furnish and install fiber optic splice closures capable of accommodating a minimum of six (6) splice trays and a maximum of 72 splices. The splice closure shall also include the required encapsulant. The splice closure shall be able to accommodate up to four (4) cable entries. If all four cable entry holes are not required, the remaining unused entry holes will be closed such that moisture does not enter the splice closure and affect the operation of the fiber optic cable. The splice closure shall have sleeves to size the cable entry to the appropriate cable diameter. Each splice closure shall come equipped with the required number of single mode splice trays. Included within the splice closure, the Contractor shall also supply and install splice trays. Each spice tray shall be appropriately sized to fit inside the splice closure. The splice trays shall be of injection molded plastic type with a clear plastic cover so allow visibility of fibers without opening the tray. Each splice tray shall handle up to twelve (12) single mode fusion splices. A minimum of three unopened kits required for the resealing of the splice closure shall be supplied with this contract and considered as part of the necessary equipment. Splice closures, encapsulant, trays, and reseal kits shall be from Corning Cable Systems, or approved equal. \\cnb.icl\data\Users\PBW\Shared\Contracts\FY16-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1- 17TO1\BIDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 26 7.0 ETHERNET SYSTEM The following items are included in the Ethernet System: 1. Ethernet System 2. Testing 3. Warranty 7.1 GENERAL All Ethernet switches will be City -Furnished. The locations for the installation of Ethernet and aggregation switches are shown on the corresponding design plans. Aggregation Ethernet Switches will be Contractor- installed in City -Facilities as shown on the plans. The Ethernet Switches with power supplies shall be City -Furnished and installed by the Contractor. The Contractor shall furnish and install CAT6 cable and fiber optic jumpers to complete connections to fiber patch panel and installed hardware. 7.2 CAT&A CABLE The Contractor shall furnish and install CAT6-A cable and complete connections from Ethernet Switch and installed equipment in controller cabinet including traffic signal controller and video encoder, at locations as shown on the plans. The Contractor shall furnish and install CAT6-A cable and complete connections from Aggregation Switch and installed equipment in rack, at locations as shown on the plans. 7.3 INSTALLATION The Ethernet Switches and Aggregation Switches will be City -Furnished and configured by others. Contractor shall install switches as shown on the plans and as directed by Engineer. 7.4 TESTING The Contractor shall complete on-site acceptance testing of installed items and certify in writing to City that installed items operate within manufacturer's requirements. 7.$ WARRANTY The supplier of equipment shall warranty on work performed to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. The term of the warranty on work performed shall be a minimum of one (1) year from date of acceptance. \\cnb.lcl\data\Users\PBW\Shared\Cantracts\FY16-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1- 17701\BIDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 27 8.0 POWER STRIP 8.1 GENERAL The Contractor shall furnish and install one power strip at each intersection as shown in the plans. The power strip shall be used to power the Ethernet switches and other proposed equipment at each location as shown on the Plans. Power strips installed in NEMA cabinets shall be wall -mounted. Power strips installed in Caltrans standard cabinets shall be 19 -inch rack -mounted. 8.2 WALL -MOUNTED POWER STRIP The power strip shall be designed for installation in a traffic signal controller cabinet. The power strip shall be wall -mountable in NEMA cabinets (locations to receive ASC/3 controllers). Power strips shall meet the following minimum requirements. 1. 15A 125V AC 2. UL and cUL listed 3. 6 heavy duty 15A sockets minimum. 4. All sockets unswitched 5. 2450 Joules 6. Clamping voltage: 330V 7. 12 foot 14/3 SJT cord — Contractor shall shorten cable length once installed to minimize slack cable 8. Spike Current: 84000 AMPS 9. Power shut down 10. 12 to 16 inches long Wall -mounted power strip shall be installed on the side of the controller cabinet near the front of the inside portion of the cabinet. The Contractor shall plug power strip into accessory receptacle in the traffic signal controller cabinet. 8.3 19 -INCH RACK -MOUNTED POWER STRIP Power strips shall meet the following minimum requirements. 1. 15A 125V AC 2. UL and cUL listed 3. 6 heavy duty 15A sockets minimum. 4. All sockets unswitched 5. 2450 Joules 6. Clamping voltage: 330V 7. 12 foot 14/3 SJT cord — Contractor shall shorten cable length once installed to minimize slack cable 8. Spike Current: 84000 AMPS 9. Power shut down 10. 19 inches long for rack -mounting \\cnb.lcl\data\Users\PBW\Shared\Contracts\FV16-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1- 17TO1\8IDDING DOCU ME NTS\TSRehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 28 11. Rack mountable in 1U space Rack -mounted power strip shall be installed on the rear side of the cabinet in the uppermost portion of the rack. The Contractor shall plug power strip into accessory receptacle in the traffic signal controller cabinet. The power strip shall be Tripp -Lite ISOBAR8UItra-NEMA and ISOBAR12Ultro-Rack-Mount, or approved equal. \\cnb.lcl\data\Users\PBW\Shared\Contracts\FV36-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1 - 17T01\BIDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 29 9.0 ETHERNET RADIO SYSTEM The following items are included in the Ethernet Radio System: 1. Ethernet Radio System 2. Testing 3. Warranty 9.1 GENERAL The Ethernet Radio System will be Contractor Furnished and Installed. The locations for the installation of the Ethernet Radio System are shown on the corresponding design plans. 9.2 REQUIREMENTS The Ethernet Radio System shall meet the following requirements: 1. 5.8 GHz Broadband Ethernet Radio 2. Dynamic Frequency Selection 3. 802.11 a compliant with bandwidth up to 35 Mbps 4. Environmentally hardened outdoor units 5. Include appropriate feet of CATS cable (per plans) and power injector The Ethernet Radio System shall be Encom EP-COMMPAK 88581NT or approved equal 9.3 TESTING The Contractor shall complete on-site acceptance testing of installed items and certify in writing to City that installed items operate within manufacturer's requirements. The Ethernet Radio System shall comply with all rules and regulations of the Federal Communications Commission (FCC) and these Special Provisions. 9.4 WARRANTY The supplier of equipment shall warranty on work performed to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. The term of the warranty on work performed shall be a minimum of one (1) year from date of installation. \\cnb.lcl\data\Users\PBW\Shared\Contracts\FY16-17 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1- 17701\13IDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 30 10.0 CCTV SYSTEM 10.1 GENERAL The Closed Circuit Television (CCN) Camera System shall comply with all rules and regulations of the Federal Communications Commission (FCC) and these Special Provisions. The CCN camera system including the dome camera, CCN cable (video/data/power), and CCTV camera mounting hardware and shall be Contractor -furnished. The Contractor shall install the CCTV camera system at locations as shown on the Plans. 10.2 CCTV IP DOME CAMERA The Camera shall be IP, Color CCD and capable of producing no less than 720P resolution and communicate using non-proprietary control protocol. It shall have Pan, Tilt, Zoom (PTZ) capabilities, NTCIP control language, and a minimum optical zoom of 30 X and be manual/auto focus capable. The camera shall be able to operate with a continuous 3600 rotation (no stops). The camera shall be able to operate a light rating of 3.0 lux at 60 frames per second color and at 0.3 lux at 60 frames per second black and white. The camera shall operate at NEMA TS2 voltage levels of 89 VAC to 135 VAC and environmental temperatures of -340 to 74°C. The camera shall have a minimum of 6 programmable privacy zones, zones at which the video is blanked, and 32 presets. The camera shall be in a pressurized sealed enclosure and have a built in character generator for site ID name and/or number, and alarm codes. The camera shall weigh no more than 20 lbs. and shall have dimensions no greater than 18 inches tall and 15 inches long. All equivalencies must be approved by the Engineer prior to procurement. The camera shall have the following features: • Network Interface— Ethernet(100BaseT-Tx) • Protocol —TCP, IGMP, RTSP, NTP, HTTP, ONVIF Profile S, NTCIP • CODECs — H.264 and MPEG (720p) • Pan Range -360° • Tilt Range - S° to -90° • Power — POE++ Camera shall use pole -mounting hardware provided by the dome CCN camera vendor, capable of mounting to a vertical traffic signal pole. The pole mount shall be affixed to the pole to extend the camera towards the center of the signalized intersection. The dome CCN camera and mounting hardware shall withstand a wind load of 80 mph when affixed to traffic signal pole without permanent damage to mechanical and electrical equipment. The CCN Dome Camera shall be COHU Model Rise 4220HD 4221-1000 Dome, or approved equal. The POE++ Injector shall be COHU Model Enable -IT 7412007-003, or approved equal. 10.3 CCTV INTEGRATED CAMERA CABLE The integrated CCTV camera cable shall be procured from the CCN camera vendor. No exceptions shall be allowed. The CCN cable shall be COHU Model CA276A series, or approved equal. \\cnb.lcl\data\Users\PBW\Shared\Contracts\FY16-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1 - 17T01\13IDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 31 11.0 CONDUIT 11.1 GENERAL This section shall govern to furnish and install conduit of the type and sizes shown on the plans and as directed by the Engineer. 11.2 REQUIREMENTS It is envisioned that all conduit will be installed by directional drill method and be high density polyethylene (HDPE) Schedule 80 UL continuous conduit. HDPE conduit shall be designed and engineered for direct burial, directionally drilled installation, or encased underground applications, and shall be installed at locations as shown on the plans. The PVC Schedule 80 UL conduit shall be designed and engineered for direct burial or encased underground applications, and shall be installed at the pull box modification locations where conduit elbows are upgraded to sweeps, or as shown on the plans. The PVC conduit shall be straight and the ends shall be cut square to the inside diameter. The PVC conduit system shall be designed so that straight sections and fittings will assemble with the need for lubricants or cement. All conduits shall be free from defects including non -circularity, foreign inclusions, etc. It shall be nominally uniform (as commercially practical) in color, density, and physical properties. If new conduit is being installed into an existing pull box location, the Contractor shall protect existing pull box and conduit from damage. Should the existing pull box and/or conduit become damaged, the Contractor shall repair and/or replace damaged pull box and conduit at the cost of the Contractor and not the City. Prior to repair/replacement, the Contractor shall notify the City of exact location and contents of damaged pull box and conduit. All pavement markings shall be returned to existing conditions. If disturbed, the Contractor shall replace or repair any and all pavement markings. All work shall be approved by the Engineer. The Contractor shall obtain written approval from the Engineer before installing any conduit. 11.3 QUALITY CONTROL All conduits furnished, as part of the Contract shall be new, UL -listed, and meet NEMA and NEC requirements pertaining to electrical conduits and components. 11.4 HDPE SCHEDULE 80 CONTINUOUS CONDUIT The size of the HDPE conduit shall be as shown on the plans and shall meet the following requirements: The HDPE Schedule 80 continuous conduit shall conform to NEMA TC -2 and UL651B. The conduit leading to splice vaults or pull boxes shall be terminated with a manufacture -produced terminator connector to seal the wall of the spice vault/pull box. The conduit shall be color coded black. \\cnb.lcl\data\Users\PBW\Shared\Contracts\FY16-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1 - 17TO1\6IDDING DOCUMENTS\TS Rehab 17TO1 SPECS SUPPLEMENTAL C-8337-1.doc 32 The conduit shall also be marked with data traceable to plant location, date, shift, and machine of manufacture. Conduit shall be Carlon or Endot made or approved equal. 11.5 PVC SCHEDULE HO CONDUIT The size of the PVC Schedule 80 conduit shall be as shown on the plans and shall meet the following requirements: The PVC Schedule 80 conduit shall conform to NEMA TC -2 and UL 651 specifications. The conduit shall have an extended 6" integral "bell" end. The conduit shall have a circumferential ring on the spigot end, which shall be used to insure proper insertion depth when connecting conduit ends. The conduit shall also be marked with data traceable to plant location, date, shift, and machine of manufacture. A complete line of fittings, adapters, and bends (sweeps) shall be provided by the conduit manufacturer and shall be manufactured from the same materials and manufacturing process as the conduit. The complete system will allow for all these fittings: Coupling Kits, Manhole Terminator Kits, Lubrication Fittings, and Repair Kits. Conduit shall be Carlon or Endot made or approved equal. 11.6 INSTALLATION All conduits shall be installed at locations as shown on the plans, or as directed by the Engineer. Locations of proposed conduit are approximate and may be changed to suit field conditions as directed or approved by the Engineer. Conduit shall be laid to a depth as shown on the plans. A minimum of thirty- (30) inches of cover to the top of the conduit is required at all locations. Conduit shall be placed in a manner to allow the cable/wire to be pulled in a straight line and clear the side of the pull box by at least two inches. Where conduits are shown on the plans to be installed parallel and adjacent to each other, they shall be installed together in a common trench or directional drill bore. Make right angle bends in conduit runs with long -radius elbows or conduits bent to radii not less than three (3) feet. All bend radii shall be three (3) feet unless otherwise set forth elsewhere in this Special Provisions or as directed by the Engineer. The sum of the angles for conduit bends between two consecutive pull boxes shall not exceed 270 degrees. All conduit bends shall be factory bends done by the manufacturer. Hot box or other field bends will not be accepted. The bell and spigot ends of each PVC conduit shall be chamfered \\cnb.lcl\data\Users\PBW\Shared\Contracts\FY16-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation 116-171 C- 8337-1- 17T01\BIDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 33 by the manufacturer. Transition of the conduit without bends shall not exceed more than one foot for every ten feet. Make bends and offsets so that the inside diameter of conduit is not effectively reduced. Unless otherwise indicated, keep the legs of a bend in the same plane and the straight legs of offsets parallel. Do not use diagonal runs except when specifically noted in the drawings. Provide a waterproof label on each end of the pull rope to indicate the destination of the other end. Conduits entering vaults shall terminate flush with the inside walls of each pull box. Conduits entering vaults and pull boxes shall be capped or sealed to prevent ingress of water, debris, and other foreign matters into the conduit. Immediately prior to installing cables, conduits shall be blown out with compressed air until all foreign material is removed. After cables have been installed, the ends of conduits shall be sealed with a reusable mechanical plug. Conduit and fittings shall be supplied with an ultraviolet inhibitor. Within pull box, conduit shall be placed to provide a minimum clearance of two (2) inches between the lowest portion of the opening and the bottom of the pull box. And there shall be a minimum clearance of eight (8) inches between the top portion of the opening and the top of the pull box. Conduit shall enter the pull box at not more than a 45 -degree angle. In addition, conduit may not be terminated less than 45 degrees to the ground level, except for pull boxes with extension. Conduit ends shall be terminated three (3) inches above the gravel surface and nine (9) inches clearance between the top of the bushing and the top of the pull box shall be provided. Within the splice vault, the conduit shall be laid no closer than two (2) inches from any wall of the splice vault. After conductors/cables have been installed, the exposed end of conduits remaining in pull boxes and controller cabinets shall be sealed with a sealing compound as approved by the Engineer. 11.6.1 DIRECTION BORE Conduit shall be installed by directional drilling method at the locations shown on the plans, unless specified otherwise by the Engineers. Drilling pits shall be kept at least two (2) feet clear of the edge of any type of pavement wherever possible. Conduit alignment shall be located under stamped pedestrian cross walks to prevent check pits in special pavement. Excessive use of water, such that pavement might be undermined or subgrade softened, will not be permitted. 11.6.2 TRENCHING Trenching in Newport Beach right of way shall conform to Newport Beach Standards. Installation of conduit in unpaved areas (dirt) shall conform to the following: \\cnb.lcl\data\Users\PBW\Shared\Contracts\FY16-17 CURRENT PROJECT5\300 - TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1- 17T01\BIDOING DOCU ME NTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 34 Conduit shall be placed in a trench approximately two (2) inches wider than the outside diameter of the conduit to be installed. Trench shall not exceed eight (8) inches in width. A minimum of thirty- (30) inches of cover to the top of the conduit is required. For all pull boxes the trench may be hand dug to required depth. Where cover to top of conduit is less than thirty- (30) inches, the conduit shall be placed in the bottom of the trench and the trench shall be backfilled with sand -cement slurry backfill, containing not less than two (2) sacks (188 pounds) of cement per cubic yard of Type I or II Portland cement added per cubic yard of imported sand and sufficient water for workability. The top four (4) inches shall be backfilled and compacted with native soil. \\cnb.lcl\data\Users\PBW\Shared\Contracts\FV16-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1- 17101\BIDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 35 12.0 PULL BOXES 12.1 GENERAL This section shall govern to furnish and install pull boxes as shown on the plans, complete with cover. 12.2 PULL BOX AND PULL BOX COVER Pull boxes shall conform to the provisions in the latest version of the Caltrans Standard Specifications and Standard Plan ES -8 and these Special Provisions for TRAFFIC pull boxes. All new TRAFFIC pull boxes shall be pull box number 6 (PB#6), or pull box number 6 with extension (PB#6E), as noted on the Plans. PB#6 shall have nominal dimensions of 30.5 inch L x 17.5 inch W x 12 inch D, as stated in these Special Provisions and per the Plans. PB#6E shall have nominal dimensions of 30.5 inch L x 17.5 inch W x 24 inch D, as stated in these Special Provisions and per the Plans. The cover marking for each pull box containing fiber optic cable shall read "TRAFFIC SIGNAL" on one line and "FIBER OPTIC' on second line. The cover marking for each pull box not containing fiber optic cable shall only read "TRAFFIC SIGNAL" on one line. Pull boxes shall be provided with locking mechanisms as specified in the Caltrans Standard Plans. All splice boxes shall have vertical proof -load strength of 25,000 lbs. This load shall be placed anywhere on the box and cover for a period of one minute without causing any cracks or permanent deformations. Splice boxes shall have nominal dimensions of 36 inch L x 24 inch W x 12 inch D, as stated in these Special Provisions and per the Plans. Where pull boxes are installed in sidewalk, sidewalk shall be removed and replaced from score line to score line as directed by Engineer. Pull boxes and covers in the sidewalk or behind the curb shall be per below, Christy "Fiberlite" models, or Engineer approved equal, unless otherwise noted on the Plans. Size Approved Models #5 Box Christy N30 Electrical Box #5 Lid Christy FL30T #6 Box Christy N36 Electrical Box #6 Lid Christy FL36T #6E Extension Christy B36X12 Splice Box & Lid Armorcast A600197APCX12 All new STREET LIGHT pull boxes shall be per City Standards STD -204-L and per the Plans. \\cnb.lcl\data\Users\PBW\Shared\Contracts\FV16-17 CURRENT PROJECTS\300 - TRANS PORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1- 17701\8IDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 36 12.3 INSTALLATION REQUIREMENTS All pull boxes shall be located at the locations shown on the Plans, or as directed by the Engineer. However, these locations may be changed to suit field conditions as directed or approved by the Engineer. No pull box shall be located on the driveway apron, or above catch basin, or within one (1) foot of any existing, proposed or future (as shown on plans) wheelchair ramp, or within one foot from the curb in case of streets without gutter, or within thirty (30) inches from any pole foundation, or other locations which may interfere with the movement of people or vehicles, unless approved by the Engineer. Pull boxes within unimproved areas shall have a Class 1 flexible Post Delineator, per Caltrans Standard Plan A73 -C installed adjacent to the pull box. Within the pull box, the conduit shall be placed in a manner that the lowest portion of the opening shall be a minimum of two (2) inches above the bottom of the pull box. The top portion of the conduit shall be not less than eight (8) inches from the top of the pull box. The maximum thickness of the rock shall be one (1) inch. The conduit shall also be placed in a manner to allow the cable/wire to be pulled in a straight line and clear the side of the pull box by at least two (2) inches. The distance between pull boxes shall not exceed 800 feet, unless otherwise shown on the plans, unless otherwise specified in the Plans or these Special Provisions, or as directed by the Engineer. A minimum of fifteen (15) feet of slack fiber optic cable, or length as shown on plans, shall be coiled in each pull box at all locations, unless otherwise specified in the Plans or these Special Provisions, or as directed by the Engineer. If new pull boxes are replacing existing pull boxes, the Contractor shall protect existing conduit and cable from damage. Should the existing conduit or cable become damaged, the Contractor shall repair and/or replace damaged conduit or cable. Prior to repair/replacement, the Contractor shall notify the Engineer and the City of exact location, and provide a detailed description of damage. Any existing features or improvements damaged by the Contractor shall be replaced in kind, at the cost of the Contractor and not the Engineer or the City. 12.4 INSTALLATION DETAIL Pull boxes shall be installed with lid and completely secured prior to any conductor or cable installation. Where the sump of an existing pull box is damaged 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 at the cost of the Contractor and not the City. Excavating and backfilling shall conform to the provision in section 86.2.01, "Excavating and Backfilling" of Caltrans Standard Specifications except that the backfill material shall not contain rocks graded larger than one (1) inch. \\cnb.lcl\data\Users\PBW\Shared\Contracts\FY16-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1 - 17T01\BIDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 37 13.0 TWISTED PAIR CABLE 13.1 GENERAL This item shall govern to furnish and install twisted pair cable in designated locations as shown on the plans and as detailed in accordance with these Special Provisions. 13.2 REQUIREMENTS Twisted pair cable shall be supplied in the configurations shown on the plans and specified in these Special Provisions. All materials furnished, assembled, fabricated or installed under this item shall be new, corrosion resistant and in strict accordance with the details shown on the plans and in these Special Provisions. All pairs in the cable shall be usable and free of defects, in order to meet or exceed all of the requirements contained in these Special Provisions. The Contractor shall furnish, install, terminate and test all the required twisted pair cable. All equipment for installation, terminating and testing shall be provided by the Contractor. The twisted pair cable shall conform to the latest reversions of the REA (Rural Electrical Administration) and the NEC (National Electrical Code) specification for Filled Telephone Cables RUS-PE-39. 13.3 CABLE MARKING • The twisted pair cable outer jacket shall be marked with manufacturer's name, the month and year of manufacture, pair count and conductor size, and sequential feet marks. • The markings shall be repeated every two (2) feet. • The actual length of the cable shall be within ±1% of the length marking. • The marking shall be in a contrasting color to the cable jacket. • The marking shall be approximately one-half (Y2) of the diameter of the cable and must be permanent and weatherproof. 13.4 QUALITY CONTROL The manufacture(s) of supplied optical cable, optical cable assemblies, and hardware shall be TL 9000 and/or ISO 9001 registered. 13.5 GENERAL CONSIDERATIONS The twisted pair cable shall meet the following: • Conductors: Solid q 19 AWG copper conductors • Insulation: solid virgin high density polyethylene with telephone industry color -coding • Twisted Pairing: Individual conductors twisted into pairs of varying twist to minimize crosstalk with specific color combinations to provide pair identification (telephone industry color coding) • Filling Compound: the cable shall be gel -filled to prevent water intrusion • Shielding: the cable shall employ a thick (0.005") corrugated copper shield to provide a 100% electrical shielding coverage \\cnb.lcl\data\Users\PBW\Shared\Contracts\FY16-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1 - 17T01\81DDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 38 • Outer Jacket: a black, low density, high molecular weight virgin polyethylene, compounded to withstand sunlight, temperature variations, and other environmental conditions, including abuse during installation. • Footage Marking Printed sequentially every two feet along the outer jacket to provide readily accurate records of cable usage and reel contents When terminating the cable, the following shall be complied to: • Each pair of matched wire shall have a minimum of ten twists after leaving the cable sheaf • All copper pairs are to be properly cleaned to remove residue • Cable shall be installed free of kinks, cuts or damages • All pairs shall be installed (landed) in a termination box in the cabinet • One end of the copper shielding cable shall be grounded 13.6 INSTALLATION The twisted pair cable shall be installed in new and existing conduit as shown on the plans. The new cable shall be terminated on existing terminal blocks located in the traffic signal controller cabinets and at the Central Library, as shown on the Plans. The new twisted pair cable will support communications with existing twisted pair cable, as shown on the Plans. Proposed and existing twisted pair cables contain 12 pairs. The Contractor shall terminate the new twisted pair cable to match pairs of the existing twisted pair cable. 13.7 COMMUNICATION LINK TESTING The twisted pair cable will support Ethernet over copper communications along at the locations shown on the plans. This will require one pair of the twisted pair cable to create a daisy -chain communications link between the Ethernet switches at the project intersections. Upon installation of the new twisted pair cable at the locations as shown on the Plans, the Contractor shall test the signal strength of all twisted pair cables between the intersections listed above. Note that this requires the Contractor to test not only the new twisted pair cable installed as the locations as shown on the Plans but also to test existing twisted pair cable. This information shall be provided to the Engineer to determine the optimum pair of twisted pair cables to use between each intersection listed above for Ethernet communications. The Contractor shall provide all personnel, equipment, instrumentation, and materials necessary to perform all testing herein. • Results of test to be submitted to the City in a CO. • Submitted to both Contractor and Engineer and shall be made part of the Operations and Maintenance Manual. \\cnb.lcl\data\Users\PBW\Shared\Contracts\FV16-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1- 17r01\BIDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 39 14.0 CONTROLLER CABINET ASSEMBLIES Controller Assembly Testing Solid-state traffic actuated controller units, cabinets and auxiliary equipment shall conform to the provisions in these special provisions, Section 86-3 "Controller Assemblies" of the CALTRANS Specifications, and NEMA TS2-2 standards. Cabinet Construction The following items are included in the cabinet assembly: • For 16 position main panel • Type "0", "P", and "R" aluminum cabinet powder -coated white inside and out. • Fully wired eight phase NEMA Type 2 main panel — Horizontal hardwired swing down load bay. • Type 16 Malfunction Management Units (programmed for intersection) Econolite MMU • 16 -channel detector rack w/ BIU slot (minimum) • 8- 2 -channel Detectors (minimum) or (16 channel max.) • Bus Interface Units—detector rack only • 12/16- Load switches All auxiliary equipment to completely operate an eight -phase traffic intersection control cabinet 14.1 GENERAL National Electrical Manufacturers Association, Traffic Control Systems, NEMA Standards Publication: TS2-Latest release. 14.2 DOCUMENTATION The City reserves the right to reject traffic signal control equipment and auxiliary equipment items in which the manufacturer of such items does not have at least nine million dollars of product liability insurance. 14.3 WARRANTY The supplier of equipment shall warranty their product to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. The term of the warranty on a wired cabinet shall be a minimum of one (1) year from date of acceptance including the Bus Interface Units and Cabinet Power Supply. Equipment such as the Controller and Malfunction Management Unit shall have a minimum of a two-year warranty. 14.4 CABINET STANDARDS 14.4.1 CABINET CONSTRUCTION A complete NEMA TS2 Type 2 Plug N Go in a Type "0", "P" or "R" aluminum cabinet as indicated on the plans shall be supplied. Cabinets shall meet, as a minimum, all applicable sections of the NEMA Standard Publication. Where differences occur, this specification shall govern. The cabinets shall meet the following criteria: • Material shall be 5052-1-132 0.125 -inch thick aluminum \\cnb.lcl\data\Users\PBW\Shared\Contracts\FY16-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1 - 17T01\BIDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 40 • The cabinet shall be supplied powder coated aluminum with white powder coat inside and out Federal color #17875 • The door hinge shall be of the continuous type with a stainless steel hinge pin. • The door handle shall be cast aluminum. With the provisions for padlock installation. • All seams shall be sealed with RTV sealant or equivalent material on the interior of the cabinet. All outside seams shall be continuous welded. • Cabinet lock shall be of the Corbin #1548-1 (#2 Key). • A roll out computer table shall be mounted under the Controller location on the First shelf. • Each cabinet shall have 3 sets of cabinet wiring diagrams. • Each cabinet shall have 2 sets of equipment manuals (Controller, MMU, etc.). 14.4.2 SHELVES Type "P" cabinets shall have two (2) substantial metal shelves extending across the back of the cabinet the cabinet shall be provided to support the controller unit, auxiliary equipment and detector rack. The lower shelf shall be easily removable without tools. Four "C" mounting Channels shall be installed on both side walls and two rear wall allowing versatile positioning of shelves and side panels. Type "O" and "R" cabinets shall have three (3) shelves. 14.5 CABINET WIRING 14.5.1 EQUIPMENTACCESSIBILITY All mounted panels and equipment shall have a minimum tool access clearance of 6". 14.5.2 VENTILATING FAN The cabinet shall be provided with a thermostatically controlled adjustable between 80-150(degrees Fahrenheit) ventilation fan and shall be installed in the top of the cabinet plenum and protected by a 0.5 -amp fuse. 14.5.3 AIR FILTER ASSEMBLY The cabinet Air Filter shall be a one-piece removable, medium efficiency, synthetic air filter and shall be firmly secured to the air entrance of the cabinet. To provide for a positive air flow through the cabinet. (12'x 16") minimum. 14.5.4 CABINET LIGHT ASSEMBLY The cabinet shall be equipped with a florescent lighting fixture that shall be mounted on the inside top of the cabinet near the front edge. The florescent light shall be activated by an on/off switch that is turned on when the cabinet door is opened and turned off when the door is closed. 14.5.5 LIGHTENING SUPPRESSION The cabinet shall be equipped with an EDCO model SHP-300-10 surge arrester. 14.5.6 POWER PANEL The Power Panel shall house the following equipment: • A 40 -amp main breaker shall be supplied. This breaker shall supply power to the main panel, controller, MMU and cabinet power supply. • A 20 -amp auxiliary breaker shall supply power to the fan, light and GFCI outlet. • An EDCO model SHP-300-10 or equivalent surge arrester. • A 50 amp, 125 VAC radio interference line filter. • A normally -open, 60 -amp, mercury contractor • A spare 15 amp, auxiliary breaker shall be provided. \\cnb.lcl\data\Users\PBW\Shared\Contracts\FY16-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1- 17x01\8IDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 41 14.5.7 CONVENIENCE OUTLET Three Duplex outlets shall be supplied. 1. Is for short term equipment use and shall be a 120 volt AC, 15 -Amp NEMA 5-15 GFCI 2 - gang duplex outlet shall be mounted in the lower right corner of the cabinet facing the inside of the cabinet door and within 6" of the front edge of the opening of the door. 2. Is for long term equipment use and shall be a 120 volt AC, 15 -Amp NEMA 2- gang duplex outlet shall be mounted in the upper right corner and upper left corner of the cabinet facing the inside of the cabinet. Power shall be supplied from filtered power. 14.5.8 INSIDE AUX CONTROL PANEL SWITCHES The inside door panel shall contain three (3) switches: AUTO/FLASH, STOP TIME and CONTROLLER POWER ON/OFF. Auxiliary door panel switches shall be hard wired only. (No printed circuit boards shall be used for the door panel switches.) Controller panel shall also contain plunger style vehicle and pedestrian test switches for all phases in use (typically phase 1 to 8 & peds). 14.5.9 2 -POSITION Auio/FLASH SWITCH In the Auto position the intersection shall operate normally. When in the Flash position, power shall be maintained to the controller and the intersection shall be placed in flash. The controller shall not be stop timed when in flash. A guard (sk3036) shall be installed to prevent the switch from being shut off accidentally. 14.5.103 -POSITION AUTOIOFFION STOP TIME - SWITCH When in the Auto position the controller shall be stop timed when the police door AUTO/FLASH switch is in the flash position or MMU flash. If in the off position the switch will release all stop time from controller. In the On position the switch shall maintain a continuous stop time to the controller. 14.5.112 -POSITION CONTROLLER POWER ONIOFF-SWITCH This switch shall control the controller's AC power. A guard (sk3036) shall be installed to prevent the switch from being shut off accidentally. 14.5.12 POLICE PANEL SWITCHES The Police Panel shall contain one (1) switch: The AUTO/FLASH. All police panel switches shall be hard wired. A switch guard shall be provided for each switch. 14.5.132 -POSITION SIGNALS ON/OFF SWITCH In the On position the field displays shall show either normal operation or flash. In the Off position, power shall be removed from signal heads in the intersection. The controller shall continue to operate. In the OFF position, the MMU shall not conflict or require reset. 14.5.142 -POSITION AuTo/FLASH SWITCH In the Auto position the intersection shall operate normally based on all other switches. In the Flash position, power shall not be removed from the controller and stop time shall be applied based on the STOP TIME switch. 14.5.15CAeLES All Controller and MMU cables shall be of sufficient length to access any shelf position. All cables shall be encased in a protective sleeve along their entire free length. All cables shall be fixed to the bottom front of each shelf. Cables shall be neatly dressed and not hang down in front of other equipment. 14.5.16COLOR CODING All cabinet wiring shall be color coded as follows: \\cnb.lcl\data\Users\PBW\Shared\Contracts\FY16-17 CURRENT PROJECT5\300 - TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1 - 17T01\BIDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 42 • Purple = Flash color programming • Brown = Green Signal Wiring • Yellow = Yellow signal wiring • Red = Red signal wiring • Blue = Controller wiring • Gray = DC ground(return),(logic ground) • Black = AC+ • White = AC- • Green = Chassis 14.5.17MAIN-PANEL AND WIRE TERMINATIONS All wires terminated behind the main -panel and other panels shall be soldered. No pressure or solder less connectors shall be used. Printed circuit boards shall Not be used on main panels. 14.5.18FLASHING OPERATION Cabinet shall be wired for NEMA flash. All cabinets shall be wired to flash red for all phases. Flashing display shall alternate between phases 1,4,5,8 and phases 2,3,6,7. 14.5.19DETECTOR RACKAND INTERFACE A minimum of one vehicle loop detector rack and one detector interface panel shall be provided in each cabinet. Each rack shall support up to (16) sixteen channels of loop detection, two 2- channel of EVP devices, and one (1) BIU. 14.5.20 PREEMPTION WIRING The cabinet shall be completely wired for Rail Road or EVP preemption as needed if specified on the plans. 14.5.21 MAIN PANEL CONFIGURATION The main panel shall be fully wired in the following configuration: • The Main -Panel shall be a hardwired horizontal swing down sixteen position load socket load bay or as called for on the plan sheet, for a "P" cabinet. • Four or Six flash transfer relay sockets as required. • One flasher socket. • Wiring for one Type -16 MMU. • All connector cables shall be dressed neatly along the front edge of the cabinet shelf the equipment (controller & MMU) will be installed on. NO cables shall hang freely in the cabinet. 14.5.22FIELD TERMINAL LOCATIONS Field terminals shall be located at the bottom of the main panel and angled forward for easy viewing and wiring. Their order shall be left to right beginning with phase one and following the order of the load switches. Field terminals shall be of the barrier type. 14.6 CABINET EQUIPMENT 14.6.1 CONTROLLER UNIT Shall be a Cobalt Controller provided with NTCIP level 2 protocol, ECPIP & AB3418 basic with Ethernet communications module and data key. \\cnb.lcl\data\Users\PBW\Shared\Contracts\FY16-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1- 17T01\BIDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 43 14.6.2 DETECTORS Cabinets shall be equipped with eight (8) TS2 detectors in single detector rack cabinet and sixteen (16) in a two (2) detector rack configuration. Econolite G-68 and G-70 detectors shall be provided or approved equal. 14.6.3 MMU (MALFUNCTION MANAGEMENT UNIT) Cabinets shall be equipped with NEMA TS2 Type 16 Malfunction Management Unit with latest current released software. MMU jumper cards shall be programmed to each intersections requirements or standard 8 phase configuration for spare units. 14.6.4 BIU (BUS INTERFACE UNIT) BIU's shall meet all TS2-1992 section 8 requirements. In addition, all BIU's shall provide 3 separate front panel indicators. Power, Valid Data and Transmit. 14.6.$ CABINET POWER SUPPLY The cabinet power supply shall meet the NEMA TS2 specification. All power supplies shall also provide a separate front panel indicator LED for each of the four power outputs. Front panel banana jack test points for 24 VDC and logic ground shall also be provided. 14.6.6 TELEMETRY INTERFACE PANEL All cabinets shall be wired with a telemetry interface panel and telemetry connecting cable so as to work with the CENTRACS central control system. The interface panel shall also contain wiring for door open and flash alarms. 14.5.7 POWERBuSASSEMBLY The power bus assembly shall provide filtered power for the controller, MMU, cabinet power supply and all auxiliary equipment. It shall include the SDLC Bus connecting cables wired into a surface mounted compression terminal block. It shall also include up to 6 filtered power connectors and 2 terminal strips to hardwire the power connections. 14.6.8 INTERCONNECT TERMINATION All cabinets shall be supply with interconnect termination blocks, Siemons model It S66M1-50 and sub- base. 14.6.9 LOAD SWITCH All load switches shall meet NEMA TS -2, Section 6 requirements and shall be PDC SSS -86-1/0 or City Approved Equal. All load sockets shall be equipped with a load switch. 14.6.10FLASHER UNIT All flasher units shall meet NEMA TS -2, Section 6 requirements and shall be EDI model 810 or equivalent. 14.6. 11 INTERSECTION DIAGRAM An intersection diagram, shall be made on 8 1/2" X 11" sheet of paper enclosed in plastic cover, it shall be located on the inner side of the door above the auxiliary panel. The diagram shall depict the general intersection layout, controller location, traffic signal conduit crossings, phases, overlaps, detector assignments, and north arrow. The top of the diagram will be North and the diagram shall be approved by the City representative. 14.5.12 CABINET WIRING PRINTS The cabinet wiring prints shall be arranged in a simplistic way in terms of reading prints on three pages. \\cnb.lcl\data\Users\PBW\Shared\Contracts\FY16-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1- 17T01\BIDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 44 14.6.13 TESTING FACILITY The testing facility shall have up to fourteen days to test the controller assembly. Cabinet loaded shall be tested under full load for 14 days straight without any problems. The testing facility shall be selected by the Engineer. 14.6.14 EQUIPMENT TURN ON REQUIREMENTS An Econolite representative and a signal technician from the city shall be present at the time of the controller assembly turn on. The representative shall be fully qualified to work on the controller assembly equipment. The City shall be notified at least 7 working days prior to intersection turn -on. \\cnb.lcl\data\Users\PBW\Shared\Contracts\FY36-17 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation 116-171 C- 8337-1-17T01\BIDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 45 15.0 STANDARDS, STEEL PEDESTALS, AND POSTS 15.1 GENERAL Contractor shall furnish all hardware to meet the state specifications for all new and relocated equipment as shown on the plans. The hardware shall be hot -dip galvanized or stainless steel as detailed. 15.2 FOUNDATIONS Portland Cement Concrete (PCC) shall be Class 560-C-3250 concrete prepared in accordance with the 2003 Standard Specifications for Public Works Construction. Portland cement used shall be Type V. Placement of concrete shall conform to the provisions in Section 51, "Concrete Structures' of the State Standard Specifications. Non -conflicting foundations to be abandoned shall be removed to a depth not less than 36 inches (3 feet) below the surface of the sidewalk or unfinished ground. All conflicting foundations shall be removed completely. Foundation concrete shall be vibrated to eliminate air pockets. The Contractor shall define exact location of all utilities in the vicinity of the new foundations, by hand digging if necessary. After all utilities are established, the Contractor shall contact the Engineer for authorization of specific foundation location. Foundations shall be hand -dug until clear of obstructions. 15.3 PAINT AND POWDER COATING For the Newport Center Drive East at Santa Rosa Drive traffic signal location, Standards, Steel Pedestals, and Posts shall have a finished color coating per Section 23.0 of the Special Provision Supplemental. \\cnb.lcl\data\Users\PBW\Shared\Contracts\FV16-17 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1 - 1701\810DING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 46 16.0 SERVICE ENCLOSURES 16.1 GENERAL Electrical service shall be modified Type II or Type III -BF, 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, and 15 -amp spare, and 50 -amp signal) and test blocks inside cabinet. For Type II Enclosures refer to State Standard Plans ES -26 and City Standard 910-L (P and R cabinets) and for Type III -BF Enclosures refer to State Standard Plan ES -2E for further details. Service enclosure shall be coated to match the traffic signal cabinet. 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. It shall be the Contractor's responsibility to verify the location of service to make arrangements for necessary connection for the traffic signal and lighting system. If an alternate service location is necessary due to a utility conflict or Edison requirement. The alternate location shall be approved by the Engineer. The Contractor shall contact Edison within three days of receiving the Notice to Proceed. Contractor is responsible to determine and verify the exact location of electrical service. Failure to comply shall be a basis for rejecting requests for additional working days based upon utility company delays. \\cnb.lcl\data\Users\PBW\Shared\Contracts\FY16-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1 - 17T01\BIDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 47 17.0 SIGNAL FACES 17.1 VEHICLE SIGNAL FACES Installed vehicle indications/heads shall be furnished new, including mounting framework and hardware. Indications/heads shall be made of structural plastic and colored black for the Jamboree Road at Bison Avenue traffic signal location. For the Newport Center Drive East at Santa Rosa Drive traffic signal location, indications/heads shall be made of structural plastic and have a finished color coating per Section 23.0 of the Special Provision Supplemental. New vehicle indications shall be nominal 12 -inch diameter (300 mm), furnished with Light Emitting Diode (LED) indications, visors, and back plates. All new TV -1-T indications shall be furnished with bronze terminal compartments. Vehicle heads shall be furnished new by the Contractor with the LED units installed. Where vehicle indications are to be powder coated, new vehicle heads, visors, and back plates shall be metal. Otherwise, new vehicle heads, visors, and back plates shall be polycarbonate. Top openings of vehicle indications shall be sealed with neoprene gaskets. If shown on the plans, the Contractor shall furnish and install Lingo Industrial Electric Model LESVIT (or Agency -approved equal) terminal compartments. 17.2 PEDESTRIAN SIGNAL FACES Installed pedestrian indications/assemblies shall be furnished new, including mounting framework and hardware. Indications/heads shall be made of structural plastic and colored black for the Jamboree Road at Bison Avenue traffic signal location. For the Newport Center Drive East at Santa Rosa Drive traffic signal location, indications/heads shall be made of structural plastic and have a finished color coating per Section 23.0 of the Special Provision Supplemental. Where pedestrian signal faces are to be powder coated, new pedestrian housings shall be metal. Otherwise, new pedestrian assemblies shall have structural polycarbonate. Type A indications with Stainless steel hardware and shall be furnished with bronze terminal compartments. 17.3 LIGHT EMITTING DIODE (LED) MODULES All Vehicle indications shall be 12 inch LED and shall be Gelcore or Dialight brand (or Agency approved equal). All Pedestrian indications shall be Countdown LED and shall be Gelcore or Dialight brand (or Agency approved equal). 17.4 PAINT AND POWDER COATING For the Newport Center Drive East at Santa Rosa Drive traffic signal location, Vehicle and Pedestrian signal faces and equipment shall have a finished color coating per Section 23.0 of the Special Provision Supplemental. \\cnb.lcl\data\Users\PBW\Shared\Contracts\FY16-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1- 17101\BIDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 48 18.0 VEHICLE DETECTORS 18.1 INDUCTIVE LOOP DETECTORS The number of sensor units and lead-in cables required to achieve the specified detection shall be installed. Lead loops shall be installed per Attachment A of these Special Provisions Supplemental. Lead loops shall be modified Type E, and placed immediately behind the limit line/crosswalk. Remaining presence loops shall be Type E, spaced 10 feet apart and installed per Caltrans Standard Plans ES -5A and ES -58. Bicycle loops shall be Caltrans 3' x 6' Type D loop detector. Loop wire shall be Type 2. Loop detector lead-in cable (DLC) shall be Type B. Loop sealant shall be Hot -Melt Rubberized Asphalt Sealant All installed loop detectors shall be completely functional to the satisfaction of the Engineer prior to the turn -on of the modified traffic signal. \\cnb.lcl\data\Users\PBW\Shared\Contracts\FY16-17 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1 - 17T01\BIDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 49 19.0 PUSH BUTTON ASSEMBLIES 19.1 PEDESTRIAN PUSH BUTTON ASSEMBLIES Installed pedestrian and bicycle push buttons/assemblies shall be furnished new, including mounting hardware. 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. Pedestrian push button assemblies shall comply with ADA requirements (Federal Register/Vol. 59, No. 117, Section 14.2.5). For the Rectangular Rapid Flashing Beacon (RRFB) systems, the pedestrian push button assemblies shall be per Caltrans Type B pedestrian push button with Polara Bulldog button, or approved equal, and R10- 25 sign. 19.2 BICYCLE PUSH BUTTON ASSEMBLIES Installation of push button assemblies for bicycle use shall be in accordance with City Standard Plans STD -913-L and STD -914-L and shall be 5" x 7-1/2". 19.3 PAINT AND POWDER COATING For the Newport Center Drive East at Santa Rosa Drive traffic signal location, Pedestrian and Bicycle push button assemblies shall have a finished color coating per Section 23.0 of the Special Provision Supplemental. \\cnb.lcl\data\Users\PBW\Shared\Contracts\FY16-17 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1 - 1701\13IDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-I.doc 50 20.0 LIGHTING 20.1 LED LUMINAIRES Luminaires shall conform to the provision in Section 86-6, "Lighting' of the SSS, the approved Caltrans LED Lighting Purchase Specification and these Special Provisions. Each luminaire shall consist of an assembly that utilizes LEDs as the light source. In addition, a complete luminaire shall consist of a housing, LED array, and electronic driver (power supply). Each luminaire shall be rated for a minimum operational life of 63,000 hours. Each luminaire will operate at an average operating time of 11.5 hours per night. Each luminaire is expected to have a minimum operational life of 180 months (15 years). The luminaires to be installed shall be 120 volts with integral constant wattage ballast and detachable power unit assemblies. The power unit assemblies shall contain the ballast, starter board, capacitors, and a heavy duty terminal block. The luminaire on -board circuitry shall include surge protection devices (SPD) to withstand high repetition noise transients as a result of utility line switching, nearby lightning strikes, and other interference. The luminaire shall be operationally compatible with currently used lighting control systems and photoelectric controls. The luminaire shall provide true ninety -degree (90 degree) cutoff with no light emitted above the horizontal. The lower edge of the luminaire housing shall extend below the light source and all glassware. Glare shields external to the luminaire will not be accepted. The luminaire optical assembly shall be sealed, watertight, and filtered to prevent contamination from infiltration of gaseous and particulate matter. The lamp socket shall be factory preset to produce a medium cutoff IES Type III light distribution. When the components are mounted on a down opening door, the door shall be hinged and secured to the luminaire housing separately from the refractor or lens frame. The door shall be secured to the housing in a manner to prevent its accidental opening. A safety cable shall mechanically connect the door to the housing. The manufacturer shall provide a warranty against loss of performance and defects in materials and workmanship for the luminaires for a period of 84 months after acceptance of the luminaires. Replacement luminaires shall be provided promptly after receipt of luminaires that have failed at no cost to the City. All warranty documentation shall be given to the City. For the Newport Center Drive East at Santa Rosa Drive traffic signal location, all LED luminaires shall be Leotek GreenCobra Series GCI -6017 -MV -111W -3 -WH -700 (see plans for exact wattage per location) or approved equal. The Contractor shall have manufacturer technician on-site for final acceptance testing and approval of LED luminaires. \\cnb.lcl\data\Users\PBW\Shared\Contracts\FV16-17 CURRENT PROJECTS\300 - TRANS PORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1- 17T01\BIDDING DOCUMENTS\T5 Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 51 20.2 HIGH PRESSURE SODIUM LUMINAIRES Luminaires shall be the full -cutoff type. Glare shields are not required 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 20OW (see plans) HPS with light distribution M -C-3, approved equal, or as shown on the approved plans. 20.3 HIGH PRESSURE SODIUM LAMP BALLASTS The twelfth paragraph in Section 86-6.01A, "High Pressure Sodium Lamp Ballasts", of the Standard Specifications is amended to read: "Ballasts for luminaires to be mounted on most 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." 20.4 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 7-1/2 percent from rated lamp watts. 4. The ballasts shall be designed so that a capacitance variance of 6 percent will not cause more than an 8 percent variation in lamp wattage regulation throughout rated lamp life for nominal input voltage. 5. The lamp current crest factor shall not exceed 1.8 for input voltage variation of 10 percent at any lamp voltage from initial thorough life. 20.5 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: \\cnb.lcl\data\Users\PBW \Shared\Contracts\FY16-17 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1- 17T01\BIDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 52 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 7-1/2 percent from rated lamp watts. 4. The ballast shall be designed so that a capacitance variation of 6 percent will not cause more than an 8 percent variation in lamp wattage regulation throughout rated lamp life for nominal input voltage. 5. The lamp current crest factor shall not exceed 1.8 for input voltage variation of 10 percent at any lamp voltage from initial through life." 20.6 PHOTOELECTRIC CONTROLS Type IV photoelectric (shorting caps) controls shall be provided on each luminaire. 20.7 LED INTERNALLY ILLUMINATED STREET NAME SIGNS All street name signs shall be furnished and replaced new, including mounting brackets and hardware at the Jamboree Road at Bison Avenue and Newport Center Drive East at Santa Rosa Drive traffic signal locations. 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 panel legends for review by the Engineer. IISNS shall be NuArt EdgeLit (NAIM-72-LED-D or NAIM-96-LED-D) with mounting brackets or approved equal. Sign panel legends shall be white on blue background with Newport Beach city sail logo per Attachment B of these Special Provisions Supplemental. Type A IISNS panels shall be replaced in existing housings at locations per Attachment C of these Special Provisions Supplemental. The Contractor shall field verify panel type and all necessary hardware to perform replacement prior to providing shop drawings for review by the Engineer. 20.8 PAINT AND POWDER COATING For the Newport Center Drive East at Santa Rosa Drive traffic signal location, Internally Illuminated Street Names Sign Housings shall have a finished color coating per Section 23.0 of the Special Provision Supplemental. \\cnb.lcl\data\Users\PBW\Shared\Contracts\FY36-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1 - 17T01\BIDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 53 21.0 OPTICOM PRIORITY CONTROL SYSTEM Emergency Vehicle Pre-empt (EVP) systems are to be furnished new and installed by the Contractor per the plans. The Contractor shall arrange for a representative of the manufacturer to test the operation of the systems after installation. On new cabinet installations, the Model 764 phase selector units shall be installed in the vehicle detection rack by the cabinet manufacturer. For modifications of existing cabinets, the phase selector units shall be installed in a new Model 760 rack or if vehicle detector rack is not available/full. The EVP system shall consist of the following components: • Model 764 phase selector units, • Model 760 rack (if required), • Model 722 Optical Detector Units • Model 138 Optical Detector Cable The Contractor shall coordinate with the Manufacturer to have a technician onsite the date of the signal turn -on. \\cnb.lcl\data\Users\PBW\Shared\Contracts\FV16-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) 0- 8337-1 - 17T01\BIDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 54 22.0 BATTERY BACKUP SYSTEM The Contractor shall furnish and install a 24 volt Dimensions Battery Backup System (BBS) for use with a Nema system (shelf -mount) as detailed on plans. The Contractor shall furnish new and install all necessary cables, wiring harness, and all other equipment and incidentals, including batteries, to connect the UPS to the traffic signal controller cabinet wiring harness to provide the intended operation. The Dimension BBS shall consist of but not be limited to: • Inverter/Charger (with RS232 port): 24M11-WBE • Combined Manual Bypass Switch —511020-2 (closed back) • 12 VDC, 79 AH Group 24 AGM batteries (four per system) —390003 • All necessary hardware and interconnect wiring • Shelf mount brackets #141418 (left and right) The BBS shall be installed per the manufacturer's guidelines. The Contractor shall at his own expense, arrange to have a technician, qualified to work on the BBS assembly and employed by the BBS assembly manufacturer, or his representative, present at the time the equipment is turned on. The Engineer shall be notified at least two working days prior to the beginning of the functional test period. 22.1 BATTERY BACKUP CABINET Where BBS system is to be installed on a Type "0" or "P", a separate battery cabinet shall be furnished and installed to house the batteries and inverter. The battery cabinet shall be supplied powder coated aluminum with white powder coat inside and out Federal color #17875. The battery cabinets for NEMA controller cabinets shall be finished in white to match the signal cabinet. The battery cabinet shall be mounted to the side of the signal cabinet at a minimum height of 30" above the foundation. The BBS Cabinet shall be McCain Model 36x20x16 BBS Cabinet Side Mount M42513 -SC Power Coated, or approved equal. BBS Cabinet details per Attachment D of these Special Provisions Supplemental. \\cnb.lcl\data\Users\PBW\Shared\Contracts\FY36-17 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1 - 17701\BIDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 55 23.0 PAINT AND POWDER COATING All new traffic signal equipment to be installed at the Newport Center Drive East at Santa Rosa Drive traffic signal intersection and/or as shown on the plans, including controller cabinet and service, poles, signal and luminaire mast arms, vehicle heads (except inside visors and faces of back plates), pedestrian heads (except screens), push buttons assemblies, framework, terminal blocks, and signal mounting assemblies, etc. shall be coated Valmont Frost White, No. 652 (or equal) in accordance with the following requirements: Traffic signal poles and mast arms shall be coated as detailed bellow: • Galvanize: The product shall be galvanized in accordance with ASTM 123; • Surface Preparation: Brush blast exterior surface to SSP7 specifications; • Application Instructions: The product shall be painted prior to delivery to the job site. Apply in conformance to the manufacturer's instructions. The total application shall be 10 to 16 mils D.F.T. consisting of 5-8 mils of epoxy primer and 5-8 mils of gloss urethane color top coat. • Touch Up: The manufacturer shall provide extra coating for field touch up due to transportation and handling. Other items to be coated shall be properly pretreated with environmentally safe, ultraviolet resistant, polyester powder coating, which shall be applied electro statically at 90 K.V. and baked for 20 minutes at 375 degrees F, per ASTM D-3359, ASTM D-3363 and ASTM D-522. Traffic signal controller cabinet shall be coated as detailed per Section 14.4 of the Special Provision Supplemental. The BBS and service cabinets shall be coated to match the controller cabinet. \\cnb.lcl\data\Users\PBW\Shared\Contracts\FV16-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1 - 17T01\BIDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 56 24.0 SIGNS 24.1 GENERAL Sign shall be standard size per the California MUTCD unless otherwise shown. Retroreflective sheeting shall be, Type 4 or greater. Sign shall be made of aluminum (0.08 -inch thickness). New Sign Posts shall be 14 gauge 2 inch square (OD) unistrut installed into a 12 gauge 2 % inch unistrut (OD) base. Unistrut base shall be installed at a depth of 18 inches in concrete and 30 inches in dirt. The Contractor shall USA location prior to installing sign. Sign mounting hardware and brackets shall be stainless steel. Anti -seize lubricant shall be applied to mounting hardware prior to installation. Signs shall be installed at a clear height of seven feet unless otherwise shown on plans. Location of signs shown on plans is approximate and shall be approved by the City prior to installation. Signs installed on or adjacent to bicycle sidewalks, paths, or walkways should be installed at a clear height of eight feet. \\cnb.lcl\data\Users\PBW\Shared\Contracts\FY36-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1 - 17T01\BIDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 57 25.0 RECTANGULAR RAPID FLASHING BEACON (RRFB) SYSTEMS 25.1 GENERAL All Rectangular Rapid Flashing Beacon (RRFB) Systems shall include all labor, materials, tools, equipment, solar RRFB system, pedestrian push buttons, standards/foundations, signage, striping, curb markings, and parking meter post removal as shown on the Plans, as specified in the Standard Specifications and these Special Provisions, and as directed by the Engineer. The Contractor shall repair all damaged landscaping and irrigation in-kind and to the satisfaction of the Engineer. 25.2 SYSTEM The RRFB System shall be Carmanah R920 Series Solar Rectangular Rapid Flashing Beacon, or approved equal. Each unit shall consist of a self-contained solar engine that houses the energy management system, on -board user interface, wireless communications, batteries and solar panel. Each unit shall also include dual RRFB lightbars, double -sided florescent -yellow green background pedestrian crossing warning with diagonal downward pointing arrow signs, and one Caltrans Type B pedestrian push button with Polara Bulldog button, or approved equal, with R10-25 sign. The system shall conform to all provisions of the MUTCD, Interim Approval IA -11. Each location shall include two (2) u The pedestrian crossing warning sign (W11-2) shall be 30"00". The diagonal downward pointing arrow (W16 -7P) and AHEAD (W16 -9P) plaques shall be 24"x12". See Section 24 for additional sign detail. 25.2.1 MECHANICAL SPECIFICATION The solar engine shall be constructed from aluminum and shall be no greater in size than 13.6" L x 4.0" D x 13.8" H (34.5 cm x 10.2 cm x 35.1 cm). When mounted the overall height from the top of the pole to the top of the solar engine shall be no greater than 14.6" (37.1 cm). The Solar panel shall be integrated to the solar engine. All batteries and electronics shall be mounted in the solar engine, with no external control cabinet or battery cabinet required. A hinged lid shall provide access to the interior of the engine. The solar engine shall be vented to provide cooling of the battery and electronic system. The overall weight of the solar engine assembly shall not exceed 20 lbs. (9.1 kg). The solar engine shall be supplied with a fixed tilt angle and shall be able to be oriented south with no additional mounting hardware. \\cnb.lcl\data\Users\PBW\Shared\Contracts\FY16-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1 - 17701\811DOING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 58 The lightbar housing shall be constructed from aluminum and shall have the approximate dimensions: 24" L x 1.5" D x 4.5" H (61.0 cm L x 3.8 cm D x 11.4 cm H). Each lightbar shall have two light modules of approximately 7" wide by approximately 3" high. Each lightbar shall include a side -emitting pedestrian confirmation light on each end. The lightbar shall be mounted to the pole using a separate bracket assembly to facilitate mounting two lightbars back to back (bi-directional) and to allow the lightbar to pivot. The lightbar shall be able to pivot by approximately 40 degrees in order to aim the lightbar independent of the wire hole location on the pole. The lightbar bracket shall be constructed from 3/16" galvanized steel and shall have both banding and bolting mounting options and shall be able to be mounted to all specified pole types. The lightbar assembly shall open for access to the wiring connections for the LED modules. LED modules shall be rated to MIL -STD -810F, Method 506.4 for ingress protection. 25.2.2 MOUNTING 4" —4.5" Diameter Round Post Mount: The solar engine and lightbar assemblies shall be furnished with mounting hardware necessary for mounting to standard 4" to 4 [/:" Diameter Round Poles. Type 15TS Standard Mount: The solar engine and lightbar assemblies shall be furnished with mounting hardware necessary for mounting to Type 15TS standard. 25.2.3 CONFIGURATION The solar engine shall house an on -board user interface that provides on-site configuration adjustment, system status and fault notification, and system activation information. The flash duration shall be adjustable in -the -field from 10 to 60 seconds in one second increments. The system shall provide configurable nighttime intensity settings. The system shall be capable of enabling or disabling ambient brightness auto -adjustment. This feature allows the system to provide optimal output brightness in relation to ambient light levels while always maintaining adherence to SAE J595 Class I specifications. Flash duration and other in -the -field adjustable settings shall be automatically broadcast to all units in the system, except channel selection which shall be configured on each unit. \\cnb.lcl\data\Users\PBW\Shared\Contracts\FV16-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1 - 17T01\8IDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 59 25.2.4 SOLAR/ BATTERY SYSTEM The solar engine shall include one 10 -watt solar panel no larger than the footprint of the solar engine enclosure and shall have a hinged top to provide access to the on -board user interface and batteries. Access into the solar engine and replacement of batteries shall not require any tools. The solar engine shall house two 7 Ah sealed valve -regulated lead -acid batteries. Batteries shall be readily available from multiple suppliers and non-proprietary. Solar panel and battery system shall be 12 Volt DC (nominal). 25.2.5 OPERATIONAL SPECIFICATIONS The intensity of the yellow indications directly perpendicular to the lens shall be a minimum of 1,800 Candela at full sun daylight conditions. The intensity shall be able to adjust to ambient light conditions, however during daylight operation the intensity shall meet the minimum specifications of the Society of Automotive Engineers (SAE) standard J595 Class I dated January 2005. The color of the yellow indications shall meet the specifications of SAE standard J578 (Color Specification) dated December 2006. The solar engine shall have the capacity to operate 300 20 -second activations per day year- round using the applicable peak sun hours insolation available at the installation location. The source of the insolation data shall be the NASA Atmospheric Data Center. The solar engine shall have the capability to activate other solar engines by wireless communications within 500 feet (152 meters). The solar engine shall have unique channels that can be configured on-site to avoid activation of nearby systems. The system shall use a dedicated light sensor to detect night and day states and apply any optionally -enabled intensity adjustments. 25.2.6AcruanON The system shall be actuated by pedestrian push buttons that shall have an LED indicator with audible tone with Piezo control and shall be ADA compliant and MUTCD-2009 4E compliant for momentary operation. All RRFBs in the system shall initiate activation simultaneously within 150mS of actuation. If an additional actuation occurs while the system is activated, the flash duration shall reset. For example, with the flash duration set to 20 seconds, if an additional actuation occurs after the RRFB has been activated for 15 seconds the RRFB will continue for an additional 20 seconds, or 35 seconds in total. \\cnb.lcl\data\Users\PBW\Shared\Contracts\FV36-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1 - 17T01\BIDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 60 If the RRFB has ceased operation, any subsequent actuation shall activate the RRFB without delay regardless of how recently the RRFB ceased operation. 25.2.7 ENERGY BALANCE, ARRAY -TO -LOAD RATIO (ALR) AND AUTONOMY CALCULATIONS The manufacturer shall provide an energy balance worksheet consisting of (Energy In)/(Energy Out), ALR and System Autonomy calculations. Energy -In is based on Electric charge, in Ah, entering the battery from the charger, accounting for: • The energy from the solar panel based on applicable peak sun hours insolation available at the installation location for the panel's inclination angle. The insolation figure used shall be the worst-case month of the calendar year. The source of the insolation data shall be the NASA Atmospheric Data Center. • Shading from nearby trees, buildings or other structures unique to a particular location are to be factored in and the calculations shall clearly show and justify the de -rating of the solar panel energy input. • Efficiency losses from the charger, including conversion efficiency of a Maximum Power Point Tracking (MPPT) Charger, where applicable. • MPPT Charger current boost, if applicable. • Battery charger efficiency losses Energy -Out is based on the sum of quiescent and operating load in all circuitry over 24 hours with an operating capacity of 300 20 -second activations, including: • Baseline wireless over 24 hours • Operating load of push button at rated operating capacity per activation • Additional operating load of the wireless system per activation • Operating load of lightbars including pedestrian indicators at rated intensity per activation. The number of lightbars and their electrical load details (volts, current and watts) shall be clearly indicated. ALR System Array -to -Load (ALR) ratio shall be calculated as: Energy -In divided by Energy -Out as defined above. Systems shall be designed to a minimum Array -to -Load (ALR) ratio of 1.2. Autonomy System autonomy shall be a minimum of 10 days or as recommended by the NASA Atmospheric Data Center for the location and shall be calculated by the following method: \\cnb.lcl\data\Users\PBW\Shared\Contracts\FY16-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1 - 1TT01\BIDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 61 (Temperature -derated battery capacity minus battery capacity unavailable due to Low Voltage Disconnect) divided by Daily total energy consumption with an operating capacity of 300 20 - second activations (as calculated above). 25.2.8 PACKAGING Packaging must consist of only recyclable corrugated cardboard and soft plastic bags. Each system must ship in one complete box no larger than 3.6 cubic feet (0.1 cubic meters) and weighing no more than 40 lbs. (18 kg). 25.2.9 QUALIFICATIONS The product shall be FCC certified to comply with all 47 CFR FCC Part 15 Subpart B Emission requirements. The product shall be Buy American compliant. Manufacturer shall provide a 5 Year Limited Warranty. Manufacturer must be ISO 9001 certified. The Contractor shall coordinate with the Manufacturer to have a technician onsite the date of the system turn -on. 25.3 STANDARDS The RRFB system will be installed on either a Caltrans Type 15TS or Type 1-13 standard. The Type 1-13 standard shall be a minimum of 14' in height. The foundation shall be installed per Caltrans Standards. The Contractor shall contact USA at 811 48 hours prior to construction and pothole to determine the exact location and verify all conditions on the jobsite prior to ordering standards/poles. \\cnb.lcl\data\Users\PBW\Shared\Contracts\FV16-17 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1 - 17T01\BIDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 62 ATTACHMENT A Vehicle Detector Loop Standard Plan \\cnb.lcl\data\Users\PBW\Shared\Contracts\FV36-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1- 17T01\BIDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 63 LIMIT LINE OR CROSSWALK PER PLAN LEGEND: 1-4X DETECTOR INPUT FOR THROUGH 0 PHASES _001-0Y DETECTOR INPUT FOR LEFT TURN / PHASES SI OXB BICYCLE LOOP DETECTOR INPUT OO O IO CALTRANS TYPE E LOOP DETECTOR 3-0X LEFT TURN MODIFIED CALTRANS TYPE E LOOP O LANE 0 DETECTOR (LEAD LOOPS) THROUGH CALTRANS TYPE D LOOP DETECTOR LANES 0 (3'x6') BIKE LANE 0 1-mY I EDGE OF GUTTER CURB FACE 001 ❑ 1 -OX 12 -OX NOTES: 1. UNLESS OTHERWISE INDICATED TYPE E LOOPS SHALL BE 6' DIAMETER AND TYPE D LOOPS SHALL BE 3'x6'. 2. LOOPS SHALL BE CENTERED IN THE LANE UNLESS OTHERWISE SHOWN. PLACE LEAD LOOPS IMMEDIATELY IN ADVANCE OF LIMIT LINE OR CROSSWALK. 3. A MAXIMUM OF 4 LOOP DETECTORS SHALL BE ON 1 DETECTOR LEAD-IN CABLE (DLC). 4. SEE CITY STD -923 -L -B FOR CALTRANS MODIFIED TYPE E LOOP WINDING DETAIL. 5. LOOP WIRE SHALL BE TYPE 2. LOOP DETECTOR LEAD-IN CABLE (DLC) SHALL BE TYPE B. 6. LOOPS SHALL BE INSTALLED PER CALTRANS STANDARD PLAN ES -5A AND ES -5B. 7. LOOP SEALANT SHALL BE HOT -MELT RUBBERIZED ASPHALT SEALANT. RK'D APP. RMSED QIY ENGINEER DALE DIR DF PUBIIC WORKS DATE ADDPTED CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS STANDARD DETAIL M. LOOP DETECTORS 923 -L-A USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SHEET 10 2 Start TWISTED CLOCKWISE INTO A PAIR Finish (AT LEAST 2 TURNS PER FOOT) WINDING DETAIL MODIFIED TYPE E LOOP DETECTOR (NOT TO SCALE) 0 [I ZW C1 J _ SAWCUT DETAIL MODIFIED TYPE E LOOP DETECTOR (NOT TO SCALE) RECD APP, REVISED CTTY ENOINMR DATE DIR OP PUBLIC WORKS DATE ADOPTED CITY OF NEWPORT BEACH DEPARTMENT OF PUBLIC WORKS STANDARD DE AIL N0. LOOP DETECTORS 923 -L -B USE WITH STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION SPEET 2 m2 ATTACHMENT B IISNS Panel Detail \\cnb.lcl\data\Users\PBW\Shared\Contracts\EY16-17 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation )16-17) C- 8337-1 - 17T01\BIDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 64 !Z )§ e { k, [ w @ F- 0 ) ° ` ) < /§ \ \ 3 ( e z ui �Q .� \ k\�a ( ` ` !( 141 ) ® § ( } § G 0 12 ) \ ( / j { ) § % < (m ° ƒ ear § k ( \ \ » % \ \ u u < ( F- M » = e \ \ J e / § § ~ ` ) ( ) \ / z / \ ) , E ) 2 \ = m \ \ d () § \ 8 \ § 1 E S» p- R\ e ( § ( \ \ / u = \ \ \ o \ \ \ ) j / / ) \ i ~ ~ e ) k < [ ( } ) / S , w. : ^ )/ § § m [ G @ ) u e / d, ;! G§ z[ e 2 g g§ CC, 2. j ( j [ \ } / \ ° — — ` § ) § 4 F-[ [ / [ \ ( z=_= e u u� u<= G z `gTYOFN� PR ��HDEPARTMENT o PUBLIC WORKS ` INTERNALLY ILLUMINATD ®°® STREET NAMES GN 916-A USE WITH STANDAeSPE CIFI c _ FOR PUBLIC WORKS0 m , ATTACHMENT C IISNS Panel Replacement Locations \\cnb.lcl\data\Users\PBW\Shared\Contracts\FV16-17 CURRENT PROJECTS\300 - TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1 - 17T01\BIDDING DOCUMENTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc 65 INTERNALLY ILLUMINATED STREET NAME SIGN (IISNS) PANEL REPLACEMENT LOCATIONS CITY OF NEWPORT BEACH TRAFFIC SIGNAL REHABILITATION PROGRAM - FY2016-17 (C-8337-1) LOCATION 1: NEWPORT CENTER DRIVE WEST/NEWPORT CENTER DRIVE EAST @ CENTER DRIVE SIGN LOCATION # OF PANELS TEXT NW 2 Center Or NE 2 Newport Center SE 2 Center Or SW 2 Newport Center W LOCATION 2: NEWPORT CENTER DRIVE WEST @ SANTA CRUZ DRIVE SIGN LOCATION # OF PANELS TEXT NW 2 Santa Cruz NE 2 Newport Center SE 2 Santa Cruz SW 2 Newport Center LOCATION 3: NEWPORT CENTER DRIVE WEST @ SANTA BARBARA DRIVE SIGN LOCATION # OF PANELS TEXT NW 2 Newport Center NE 2 Santa Barbara SE 2 Newport Center SW 2 Santa Barbara LOCATION 4: NEWPORT CENTER DRIVE @ NEWPORT CENTER DRIVE WEST/NEWPORT CENTER DRIVE EAST SIGN LOCATION # OF PANELS TEXT NW 2 Newport Center NE 2 Newport Center E SE 2 Newport Center SW 2 Newport Center W LOCATION 5: NEWPORT CENTER DRIVE EAST @ ANACAPA DRIVE SIGN LOCATION # OF PANELS TEXT NW 2 Anacapa NE 2 Newport Center SE 2 Anacapa SW 2 Newport Center LOCATION 6: NEWPORT CENTER DRIVE EAST @ SAN MIGUEL DRIVE SIGN LOCATION # OF PANELS TEXT NW 2 Newport Center NE 2 San Miguel SE 2 Newport Center SW 2 San Miguel TOTAL 48 Note: NW, NE, SE, and SW are northwest, northeast, southeast, and southwest corners respectively. ATTACHMENT D Battery Backup System Cabinet \\cnb.lcl\data\Users\PBW\Shared\Contracts\FY16-17 CURRENT PROJECTS\300 -TRANSPORTATION\Traffic Signal Rehabilitation (16-17) C- 8337-1- 17TO1\6IDDING DOCU ME NTS\TS Rehab 17T01 SPECS SUPPLEMENTAL C-8337-1.doc .m. BBS Cabinet 36x20x16 Product Description M-Cains Battery 3adkup 59stern ;BBS) Cabinets are NEMA 3R rated and designed to house battery backup systems. These BBS cabinets can be mounted to the side of a variety of controller cabinets and include two removable shelves for holding batteries and other backup equipment. Mounting hardware for the side -mount style includes six 3/16 -inch bolts and nuts, and a two-inch chase nipple, bushing, and sealing locknut. Standard Features Rugged construction for long life and protection from harsh weather conditions Sufficient room for batteries and backup equipment Mounting hardware included Part Number Side Mount M42513A Anodized M42513N Natural M42513 -SC Powder Coated General Specifications Dimensions: 36" H x 20"W x 16" D (Dimensions rounded to the nearest inch) Material: 5052-H32 aluminum, 0.125"thick Finishes: Anodized, natural, powder coat, anti -graffiti Access: Front door Latching System: 3 -point, Corbin lock Handles: 3/4"round, stainless steel, with pad- lock feature Shelves: Removeable (2) Ventilation: Thermostatically controlled 100 CFM fan, louvered air Intake in door, pleated filter Mounting: Side mount (mounting hardware included) Shipping Weight: 60 lbs (without batteries or equipment) .N;��ain www.mccain-inc.com 36x20xl6 BBS Cabinet !O leorn more :1: idc %SII" it l!e. Illustration Showing BBS Cabinet SSde Mounted to a 332 Cabinet Side of 332 Illustration Showing BBS Cabinet Dimensions Dimensions rounded to the nearest I" Side eQ Top 2365 OAK RIDGE 'NAY // VISTA, CALIFORNIA 92081 // USA // W W WMGCAIN-I NCCOM 0201 I McCain hc. updated 02/07/11ndcCaia reserves toe right to change.co duct speofimticris without nonce. For rhe most up-ro-date Information, please contact McCain.